seattle-tacoma international airport international ... · the new international arrivals facility...
TRANSCRIPT
17900 International Blvd, Suite 400 SeaTac, WA 98188
206.447.8700
PAGE 1
Clark Construction Group 17900 International Blvd. Suite 400 WA License # Clark CG 963M2 Seattle, WA 98188
Seattle-Tacoma International Airport
International Arrivals Facility Project
MC-0318087 / WP# U00059
Clark Construction Group Request for Qualifications
Trade Package 8
May 24, 2016
Trade Package 8 – Work Scope:
- Baggage Handling System
Request for Qualifications are available at www.clarkseataciaf/procurement.com
Requests for Qualifications are due by 2:00 p.m. on Tuesday, June 7, 2016
17900 International Blvd, Suite 400 SeaTac, WA 98188
206.447.8700
PAGE 2
Clark Construction Group 17900 International Blvd. Suite 400 WA License # Clark CG 963M2 Seattle, WA 98188
Seattle-Tacoma International Airport
International Arrivals Facility Project
MC-0318087 / WP# U00059
Request for Qualifications
Trade Package 8 Work Scope Summary SEA-TAC INTERNATIONAL ARRIVALS FACILITY (IAF) - PROJECT INTRODUCTION Clark Construction has been selected as the design-builder for the new Sea-Tac International Arrivals Facility (IAF). This project is Clark Construction’s second major undertaking at Sea-Tac Airport with previous completion of the South Terminal Expansion in 2004. The design team will be led by SOM and Miller Hull Partnership architects and include the following major partners: ARUP–Planning / Overall MEP; KPFF–Structural; MKA–Civil; Hart Crowser–Geotechnical; Schlaich Bergerman Partners–Bridge; Lerch Bates–Vertical Transportation; BNP–Baggage Handling; Patano Studio Architects; Suehiro Architecture; Luma Lighting–Lighting; Argus–Fueling; FSI–Mechanical / Plumbing specific aspects; Mazzetti–Electrical specific aspects; BRC–Acoustical; Murase–Landscape and O'Brien & Company–Sustainability. Clark and its design team are completing the Schematic Design set of documents for the project and we are preparing to secure qualified, key Trade Contractors for the IAF project. In turn, we are requesting that interested key Trade Contractors submit qualifications prior to being invited to participate in the Request for Proposal Phase. The following will provide an overview of the IAF Project and key Trade Packages, which are part of this pre-qualification effort: Major components of the project are indicated on the airport aerial (see Appendix 1):
● The new International Arrivals Facility (IAF) is located on the east side of the Concourse A. The existing Federal Inspections Area (commonly known as Customs) dates back to the 1970’s and is beyond its peak capacity. The new IAF will create a higher quality passenger experience, advance the Puget Sound region as a leading tourism and business gateway, and serve the traveling public well into the future. This portion of the project will be constructed in a non-secure area of the airport. (In general, security badges are not required for trades).
● Also included in the project is a pedestrian Bridge, which will span 800 linear feet over the existing taxi lane connecting the south satellite to the IAF. It is currently planned that the central span of the bridge (an approximate 300 LF section), will be pre-fabricated within the airport property, moved into place and installed within a seven-day time frame. When complete, the bridge will offer views of Mount Rainier and the Olympic Mountains.
17900 International Blvd, Suite 400 SeaTac, WA 98188
206.447.8700
PAGE 3
Clark Construction Group 17900 International Blvd. Suite 400 WA License # Clark CG 963M2 Seattle, WA 98188
This portion of the project will be constructed in a secure area of the airport. (In general, security badges will be required for trades).
● The last major component of the project is an elevated sterile corridor, approximately 40 feet above the apron level, which will connect Gates A3 through A14. The Sterile Corridor will connect to gate pods, which will interface with existing Concourse A. (In general, security badges will be required for trades).
Multiple aspects of the project will be constructed in a phased delivery, utilizing multiple shifts to ensure that we maintain ongoing operations at Sea-Tac at all times. A preliminary summary schedule is provided for your review (see Appendix 2).
The project is being designed and delivered supporting a LEED Version 4 certification.
More information on the project is available at www.clarkseataciaf.com
Supplementing the above overview, the following will provide additional input regarding the respective Trade Package work scopes where we are requesting Trade Contractor qualifications: TRADE PACKAGE WORK SCOPE
8. Baggage Handling Systems - Design-Build delivery; including all testing, commissioning, and certification of the Baggage Handling System for the new Sea-Tac IAF. The successful Trade Contractor for this Trade Package, will maintain the Engineer of Record (EOR) responsibilities for all appropriate disciplines related to the completion of this scope of work. This Trade Package will be secured using Schematic Design documents prepared by the Clark and its design team. The Clark team will secure initial TSA approval at Schematic Design and the Trade Contractor will be responsible for securing additional approvals as may be required. While designers and engineers on the Clark Team will establish performance and quality standards for the delivery of this work scope, we are interested in your input related to value analysis, constructability, phasing and total cost of ownership analysis.
