Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and...

102
Jefferson Transit Authority Haines Place Park and Ride Restroom Expansion Bid Set July 9, 2019

Transcript of Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and...

Page 1: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority

Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

Page 2: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms
Page 3: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

PROJECT MANUAL

SPECIFICATIONS

FOR

Jefferson Transit Authority

HAINES PLACE PARK AND RIDE

RESTROOM EXPANSION

Bid Set July 9, 2019

CIVIL ENGINEER

JE GIBSON

CONSULTING

PO BOX 178

TENINO, WA 98516

Phone: (360) 951-1454

Page 4: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms
Page 5: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

The undersigned Engineer of Record hereby certifies that the Technical Specifications for the Civil

portions of this Project for the Bid Set Submittal for the Jefferson Transit Authority – Haines Place

Park and Ride Restroom Expansion were written by me, or under my direct supervision, and that I

am duly registered under the laws of the State of Washington and hereby affix my Professional Seal

and signature. Those sections prepared under my supervision and being certified by my seal and

signature below:

JE Gibson Consulting CIVIL ENGINEER OF RECORD STAMP

Page 6: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

TABLE OF CONTENTS - 1

PROJECT MANUAL

TABLE OF CONTENTS

VOLUME 1 COVER PAGE 2 ENINGEERS AND ARCHITECT SIGNATURE PAGES ................................................................................................................

6

TABLE OF CONTENTS 7

DIVISION 00 – PROCUREMENT & CONTRACTING REQUIREMENTS

001115 ADVERTISEMENT FOR BIDS 2

001116 INVITATION TO BID 2

002113 INSTRUCTION TO BIDDERS 19

003100 INFORMATION AVAILABLE TO BIDDERS 2

Attachment: Topographic Survey 1

004113 BID FORM 8

004114 SUBCONTRACTOR LIST 2

004115 NON COLLUSION DECLARATION 2

004116 JTA TITLE VI ASSURANCE 2

004117 SUSPENSION AND DEBARMENT DECLARATION 2

004121 ACCEPTANCE CRITERIA FORM 4

004313 BID BOND 2

004393 BID SUBMITTAL CHECKLIST 2

004512 REFERENCES 2

005213 AGREEMENT FORM – STIPULATED SUM 2

Attachment: Public Works Contract 2

Attachment: Insurance Requirements for Construction Contracts 4

006113 PERFORMANCE AND PAYMENT BOND FORM 2

Attachment: AIA Performance Bond 4

Attachment: AIA Payment Bond 4

007213 GENERAL CONDITIONS 2

Attachment: A201-2007 – GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION 72

Page 7: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

TABLE OF CONTENTS - 2

DIVISION 01 – GENERAL REQUIREMENTS

011000 SUMMARY OF WORK 3

012300 ALTERNATES ……………………………………………………………………………………………………............................

2

012600 CONTRACT MODIFICATION PROCEDURES …..................................................................................................

2

012900 PAYMENT 3

013100 PROJECT MANAGEMENT AND COORDINATION 4

013300 SUBMITTAL PROCEDURES ................................................................................................................................

5

015000 TEMPORARY FACILITIES AND CONTROLS ...................................................................................................

4

017700 CLOSEOUT PROCEDURES

5

DIVISION 2 – ALL DIVISIONS AND SPECIFICATION INFORMATION IS LOCATED ON THE PLANS. PLEASE

REFER TO CONTRACT PLANS FOR MATERIALS AND DETAILS.

DIVISION 3 - (NOT USED)

DIVISION 5 – (NOT USED)

DIVISION 6 – (NOT USED)

DIVISION 7 – (NOT USED)

DIVISION 8 – (NOT USED)

DIVISION 9 – (NOT USED)

DIVISION 10 – (NOT USED)

DIVISION 11 – (NOT USED)

DIVISION 12 – (NOT USED)

DIVISION 13 – (NOT USED)

DIVISION 14 – (NOT USED)

DIVISIONS 15-19 (NOT USED)

DIVISION 26 – ELECTRICAL (NOT USED)

DIVISION 31 EARTHWORK (NOT USED)

DIVISION 32 – EXTERIOR IMPROVEMENTS (NOT USED)

DIVISION 31 EARTHWORK (NOT USED)

DIVISION 32 – EXTERIOR IMPROVEMENTS (NOT USED)

DIVISION 33 – UTILITIES (NOT USED)

Page 8: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

ADVERTISEMENT FOR BIDS 001115-1

ADVERTISEMENT FOR BIDS

Sealed bid proposals will be accepted for the following project:

PROJECT NO.: JTA Project – Haines Place Park and Ride Restroom Expansion

TITLE: Jefferson Transit Authority Haines Place Park and Ride Restroom Expansion

AGENCY: Jefferson Transit Authority

PROJECT DESCRIPTION: The Jefferson Transit Authority project will consist of the installation of a CXT Precast Products restroom. (Provided and placed by JTA) The restroom will be installed at a 2.70 Acre parcel located at 440 12th Street Port Townsend, WA 98368. This scope of work includes misc. asphalt and concrete demolition, preparation of a gravel pad for the restroom to be installed on, extensions for and stub ups for connection to the restroom for the water service, side sewer, power from the existing building electrical panel and asphalt paving and striping. Contractor will also provide all requirements as shown and labelled in the CXT Precast Products plans (NOT PROVIDED BE CXT) All preplacement work will need to be completed before the restroom will be installed. The installation will take 1-day where awarded contractor will need to be onsite to adjust any utilities during building placement. Following building placement asphalt paving, striping and signage will be completed.

ESTIMATED BASE BID COST RANGE: $35,000 to $40,000

SUBMITTAL TIME/DATE/LOCATION:

Thursday, August 2, 2019 at 2:00PM

Jefferson Transit Authority

Customer Service Desk

63 4 Corners Road

Port Townsend, WA 98368

Public Bid Opening will commence at the same location. The Jefferson Transit Authority reserves the right to accept or reject any or all proposals and to waive informalities.

BY: Jefferson Transit Authority

BID DOCUMENTS: Plans, specifications, addenda, and plan holders list for this project

Page 9: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

ADVERTISEMENT FOR BIDS 001115-2

will be available on-line through Builders Exchange of Washington, Inc. by going to www.bxwa.com. Click on “Posted Projects”, “Public Works”, “Jefferson Transit

Authority”, “Projects Bidding”, and “Project Bid Date”. Bidders must “Register as a

Bidder”, in order to receive automatic e-mail notification of future addenda and to be placed on the “Bidders List”. This service is provided free of charge to Prime Bidders, Subcontractors, and Vendors bidding this project. Please contact Builders Exchange of Washington at (425) 258-1303 should you require assistance.

BXWA is not the Public Records Officer for the Jefferson Transit Authority. Any requests for Public Records of the Jefferson Transit Authority should be directed to the Jefferson Transit Clerk of the Board, at 63 4 Corners Road, Port Townsend, WA 98368, or by Phone at (360) 385-4777 ext. 108. A request form is also available at http://jeffersontransit.com/

TECHNICAL QUESTIONS: Please direct questions regarding this Project to Jim Gibson, P.E., Project Manager: e-mail: [email protected]

BY: Tammi Rubert, General Manager Jefferson Transit Authority

Page 10: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INVITATION TO BID 001116-1

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2018

1 SECTION 001116 - INVITATION TO BID

2 1.1 NOTICE TO BIDDERS: Sealed bids will be received by Jefferson Transit Authority, Customer Service

3 Desk, located at 63 4 Corners Road, Port Townsend, WA 98368 at 2:00 PM, Friday, August 2nd,

4 2019. The official time clock will be the digital clock at the Customer Service Desk computer. The

5 sealed envelope must be clearly marked with the Project name and number as it appears in the

6 Advertisement to Bid, and the Bidder’s name and address.

7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms in the manner stated in the

8 Instructions to Bidders (Section 002113), and include all documents required in the Bidders’ Checklist

9 (Section 003200).

10 1.3 GENERAL PROJECT DESCRIPTION: The Jefferson Transit Authority project will consist of the installation of a CXT Precast Products restroom. (Provided and placed by JTA) The restroom will be installed at a 2.70 Acre parcel located at 440 12th Street Port Townsend, WA 98368.

11 12 This scope of work includes misc. asphalt and concrete demolition, preparation of a gravel pad for the restroom

to be installed on, extensions for and stub ups for connection to the restroom for the water service, side sewer, power from the existing building electrical panel and asphalt paving and striping. Contractor will also provide all requirements as shown and labelled in the CXT Precast Products plans (NOT PROVIDED BE CXT) All preplacement work will need to be completed before the restroom will be installed. The installation will take 1-day where awarded contractor will need to be onsite to adjust any utilities during building placement. Following building placement asphalt paving, striping and signage will be completed.

13 The estimated construction cost for the Base Bid Work is between $35,000 to $40,000.

14 1.4 BIDDING DOCUMENTS: Plans, specifications, addenda, and plan holders list for this project

15 will be available on-line through Builders Exchange of Washington, Inc. by going to

16 www.bxwa.com. Click on “Posted Projects”, “Public Works”, “Jefferson Transit

17 Authority”, “Projects Bidding”, and “Project Bid Date”. Bidders must “Register as a

18 Bidder”, in order to receive automatic e-mail notification of future addenda and to be placed

19 on the “Bidders List”. This service is provided free of charge to Prime Bidders, 20 Subcontractors, and Vendors bidding this project. Please contact Builders Exchange of

21 Washington at (425) 258-1303 should you require assistance.

22 BXWA is not the Public Records Officer for the Jefferson Transit Authority. Any requests for Public

23 Records of the Jefferson Transit Authority should be directed to the Jefferson Transit Clerk of the Board,

24 at 63 4 Corners Road, Port Townsend, WA 98368, or by Phone at (360) 385-4777 ext. 108. A request

25 form is also available at http://jeffersontransit.com/

26 1.5 BID SECURITY: A certified check, a bank cashier’s check, or a bid bond executed by a State licensed

27 surety company made payable to Jefferson Transit Authority is required with each bid, in an amount equal

28 to five percent (5%) of the Base Bid.

29 1.6 PREVAILING RATE OF WAGE: Pursuant to RCW 39.12, no worker, laborer, or mechanic employed

30 in the performance of any part of this contract shall be paid less than the ‘prevailing rate of wage’ (in

Page 11: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INVITATION TO BID 001116-2

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2018

1 effect as of the date the bids are due) as published by the State of Washington Department of Labor and

2 Industries, and the United States Department of Labor Davis-Bacon Act.

1.7 REJECTION OF BIDS: Jefferson Transit Authority reserves the right to waive formalities and to reject

3 any or all Bids for any reason and in particular to reject a bid not accompanied by any required bid

4 security or data required by the Bidding Documents or a Bid in any way incomplete or irregular.

5 1.8 TIME OF THE CONTRACT: 24 Calendar Days, measured as 18 calendar days to Substantial

6 Completion, plus 6 calendar days to Final Completion.

7 1.9 FEDERAL AID PROJECT: This Project is funded through the Federal Transit Administration

8 (FTA). All FTA rules and regulations apply to this Project.

9 Jefferson Transit Authority in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42

10 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation,

11 subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the

12 Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will

13 affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged

14 business enterprises will be afforded full opportunity to submit bids in response to this invitation and

15 will not be discriminated against on the grounds of race, color, national origin and/or sex in

16 consideration for an award.

17 By order of: Jefferson Transit Authority

18 By: Tammi Rubert, General Manager

19 Advertised in the Daily Journal of Commerce and Port Townsend Leader, (7/9/2019).

20 END OF SECTION 001116

Page 12: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 1

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 SECTION 002113 - INSTRUCTION TO BIDDERS

2 1.1 DEFINITIONS

3 A. All definitions set forth in the Contract for Construction or in other Contract Documents

4 are applicable to the Bidding Documents.

5 B. "Addenda" are written or graphic instruments issued prior to the execution of the

6 Contract which modify or interpret the Bidding Documents by additions, deletions,

7 clarifications or corrections. The contents of Addenda are issued in no particular order

8 and therefore should be carefully and completely reviewed. Addenda relating to

9 administrative matters, such as, for example, the date or time of meetings or bid receipt,

10 may be issued in writing by fax, mail or other delivery.

11 C. An "Alternate Bid" (or "Alternate") is an amount stated in the Bid to be added to

12 ("Additive Alternate") or deducted from ("Deductive Alternate") the amount of the Base

13 Bid if the corresponding change in the Work, as described in the Bidding Documents, is

14 accepted.

15 D. "Award" means the formal decision by the Jefferson Transit Authority notifying a Bidder

16 with the lowest responsive Bid of the Owner’s acceptance of the Bid and intent to enter

17 into a contract with the Bidder.

