You are here

Home » Lake to Sound Trail - Segment C Seatac - REBID

Lake to Sound Trail - Segment C Seatac - REBID

PROJECT DESCRIPTION:   

The project provides for the improvement of a shared use path, which runs from S 200th Street in the City of SeaTac to 8th Avenue S/Des Moines Memorial Drive Intersection in the City of Burien, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. Work includes but not limited to construction of approximately 1.8 miles of 10- to 12-foot-wide paved trail with gravel shoulders, 800-feet of elevated boardwalk structure, curb and gutter, stormwater BMPs, stormwater conveyance system, culvert, soldier pile wall and structural earth wall, concrete driveway crossings, erosion control, site preparation, grading, traffic control, utility adjustments/relocation, roadway channelization striping, signal equipment relocation, and wetland mitigation planting.  

  

Project Location: Runs from S 200th Street in the City of SeaTac to 8th Avenue S/Des Moines Memorial Drive Intersection in the City of Burien. 

The Engineer’s Estimate for this project is: $7,289,507.50   

Project Duration: 260 working days 

This project is Prevailing Wage. 

Apprenticeship Requirements: 15% minimum Apprentice Utilization Requirement.   

Voluntary Minority Business Enterprise (MBE) Goal:12% of the Contract Price.

Voluntary Women Business Enterprise (WBE) Goal: 4% of the Contract Price. 

 

Community Workforce Agreement (CWA): King County reviewed this Project and determined that a CWA will apply, due to the nature of the work and the estimated labor costs. See Appendix E in Volume 2.King County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. 

 

MANDATORY PRE-BID CONFERENCE On-line:  

11/08/2021, 10:00AM PST – first conference, bidders may attend by

Join on your computer or mobile app: Click here to join the meeting

Or call in (audio only): +1 425-653-6586 Phone Conference ID: 422 577 771#

11/10/2021, 10:00AM PST – second conference, bidders may attend by

Join on your computer or mobile app Click here to join the meeting

Or call in (audio only) +1 425-653-6586 Phone Conference ID: 357 952 577#

 

Attached is the Bid Form. Please follow this format when submitting a bid due to it being a UNIT PRICE bid.

 

BID DUE DATE & TIME:  Wednesday, December 1st by end of day   

Proposals may be emailed to estimating@ohnoconstruction.com or faxed to 206-324-8063. Quotes are required at least 2 hours prior to bid time. Proposals received after the Bid Due Date and Time will NOT be considered.   

    

BID DOCUMENTS:   

https://ohno.sharefile.com/home/shared/fo0ceac1-4992-477e-bf1a-3da97640d72a

Login Email: ohnocc.wa@gmail.com   Login Password: Yosh1966!   

    

Bid documents are provided for your reference only. Ohno makes its best attempt to provide subcontractors with the most complete and current project information for bidding purposes. However, Ohno is not responsible for the accuracy of the supplied bid documents. All takeoff quantities provided by Ohno are for your convenience only. Subcontractors and suppliers are responsible for obtaining all of the information necessary to provide a responsible and accurate quote. Please contact the Estimating Department for any questions.   

    

STANDARD REQUIREMENTS:   

By submitting a proposal, the bidder acknowledges and agrees to all of the following terms: Proposer has carefully examined ALL the bidding documents/addenda and that, from his/her own investigation, they have satisfied themselves as to the nature and location of the work. Ohno’s listing of a subcontractor is not an acceptance of any or all of that subcontractor’s conditions, qualifications, exclusions, or exceptions included in the subcontractor’s bid proposal. Ohno is relying on the price submitted in the subcontractor’s proposal as an all-inclusive price for its trade scope found in the plans and specifications regardless of qualifying language in the proposal. Inconsistent bid terms and conditions shall be void. Break outs of any portion of work is permitted as long as specifically and conspicuously called out on proposal. Any and all bids may be rejected at the sole discretion of Ohno Construction. If selected, proposer is prepared to sign a subcontract with Ohno per Ohno’s standard subcontract agreement. A copy of Ohno’s standard subcontract agreement is available at its office locations or upon written request. Ohno Construction reserves the right to request that performance and payment bonds assuring subcontractor’s obligations to Ohno in the amount of 100 percent of the bid to Ohno. Ohno will reimburse the bond premium at actual cost not to exceed 2 percent. The surety must be a Washington admitted surety. Insurance must name Ohno, the project Owner and any other parties so designated as additionally insured and be in the types and amounts required by the specifications. Please contact our office if you need assistance.   

BID RESPONSE:     

Please return your Bid Response to the Estimating Department by email at estimating@ohnoconstruction.com or by fax to 206-324-8063. Ohno Construction Company is an equal opportunity employer and encourages minority, women, veteran, small, and disadvantaged businesses to submit proposals.   

Closing Date: 
Thursday, December 2, 2021
Organization: 
Ohno Construction
Point of Contact: 
estimating@ohnoconstruction.com