SUBMITTAL OF QUALIFICATIONS: It is the intent of Clark to secure proposals for Trade Package 8 from Trade Contractors maintaining appropriate qualifications to properly complete the subject Trade Package work scope. With that intent in mind, we have prepared a Trade Contractor Pre-Qualification Evaluation Form (see Attachment 1). We ask that you review and complete this form with all required attachments and complete a Pre-Qualification Transmittal Form (Attachment 2). Prospective Trade Contractors can include a cover letter (2-page maximum) with their proposals. Total page count for the Trade Contractor Pre-Qualification package shall not exceed 20, single-sided pages, no less than 10pt font (not including cover letter and surety statement–Item 4 in the Evaluation Form).
17900 International Blvd, Suite 400 SeaTac, WA 98188
206.447.8700
PAGE 4
Clark Construction Group 17900 International Blvd. Suite 400 WA License # Clark CG 963M2 Seattle, WA 98188
A completed and signed Trade Contractor Pre-Qualification Evaluation Form with required attachments, transmittal, and cover letter are to be submitted to [email protected] by 2:00 p.m. on Tuesday June 7, 2016. REQUESTS FOR INFORMATION If there are any Requests for Information (RFI), they should be submitted on the RFI Form (see Appendix 3) to: [email protected]. We request that any RFI's be submitted by no later than 5:00 pm on Thursday, June 2, 2016 to allow for adequate response time from the Clark team. EVALUATION OF QUALIFICATIONS All properly submitted pre-qualification responses will be scored and prospective Trade Contractors will be notified if they are pre-qualified to submit on forthcoming requests for proposal. It is anticipated that notifications will be issued by 5:00 p.m. on June 10, 2016. It is mandatory that a Trade Contractor be pre-qualified to be able to participate in the Request for Proposal for this Trade Package. (Note - Requests for Qualifications will not be opened or scored publicly). RESERVATION OF RIGHTS Clark reserves the right to reject any or all Request for Qualifications and/or waive any informalities or irregularities, at its discretion, if they have no bearing on the evaluation of a prospective Trade Contractor's qualifications. Additionally we are entitled to request additional supporting information after submittal of the qualifications if deemed necessary to make a judgement decision on an issue to allow proper evaluation.
We thank all prospective Trade Contractors in advance for your interest in the project.
Seattle-Tacoma International Airport
International Arrivals Facility Project
MC-0318087 / WP# U00059
Request for Qualifications
ATTACHMENTS 1 – 3
Trade Contractor Name:________________
Trade Package Number: _______________
SEA TAC International Arrivals FacilityMC-0318087/WP# U0005
Trade Contractor Evaluation Form
ATTACHMENT #1
Prospective Trade Contractors that receive a 'NQ' on questions 1-11 will not qualify to submit proposal
ESSENTIAL REQUIREMENTS FOR QUALIFICATION. YES NO1 Trade Contractor possesses or will secure a valid Washington Contractor’s license for the project? Q NQ2
Trade Contractor has or will secure workers' compensation insurance policy as required by the Labor Code or is legally self−insured. If exempt from this requirement, because Contractor has no employees, mark yes and attach evidence. Q NQ
3 Has your contractor’s license been revoked at any time in the last five years? NQ Q
4Attach a notarized statement from an admitted surety insurer (approved by the Washington Department of Insurance) and authorized to issue performance and payment bonds (see Appendix 4 for bond forms) in the State of Washington, which states that your current bonding capacity is sufficient for the trade package work scope. Qualification Requirements for Trade Package 8 = $15M.
Q NQ
5 Can your firm provide the required insurances for the project? (see Appendix 5) Q NQ6
Has a surety firm completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner within the last five (5) years? NQ Q
7At the time of submitting this pre−qualification form, is your firm ineligible to propose on or be awarded a public works contract, or perform as a contractor on a public works contract? NQ Q
8At any time during the last five years, has your firm or any of its owners or officers been convicted of a crime involving the awarding of a contract of a government construction project, or performance of a government contract? NQ Q
9 Will your firm work in accordance within the guidelines of the Project Labor Agreement at SEA TAC? (PLA available on www.clarkseataciaf.com) Q NQ10 Does our firm have experience providing Building Information Modeling (BIM) capabilities? Q NQ
11Has your firm, or have you worked with an outside engineering firm to provide, Design-Build / Engineer of Record services for a project of similar size and scope* as the IAF? Please attach a list of at least two (2) projects, no more than four (4), where you were responsible for these services. (Utilize Project Data Form - see Attachment 3).
Q NQ
*Similar size and scope = BHS total project cost in excess of $10 million. Project must be at least 60% complete.