18 E. The "Award Requirements" include the following statutory requirements as a condition

19 precedent to Award (RCW39.04.350). The lowest responsible Bidder shall:

20 1. At the time of bid submittal, have a certificate of registration in compliance with

21 chapter 18.27 RCW;

22 2. Have a current state unified business identifier number;

23 3. If applicable, have industrial insurance coverage for the Bidder's employees working

24 in Washington as required in Title 51 RCW;

25 4. Have an employment security department number as required in Title 50 RCW;

26 5. Have a state excise tax registration number as required in Title 82 RCW;

27 6. Not be disqualified from bidding on any public works contract under

28 RCW 39.06.010 (unregistered or unlicensed contractors) or RCW 39.12.065(3)

29 (prevailing wage violations);

30 7. If bidding on a public works project subject to the apprenticeship utilization

31 requirements in RCW 39.04.320, not have been found out of compliance by

32 Washington state apprenticeship and training council for working apprentice out of

33 ratio, without appropriate supervision, or outside their approved work processes as

34 outlined in their standards of apprenticeship under chapter 49.04 RCW for one-year

35 period immediately preceding the date of the bid solicitation;

36 8. Until December 31, 2018, not have violated RCW 39.04.370 more than one time as

37 determined by the department of labor and industries; and

38 9. Shall not currently be debarred or suspended by Federal government. The Bidder

39 shall not be listed as having an “active exclusion” on the U.S. government’s “System

40 for Award Management” database (www.sam.gov).

Page 13: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 2

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 F. The "Base Bid" is the sum stated in the Bid for which the Bidder offers to perform the

2 Work described in the Bidding Documents as the base to which work may be added or

3 from which work may be deleted for sums stated in Alternate Bids.

4 G. "Bid" is a complete and properly signed proposal to do the Work or designated portion

5 thereof, submitted in accordance with the Bidding Documents, for the sums therein

6 stipulated and supported by any data called for by the Bidding Documents.

7 H. The "Bid Date" is the day and hour(s) specified in the Bidding Documents, as may be

8 changed through an Addendum, by which Bidders are required to submit Bids to the

9 Owner.

10 I. The "Bid Form" is the form(s) that are included with the Bidding Documents through

11 which a Bidder submits a Bid. The Bid Form may consist of several Parts that are

12 submitted at different times.

13 J. "Bidder" is a person or entity who submits a Bid for a prime contract with the Owner for

14 the Work described in the proposed Contract Documents.

15 K. The "Bidding Documents" include the Advertisement or Invitation to Bid, Instructions

16 to Bidders, the Bid Form, any other sample bidding and contract forms, the Bid Bond,

17 and the proposed Contract Documents, including any Addenda issued prior to receipt of

18 bids.

19 L. The "Contract Documents" proposed for the Work consist of the written and executed

20 Agreement Between Owner and Contractor, the General Conditions of the Contract (as

21 well as any Supplemental, Special or other Conditions included in the Project Manual),

22 any Drawings, any Specifications, and all Addenda issued prior to, and all modifications

23 issued after, execution of the Contract. (see Section 1.03)

24 M. JTA is Jefferson Transit Authority, the “Owner.”

25 N. To be considered "Responsible," a Bidder must meet the Award Requirements and the

26 following supplemental criteria applicable to this Project (together, the "Responsibility

27 Criteria") to the satisfaction of the Engineer and the Owner. Refer to Section 1.5

28 CONSIDERATION OF BIDS, Part C.3 Requirements for Award for mandatory and

29 supplemental bidder criteria.

30 1.

31 O. "Sub-bidder" is a person or entity who submits a bid to a Bidder for materials,

32 equipment or labor for a portion of the Work.

33 1.2 BIDDER'S REPRESENTATIONS

34 By submitting its Bid, each Bidder represents that:

35 A. BIDDING DOCUMENTS.

36 1. The Bidder has read and understands the Bidding Documents, and its Bid is made in

37 accordance with them.

Page 14: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 3

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 2. By signing the Proposal the Bidder will be deemed to have signed and agreed to the

2 requirements of the Non Collusion Declaration. The Non Collusion Declaration can

3 be reviewed under Section 004115.

4 3. The Certification for Federal-Aid Contract is included in this project Bid package

5 under Section 007213 FTA Federal Contract Clauses and will be included in the

6 contract document. Bidders must read and be aware of this declaration by signing the

7 Bid Proposal. The Bidder, also by signing the Bid Proposal, agrees that the FTA

8 Federal Contract Clauses language will be included in all lower tier subcontracts

9 which exceed the thresholds as stated in the FTA Federal Contract Clauses document

10 and that all such agreements shall be disclosed accordingly.

11 4. By signing the Proposal the Bidder will be deemed to have signed and agreed to the

12 requirements of the Suspension and Debarment Declaration. The Suspension and

13 Debarment Declaration can be reviewed under Section 004117.

14 5. By signing the Bid Proposal, the Bidder is aware and has read Jefferson Transit

15 Authority’s Title VI Non-Discrimination Assurances, Section 004116.

16

17 B. POSSIBLE SELF-PERFORMED WORK REQUIREMENT.

18 1. The Bidder will perform with its own forces any percentage of the Work required by

19 the Bidding Documents or the Contract Documents.

20 C. BASIS.

21 1. Its Bid is based upon the materials, systems, services, and equipment required by the 22 Bidding Documents, and is made without exception. A conditional or qualified bid

23 will not be accepted.

24 D. EXAMINATION.

25 1. The Bidder has carefully examined and understands the Bidding Documents, the

26 Contract Documents (including, without limitation, any liquidated damages and

27 insurance provisions), and the Project site, it has familiarized itself with the local

28 conditions under which the Work is to be performed and has correlated its

29 observations with the requirements of the proposed Contract Documents and it has

30 satisfied itself as to the nature, location, character, quality and quantity of the Work,

31 the labor, materials, equipment, goods, supplies, work, services and other items to be

32 furnished, and all other requirements of the Contract Documents.

33 2. The Bidder has also satisfied itself as to the conditions and other matters that may be

34 encountered at the Project site or affect performance of the Work or the cost or

35 difficulty thereof, including but not limited to those conditions and matters affecting:

36 transportation, access, disposal, handling and storage of materials, equipment and

37 other items; availability and quality of labor, water, electric power and utilities;

38 availability and condition of roads; climatic conditions and seasons; physical

39 conditions at the Project site and the surrounding locality; topography and ground

40 surface conditions; and equipment and facilities needed preliminary to and at all

41 times during the performance of the Work.

42 3. The failure of the Bidder fully to acquaint itself with any applicable condition or

43 matter shall not in any way relieve the Bidder from the responsibility for performing

44 the Work in accordance with, and for the Contract Sum and within the Contract

45 Time provided for in, the Contract Documents.

Page 15: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 4

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 E. PROJECT MANUAL.

2 1. The Bidder has checked its copies of the Project Manual with the Table of Contents

3 bound therein to ensure the Project Manual is complete.

4 F. SEPARATE WORK.

5 1. The Bidder has examined and coordinated all Drawings, Contract Documents, and

6 Specifications with any other contracts to be awarded separately from, but in

7 connection with, the Work being bid upon, so that the Bidder is fully informed as to

8 conditions affecting the Work being bid upon. See Section 011000 “SUMMARY”

9 for a description of work under other contracts, if any.

10 G. LICENSE REQUIREMENTS.

11 1. Bidders and their proposed Subcontractors shall be registered and shall hold such

12 licenses as may be required by the laws of Washington, including a certificate of

13 registration under RCW 18.27, for the performance of the Work specified in the

14 Contract Documents.

15 1.3 BIDDING DOCUMENTS

16 A. ELECTRONIC FILES

17 1. On-Line Documents

18 Plans, specifications, addenda, and plan holders list for this project will be available

19 on-line through Builders Exchange of Washington, Inc. by going to www.bxwa.com.

20 Click on “Posted Projects”, “Public Works”, “Jefferson Transit Authority”,

21 “Projects Bidding”, and “Project Bid Date”. Bidders must “Register as a Bidder”, in

22 order to receive automatic e-mail notification of future addenda and to be placed on the

23 “Bidders List”. This service is provided free of charge to Prime Bidders, Subcontractors,

24 and Vendors bidding this project. Please contact Builders Exchange of Washington at

25 (425) 258-1303 should you require assistance.

26 BXWA is not the Public Records Officer for the Jefferson Transit Authority. Any

27 requests for Public Records of the Jefferson Transit Authority should be directed to the

28 Jefferson Transit Clerk of the Board, at 63 4 Corners Road, Port Townsend, WA 98368,

29 or by Phone at (360) 385-4777 ext. 108. A request form is also available at

30 http://jeffersontransit.com/

31 2. Complete sets. Bidders shall use complete sets of Bidding Documents in preparing

32 Bids and are solely responsible for utilizing established plan holder identification

33 processes to obtain updated bid information; neither the Owner nor the Architect

34 assumes any responsibility for errors or misinterpretations resulting from the use of

35 incomplete and/or superseded sets of Bidding Documents.

36 B. INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS

37 1. Format. The Contract Documents may be divided into parts, divisions, and sections

38 for convenient organization and reference. Generally, there has been no attempt to

Page 16: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 5

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 divide the Specification sections into Work performed by the various building

2 trades, any Work by separate contractors, or any Work required for separate

3 facilities in or phases of the Project.

4 2. Any omissions, discrepancies, or need for interpretation should be brought in

5 Writing or email to the attention of the following: 6

7 Jim Gibson, P.E. 8 Jefferson Transit Authority’s Project Manager

9 [email protected] 10 63 Four Corners Road 11 Port Townsend, WA 98368 12

13 Written addenda to clarify questions, which should arise, will then be issued 14 if appropriate. All interpretation or explanation of the bid contract documents shall 15 be in the form of an addendum, and no oral statements Jefferson Transit Authority 16 or any other officer, employee or other agent or representative of Jefferson Transit 17 Authority shall in any way modify the contract or bid documents, whether made 18 before or after letting the contract.

19

20 3. Verification and acknowledgment of receipt. Prior to bidding, each Bidder shall

21 ascertain that it has received all Addenda issued. Each Bidder shall acknowledge its

22 receipt of all Addenda in its Bid.

23 4. Singular references. Reference in the singular to an article, device, or piece of

24 equipment shall include as many of such articles, devices, or pieces as are indicated

25 in the Contract Documents or as are required to complete the installation.

26 5. Utilities and runs. The Bidder should assume that the exact locations of any

27 underground or hidden utilities, underground fuel tanks, and any plumbing and

28 electrical runs may be somewhat different from any location indicated in the surveys

29 or Contract Documents.

30 C. SUBSTITUTIONS

31 1. Standard. The materials, products, procedures and equipment described in the 32 Bidding Documents establish a standard of required function, dimension,

33 appearance, and quality that must be met by any proposed substitution.

34 2. Substitution procedure. No substitution will be considered prior to receipt of Bids

35 unless the Architect receives a written request for approval on the Owner 's

36 Substitution Request form for the Project, with all data requested on the form

37 completed, at least seven (7) days prior to the date for receipt of Bids. Substitution

38 requests for civil, landscape, structural, kitchen, mechanical and electrical products

39 shall be sent directly to those consultants, with a copy of the substitution request sent

40 to the Architect. Each such request shall be submitted with a Request for

41 Substitution form identical to or equivalent in content to the form found in the

42 Project Manual (see Section 012500) and shall include the name of the material or

43 equipment proposed to be replaced and a complete description of the proposed

44 substitution, including drawings, cut sheets, performance and test data, warranty

45 information, and any other information necessary for an evaluation. A statement

46 setting forth any changes in other materials, equipment or other Work that

47 incorporation of the substitute would require shall be included. The proposer has the

Page 17: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 6

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 burden to prove the merit of the proposed substitute; by proposing the substitution,

2 the Bidder represents that it has personally investigated the proposed material or

3 product and determined that it is equal or better in all respects to that specified, that

4 the same or better warranty will be provided for the substitution, that complete cost

5 data, including all direct and indirect costs of any kind, has been presented, that the

6 substitution will not increase Contract Time, and that it will coordinate the

7 installation of the substitute if accepted and make all associated changes in the

8 Work. The Architect's decision to approve or disapprove a proposed substitution

9 shall be final. Written requests for approval shall constitute a guarantee by the

10 Bidder that the articles or materials are in all respects, including warranty and

11 installation, equal or superior to those specified, unless otherwise noted. To the

12 extent the proposed substitution will require additional services by the Architect or

13 its consultants after Bid award, the Bidder, if successful, will be required to pay the

14 Architect or its consultants for these services at their customary hourly rates.

15 3. Addendum. If the Architect approves a proposed substitution prior to receipt of

16 Bids, the approval will be set forth in a written Addendum. Bidders shall not rely

17 upon approvals made in any other manner. Substitution request forms returned by

18 the Architect are a courtesy only, and Bidders/Sub-bidders shall rely solely on

19 substitution approvals listed in an Addenda.

