We are asking for Subcontractor Proposals by 11-18-2019 By 2:00 pm . The Portâs submission time is Nov 19. Given the scope we need number sooner. - SOW letter is due on November 14, 2019; - Complete Proposal with pricing is due on November 18, 2019. Documents are here or at: https://hosting.portseattle.org/prms/Solicitations A. The Work includes Construct a new Checked Baggage Inspection System and Checked Baggage Resolution Area (CBRA) that expands on the centralized baggage screening area in the airportâs central terminal. The Scope of Work includes, but is not limited to the following: 1. Demolish and replace existing C1, C25, C88 (Terminal only), C92 (Terminal only), and C96 Baggage Handling Systems (BHS). 2. Construct the final BHS sortation matrix in the north main terminal. 3. Provide layout, electrical supply power, communications, and integration to the BHS conveyor and controls of the Transportation Security Administration (TSA) provided explosive detection system (EDS) machines in the Basement Level. This consists of two (2) new EDS pods with two (2) machines in each pod. 4. Demolish and replace the entire C25 BHS through the underground tunnel to the Ramp level at the South Satellite. This adds additional outbound lines in the existing baggage tunnel, replaces two (2) makeup units, provide automatic tag readers (ATR) and crossovers and demolishes the existing claims in the Federal Inspection Services (FIS) area. 5. Modify/ and replace the existing Claim 1 feed 6. Replace the existing South Satellite C25-IB1 transfer input conveyor subsystem in its entirety. 7. Construct the new North-End odd-size BHS (Zone 7) and relocate existing TSA Owned CT-80. 8. Demolish C22 odd-size BHS and construct a new centralized odd-size subsystem. Modify ticket level doghouse and penetration to facilitate new centralized odd-size feed conveyor. Reconfigure TSA support equipment. 9. Construction of C92 final connections. 10. Remove and decommission various existing BHS components. 11. Demolish and install BHS make-up devices. 12. Relocate the existing tenant storage area from the Central Terminal basement level to the ramp level in the C1 building. 13. Relocate, modify and add new structural, architectural and utility systems. 14. Demolish the existing maintenance conveyor shop and construct a new shop on ramp level 15. Construct, modify and demolish various construction elements, such as wall, ceiling, flooring and finish work. 16. Complete all MEP requirements to facilitate this work per the contract documents. 17. Perform various Regulated Material abatement. 18. Modify MK 8 feed line. 19. All system testing and commissioning, labor and testing materials. 20. Expand on screen resolution (OSR) functionality to accommodate new systems 21. Modify existing upper level controls to incorporate the new BHS. The Engineerâs estimate range for this project is $90 Million - $180 Million. Each bid must be accompanied by a cashierâs check, money order, or surety bid bond, in an amount of not less than five percent (5%) of the total bid, made payable to Port of Seattle. Performance and Payment bonds will be required with the Contract. An Airport Security bond will be required with the Contract. Time limit for substantial completion of the work is 1,185 calendar days. The Port reserves the right to reject any and all bids, to waive any informality, to accept any alternate bids, and to make such award that it deems to be in its best interest and pursuant to the terms of the General Conditions. Contract time extends from Award of the contract through Contract Completion as defined in the General Conditions. Pre-bid Meetings will be on Wednesday, August 14, 2019 at Central Auditorium and Thursday, August 29, 2019 at Beijing Room 11:00 a.m. to 12 Noon at the Conference Center at Seattle â Tacoma International Airport at 17801 International Boulevard Seattle, WA 98158. A site tour will follow the pre-bid meeting from 1:00 p.m. to 4:30 p.m. Personal Protective Equipment (hard hat, safety vest, safety glasses, safety shoes or boots, gloves and hearing protection) will be required. Work areas to be examined during the pre-bid examination of the work site may contain potential asbestos hazards in varying degree. Prospective bidders shall provide and wear protective clothing and respiratory protection which they alone determine to be sufficient to protect themselves from asbestos exposure. The prospective bidder further agrees to indemnify, and hold harmless, the Port and its agents from any and all claims of personal injury arising from its participation in the pre-bid examination. A portion of this Contract requires work to be performed within an area of the Airport controlled for security reasons. All Contractor personnel working in restricted areas (including AOA, Secured, SIDA and Sterile areas) on this project shall have Port of Seattle airport-issued identification / access badges in accordance with Title 49, Code of Federal Regulations (CFR), Part 1540/1542 and the Airport Security Plan. Bidders should consider the impact of acquiring badges when preparing their bids. The Port of Seattle is an Equal Opportunity Employer and encourages Women and Minority Business Enterprises (WMBE) to participate in the competitive bidding process. In support of the WMBE community, the Port of Seattle has established a WMBE utilization goal of 2% for this contract. All bidders are directed to the provisions in Document 00 89 00. More information about WMBE business programs can be found at: http://omwbe.wa.gov/
Bid Protests Not Available