Trade Contractor Request for Qualifications (Trade Package 8)Q=Qualified; NQ=Not Qualified
1 of 3
Trade Contractor Name:________________
Trade Package Number: _______________
SEA TAC International Arrivals FacilityMC-0318087/WP# U0005
Trade Contractor Evaluation Form
ATTACHMENT #1
GENERAL INFORMATION AND DISCLOSURES
If the answer to any of the following questions is "yes," please attach an explanation. Information is required, but not scored. YES NO
12 Has your firm every completed a project at SEA TAC?Not
ScoredNot
Scored
13 Has there been any change in ownership or Senior Management of the firm at any time during the last three years? Not
ScoredNot
Scored
14Is the firm a subsidiary, parent, holding company or affiliate of another construction firm? If “yes,” explain. Attach separate sheets as necessary. NOTE: Include information about other firms if one firm owns 50 per cent or more of another, or if an owner, partner, or officer of your firm holds a similar position in another firm.
Not Scored
Not Scored
15Are any corporate officers, partners or owners connected to any other construction firms? If “yes,” explain. Attached separate sheets as necessary. NOTE: Include information about other firms if an owner, partner, or officer of your firm holds a similar position in another firm.
Not Scored
Not Scored
16 Has your firm changed names or license number in the past five years? If “yes,” explain. Attach separate sheets as necessary.Not
ScoredNot
ScoredSCORED CRITERIA
Prospective Trade Contractors must score at least 60 points on Questions 17-29 to qualify.
SAFETY HISTORY
17 Check the box indicating your firm’s Experience Modification Rate (EMR): EMR less than 1.0 5 ptsEMR of 1.0 - 2.0 2 ptsEMR above 2.0 0 pts
ORGANIZATIONAL HISTORY, ORGANIZATIONAL PERFORMANCE, COMPLIANCE WITH CIVIL AND CRIMINAL LAWS. YES NO18
Has any WA State Contractor License held by your firm been suspended within the last five (5) years? If “yes,” explain. Attach separate sheets as necessary. 0 pts 5 pts
19
At any time in the last five (5) years has your firm been assessed and paid liquidated damages after completion of a project under a construction contract with either a public or private owner? If yes, please explain identifying all such projects by owner, owner’s address, the date of completion of the project, amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages. Attach separate sheets as necessary.
0 pts 5 pts
20
In the last five years has your firm, or any firm with which any of your company’s owners, officers or partners was associated, been debarred, disqualified, removed or otherwise prevented from proposing on, or completing, any government agency or public works project for any reason? If “yes," state whether the firm involved was the firm applying for pre−qualification here or another firm. Identify by name of the company, the name of the person within your firm who was associated with that company, the year of the event, the owner of the project, the project and the basis for the action. Attached separate sheets as necessary.
0 pts 10 pts
Trade Contractor Request for Qualifications (Trade Package 8)
2 of 3
Trade Contractor Name:________________
Trade Package Number: _______________
SEA TAC International Arrivals FacilityMC-0318087/WP# U0005
Trade Contractor Evaluation Form
ATTACHMENT #1
21In the last five (5) years has your firm been denied an award of a public works contract based on a finding by a public agency that your company was not a responsible proposer? If “yes”, identify the year of the event, the owner, the project and the basis for the finding by the public agency. Attach separate sheets as necessary.
0 pts 5 pts
PREVAILING WAGE AND APPRENTICEHIP COMPLIANCE RECORD
22Has there been more than one occasion during the last five years in which your firm was required to pay either back wages or penalties for your own firm’s failure to comply with the state’s prevailing wage laws? 0 pts 5 pts
23During the last five years, has there been more than one occasion in which your own firm has been penalized or required to pay back wages for failure to comply with the federal Davis−Bacon prevailing wage requirements? 0 pts 5 pts
24At any time during the last five (5) years, has your firm been found to have violated any provision of WA state apprenticeship laws or regulations, or the laws pertaining to use of apprentices on public works? 0 pts 5 ptsINFORMATION RELEVANT TO SPECIFIC PROJECT
25Has your firm completed a similar size and scope* project in a complex−critical operations environment similar to SEA TAC IAF while maintaining operations, within the past seven (7) years? List at least two (2) projects, no more than four (4). (Utilize Project Data Form - see Attachment 3). 10 pts 0 pts
26Has your firm completed projects requiring multiple shifts within the past seven (7) years? List at least two (2) projects, no more than four (4). (Utilize Project Data Form - see Attachment 3). 5 pts 0 pts
27Has your firm completed a project with strict security and operational constraint requirements? List at least two (2) projects, no more than four (4). (Utilize Project Data Form - see Attachment 3). 5 pts 0 pts
28Has your firm completed projects requiring active outreach and meaningful SCS and/or SBE participation within the past seven (7) years? List at least two (2) projects, no more than four (4). NOTE: SCS or SBE contract goals and actual participation achieved. (Utilize Project Data Form - see Attachment 3). 10 pts 0 pts
29 Has your firm been a part of a completed LEED Certified project? 5 pts 0 pts
*Similar size and scope = BHS total project cost in excess of $10 million. Project must be at least 60% complete.