20 4. Post-bid substitutions. After the Contract has been executed, the Owner and the

21 Architect may consider a written request for the substitution of material or products

22 in place of those specified in the Contract Documents only under exceptional

23 circumstances as specified therein.

24 D. ADDENDA

25 1. Written. All Addenda(s) will be posted on Builder’s Exchange. Refer to the

26 Section 1.3 BIDDING DOCUMENTS.

27 2. Verification and acknowledgment of receipt. Prior to bidding, each Bidder shall

28 ascertain that it has received all Addenda issued. Each Bidder shall acknowledge its

29 receipt of all Addenda in its Bid.

30 1.4 BIDDING PROCEDURE

31 A. FORM AND STYLE OF BIDS

32 1. Form. Bids (including any required attachments) shall be submitted on forms

33 identical to the form included with the Bidding Documents. No oral, email, or

34 telephonic responses or modifications will be considered.

35 2. Entries on the Bid Form. All blanks on the Bid Form shall be filled in by typeset

36 (typewriter or printer) or manually in ink.

37 3. Words and figures. Where so indicated by the makeup of the Bid Form, sums shall

38 be expressed in both words and figures; in case of discrepancy between the two, the

39 amount written in figures shall govern and the words shall be used to determine any

40 ambiguities in the figures. Portions of the Bid Form may require the addition of

41 component bids to a total or the identification of component amounts within a total.

42 In case of discrepancy between component amounts listed and their sum(s), the

43 component amounts listed (rather than the sum) shall govern.

44 4. Initial changes. Any interlineation, alteration or erasure should be initialed by an

45 authorized representative of the Bidder.

Page 18: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 7

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 5. Alternates. All requested Alternates and unit prices, if applicable, should be bid.

2 The Owner reserves the right, but is not obligated, to reject any Bid on which all

3 requested Alternates are not bid. If no change in the Base Bid is required for an

4 Alternate, enter "No Change." If there is no entry, it will be presumed that the

5 Bidder has made no offer to accomplish this Alternate. If it is not otherwise clear

6 from the Bid or nature of the Alternate, it will be presumed that the amount listed for

7 an Alternate is additive rather than deductive. The Alternates are listed in order of

8 the Owner’s priority and will be selected in the order as funding is available. No

9 conditions. The Bidder shall make no conditions or stipulations on the Bid Form

10 nor qualify its Bid in any other manner.

11 6. Identity of Bidder. The Bidder shall include in the specified location on the Bid

12 Form the legal name of the Bidder and, if requested, a description of the Bidder as a

13 sole proprietor, a partnership, a joint venture, a corporation, or another described

14 form of legal entity. The Bid shall be signed by the person or persons legally

15 authorized to bind the Bidder to a contract. A Bid submitted by an agent shall have

16 a current power of attorney attached certifying the agent's authority to bind the

17 Bidder, and provide other information requested.

18 7. Bid amounts must include sales tax. The Bid shall include in the sum stated all

19 taxes imposed by law. All applicable taxes for materials must be paid in accordance

with state law.

20 8. Bid breakdown. The Bid Form may contain, for the Owner 's accounting purposes

21 only, a breakdown of some or all of the components included in the Base Bid.

22 9. Non-Collusion. See Bid Form, Section 004113.

23 B. POTENTIAL LISTING OF SUBCONTRACTORS

24 1. Procedure. The Bid Form includes a requirement that certain Subcontractors be 25 identified on a list to be submitted to the Owner at the same location specified for

26 receipt of Bids within 1 hour of the Bid Submittal Deadline. In these circumstances,

27 the Bidder must name the Subcontractor with whom the Bidder, if awarded the

28 Contract, will subcontract directly (i.e., not lower-tier Subcontractors) for

29 performance of the work. The Contractor shall submit the information below on the

30 form provided in Section 004114 SUBCONTRACTOR LIST

31 a. Electrical work as described in RCW 19.28.

Page 19: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 8

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

b. Any other categories of Work listed on the Subcontractor listing form or the

1 Bid Form.

2 SELF-PERFORMANCE: If the Bidder intends to self-perform any of these

3 categories of Work, it must name itself for each such category of Work.

4 NON-PERFORMANCE. If the Bidder does not identify a Subcontractor or

5 itself for any category of Work, the Bidder will indicate that it does not believe

6 that a category of Work is applicable to the Project.

7 MULTIPLE ENTRIES: The Bidder shall not list more than one (1) entity for a

8 particular category of Work identified, unless a Subcontractor varies with an

9 Alternate Bid, in which case the Bidder shall identify the Subcontractor to be

10 used for the Alternate and the affected portion of the Work and otherwise make

11 its Bid clear as to which subcontractor shall be utilized depending upon the

12 selection of alternates.

13 MULTIPLE SUBMITTAL TIMES. In the event the Bidding Documents call 14 for a second submittal time for receipt of alternate bids, and no additional

15 Subcontractors are listed with such alternate bids, the Owner will consider that

16 there is no change in the Subcontractors from those listed with the base Bid.

17 2. Failure to Submit. In accordance with RCW 39.30.060, failure of a Bidder to

18 submit as part of the Bid the names of such proposed heating, ventilation and air

19 conditioning, plumbing, and electrical Subcontractors or to name itself to perform

20 such Work or the naming of two or more Subcontractors to perform the same Work

21 shall render the Bidder's Bid nonresponsive and, therefore, void.

22 3. Requirement to Subcontract. The Bidder, if awarded the Contract, will

23 subcontract with the listed Subcontractor for performance of the portion of the Work

24 designated on the Form of Proposal, subject to the provisions of the Contract for

25 Construction and RCW 39.30.060. The Bidder shall not substitute a listed

26 Subcontractor in furtherance of bid shopping or bid peddling.

27 4. Replacement. If a listed Subcontractor is unable to comply with any bond ability,

28 qualification, or other requirements of the Contract or Bidding Documents

29 (including without limitation a finding of Subcontractor non-responsibility), the

30 Owner may require the Bidder to replace the Subcontractor with a Subcontractor

31 acceptable to the Owner at no change in the Contract Sum or Contract Time.

32 5. Subcontractor Standards. All listed Subcontractors may be required to provide

33 evidence of their qualifications prior to Notice of Award, or at any time during the

34 Contract Time. This evidence shall demonstrate that the Subcontractor meets or

35 exceeds all requirements for experience, qualifications, manufacturer’s

36 certifications, or any other requirements specified in any of the technical sections of

37 the Specifications for which the Subcontractor proposes to perform Work, and shall

38 be fully completed and submitted on the form for Subcontractor Qualification,

39 including specialized certification, licensing, and/or performance bonding where

40 specified.

Page 20: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 9

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 C. BID SECURITY

2 1. Purpose and Procedure. Each Bid shall be accompanied by a bid security payable 3 to Jefferson Transit Authority in the form required in the Bidding Documents and

4 equal to five percent (5%) of the Base Bid only (e.g., not including any Alternates).

5 The bid security constitutes a pledge that the Bidder will enter into the Contract with

6 the Owner in the form provided, in a timely manner, and on the terms stated in its

7 Bid and will furnish in a timely manner the payment and performance bonds,

8 certificates of insurance, Contractor's Construction Schedule, and all other

9 documents required in the Contract Documents. Should the Bidder fail or refuse to

10 enter into the Contract or fail to furnish such documents, the amount of the bid

11 security shall be forfeited to the Owner as liquidated damages, not as a penalty. By

12 submitting its Bid and bid security, the Bidder agrees that any forfeiture is a

13 reasonable prediction at the time of Bid submittal of future damages to the Owner.

14 2. Form. The bid security shall be in the form of a certified or bank cashier's check 15 payable to Jefferson Transit Authority or a bid bond executed by a bonding

16 company acceptable to the Owner and licensed in the State of Washington on the

17 form included with the Bidding Documents or on an acceptable and equivalent form.

18 The Attorney-in-Fact who executes the bond on behalf of the surety shall be licensed

19 to do business in the State of Washington and shall affix to the bond a certified and

20 current copy of his/her Power of Attorney.

21 3. Retaining Bid Security. The Owner will have the right to retain the bid security of

22 Bidders to whom an award is being considered until the earliest of either (a) the

23 Contract has been executed, and payment and performance bonds have been

24 furnished, or (b) the specified time has elapsed so that Bids may be withdrawn, or

25 (c) all Bids have been rejected.

26 4. Return of Bid Security. Within forty-five (45) days after the Bid Date, the Owner

27 will release or return bid securities to Bidders who’s Bids are not to be further

28 considered in awarding the Contract. Bid securities of the three apparent low

29 Bidders will be held until the Contract has been finally executed, after which all

30 unforfeited bid securities will be returned.

31 D. SUBMISSION OF BIDS

32 1. Procedure. The Bid, the bid security, and any other documents required to be

33 submitted with the Bid shall be enclosed in a sealed opaque envelope within the time

34 established by the Advertisement for Bids. The envelope shall be addressed to the

35 party specified in the Advertisement or Invitation to Bidders and shall be identified

36 with the Project name, and the Bidder's name and address. If the Bid is sent by mail

37 the sealed envelope shall be enclosed in a separate mailing envelope with the

38 notation "SEALED BID ENCLOSED" on the face thereof.

39 2. Deposit. Bids shall be deposited at the designated location prior to the time and date

40 for receipt of Bids indicated in the Advertisement or Invitation to Bid, or any

41 extension thereof made by Addendum. Bids received after the time and date for

42 receipt of Bids may be returned unopened at the discretion of the Owner.

43 3. Responsibility. The Bidder assumes full responsibility for timely delivery at the

44 location designated for receipt of Bids.

45 4. Form. Oral, fax, telephonic, email, electronic, or telegraphic Bids are invalid and

46 will not be considered.

Page 21: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 10

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 E. MODIFICATION OR WITHDRAWAL OF BID

2 1. After Bid Date. A Bid may not be modified, withdrawn or canceled by the Bidder 3 during a forty-five (45) day period following the time and date designated for the

4 receipt of Bids, and each Bidder so agrees by virtue of submitting its Bid.

5 2. Before Bid Date. Prior to the time and date designated for receipt of Bids, any Bid

6 submitted may be modified or withdrawn only by notice to the party receiving Bids

7 at the place designated for receipt of Bids. The notice shall be in writing over the

8 signature of the Bidder or by telegram or fax; if by telegram or fax, written

9 confirmation over the signature of the Bidder shall be mailed and postmarked on or

10 before the date and time set for receipt of Bids. The notice shall be worded so as not

11 to reveal the amount of the original Bid. E-Mail notice will not be considered. It

12 shall be the Bidder’s sole responsibility to verify that the notice has been received by

13 the Owner in time to be withdrawn before the Bid opening.

14 3. Resubmittal. Withdrawn Bids may be resubmitted up to the time designated for the 15 receipt of Bids provided that they are then fully in conformance with these

16 Instructions to Bidders.

17 4. Bid security with resubmission. Bid security shall be in an amount sufficient for

18 the Bid as modified or resubmitted.

19 F. NOTICE

20 1. Notice or a request from a Bidder under these Instructions to Bidders must be in

21 writing with the signature of the Bidder and delivered in person or by mail, express

22 delivery, or fax. If the notice is by or fax, written confirmation with the signature of

23 the Bidder must be mailed and postmarked on or before the date and time set for the

24 notice.

25 1.5 CONSIDERATION OF BIDS

26 A. OPENING OF BIDS: Unless stated otherwise in the Advertisement or Invitation to Bid

27 or any Addendum thereof, the properly identified Bids received on time will be opened

28 publicly and will be read aloud. An abstract of the Base Bids and Alternate Bids, if any,

29 will be made available to Bidders and other interested parties.

30 B. REJECTION OF BIDS: The Owner shall have the right but not the obligation to reject

31 any or all Bids for any reason or for no reason, to reject a Bid not accompanied by

32 required Bid security or by other material or data required by the Bidding Documents, or

33 to reject a Bid which is in any way incomplete or irregular.

34 C. ACCEPTANCE OF BID (AWARD)

35 1. Owner. The Owner intends (but is not bound) to award a Contract to the lowest

36 Responsible and responsive Bidder, provided the Bid has been submitted in

37 accordance with the requirements of the Bidding Documents and does not exceed

38 the funds available. Award will be made on the basis of the Base Bid. The Owner

39 has the right to waive any informality or irregularity in any Bid(s) received and to

40 accept the Bid which, in its judgment, is in its own best interests.