Trade Contractor Request for Qualifications (Trade Package 8)
3 of 3
17900 International Blvd, Suite 400 SeaTac, WA 98188
206.447.8700
Clark Construction Group 17900 International Blvd. Suite 400 WA License # Clark CG 963M2 Seattle, WA 98188
ATTACHMENT #2
TRANSMITTAL — REQUEST FOR QUALIFICATIONS: TRADE PACKAGES 8
Seattle-Tacoma International Airport International Arrivals Facility Project
MC-0318087 / WP# U00059
To: Clark Construction Group
From: Trade Contractor Name:
RE: Request for Qualifications Proposal
If issued, Addenda Acknowledged:
Signature
Date
17900 International Blvd, Suite 400 SeaTac, WA 98188
206.447.8700
Clark Construction Group 17900 International Blvd. Suite 400 WA License # Clark CG 963M2 Seattle, WA 98188
ATTACHMENT #3 Trade Contractor Name:
Trade Package Number:
PROJECT DATA FORM – TRADE PACKAGE 8 Seattle-Tacoma International Airport–International Arrivals Facility Project
Trade Contractor Pre-Qualification - Question # Input PROJECT #1
Project Name/Location:
Total Project Value/Your Contract Value:
Owner/Contact Info:
General Contractor/Contact Info:
Completion Date (or % complete):
Project Scope-focusing on similar size and services provided, with details related to Question #
PROJECT #2
Project Name/Location:
Total Project Value/Your Contract Value:
Owner/Contact Info:
General Contractor/Contact Info:
Completion Date (or % complete):
Project Scope-focusing on similar size and services provided, with details related to Question #
Seattle-Tacoma International Airport
International Arrivals Facility Project
MC-0318087 / WP# U00059
Request for Qualifications
APPENDIX 1 – 5
Activity ID Activity Name OriginalDuration
Early Start Early Finish
International Arrival FacilityInternational Arrival Facility 839 03-May-16 04-Sep-19
Subcontractor ProcurementSubcontractor Procurement 458 03-May-16 01-Mar-18
Submittals - Div 1 to 33Submittals - Div 1 to 33 511 07-Jul-16 19-Jul-18
ConstructionConstruction 635 20-Dec-16 02-Jul-19
Site Prep IAFSite Prep IAF 63 20-Dec-16 23-Mar-17
Area 1 (North 1/4)Area 1 (North 1/4) 590 29-Dec-16 06-May-19
Level 1Level 1 590 29-Dec-16 06-May-19
Foundations/SuperstructureFoundations/Superstructure 93 14-Feb-17 26-Jun-17
Structure Level 1Structure Level 1 61 27-Jun-17 21-Sep-17
Ground levelGround level 328 19-Jul-17 05-Nov-18
Exterior NorthExterior North 93 05-Sep-17 19-Jan-18
Exterior eastExterior east 112 26-Sep-17 09-Mar-18
Exterior westExterior west 108 05-Sep-17 09-Feb-18
Vertical and Horizontal TransportationVertical and Horizontal Transportation 65 06-Dec-17 13-Mar-18
Area 2 (Middle 1/4)Area 2 (Middle 1/4) 591 13-Jan-17 21-May-19
Foundations/SuperstructureFoundations/Superstructure 102 14-Feb-17 10-Jul-17
Structure Level 1Structure Level 1 79 11-Jul-17 30-Oct-17
Ground levelGround level 344 01-Aug-17 12-Dec-18
Level 1Level 1 591 13-Jan-17 21-May-19
Exterior eastExterior east 135 17-Oct-17 02-May-18
Exterior westExterior west 111 06-Nov-17 18-Apr-18
Vertical and Horizontal TransportationVertical and Horizontal Transportation 94 21-Dec-17 08-May-18
Area 3 (Middle 1/4)Area 3 (Middle 1/4) 610 30-Jan-17 02-Jul-19
Foundations/SuperstructureFoundations/Superstructure 112 01-Mar-17 07-Aug-17
Structure Level 1Structure Level 1 74 08-Aug-17 20-Nov-17
Ground levelGround level 328 29-Aug-17 18-Dec-18
Level 1Level 1 610 30-Jan-17 02-Jul-19
Exterior eastExterior east 130 21-Dec-17 28-Jun-18
Exterior westExterior west 121 20-Dec-17 14-Jun-18
Vertical and Horizontal TransportationVertical and Horizontal Transportation 105 23-Jan-18 20-Jun-18
Area 4 (South 1/4)Area 4 (South 1/4) 598 13-Feb-17 28-Jun-19
Foundations/SuperstructureFoundations/Superstructure 109 15-Mar-17 16-Aug-17
Structural Level 1Structural Level 1 89 17-Aug-17 22-Dec-17
Structural Level 2Structural Level 2 86 24-Aug-17 28-Dec-17
Level 2Level 2 598 13-Feb-17 28-Jun-19
Ground levelGround level 421 08-Sep-17 14-May-19
Level 1Level 1 596 13-Feb-17 26-Jun-19
Exterior eastExterior east 117 07-Feb-18 24-Jul-18
Exterior westExterior west 127 06-Feb-18 06-Aug-18
Exterior southExterior south 312 21-Mar-18 14-Jun-19
Vertical and Horizontal TransportationVertical and Horizontal Transportation 137 05-Mar-18 14-Sep-18
CommissioningCommissioning 153 27-Nov-18 08-Jul-19
Substantial CompletionSubstantial Completion 40 10-Jul-19 04-Sep-19
Sterile CorridorsSterile Corridors 701 16-Nov-16 04-Sep-19
Submittals - Div 1 to 17Submittals - Div 1 to 17 105 16-Nov-16 20-Apr-17
ConstructionConstruction 531 26-May-17 09-Jul-19
Pod APod A 141 26-May-17 15-Dec-17
Pod BPod B 129 16-Jul-18 21-Jan-19
Pod CPod C 128 07-Jan-19 09-Jul-19
Substantial CompletionSubstantial Completion 0 04-Sep-19 04-Sep-19
BridgeBridge 585 02-Dec-16 04-Apr-19
Submittals - Div 1 to 17Submittals - Div 1 to 17 340 02-Dec-16 12-Apr-18
ConstructionConstruction 565 04-Jan-17 04-Apr-19
South Dates S2 & S3South Dates S2 & S3 28 04-Jan-17 13-Feb-17
South Gate S1South Gate S1 27 14-Feb-17 23-Mar-17
South Gate S16South Gate S16 28 24-Mar-17 02-May-17
South Gates S12 & S15South Gates S12 & S15 28 03-May-17 12-Jun-17
South Gates S7South Gates S7 28 13-Jun-17 21-Jul-17
South Gates S11South Gates S11 26 24-Jul-17 28-Aug-17
South Gates S10South Gates S10 29 18-Jun-18 27-Jul-18
South Gates S9South Gates S9 28 30-Jul-18 06-Sep-18
South Gates S8South Gates S8 28 07-Sep-18 16-Oct-18
South Gates S4 & S5South Gates S4 & S5 27 10-Oct-18 15-Nov-18
South Terminal Bridge FoundationsSouth Terminal Bridge Foundations 200 29-Aug-17 15-Jun-18
Concourse A Bridge FoundationsConcourse A Bridge Foundations 155 30-Nov-17 13-Jul-18
Bridge Super Structure and FinishesBridge Super Structure and Finishes 245 13-Apr-18 04-Apr-19
Substantial CompletionSubstantial Completion 0 04-Apr-19 04-Apr-19
Final CompletionFinal Completion 167 05-Apr-19 02-Dec-19
Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr
2016 2017 2018 2019 2020
International Arrival Facility
Subcontractor Procurement
Submittals - Div 1 to 33
Construction
Site Prep IAF
Area 1 (North 1/4)
Level 1
Foundations/Superstructure
Structure Level 1
Ground level
Exterior North
Exterior east
Exterior west
Vertical and Horizontal Transportation
Area 2 (Middle 1/4)
Foundations/Superstructure
Structure Level 1
Ground level
Level 1
Exterior east
Exterior west
Vertical and Horizontal Transportation
Area 3 (Middle 1/4)
Foundations/Superstructure
Structure Level 1
Ground level
Level 1
Exterior east
Exterior west
Vertical and Horizontal Transportation
Area 4 (South 1/4)
Foundations/Superstructure
Structural Level 1
Structural Level 2
Level 2
Ground level
Level 1
Exterior east
Exterior west
Exterior south
Vertical and Horizontal Transportation
Commissioning
Substantial Completion
Sterile Corridors
Submittals - Div 1 to 17
Construction
Pod A
Pod B
Pod C
Substantial Completion
Bridge
Submittals - Div 1 to 17
Construction
South Dates S2 & S3
South Gate S1
South Gate S16
South Gates S12 & S15
South Gates S7
South Gates S11
South Gates S10
South Gates S9
South Gates S8
South Gates S4 & S5
South Terminal Bridge Foundations
Concourse A Bridge Foundations
Bridge Super Structure and Finishes
Substantial Completion
Final Completion
IAF- RFQ Summary Schedule 10-May-16 12:44
Remaining Level of Effort
Actual Level of Effort
Actual Work
Remaining Work
Critical Remaining Wo...