41 2. Alternates. The Owner shall have the right to add Alternates in the priority order

42 listed in the Bid Documents. The Alternates will be selected in the preset numerical

Page 22: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 11

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 order until the Jefferson Transit budget is reached. Failure to submit a Bid on all

2 Alternates may, at the Owner’s discretion, be cause for rejecting the entire Bid.

3 3. Requirements for Award. Before the Award, the lowest responsive Bidder shall:

4 a. At the time of bid submittal, have a certificate of registration in compliance

5 with chapter 18.27 RCW;

6 b. Have a current state unified business identifier number;

7 c. If applicable, have industrial insurance coverage for the Bidder's employees

8 working in Washington as required in Title 51 RCW;

9 d. Have an employment security department number as required in Title 50 RCW;

10 e. Have a state excise tax registration number as required in Title 82 RCW;

11 f. Not be disqualified from bidding on any public works contract under

12 RCW 39.06.010 (unregistered or unlicensed contractors) or RCW 39.12.065(3) 13 (prevailing wage violations);

14 g. If bidding on a public works project subject to the apprenticeship utilization

15 requirements in RCW 39.04.320, not have been found out of compliance by

16 Washington state apprenticeship and training council for working apprentice

17 out of ratio, without appropriate supervision, or outside their approved work

18 processes as outlined in their standards of apprenticeship under chapter 49.04

19 RCW for one-year period immediately preceding the date of the bid

20 solicitation;

21 h. Until December 31, 2013, not have violated RCW 39.04.370 more than one

22 time as determined by the department of labor and industries; and

23 i. Shall not currently be debarred or suspended by Federal government.

24 Documentation: The Bidder shall not be listed as having an “active exclusion”

25 on the U.S. government’s “System for Award Management” database

26 (www.sam.gov).

27 j. The Bidder shall not owe delinquent taxes to the Washington State Department

28 of Revenue without a payment plan approved by the Department of Revenue.

29 Documentation: The Bidder shall not be listed on the Washington State

30 Department of Revenue’s “Delinquent Taxpayer List” website:

31 http://dor.wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx , or if they are

32 so listed, they must submit a written payment plan approved by the Department

33 of Revenue, to the Contracting Agency by the deadline listed below.

34

35 k. The Bidder’s standard subcontract form shall include the subcontractor

36 responsibility language required by RCW 39.06.020, and the Bidder shall have

37 an established procedure which it utilizes to validate the responsibility of each

38 of its subcontractors. The Bidder’s subcontract form shall also include a

39 requirement that each of its subcontractors shall have and document a similar

40 procedure to determine whether the sub-tier subcontractors with whom it

41 contracts are also “responsible” subcontractors as defined by RCW 39.06.020.

42 Documentation: The Bidder, if and when required as detailed below, shall

43 submit a copy of its standard subcontract form for review by the Contracting

44 Agency, and a written description of its procedure for validating the

45 responsibility of subcontractors with which it contracts.

46

47 l. The Bidder shall not have a record of prevailing wage violations as determined

48 by WA Labor & Industries in the five years prior to the bid submittal date, that

Page 23: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 12

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 demonstrates a pattern of failing to pay workers prevailing wages, unless there

2 are extenuating circumstances and such circumstances are deemed acceptable to

3 the Contracting Agency.

4 Documentation: The Bidder, if and when required as detailed below, shall

5 submit a list of all prevailing wage violations in the five years prior to the bid

6 submittal date, along with an explanation of each violation and how it was

7 resolved. The Contracting Agency will evaluate these explanations and the

8 resolution of each complaint to determine whether the violation demonstrate a

9 pattern of failing to pay its workers prevailing wages as required.

10

11 m. The Bidder shall not have a record of excessive claims filed against the

12 retainage or payment bonds for public works projects in the three years prior to

13 the bid submittal date, that demonstrate a lack of effective management by the

14 Bidder of making timely and appropriate payments to its subcontractors,

15 suppliers, and workers, unless there are extenuating circumstances and such

16 circumstances are deemed acceptable to the Contracting Agency.

17 Documentation: The Bidder, if and when required as detailed below, shall

18 submit a list of the public works projects completed in the three years prior to

19 the bid submittal date that have had claims against retainage and bonds and

20 include for each project the following information: 21

22 (1.) Name of project;

23 (2.) The owner and contact information for the owner;

24 (3.) A list of claims filed against the retainage and/or payment bond for any

25 of the projects listed;

26 (4.) A written explanation of the circumstances surrounding each claim and

27 the ultimate resolution of the claim.

28

29 n. The Bidder and/or its owners shall not have been convicted of a crime 30 involving bidding on a public works contract in the five years prior to the bid

31 submittal date.

32 Documentation: The Bidder, if and when required as detailed below, shall sign

33 a statement (on a form to be provided by the Contracting Agency) that the

34 Bidder and/or its owners have not been convicted of a crime involving bidding

35 on a public works contract.

36

37 o. The Bidder shall not have had any public works contract terminated for cause

38 or terminated for default by a government agency in the five years prior to the

39 bid submittal date, unless there are extenuating circumstances and such

40 circumstances are deemed acceptable to the Contracting Agency.

41 Documentation: The Bidder, if and when required as detailed below, shall sign

42 a statement (on a form to be provided by the Contracting Agency) that the

43 Bidder has not had any public works contract terminated for cause or

44 terminated for default by a government agency in the five years prior to the bid

45 submittal date; or if Bidder was terminated, describe the circumstances.

46

47 p. The Bidder shall not have lawsuits with judgments entered against the Bidder in

48 the five years prior to the bid submittal date that demonstrate a pattern of failing

49 to meet the terms of contracts, unless there are extenuating circumstances and

50 such circumstances are deemed acceptable to the Contracting Agency.

Page 24: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 13

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 Documentation: The Bidder, if and when required as detailed below, shall sign

2 a statement (on a form to be provided by the Contracting Agency) that the Bidder

3 has not had any lawsuits with judgments entered against the Bidder in the five

4 years prior to the bid submittal date that demonstrate a pattern of failing to meet

5 the terms of contracts, or shall submit a list of all lawsuits with judgments

6 entered against the Bidder in the five years prior to the bid submittal date, along

7 with a written explanation of the circumstances surrounding each such lawsuit.

8 The Contracting Agency shall evaluate these explanations to determine whether

9 the lawsuits demonstrate a pattern of failing to meet of terms of construction

10 related contracts.

11

12 q. The quality of performance of previous contracts, including demonstration of 13 successful completion of projects of similar scope and complexity in the last

14 three (3) years and the designated Project Manager and superintendent shall

15 have a minimum of three (3) years of successful experience in project

16 management and scheduling of projects of similar scope and complexity; and

17 Documentation: The Bidder shall fill out and submit the Reference sheet in

18 Section 004512. The Owner shall check the listed reference or other references

19 and if 50% or more of the references are poor due to performance, schedule,

20 administrative paperwork, the Owner will contact the Contractor to discuss the

21 circumstances of the poor referneces, but reserves the right to consider the

22 Contractor as non-responsive.

23

24 As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated

25 above, the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 P.M.

26 (noon) of the second business day following the bid submittal deadline, a written statement

27 verifying that the Bidder meets all of the mandatory and supplemental criteria together with

28 supporting documentation including but not limited to that detailed above (sufficient in the sole

29 judgment of the Contracting Agency) demonstrating compliance with all mandatory and

30 supplemental responsibility criteria. The Contracting Agency reserves the right to request such

31 documentation from other Bidders as well, and to request further documentation as needed to

32 assess Bidder responsibility. The Contracting Agency also reserves the right to obtain

33 information from third-parties and independent sources of information concerning a Bidder’s

34 compliance with the mandatory and supplemental criteria, and to use that information in their

35 evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in

36 determining whether the Bidder complies with the requirements of the supplemental criteria.

37

38 The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria

39 shall include any documents or facts obtained by Contracting Agency (whether from the Bidder

40 or third parties) including but not limited to: (i) financial, historical, or operational data from the

41 Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the

42 Bidder has worked, or other public agencies or private enterprises; and (iii) any additional

43 information obtained by the Contracting Agency which is believed to be relevant to the matter.

44

45 If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria

46 above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder

47 in writing, with the reasons for its determination. If the Bidder disagrees with this

48 determination, it may appeal the determination within two (2) business days of the Contracting

49 Agency’s determination by presenting its appeal and any additional information to the

50 Contracting Agency. The Contracting Agency will consider the appeal and any additional

51 information before issuing its final determination. If the final determination affirms that the

Page 25: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 14

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 Bidder is not responsible, the Contracting Agency will not execute a contract with any other

2 Bidder until at least two business days after the Bidder determined to be not responsible has

3 received the Contracting Agency’s final determination.

4

5 Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with

6 concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility

7 Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such

8 requests shall be in writing, describe the nature of the concerns, and propose specific

9 modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no

10 later than five (5) business days prior to the bid submittal deadline and address the request to the

11 Project Engineer or such other person designated by the Contracting Agency in the Bid

12 Documents.

13 D. BID PROTEST PROCEDURES

14 1. Procedure. A Bidder protesting for any reason the Bidding Documents, a bidding 15 procedure, the Owner 's objection to the Bidder or a person or entity proposed by the

16 Bidder, including but not limited to a finding of non-responsibility, the award of the

17 Contract or any other aspect arising from or relating in any way to the bidding shall

18 cause a written protest to be filed with the Owner within two (2) business days of the

19 event giving rise to the protest and, in any event, no later than two (2) business days

20 after the date upon which Bids are opened. (Intermediate Saturdays, Sundays, and

21 legal holidays are not counted.) The written protest shall include the name of the

22 protesting Bidder, a detailed description of the specific factual and legal grounds for

23 the protest, copies of all supporting documents, and the specific relief requested.

24 The written protest shall be delivered to:

Jefferson Transit Authority

Attn: Jim Gibson, P.E., Project Manager

63 4 Corners Road

Port Townsend, WA 98368

25 2. Consideration. Upon receipt of the written protest, the Owner will consider the 26 protest. The Owner may, within three (3) business days of the Owner 's receipt of

27 the protest, provide any other affected Bidder(s) the opportunity to respond in

28 writing to the protest. If the protest is not resolved by mutual agreement of the

29 protesting Bidder and the Owner, the Superintendent of the Owner or his or her

30 designee will review the issues and promptly furnish a final and binding written

31 decision to the protesting Bidder and any other affected Bidder(s) within six (6)

32 business days of the Owner 's receipt of the protest. (If more than one (1) protest is

33 filed, the Owner 's decision will be provided within six (6) business days of the

34 Owner's receipt of the last protest.) If no reply is received from the Owner during

35 the six (6) business-day period, the protest shall be deemed rejected. 36 3. Waiver. Failure to comply with these protest procedures will render a protest

37 waived.

38 4. Condition precedent. Timely and proper compliance with and exhaustion of these

39 protest procedures shall be a condition precedent to any otherwise permissible

40 judicial consideration of a protest.

Page 26: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 15

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 1.6 POST BID INFORMATION

2 A. INFORMATION FROM APPARENT LOW BIDDER

3 1. Submittal. Within two (2) days of the Bid Date, the apparent low Bidder shall

4 submit to the Owner:

5 a. additional information regarding the use of their own forces, the use of

6 subcontractors and suppliers;

7 b. A completed Acceptance Criteria Bid Form in Section 004121; References

8 Form per Section 004512 REFERENCES);

9 c. a letter or form from the Bidder's insurance company stating that the insurance

10 required by the Contract Documents will become effective upon execution of

11 the Contract;

12 d. a letter or form from the Bidder's surety stating that the bond(s) required by the 13 Contract Documents will become effective upon execution of the Contract;

14 e. a detailed breakdown of the Bid in a form acceptable to the Owner;

15 f. the names of the persons or entities (including a designation of the Work to be

16 performed with the Contractor's own forces, and the names of those who are to

17 furnish materials or equipment fabricated to a special design) proposed for each

18 of the principal portions of the Work; and

19 g. the proprietary names and the suppliers of the principal items or systems of

20 materials and equipment proposed for the Work. Failure to provide such

21 information in a timely manner may constitute an event of breach permitting

22 forfeiture of the Bid security.

23 2. Responsibility. The Bidder will be required to establish to the satisfaction of the

24 Architect and the Owner the reliability and responsibility of the persons or entities

25 proposed to furnish and perform the Work described in the Bidding Documents as

26 well as qualifications set forth in the Sections of the Project Manual pertaining to

27 such proposed Subcontractor’s respective trades. The responsibility of the Bidder

28 may be judged in part by the responsibility of these proposed entities. The following

29 will be considered:

30 a. Whether the Bidder can perform the contract within the time specified;

31 b. The quality of performance of previous contracts;

32 c. The previous and existing compliance by the Bidder with laws relating to the

33 contract; and

34 d. Such other information as may be secured having a bearing on the decision to

35 award the contract.