Summary
Page 1 of 1
Appendix 2
Pre-Proposal Request for InformationSea-Tac IAF
Date:Subject:
Question:
Proposed Solution:
CSI Code:
Doc Reference:
Location:
Author:
Company:
Appendix 3
Std. PP Rev. 8/2009 Page 1 of 2 Contrax
Project No: 113458 Exhibit C Appendix 4
Bond No: _____________ Contract No: 999999 PAYMENT BOND
(Subcontract)
KNOW ALL MEN BY THESE PRESENTS, That ____________________________ of ____________________________,
______________, __ _____ (hereinafter called the "Principal"), as Principal and
a corporation organized and existing under the laws of the State of , (hereinafter called the "Surety"), as Surety, are
held and firmly bound unto CLARK CONSTRUCTION GROUP, LLC, 180 HOWARD STREET, SUITE 1200, SAN
FRANCISCO, CA 94105 (hereinafter called the "Obligee"), in the sum of ZERO DOLLARS ($0.00), for the payment of which sum
well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Obligee has been awarded a contract (hereinafter called the "Prime Contract"), by PORT OF SEATTLE, 2711
ALASKAN WAY,, SEATTLE, WA 98121 for DESIGN/BUILD SERVICES FOR INTERNATIONAL ARRIVALS
FACILITY, SEATTLE, WA and;
WHEREAS, the Principal has entered into a written Subcontract with the Obligee, dated DECEMBER 31, 2050 to perform, as
Subcontractor, certain portions of the work in connection with said Prime Contract, consisting of the work described in Exhibit B and
elsewhere in the Subcontract, which Subcontract is hereby referred to and made a part hereof.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall promptly make payment
to all persons supplying labor and material in the prosecution of the work provided for in said Subcontract and any and all
modifications of said Subcontract that may hereafter be made, then this obligation shall be null and void; otherwise it shall remain in
full force and effect.
The said Surety agrees that no change, extension of time, alteration, addition, omission, or other modification of the terms of
either the said Subcontract or the said Prime Contract, or both, or in the said work to be performed, or in the specifications, or in the
plans, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such changes, extensions of time,
alterations, additions, omissions, and other modifications. Furthermore, any increase in the Subcontract amount shall automatically
result in a corresponding increase in the penal amount of this Bond without notice to, or consent from, the Surety, such notice and
consent hereby being waived. Decreases in the Subcontract amount shall not, however, reduce the penal amount of this Bond unless
expressly consented to by Obligee in writing.
The said Principal and the said Surety agree that this Bond shall inure to the benefit of all persons supplying labor and material in
the prosecution of the work provided for in said Subcontract, as well as to the Obligee, and that such persons may maintain
independent actions upon this Bond in their own names.
IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of
, 20 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its
undersigned representative, pursuant to authority of its governing body.
____________________________
(Principal) (Seal)
____________________________
______________, __ _____
Witness: (Business Address)
By
Or Secretary's Attest (Signature) (Title)
(Surety) (Seal)
Witness: (Business Address)
By
Or Secretary's Attest (Signature) (Title)
Std. PP Rev. 8/2009 Page 2 of 2 Contrax
Project No: 113458 Exhibit C Bond No: ______________
Contract No: 999999 PERFORMANCE BOND
(Subcontract)
KNOW ALL MEN BY THESE PRESENTS, That ____________________________ of ____________________________
______________, __ _____ (hereinafter called the "Principal"), as Principal and
a corporation organized and existing under the laws of the State of , (hereinafter called the "Surety"), as Surety, are
held and firmly bound unto CLARK CONSTRUCTION GROUP, LLC, 180 HOWARD STREET, SUITE 1200, SAN
FRANCISCO, CA 94105 (hereinafter called the "Obligee"), in the sum of ZERO DOLLARS ($0.00),for the payment of which sum
well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Obligee has been awarded a contract (hereinafter called the "Prime Contract"), by PORT OF SEATTLE, 2711
ALASKAN WAY,, SEATTLE, WA 98121 for DESIGN/BUILD SERVICES FOR INTERNATIONAL ARRIVALS
FACILITY, SEATTLE, WA and;
WHEREAS, the Principal has entered into a written Subcontract with the Obligee, dated DECEMBER 31, 2050 to perform, as
Subcontractor, certain portions of the work in connection with said Prime Contract, consisting of the work described in Exhibit B and
elsewhere in the Subcontract, which Subcontract is hereby referred to and made a part hereof.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal shall well and
truly perform all the undertakings, covenants, terms, conditions, and agreements of said Subcontract within the time provided therein
and any extensions thereof that may be granted by the Obligee, and during the life of any guaranty required under said Subcontract,
and shall also well and truly perform all the undertakings, covenants, terms, conditions, and agreements of any and all duly authorized
modifications of said Subcontract that may hereafter be made, and shall indemnify and save harmless said Obligee of and from any
and all loss, damage, and expense, including costs and attorney's fees, which the said Obligee may sustain by reason of failure so to
do, then this obligation shall be null and void; otherwise it shall remain in full force and effect.