36 3. Consideration. In considering a Bidder's responsibility, a Bidder shall be deemed

37 to be unqualified to perform the Contract if, after review and verification of the

38 representations included upon the Contractor's Qualification Statement submitted by

39 the Bidder, conditions such as, but not limited to, the following appear:

40 a. The Bidder does not have sufficient prior experience (or an acceptable

41 substitute thereof, as described below) with projects of a similar nature in

42 technical, managerial, and financial requirements to that in the present Work

43 being bid. In addition to such established contractors, a newly established

44 contractor may be considered qualified if it has shown on the Contractor's

Page 27: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 16

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 Qualification Statement that it is staffed with sufficient technical, managerial,

2 and financial personnel with prior experience in the nature of construction for

3 which the Bids are invited.

4 b. The Bidder does not have sufficient capability to undertake the obligations of

5 the Contract. A determination will be made when the Owner 's review of the

6 probable cash flow needs of the Bidder for this Project (including payroll, cost

7 of material and supplies, equipment rental costs, and any other direct or

8 incidental costs of the Contract), concludes that the Bidder does not have

9 sufficient financial resources to enable it to satisfy its financial obligations

10 under the Contract.

11 c. The Bidder has submitted unrealistic unit prices as determined by other bidders'

12 unit prices for this Project.

13 d. The Bidder does not have sufficient staff, equipment, or plant available to

14 perform the Contract. The Owner’s determination in this matter will be based

15 upon that represented by Bidder in the Contractor's Qualification Statement.

16 e. The Bidder has a history of unsatisfactory performance of contracts of this or

17 similar nature, regardless of whether such contracts existed between the Owner

18 and the Bidder, or other parties and the Contractor.

19 (1.) A determination’s of this nature will be made if the Owner, after review 20 of the Bidder previous work experience, determines that the Bidder’s

21 unsatisfactory performance has resulted predominantly from the Bidder's

22 failure rather than a failure to perform by another party. The Owner will

23 give the Contractor an opportunity to explain such nonperformance’s

24 before any final determination is reached.

25 (2.) A determination of failure to perform will be made if the Owner is

26 satisfied after review of the Bidder’s prior experience, that the Bidder has

27 repeatedly failed to satisfy its obligations under past contracts and the

28 Owner cannot reasonably assume satisfactory performance of the

29 Contract by the Bidder.

30 (3.) In reaching its determination, the Owner may consider statements of

31 other parties to the prior unperformed contracts, as well as the

32 representations of the Bidder on its Contractor's Qualification Statement.

33 4. Subcontractors. The Responsibility of the Bidder may be judged in part by the

34 Responsibility of its Subcontractors. Bidders must verify the Responsibility Criteria

35 for each first-tier Subcontractor. A Subcontractor of any tier that hires other

36 Subcontractors must verify Responsibility Criteria for each of its lower-tier

37 Subcontractors. Verification shall include a representation that each Subcontractor,

38 at the time of subcontract execution, meets the Responsibility Criteria, and possesses

39 an electrical contractor license, if required by RCW 19.28.

40 5. Request to Modify Responsibility Criteria. No later than ten (10) days prior to the

41 Bid Date, a potential Bidder may request in writing that the Owner modify the

42 responsibility criteria listed above, in Section 1.01 or elsewhere in the bidding

43 documents. The Owner will evaluate the information submitted by the potential

44 Bidder and respond before the Bid Date. If the evaluation results in a change of the

45 criteria, the Owner will issue an Addendum identifying the new criteria.

46 6. Objection. Prior to the Award of the Contract, the Owner will notify the Bidder in

47 writing if either the Owner or the Architect, after due investigation, has reasonable

Page 28: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 17

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 objection to the Bidder or a person or entity proposed by the Bidder, and the Owner

2 will provide the reasons for the determination. The Bidder may appeal the

3 determination within two (2) business days of its receipt of the objection by

4 presenting additional information to the Owner, and the Owner will consider the

5 additional information before issuing its final determination. The Bidder may, after

6 the Owner 's objection or determination, and at Bidder's option, (1) withdraw the

7 Bid, (2) submit an acceptable substitute person or entity with no change in the

8 Contract Time and no adjustment in the Base Bid or any Alternate Bid, even if there

9 is a cost to the Bidder occasioned by the substitution, or (3) appeal by filing a protest

10 in accordance with paragraph 1.5 D. In the event of withdrawal, bid security will

11 not be forfeited.

12 7. Change. Persons and entities proposed by the Bidder and to whom the Owner or 13 the Architect have made no reasonable objection must be used on the Work for

14 which they were proposed and shall not be changed except with the written consent

15 of the Owner and the Architect.

16 8. Right to Terminate. The Bidder’s representations concerning its qualifications will 17 be construed as a covenant under the Contract. Should it appear that the Bidder has

18 made a material misrepresentation on its References or other Supplemental Bidder

19 Criteria, the Owner shall have the right to terminate the Contract for Contractor’s

20 breach, and the Owner may then pursue such remedies as exist elsewhere under this

21 Contract, or as otherwise are provided at law or equity.

22 B. INFORMATION FROM OTHER BIDDERS: All other Bidders designated by the

23 Owner as under consideration for award of a Contract shall also provide a properly

24 executed Contractor's Qualification Statement, if so requested by the Owner.

25 C. BIDDING MISTAKES: The Owner will not be obligated to consider notice of claimed

26 bidding mistakes received more than three (3) business days after the bid opening. In

27 accordance with Washington law, a low bidder that claims error and fails to enter into the

28 Contract is prohibited from bidding on the Project if a subsequent call for bids is made

29 for the Project.

30 1.7 PERFORMANCE BOND, LABOR AND MATERIAL PAYMENT AND

31 MAINTENANCE BOND

32 A. BOND REQUIREMENTS: Within ten (10) days after the issuance of the Owner's notice

33 of intent to award the Contract, and prior to the date of execution of the Contract, the

34 Bidder shall furnish evidence satisfactory to the Owner of its ability to obtain statutory

35 bonds pursuant to RCW 39.08 covering the faithful performance of the Contract and the

36 payment of all obligations arising thereunder in the form and amount prescribed in the

37 Contract Documents. The cost of such bonds shall be included 100% of the Base Bid

38 plus Alternative(s) added.

39 B. TIME OF DELIVERY AND FORM OF BONDS: The Bidder shall deliver the required 40 bonds to the Owner within seven (7) days after the date of execution of the Contract and

41 prior to commencing operations at the site.

42 C. TIME OF DELIVERY AND FORM OF BONDS. The Bidder shall deliver the bonds

43 and other items required by the Contract Documents to the Owner pursuant to the

Page 29: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 18

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 Contract Documents. The bonds shall be written in the form approved by the Owner for

2 public work, as required by RCW 39.08. The bonds shall be written by a surety firm

3 licensed to do business in the State of Washington. The Bidder shall require the

4 Attorney-in-Fact who executes the required bonds on behalf of the surety to affix thereto

5 a certified and current copy of his/her Power of Attorney.

6 D. MAINTENANCE BOND: The Work furnished must be of first quality and the

7 workmanship must be the best obtainable in the various trades. The Work must be of

8 safe, substantial and durable construction in all respects. The Contractor hereby

9 guarantees the Work against defective materials or faulty workmanship for a period of

10 one (1) year after Final Payment by Owner and shall replace or repair any defective

11 materials or equipment or faulty workmanship during the period of the guarantee at no

12 cost to the Owner. As additional security for these guarantees, the Contractor shall, prior

13 to the release of Final Payment, furnish separate Maintenance (or Guarantee) Bonds in a

14 form acceptable to Jefferson Transit Authority written by the same corporate surety that

15 provides the Performance Bond and Labor and Material Payment Bond for this Contract.

16 The Maintenance Bond shall secure the Contractor's obligation to replace or repair

17 defective materials and faulty workmanship for a minimum period of one (1) year after

18 Final Payment and shall be written in an amount equal to ONE HUNDRED PERCENT

19 (100%) of the CONTRACT SUM, as adjusted (if at all).

20 1.8 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR

21 A. FORM TO BE USED: The Agreement for the Work will be written on the form(s) 22 contained in the Bidding Documents, including any General, Supplemental or Special

23 Conditions, and the other Contract Documents included with the Project Manual.

24 B. CONFLICTS: In case of conflict between the provisions of these Instructions and any 25 other Bidding Document, these Instructions shall govern. In case of conflict between the

26 provisions of the Bidding Documents and the Contract Documents, the Contract

27 Documents shall govern.

28 1.9 CONTRACT DOCUMENTS

This Section contains descriptions of some but not all of the provisions of the Contract

Documents.

29 A. CONTRACT TIME: The Contract Documents specify the Contract Time. Timely

30 completion of this Project is essential to the Owner.

31 B. RETAINAGE: The Contract Documents specify the statutory retainage requirements of

32 RCW 60.28.011 for this Project.

33 C. PREVAILING WAGES: The Contract Documents contain requirements regarding the

34 payment of prevailing wages pursuant to RCW 39.12.

38 D. WRITTEN CLAIMS AND NOTICE: The Contract Documents contain a number of

39 provisions that require the Contractor to provide notice of Claims and to make and

Page 30: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 19

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 support Claims, in writing, within a specified time in order to maintain the Claim.

The

2 Owner is under no obligation to consider Claims that fail, in any respect, to meet

these

3 requirements.

4 E. CHANGES IN CONTRACT SUM: The Contract Documents contain provisions

5 specifying requirements for and pricing of changes in the Contract Sum.

6 F. DISPUTE RESOLUTION: The Contract Documents contain provisions

replacing the

7 arbitration provisions of the form General Conditions with an alternative dispute

8 resolution procedure which, among other things, requires non-binding mediation

of all

9 disputes.

10 CONTRACTOR REGISTRATION: Pursuant to RCW 39.06, the Bidder shall be

11 registered or licensed as required by the laws of the State of Washington,

including but not limited to, RCW 18.27

12 G. TAXES: The Bid shall include, in the sum stated, all taxes imposed by law.

13

14 INFORMATION TO BIDDERS.

15 Such State and Local Sales Taxes shall be added to the Contract Sum, paid by the

Owner to the Contractor, and then paid by the Contractor over the course of the

Project. Refer to general, supplementary or other conditions regarding further

information.

16 H. OTHER PROVISIONS: The above paragraphs contain descriptions of some but

not all of the provisions of the Contract Documents. Bidders should review in

detail the Contract Documents themselves and not rely upon the above

paragraphs in this article as complete, inclusive, or accurate.

17 I. LIQUIDATED DAMAGES: See General Conditions.

18 1.10 POSSIBLE TRENCH EXCAVATION SAFETY PROVISIONS

19 A. To ensure that the Bidder agrees to comply with relevant trenching safety

requirements of

20 RCW 39.04.180 and RCW 49.17, the Base Bid may include the cost of any

required

21 trenching. The Bidder shall enter in the blank provided on the Bid Form the

dollar

22 amount the Bidder has included in its Base Bid for any work requiring trenching

that will

23 exceed a depth of four feet. If trench excavation safety provisions do not pertain

to the

24 Project, the Bidder should enter "N.A." or "Not Applicable" in the blank on the

Bid

25 Form.

Page 31: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSTRUCTIONS TO BIDDERS 002113 - 20

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

26 END OF SECTION 002113

Page 32: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 SECTION 003100 INFORMATION AVAILABLE TO BIDDERS

2 1.1 GENERAL

3 A. In preparing their bid, each Bidder is to consider and evaluate the available

information provided in relation to the Drawings and Project Manual prepared by

the Owner for this project. The Engineer and Owner do not guarantee the

accuracy or completeness of the additional Information Available to the Bidders.

Site verification of the project site is required of all bidders prior to bidding this

project.

4 B. Information available to bidders is not a “Contract Document”. It is information

provided to the Bidder to assist in evaluating and considering their bid. See the

General Conditions for an enumeration of the “Contract Documents.”

5 C. Each bidder must be fully familiar with the following documents which have

been prepared for this Project by separate consultants:

6 1.2 INFORMATIONAL DOCUMENTS

A. Topographic Survey provided by MTN2Coast Surveyors. Provided as page 2 of

the Civil Engineering Documents.

25 26 27 END OF SECTION 003100

INFORMATION AVAILABLE TO BIDDERS 003100 – 1

Page 33: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

BID FORM 004113 - 1

SECTION 004113 - BID FORM

Jefferson Transit Authority 63 Four Corners Road

Port Townsend, WA 98368

Date: August 2, 2019

To: Jefferson Transit Authority

Ladies & Gentlemen:

The Undersigned Bidder declares that the only persons or parties interested in this bid are those

named herein, that this Bid is, in all respects, fair and without fraud, that it is made without collusion with any official or representative of the Owner, and that the Bid is made without any

connection or collusion with any person submitting or considering the submission of another B i d on this Contract.

The Bidder further agrees that it has exercised its own judgment regarding the interpretation of

subsurface information and has utilized all data which it believes pertinent from the Architect,

Owner, and other sources in arriving at its conclusions. The Bidder further declares that it has

carefully examined the Contract Documents for the construction of the Jefferson Transit

Authority Maintenance, Operations, & Administration Center that it has personally inspected t h e

site, that it has satisfied itself as to the quantities involved, including materials and equipment,

and conditions of work and the fact that the description of the quantities of work and materials

herein is brief and is intended only to indicate the general nature of the Work contained in the

detailed requirements of the Contract Documents, and that this Bid is made according to the

provisions and under the terms of the Contract Documents, which are hereby made a part of this

Bid.

The Undersigned Bidder states that it has the ability and means to complete the Work in a timely manner and proposes to furnish all labor, materials, machinery, tools, and other means of

construction, and to perform all work required by and in strict accordance with the Contract Documents for the following sums:

DO NOT INCLUDE SALES TAX IN ANY OF THESE PRICES.

1.1 BID:

For the Bid, as defined in the Project Manual, the sum of:

DOLLARS ($ )

Refer to requirements of Section 012973 for special requirements for schedule of value

breakdown into separate elements of the project including site and general requirements.

Page 34: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

BID FORM 004113 - 2

1.2 TRENCH EXCAVATION SAFETY COSTS:

Included in the above Base Bid is an amount for Trench Excavation Safety for any trenching exceeding a depth of four feet. In accordance with Chapter 39.04 RCW and WAC 296-155-850, all costs for adequate trench safety systems are required to be identified in this Bid. The Bidder

certifies that the following amount is included in the Base Bid for Trench Excavation Safety Provisions. If no amount is entered, the Owner will presume that the Bidder represents that there

are no Trench Excavation Safety costs for this Project.

Trench Safety System Costs Included are

$ .

1.3 ALTERNATES:

None Listed.

1.4 SALES TAX

The above bid prices includes State and Local Sales Tax.

1.5 TIME OF COMPLETION

24 Calendar Days, measured as 18 days to substantial completion, plus 6 days to Final Acceptance.

1.6 CONTRACT, BONDS & INSURANCE

Should the Undersigned be notified of the acceptance of this bid within 5 days after the time set

for opening bids, the Undersigned agrees to execute a Contract for the above Work, for a

compensation computed from the above sums, and to furnish performance, payment and

maintenance bonds and insurance certificates as required by the Contract Documents.

1.7 BID GUARANTEE

The Undersigned further agrees that the bid bond accompanying this Bid shall be left in escrow with the Owner, that its amount or penal sum is the measure of damages which the Owner will

sustain by the failure of the Undersigned to execute the Contract and submit proper bonds and other documents required; and that if the Undersigned fails to deliver the said documents within

10 days after issue date of Owner’s written Notice of Intent to Award Contract to the Undersigned, then the check shall become the property of the Owner or the bid bond shall remain

in full effect. But if the Bid or designated portion thereof is not accepted within 5 days after the date of opening bids, or if the Undersigned delivers said executed Contract and bonds and the

other required documents, then the check shall be returned to the Undersigned or the bid bond shall become void.

1.8 PRODUCTS & INSTALLATION PROCEDURES

The Undersigned has thoroughly familiarized itself with all specified products and installation

Page 35: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

BID FORM 004113 - 3

procedures and included in this Project and the submittal of this Bid constitutes acceptance of

products and procedures specified.

1.9 ADDENDA

Receipt of the following Addenda to the Contract Documents is acknowledged:

Addendum No.___________ Date_________ Addendum No.__________ Date_________

Addendum No.___________ Date_________ Addendum No.__________ Date_________

Addendum No.___________ Date_________ Addendum No.__________ Date_________

1.10 PREVAILING WAGE RATES

A. The Contractor stipulates and agrees that he has reviewed the applicable prevailing wage

rate schedule for both State and Federal prevailing wage rates, has contacted State and

Federal departments to verify current rates, and has made appropriate provision in the

submitted Bid for payment of these prevailing wage rates.

1.11 BIDDER RESPONSIBILITY CRITERIA

A. Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered responsible bidder and qualified to be awarded a public works

project. The bidder must:

1. At the time of bid submittal, have a certificate of registration in compliance with

chapter 18.27 RCW;

2. Have a current state unified business identifier number;

3. If applicable, have industrial insurance coverage for the Bidder's employees working

in Washington as required in Title 51 RCW;

4. Have an employment security department number as required in Title 50 RCW;

5. Have a state excise tax registration number as required in Title 82 RCW;

6. Not be disqualified from bidding on any public works contract under RCW 39.06.010 (unregistered or unlicensed contractors) or RCW 39.12.065(3)

(prevailing wage violations);

7. If bidding on a public works project subject to the apprenticeship utilization

requirements in RCW 39.04.320, not have been found out of compliance by

Washington state apprenticeship and training council for working apprentice out of

ratio, without appropriate supervision, or outside their approved work processes as

outlined in their standards of apprenticeship under chapter 49.04 RCW for one-year

period immediately preceding the date of the bid solicitation;

8. Until December 31, 2018, not have violated RCW 39.04.370 more than one time as determined by the department of labor and industries; and

9. Shall not currently be debarred or suspended by Federal government. The Bidder

shall not be listed as having an “active exclusion” on the U.S. government’s “System for Award Management” database (www.sam.gov).

Page 36: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

BID FORM 004113 - 4

10. The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue.

11. The Bidder’s standard subcontract form shall include the subcontractor

responsibility language required by RCW 39.06.020, and the Bidder shall have an

established procedure which it utilizes to validate the responsibility of each of its

subcontractors. The Bidder’s subcontract form shall also include a requirement that

each of its subcontractors shall have and document a similar procedure to determine

whether the sub-tier subcontractors with whom it contracts are also “responsible”

subcontractors as defined by RCW 39.06.020.

12. The Bidder shall not have a record of prevailing wage violations as determined by WA Labor & Industries in the five years prior to the bid submittal date, that

demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the

Contracting Agency.

13. The Bidder shall not have a record of excessive claims filed against the retainage or

payment bonds for public works projects in the three years prior to the bid submittal

date, that demonstrate a lack of effective management by the Bidder of making

timely and appropriate payments to its subcontractors, suppliers, and workers, unless

there are extenuating circumstances and such circumstances are deemed acceptable

to the Contracting Agency.

14. The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date.

15. The Bidder shall not have had any public works contract terminated for cause or

terminated for default by a government agency in the five years prior to the bid

submittal date, unless there are extenuating circumstances and such circumstances

are deemed acceptable to the Contracting Agency.

16. The Bidder shall not have lawsuits with judgments entered against the Bidder in the

five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such

circumstances are deemed acceptable to the Contracting Agency.

17. The quality of performance of previous contracts, including demonstration of

successful completion of projects of similar scope and complexity.

1.12 BUY AMERICA

A. Bidder acknowledges that all products and materials used in the project will comply with all requirements of the “Buy America Act,” http://www.dot.gov/highlights/buyamerica

(see Section 004118 “Buy America Certification” and Section 003100 “FTA Part 661 - Buy America Requirements”).

1.13 NON-COLLUSION DECLARATION

See Section 004115 “Non-Collusion Declaration.” Return this Declaration page with Bid Proposal Package. Bids returned without the non-Collusion Declaration will be considered nonresponsive and ineligible for award.

Page 37: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

BID FORM 004113 - 5

CONTRACTOR SIGNATURE AND INFORMATION

Name of Firm

By (Printed name)

By (Signature) Title

Address

City and Zip

Telephone No.: Fax No.:

Email Address:

State of Washington Contractor’s License No.

Department of Labor & Industries Reg. No.

Washington State Department of Revenue No.

If a Bidder is a corporation, write in the state of incorporation, and, if a partnership, give full

names and addresses of all partners below.

If a Corporation, State of Incorporation:

If a Partnership, list all Partners:

Name:

Address:

Name:

Address:

Name:

Address:

Name:

Address:

Name:

Address:

END OF SECTION 004113

Page 38: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

BID FORM 004113 - 6

Page 39: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 SECTION 004114 – SUBCONTRACTOR LIST

2 1.1 SUBCONTRACTORS LIST

3 A. If awarded the Contract for the Work, the undersigned Bidder will subcontract directly with the

4 Subcontractors listed below for performance of the categories of the Work designated. The bidder

5 must list itself if it intends to perform a category of the Work itself. The bidder shall not list more

6 than one subcontractor for each category of work identified below. If subcontractors vary with bid

7 alternates, the bidder must so indicate in 1.15 below. The subcontractor list shall be submitted as

8 required by the Instructions to Bidders. These subcontractors may not be changed unless approved

9 by the Owner pursuant to the Contract Documents.

CATEGORY OF WORK SUBCONTRACTOR OR “SELF”

Electrical work as described in RCW

19.28

SUBCONTRACTOR LIST 004114 -1

Page 40: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms
Page 41: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award.

NON-COLLUSION DECLARATION

I, by signing the proposal, hereby declare, under penalty of

perjury under the laws of the United States that the following

statements are true and correct:

1. That the undersigned person(s), firm, association or corporation has

(have) not, either directly or indirectly, entered into any agreement,

participated in any collusion, or otherwise taken any action in restraint of

free competitive bidding in connection with the project for which this

proposal is submitted.

2. That by signing the signature page of this proposal, I am

deemed to have signed and to have agreed to the provisions

of this declaration.

NOTICE TO ALL BIDDERS

To report rigging activities call:

1-800-424-9071

The U.S. Department of Transportation (USDOT) operates the above toll-free

“hotline” Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone

with knowledge of possible bid rigging, bidder collusion, or other fraudulent

activities should use the “hotline” to report such activities.

The “hotline” is part of USDOT’s continuing effort to identify and investigate

highway construction contract fraud and abuse and is operated under the

direction of the USDOT Inspector General. All information will be treated

confidentially and caller anonymity will be respected.

DOT Form 272-036I EF

Page 42: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms
Page 43: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

TITLE VI NON-DISCRIMINATION ASSURANCES 004116-1

Jefferson Transit Authority

Title VI Non Discrimination Assurances

Failure to return this Declaration as part of the bid proposal package

will make the bid nonresponsive and ineligible for award.

During the performance of this contract, the contractor/consultant, for itself, its assignees and successors in interest

(hereinafter referred to as the “contractor”) agrees as follows:

Civil Rights - The following requirements apply to the underlying contract:

(1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. §

2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section

202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at

49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or

applicant for employment because of race, color, creed, national origin, sex, age, or disability. In

addition, the Contractor agrees to comply with applicable Federal implementing regulations and

other implementing requirements FTA may issue.

(2) Equal Employment Opportunity - The following equal employment opportunity requirements

apply to the underlying contract:

(a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as

amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to

comply with all applicable equal employment opportunity requirements of U.S. Department of Labor

(U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment

Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order

No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375,

"Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e

note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that

may in the future affect construction activities undertaken in the course of the Project. The Contractor

agrees to take affirmative action to ensure that applicants are employed, and that employees are treated

during employment, without regard to their race, color, creed, national origin, sex, or age. Such action

shall include, but not be limited to, the following: employment, upgrading, demotion or transfer,

recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of

compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees

to comply with any implementing requirements FTA may issue.

(b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as

amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to

refrain from discrimination against present and prospective employees for reason of age. In addition,

the Contractor agrees to comply with any implementing requirements FTA may issue.

(c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended,

42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal

Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions

of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons

with disabilities. In addition, the Contractor agrees to comply with any implementing requirements

FTA may issue.

(3) The Contractor also agrees to include these requirements in each subcontract financed in whole or

in part with Federal assistance provided by FTA, modified only if necessary to identify the affected

parties.

Page 44: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

TITLE VI NON-DISCRIMINATION ASSURANCES 004116-2

The Recipient agrees to comply with 49 U.S.C. § 5301(d), which states the Federal policy that

elderly individuals and individuals with disabilities have the same right as other individuals to use

public transportation services and facilities, and that special efforts shall be made in planning and

designing those services and facilities to implement transportation accessibility rights for elderly

individuals and individuals with disabilities. The Recipient also agrees to comply with all

applicable provisions of section 504 of the Rehabilitation Act of 1973, as amended, with 29 U.S.C.