The said Surety agrees that no change, extension of time, alteration, addition, omission, or other modification of the terms of
either the said Subcontract or the said Prime Contract, or both, or in the said work to be performed, or in the specifications, or in the
plans, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such changes, extensions of time,
alterations, additions, omissions, and other modifications. Furthermore, any increase in the Subcontract amount shall automatically
result in a corresponding increase in the penal amount of this Bond without notice to, or consent from, the Surety, such notice and
consent hereby being waived. Decreases in the Subcontract amount shall not, however, reduce the penal amount of this Bond unless
expressly consented to by Obligee in writing.
IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of
___________ , 20 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its
undersigned representative, pursuant to authority of its governing body.
____________________________
(Principal) (Seal)
____________________________
______________, __ _____
Witness:
(Business Address)
By
Or Secretary's Attest
(Signature) (Title)
(Surety) (Seal)
Witness:
(Business Address)
By
Or Secretary's Attest (Signature) (Title)
SeaTac IAF
Seattle, Washington
EXHIBIT E (5/17/2016)
Page: 1 of 4
Clark Project No.: 113458
The information noted below sets forth the insurance required by the Subcontract Agreement. Subcontractor is responsible
for complying with all insurance requirements outlined in this Exhibit E unless specifically agreed to in writing by an
Officer of Clark.
Upon execution of this Agreement, Subcontractor shall procure (at its sole cost and expense), maintain, and evidence,
insurance coverages set forth below that conform to the following minimum limits, terms and conditions:
1) Additional Insureds
Clark Construction Group, LLC (hereinafter “Clark”) and the Port of Seattle are to be added as additional insureds
on all policies required in section 2 below, except Workers’ Compensation and Employer’s Liability.
The additional insured coverage shall be provided via the ISO CG 20 10 (11/85) or CG 20 10 (10/93) AND CG
20 37 (07/04) or CG 20 10 (10/01) AND CG 20 37 (10/01) additional insured endorsement(s), or its equivalent.
Additional insured coverage shall extend to the entities listed above for a period of ten years or the statute of
repose in the state in which this PROJECT IS LOCATED, whichever is less. The additional insured endorsement
form number used in your policy must be identified on the certificate of insurance. A copy of the additional
insured endorsement must be provided if it is a manuscript endorsement. Clark reserves the right to request a copy
of any additional insured endorsement(s) used in your policy. The additional insured endorsement shall state that
the coverage provided to the additional insureds is primary and non-contributing with respects to any other
insurance that may be available to the additional insured(s).
2) Minimum acceptable insurance coverage and limits are as follows:
Workers’ Compensation Insurance: Statutory Limit
Subcontractor and all of its subcontractors at any tier performing any work within 50ft of navigable water must
purchase, maintain, and evidence coverage for both Jones Act and US Longshore and Harbor Workers’
Compensation Act. Coverage and certificates of insurance provided on the behalf of Subcontractor by an
employee leasing or other non-affiliated companies are not acceptable.
Employer’s Liability Insurance:
Bodily Injury by Accident, each accident $1,000,000
Bodily Injury by Disease, each accident $1,000,000
Bodily Injury by Disease, policy limit $1,000,000
Commercial General Liability Insurance (CGL):
CGL coverage form should be the ISO Occurrence Form CG0001 (12/04), or its equivalent. Limits can be
achieved through a CGL policy as stated above or a combination of CGL policies and following form umbrella
excess liability policies. General Aggregate Limit shall be endorsed to apply per project/per location.
Subcontractors’ performing work with a construction value of $20M or more:
Each Occurrence Limit $10,000,000
General Aggregate Limit $10,000,000
Products & Completed Operations Aggregate $10,000,000
Appendix 5
SeaTac IAF
Seattle, Washington
EXHIBIT E (5/17/2016)
Page: 2 of 4
Subcontractors’ performing work with a construction value under $20M:
Each Occurrence Limit $5,000,000
General Aggregate Limit $5,000,000
Products & Completed Operations Aggregate $5,000,000
Comprehensive Auto Liability:
Subcontractors’ driving on the ramp of the aircraft non-movement area:
Combined Single Limit $5,000,000
Covering all owned, non-owned, and hired vehicles including MCS90s
Subcontractors’ on the movement area of the air operations area:
Combined Single Limit $10,000,000
Covering all owned, non-owned, and hired vehicles including MCS90s
Subcontractors’ outside the air operations area:
Combined Single Limit $1,000,000
Covering all owned, non-owned, and hired vehicles including MCS90s
3) Professional Liability Insurance:
In the event the Subcontractor or any of its subcontractors at any tier are required by Subcontract to provide design
services or the services of a professional engineer, including but not limited to sealing or certifying documents,
then Subcontractor or any one of such subcontractors at any tier shall procure, maintain, and evidence professional
liability insurance written on either claims made or occurrence coverage form with minimum policy limits detailed
below. Insurance evidenced on a claims made coverage form must include extended reporting periods or
retroactive dates corresponding with the Statute of Repose for the State in which the Project is located.
Mechanical, Electrical, Plumbing, Fire Protection subcontractors:
Each Claim $5,000,000
Aggregate Limit of Liability $5,000,000
Subcontractors’ with a contract value greater than $10M:
Each Claim $5,000,000
Aggregate Limit of Liability $5,000,000
Subcontractors’ with a contract value equal to $5M and less than $10M:
Each Claim $3,000,000
Aggregate Limit of Liability $3,000,000
Subcontractors’ with a contract value of $1M or less: Each Claim $1,000,000
Aggregate Limit of Liability $1,000,000
Subcontractor shall provide, or in the case of any of its subcontractors of any tier providing Professional Liability
Coverage, shall cause any of such subcontractors to provide, Clark with a certificate of insurance confirming the
existence of insurance coverages set forth in this Exhibit E.
SeaTac IAF
Seattle, Washington
EXHIBIT E (5/17/2016)
Page: 3 of 4
Certificates for any tiered subcontractor performing Professional Liability must name Clark as a certificate holder
and include the following information on the certificate: TIERED SUBCONTRACTOR for Subcontractor name:
job number and job name.
4) Hazardous Material Abatement Coverage:
In the event the Subcontractor or any of its subcontractors at any tier are performing any demolition of pre-existing
structures, excavation, moving or removal of any hazardous materials, or handling of any hazardous materials, this
Subcontractor, and any such lower-tier subcontractors, shall procure, maintain, and evidence the Hazardous
Material Abatement Coverage outlined in 4a. and 4b. below:
a) Asbestos and Lead Abatement Liability Coverage written on an occurrence basis with no sunset
clause (for the abatement of asbestos and lead). Minimum policy limits of liability are:
Each Occurrence Limit $5,000,000
Aggregate Limit of Liability $5,000,000
b) Contractor’s Pollution Liability Coverage (for the abatement and handling of all hazardous and
contaminated materials other than asbestos and/or lead). This may be written on a claims made
or occurrence coverage form. Minimum policy limits of liability are:
Each Occurrence Limit $5,000,000
Aggregate Limit of Liability $5,000,000
c) Subcontractor will assure that the party transporting any of the materials listed in 4a. and 4b.
above will provide the following minimum limits of liability:
General Liability $5,000,000
Auto Liability $5,000,000
Covering all owned, non-owned, and hired vehicles including MCS90s
Workers Compensation Statutory
d) Subcontractor will assure that any disposal site used to dispose of hazardous material will
provide the following minimum limits of liability:
General Liability $5,000,000
Environmental Impairment Liability $5,000,000
Workers Compensation Statutory
Subcontractor shall provide, or in the case of any of its subcontractors of any tier providing Hazardous Materials
Abatement Coverage, shall cause any of such subcontractors to provide, Clark with a certificate of insurance
confirming the existence of insurance coverages set forth in this Exhibit E. Certificate of insurance should show
the issuing company will mail thirty (30) days written notice of cancellation to Clark.
Certificates for any tiered subcontractor performing Hazardous Materials Abatement Coverage must name Clark
as a certificate holder and include the following information on the certificate: TIERED SUBCONTRACTOR for
Subcontractor name: job number and job name.
5) Insurance Certificates and Policies
Clark reserves the right to request confirmation of any/all insurance coverages or requirements noted in this
Exhibit E or in the Subcontract Agreement. Subcontractor will provide Clark a complete certified copy of any
insurance policy(ies) required in this Exhibit E within five (5) business days of a written request for such. All
insurance policies carried by the Subcontractor shall be maintained by the Subcontractor at its sole expense, with
insurance carriers qualified to do business in the state in which the Project is located and maintaining a rating of
not less than A-:X from A.M. Best & Co., unless an Officer of Clark, in writing, in his/her sole discretion, accepts
SeaTac IAF
Seattle, Washington
EXHIBIT E (5/17/2016)
Page: 4 of 4
a lower Best’s rating. Clark reserves the right to reject any insurance policy that is not underwritten by an
insurance company that is reasonably acceptable to us, or on a policy form that is reasonably acceptable to us.
Certificate(s) of insurance should show the issuing company will mail thirty (30) days written notice of
cancellation to Clark. Clark’s review and/or processing of certificates and/or endorsements does not constitute
acceptance or compliance with the subcontractor’s insurance requirements.
Certificates must contain the job number, job name, contract number and jobsite address.
Forward all Certificates of Insurance to: [email protected]
9/1/2015 FORM Edition