§ 794, which prohibits discrimination on the basis of disability; with the Americans with

Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. §§ 12101 et seq., which requires that

accessible facilities and services be made available to individuals with disabilities; and with the

Architectural Barriers Act of 1968, as amended, 42 U.S.C. §§ 4151 et seq., which requires that

buildings and public accommodations be accessible to individuals with disabilities. In addition, the

Recipient agrees to comply with applicable Federal regulations and directives and any subsequent

amendments thereto, except to the extent the Federal Government determines otherwise in writing,

as follows:

(1) U.S. DOT regulations, "Transportation Services for Individuals with Disabilities

(ADA)," 49 C.F.R. Part 37;

(2) U.S. DOT regulations, "Nondiscrimination on the Basis of Handicap in Programs and

Activities Receiving or Benefiting from Federal Financial Assistance," 49 C.F.R. Part 27;

(3) Joint U.S. Architectural and Transportation Barriers Compliance Board (U.S.

ATBCB)/U.S. DOT regulations, "Americans With Disabilities (ADA) Accessibility Specifications

for Transportation Vehicles," 36 C.F.R. Part 1192 and 49 C.F.R. Part 38;

(4) U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability in State and

Local Government Services," 28 C.F.R. Part 35;

(5) U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability by Public

Accommodations and in Commercial Facilities," 28 C.F.R. Part 36;

(6) U.S. General Services Administration (U.S. GSA) regulations, "Accommodations for

the Physically Handicapped," 41 C.F.R. Subpart 101-19;

(7) U.S. Equal Employment Opportunity Commission, "Regulations to Implement the

Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630;

(8) U.S. Federal Communications Commission regulations, "Telecommunications Relay

Services and Related Customer Premises Equipment for the Hearing and Speech Disabled," 47

C.F.R. Part 64,

Subpart F; and

(9) U.S. ATBCB regulations, “Electronic and Information Technology Accessibility

Standards,” 36 C.F.R. Part 1194;

(10) FTA regulations, "Transportation for Elderly and Handicapped Persons," 49 C.F.R. Part 609;

and

(11) Federal civil rights and nondiscrimination directives implementing the foregoing regulations.

Page 45: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

SUSPENSION AND DEBARMENT DECLARATION

49CFR 29, SUBPART C

Failure to return this Declaration as part of the bid proposal package

will make the bid nonresponsive and ineligible for award.

By signing and submitting its bid or proposal, the bidder or proposer certifies as follows:

The certification in this clause is a material representation of fact relied upon by Jefferson

Transit Authority. If it is later determined that the bidder or proposer knowingly rendered

an erroneous certification, in addition to remedies available to Jefferson Transit Authority,

the Federal Government may pursue available remedies, including but not limited to

suspension and/or debarment. The bidder or proposer agrees to comply with the

requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period

of any contract that may arise from this offer. The bidder or proposer further agrees to

include a provision requiring such compliance in its lower tier covered transactions.

SUSPENSION AND DEBARMENT DECLARATION 004117-1

Page 46: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

ACCEPTANCE CRITERIA FORM 004121 - 1

ACCEPTANCE CRITERIA FORM

Submitted within 2 days from the Bid Opening Date.

1. Do you owe delinquent taxes to the Washington State Department of Revenue?

□ Yes

□ No

If yes, do you have a payment plan that has been approved by the Washington State

Department of Revenue?

□ Yes

□ No

2. Are you currently debarred or suspended by the Federal government?

□ Yes

□ No

3. Subcontractor Responsibility????

4. Do you have a record of prevailing wage violations as determined by WA Labor and Industries in

the five years prior to the bid submittal date?

□ Yes

□ No

If yes, please submit a list of all prevailing wage violations in the five years prior to the bid

submittal date, along with an explanation of each violation and how is was resolved.

Page 47: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

ACCEPTANCE CRITERIA FORM 004121 - 2

5. Do you have a record of excessive claims filed against the retainage or payment bonds for public

works projects in the three years prior to the bid submittal date?

□ Yes

□ No

If yes, please submit a list of the public works projects completed in the three years prior to the

bid submittal date and include the following information for each:

• Name of project;

• The owner and contact information for the owner;

• A list of claims filed against the retainage and/or payment bond for any of the

projects listed;

• A written explanation of the circumstances surrounding each claim and the

ultimate resolution of the claim.

6. Have you been convicted of a crime involving bidding on a public works contract in the five years

prior to the bid submittal date?

□ Yes

□ No

By signing this Acceptance Criteria Form the Bidder and Owner have not been convicted of a

crime involving bidding on a public works contract.

7. Have you had any public works contract terminated for cause or terminated for default by a

government agency in the five years prior to the bid submittal date?

□ Yes

□ No

If yes, please describe the circumstances in the space provided below.

8. Do you have any lawsuits with judgments entered against you in the five years prior to the bid

submittal date that demonstrates a pattern of failing to meet the terms and contracts?

Page 48: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

SCJ Alliance ACCEPTANCE CRITERIA FORM 004121 - 3

□ Yes

□ No

By signing this Acceptance Criteria Form the Bidder and Owner have not had any lawsuits with

judgments entered against the Bidder in the Bidder in the five years prior to the bid submittal

date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list

of all lawsuits with judgments entered against the Bidder in the five years prior to the bid

submittal date, along with a written explanation of the circumstances surrounding each such

lawsuit.

OWNER SIGNATURE AND INFORMATION

Name of Firm

By (Printed name)

By (Signature) Title

Address

City and Zip

Telephone No.: Fax No.:

Email Address:

Page 49: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms
Page 50: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

BID BOND 004313 - 1

1 SECTION 004313 — BID BOND

2 3 4 FORM OF BID PROPOSAL DEPOSIT STATEMENT AND BOND

5 6 1.01 Description. This section contains the Bid Proposal Deposit Statement, and a Bid Bond form to be 7 used if the Bidder’s bid deposit is a surety bond. Refer to the Instructions to Bidders for specific 8 requirements.

9 10 1.02 Form of Bid Proposal Deposit Statement.

11 12 Herewith find deposit in the form of (state whether cashier’s 13 check, postal money order or surety bond), for the amount of $ which 14 amount is five percent (5%) of the total amount of the Base Bid. 15 16 Principal: Date: 17 18 By: 19 (Signature) 20 21 Please Print Name: 22 23 Title: 24 25 26 27 1.03 Bid Bond Form

28 29 30 KNOW ALL MEN BY THESE PRESENTS: 31 32 That we, (Bidder), as Principal, and 33 (Bonding Company), as Surety, are held and firmly bound unto the 34 Jefferson Transit Authority (Owner), as Obligee, in the penal sum of 35 for payment of which unto Obligee the Principal and Surety bind themselves, their heirs, 36 executors, administrators, successors and assigns, jointly and severally, by these, whereas, 37 Principal is submitting a bid for the Jefferson Transit Authority – Haines Place Park and Ride

Restroom Expansion

39 40 NOW, THEREFORE, the condition of this obligation is such that if Principal is awarded a 41 contract for the work, and if Principal within the time specified in the bid and Contract 42 Documents enters into, executes and delivers to Obligee a signed agreement and the performance 43 and payment bond with surety or sureties approved by Obligee, and appropriate insurance 44 certificates, with required endorsements and insurance coverage questionnaire, as required herein 45 in the forms provided herewith, then this obligation shall be void. If, however, Principal fails or 46 refuses to furnish, execute and deliver to Obligee said agreement, performance and payment bond 47 and/or certificates of insurance, with required endorsements and insurance coverage 48 questionnaire, in the time state in the bid and Contract Documents, the Principal and Surety shall 49 pay and forfeit to Obligee the penal sum hereof.

50

Page 51: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

BID BOND 004313 - 2

1 AND IT IS HEREBY DECLARED AND AGREED that Surety shall be liable under this 2 obligation as Principal and that nothing of any kind or nature whatsoever that will not discharge 3 Principal shall operate as a discharge or release of liability of Surety. 4 5 AND IT IS HEREBY FURTHER DECLARED AND AGREED that this obligation shall be 6 binding upon and insure to the benefit of Principal, Surety and Obligee and their respective heirs, 7 administrator, executors, successors and assigns. 8 9 SIGNED, SEALED AND DATED THIS DAY OF ____________, 20__ 10 11 12 _____________________________ 13 Principal Surety 14 15 16 By: By: _____________________________ 17 18 Title: Attorney-in Fact, Surety 19 20 22 22 23 Surety’s Mailing Address 24 25 26 (______)____________(______)_____ 27 Surety’s Telephone and Fax Numbers 28 29 30 31 32 A notarized Power of Attorney for the surety’s officer empowered to sign the bond must be

33 attached to the bond.

34

35

36 END OF SECTION

Page 52: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

BID SUBMITTAL CHECKLIST 004393 - 1

DOCUMENT 004393 - BID SUBMITTAL CHECKLIST

1.1 BID INFORMATION

A. Bidder: .

B. Project Name: Jefferson Transit Authority – Haines Place Park and Ride Restroom

Expansion

C. Project Location: 440 12th Street, Port Townsend, WA 98368.

D. Owner: Jefferson Transit Authority.

E. Owner Project Number:

F. Engineer: J.E. Gibson Consulting

G. Civil Engineer Project Number: 1050.01

H. Project Manager: Jim Gibson, P.E.

1.2 BIDDER'S CHECKLIST

A. In an effort to assist the Bidder in properly completing all documentation required, the following

checklist is provided for the Bidder's convenience. The Bidder is solely responsible for verifying

compliance with bid submittal requirements. Attach this completed checklist to the Sealed Bid.

B. The following items shall be submitted by all bidders within the Sealed Bid.

1. Bid Form provided in the Project Manual (Section 004113). Prepared Bid Form shall be

as required by the Instructions to Bidders.

2. Attached to the Bid Form: Bid Bond (Section 004313) OR a certified check for the

amount required.

3. Non-Collusion Declaration (Section 004115).

4. JTA Title VI Assurance (Section 004116).

5. Suspension and Debarment Declaration (Section 004117).

C. The following items shall be submitted by all bidders within one (1) hour after the time bids are

due.

1. Subcontractors List (Section 004114).

Page 53: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

BID SUBMITTAL CHECKLIST 004393 - 2

D. The following items shall be submitted by all bidders within two (2) days after the time bids

are due.

1. Acceptance Criteria Form (Section 004121).

2. References (Section 004512).

END OF DOCUMENT 004393

Page 54: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

REFERENCES 004512 - 1

1 SECTION 004512 - REFERENCES

2 1.1 REFERENCES

3 Provide the names of your last five completed publicly bid projects, which are demonstratively equal in 4 scope and magnitude to this construction project. Include in the reference a summary of the construction 5 project and contact information for the owner’s representative. Also provide information regarding 6 claim(s) and/or lien(s), the base bid amount and total change order amount for each project. In the project 7 summary explain why the claims or liens occurred and how you resolved them. Similar references from

8 other Public Works entities of equal or greater scope and magnitude will be evaluated.

9 1. Company Name:

10 Company Address: 11 City Telephone: 12 Owner’s representative: 13 Project Summary: 14 15 16 17 18 Base Bid Amount $ Change Order Amount $ 19 Claims

20 Liens

21 2. Company Name:

22 Company Address: 23 City Telephone: 24 Owner’s representative: 25 Project Summary: 26 27 28 29 30 Base Bid Amount $ Change Order Amount $ 31 Claims

32 Liens

33 3. Company Name:

34 Company Address: 35 City Telephone: 36 Owner’s representative: 37 Project Summary: 38 39 40 41 42 Base Bid Amount $ Change Order Amount $ 43 Claims

44 Liens

Page 55: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion

Bid Set

July 9, 2019

REFERENCES 004512 - 2

1 4. Company Name:

2 Company Address: 3 City Telephone: 4 Owner’s representative: 5 Project Summary: 6 7 8 9 Base Bid Amount $ Change Order Amount $

10 Claims

11 Liens

12 5. Company Name:

13 Company Address: 14 City Telephone: 15 Owner’s representative: 16 Project Summary: 17 18 19 20 21 Base Bid Amount $ Change Order Amount $ 22 Claims 23 Liens

24

25 Bidding Company Name

Page 56: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

PUBLIC WORKS CONTRACT 005213 - 1

1 SECTION 005213 - FORM OF AGREEMENT

2 1. The Form of Agreement shall be the “JEFFERSON TRANSIT AUTHORITY PUBLIC

3 WORKS CONTRACT,” a sample of which is included in this Section.

4 2. Included as an attachment to the Form of Agreement, the “INSURANCE 5 REQUIREMENTS FOR CONSTRUCTION CONTRACTS,” specify insurance 6 requirements with which the Contractor must comply.

7 END OF SECTION 005213

Page 57: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

PUBLIC WORKS CONTRACT 005213 - 2

THIS PAGE INTENTIALLY LEFT BLANK

Page 58: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

PUBLIC WORKS CONTRACT 005213 - 3

JEFFERSON TRANSIT AUTHORITY

PUBLIC WORKS CONTRACT

THIS AGREEMENT made and entered into this day of , 20 , by and between the Jefferson

Transit Authority (“Owner” or “JTA”), and (“Contractor”):

WHEREAS, pursuant to the invitation of the Owner for bids, the Contractor did, in accordance

therewith, file with the Owner a proposal containing an offer which was invited by said notice, and

WHEREAS, the Owner has heretofore determined that said offer was the lowest responsive and

responsible bid submitted;

NOW, THEREFORE, in consideration of the terms and conditions contained herein, the parties

hereto covenant and agree as follows:

1. Contract Scope of Work; Contract Documents. The Contractor shall in a workmanlike manner

do all work and furnish all tools, materials, and equipment for the

Maintenance, Operations, & Administration Center

in accordance with and as described in the following Contract Documents (incorporated by reference in

this Contract):

1. Public Works Contract, including Insurance Requirements for Construction Contracts;

2. Addenda;

3. Bid Tabulation Form;

4. Special Conditions;

5. Supplementary Conditions;

6. Federal Transit Authority (FTA) Federal Contract Clauses as set out at 007213 of the

specifications;

7. Revised AIA 201-2007 General Conditions;

8. Specifications (Division 0 – 44);

9. Schedules;

10. Contract Plans (large scale over small scale);and

11. 2018 Washington State Department of Transportation Standard Plans for Road, Bridge, and

Municipal Construction

In the event of a conflict or discrepancy among or in the Contract Documents, interpretation

shall be governed in the priority listed and set forth above.

Page 59: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

PUBLIC WORKS CONTRACT 005213 - 4

The Contractor shall provide and bear the expense of all equipment, work and labor of any sort

whatsoever they may require for the transfer of materials and for constructing and completing the work

provided for in the specifications to be furnished by the Jefferson Transit Authority.

2. Contract Amount; Compensation. The Jefferson Transit Authority hereby promises and agrees with

the Contractor to employ, and does employ the Contractor to provide materials and to do and cause to

be done the above described work and to complete and finish the same according to the Scope of Work

and the terms and conditions herein contained and hereby contracts to pay for the same, the total sum

of including tax. Payment shall be as provided in the Instructions for

Bidders unless otherwise provided. Payment shall be made monthly upon submittal of a pay request for

work performed to date as determined by the Owner. Failure to perform any of the obligations under the

contract by Contractor may be decreed by the Owner to be adequate reason for withholding any payments

until compliance is achieved, including withholding amounts from any payment based on substantial

completion to cover the Owner’s cost to complete any punch list items.

3. Time for Completion. The Contractor shall physically complete the project within 24 Calendar Days,

measured as 18 days to substantial completion, plus 6 days to Final Acceptance from the Notice to Proceed.

4. Insurance and Indemnity Requirements. Contractor shall take out and maintain insurance as set forth

in Section 005213 of the bid package, which is incorporated herein by reference.

5. Correction of Work. If within one year after the date for Substantial Completion, any of the work is

found not to be in accordance with the requirements of the Contract Documents, the Contractor shall

correct it promptly after written notice to do so. If the Contractor fails to correct nonconforming work

within a reasonable time after notice, the Owner may, without prejudice to other remedies it may have,

correct such deficiencies, and the Contractor shall pay the cost to the Owner, plus 10% of JTA’s

administrative overhead fee.

IN THE WITNESS WHEREOF the parties hereto have caused this agreement to be executed this

day of , 2017.

Jefferson Transit Authority Contractor

By:

Tammi Rubert, General Manager

By:

Name:

Title:

END OF TEXT

Page 60: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS 005213.2 - 5

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS

Indemnification / Hold Harmless

The Contractor shall defend, indemnify and hold Jefferson Transit Authority, its officers, officials,

employees and volunteers harmless from any and all claims, injuries, damages, losses or suits

including attorney fees, arising out of or in connection with the performance of this Contract

except for injuries and damages caused by the sole negligence of Jefferson Transit Authority.

Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115,

then, in the event of liability for damages arising out of bodily injury to persons or damages to

property caused by or resulting from the concurrent negligence of the Contractor and Jefferson

Transit Authority, its officers, officials, employees, and volunteers, the Contractor's liability

hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and

expressly understood that the indemnification provided herein constitutes the Contractor's

waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this

indemnification. This waiver has been mutually negotiated by the parties. The provisions of this

section shall survive the expiration or termination of this Agreement.

Insurance

The Contractor shall procure and maintain for the duration of the Contract and any warranty

period, insurance against claims for injuries to persons or damage to property which may arise

from or in connection with the performance of the work hereunder by the Contractor, their

agents, representatives, employees or subcontractors,

A. Minimum Scope of Insurance

Contractor shall obtain insurance of the types described below:

1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage.

2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability

Page 61: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS 005213.2 - 6

insurance for liability arising from explosion, collapse or underground property damage.

Jefferson Transit Authority shall be named as an insured under the Contractor's

Commercial General Liability insurance policy with respect to the work performed for the

City using ISO additional insured endorsement CO 20 10 11 85 or a substitute

endorsement providing equivalent coverage.

3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington.

4. Builder’s Risk insurance utilizing an “All Risk” (Special Perils) coverage form, with limits equal to the completed value of the project and no coinsurance penalty provisions.

5. Professional Liability for any portion of the work which entails Design/Build.

6. Contractor’s Pollution Legal Liability and/or Asbestos Legal Liability and/or Errors and Omissions (if project involves environmental hazards).

B. Minimum Amounts of Insurance

Contractor shall maintain the following insurance limits:

1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $5,000,000 per accident.

2. Commercial General Liability insurance shall be written with limits no less than

$5,000,000 each occurrence. If a general aggregate limit applies, either the general

aggregate limit shall apply separately to this project/location or the general

aggregate limit shall be twice the required occurrence limit.

3. Workers’ Compensation with a limit of no less than $1,000,000 per accident for bodily injury or disease.

4. Builder’s Risk with limits equal to the completed value of the project and no coinsurance penalty provisions.

5. Professional Liability with limits no less than $1,000,000 per occurrence or claim, and

$2,000,000 policy aggregate.

6. Contractors’ Pollution Legal Liability with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate.

Page 62: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS 005213.2 - 7

C. Other Insurance Provisions

The insurance policies are to contain, or be endorsed to contain, the following provisions:

1. Jefferson Transit Authority, its officers, officials, employees, and volunteers are to

be covered as additional insureds on the CGL policy with respect to liability arising out of with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired, or borrowed by or on behalf of the Contractor. General liability coverage can be provided in the form of an endorsement to the Contractor’s insurance (at least as broad as ISO Form CG 20 10, CG 11 85 or both CG 20 10 and CG 20 37 forms if later revisions used).

2. For any claims related to this project, the Contractor’s insurance coverage shall be

primary insurance as respects Jefferson Transit Authority, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor’s insurance and shall not contribute with it.

3. Each insurance policy required by this clause shall provide that coverage shall not be canceled, except with notice to Jefferson Transit Authority.

D. Contractor’s Insurance For Other Losses

The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever

to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles

owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well

as to any temporary structures, scaffolding and protective fences.

E. Waiver of Subrogation

The Contractor and Jefferson Transit Authority waive all rights against each other any of their

Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages

caused by fire or other perils to the extend covered by Builders Risk insurance or other property

insurance obtained pursuant to the Insurance Requirements Section of this Contract or other

property insurance applicable to the work. The policies shall provide such waivers by

endorsement or otherwise.

F. Acceptability of Insurers

Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII.

Page 63: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS 005213.2 - 8

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

G. Verification of Coverage

Contractor shall furnish Jefferson Transit Authority with original certificates and amendatory

endorsements, or copies of the applicable insurance language, effecting coverage required

by this contract. All certificates and endorsements are to be received and approved by

Jefferson Transit Authority before work commences. However, failure to obtain the required

documents prior to the work beginning shall not waive the Contractor’s obligation to provide

them. Jefferson Transit Authority reserves the right to require complete, certified copies of

all required insurance policies, including endorsements, required by these specifications, at

any time.

H. Subcontractors

Contractor shall include all subcontractors as insured’s under its policies or shall furnish

separate certificates and endorsements for each subcontractor. All coverage’s for

subcontractors shall be subject to all of the same insurance requirements as stated herein for

the Contractor.

END OF TEXT

Page 64: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

1 SECTION 006113 — PERFORMANCE AND PAYMENT BOND

2 3 1.1 PERFORMANCE BOND

4 5 A. Reference AIA Form A312-2010 6 7 1.2 PAYMENT BOND

8 9 A. Reference AIA Form A312-2010

10

PERFORMANCE AND PAYMENT BOND 006113 - 1

Page 65: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

severe civil andcriminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at

15:14:13 on 12/20/2013 under Order No.2830134536_1 which expires on 07/24/2014, and is not for resale.

User Notes: (1848980598)

Performance Bond

Document A312™ - 2010

CONTRACTOR:

(Name, legal status and address)

OWNER:

(Name, legal status and address)

CONSTRUCTION CONTRACT

Date: Amount:$ Description: (Name and location)

SURETY:

(Name, legal status and principal place

of business)

ADDITIONS AND DELETIONS:

The author of this document has

added information needed for its

completion. The author may also

have revised the text of the original

AIA standard form. An Additions and

Deletions Report that notes added

information as well as revisions to the

standard form text is available from

the author and should be reviewed. A

vertical line in the left margin of this

document indicates where the author

has added necessary information

and where the author has added to or

deleted from the original AIA text.

Jefferson Transit Authority Haines Place Park and Ride Restroom Expansion

BOND

Date:

(Not earlier than Construction Contract Date)

Amount:$

This document has important legal

consequences. Consultation with an

attorney is encouraged with respect

to its completion or modification.

Any singular reference to Contractor,

Surety, Owner or other party shall be

considered plural where applicable .

Modifications to this Bond: c::::=:JNone c::::::::J See Section 16

CONTRACTOR AS PRINCIPAL

Company:(Corporate Seal)

SURETY

Company: (Corporate Seal)

Signature:

Name and Title:

Signature:

Name and Title:

(Any additional signatures appear on the last page of this Pe1formance Bond)

(FOR INFORMATION ONLY - Name, address and telephone)

AGENT or BROKER: OWNER'S REPRESENTATIVE:

(Architect, Engineer or other party.)

AIA Document A312™- 2010 Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by

U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in 1 !nit.

Page 66: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

severe civil andcriminal penalties, and will beprosecuted to the maximum extent possible under the law. This document was produced by AIA software at 15:14:13 on 12/20/2013 under Order No.2830134536_1 which expires on 07/24/2014, and is not for resale.

User Notes: (1848980598)

§ 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators , successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference.

§ 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3.

§ 3 If there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after

.1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor's performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner's notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten

(10) business days of the Surety's receipt of the Owner's notice. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner ' s right, if any, subsequently to declare a Contractor Default;

.2 the Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and

.3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract.

§ 4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice.

§ 5 When the Owner has satisfied the conditions of Section 3, the Surety shall promptly and at the Surety's expense take one of the following actions:

§ 5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract;

§ 5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors;

§ 5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or

§ 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances:

.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or

.2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial.

§ 6 If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Section 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner.

AIA Document A312™ - 2010 Perfomance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by

U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA"' Document, or any portion of it, may result in 2 lnit.

Page 67: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

severe civil andcriminal penalties, and will beprosecuted to the maximum extent possible under the law. This document was produced by AJA software at 15:14:13 on 12/20/2013 under Order No.2830134536_1 which expires on 07/24/2014, and is not for resale.

User Notes: (1848980598)

§ 7 If the Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication, for

.1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract;

.2 additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Section 5; and

.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor.

§ 8 If the Surety elects to act under Section 5.1, 5.3 or 5.4, the Surety's liability is limited to the amount of this Bond.

§ 9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors and assigns.

§ 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations.

§ 11 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable.

§ 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears.

§ 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond.

§ 14 Definitions

§ 14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. ·

§ 14.2 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents.

§ 14.3 Contractor Default. Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract.

§ 14.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract.

§ 14.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor.

AIA Document A312"' - 2010 Perfomance Bond. The American Institute of Architects. All rights reserved. WARNING : This AIA" Document is protected by

U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in 3 lnit.

Page 68: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

15:14:13 on 12/20/2013 under Order No.2830134536_1 which expires on 07/24/2014, and is not for resale. User Notes: (1848980598)

§ 15 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.

§ 16 Modifications to this bond are as follows:

(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)

CONTRACTOR AS PRINCIPAL SURETY

Company: (Corporate Seal) Company: (Corporate Seal)

Signature:

Name and Title:

Address:

Signature:

Name and Title: Address:

AIA Document A312™ - 2010 Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA" Document is protected by

U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA" Document, or any portion of it, may result in 4 severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at

lnit.

Page 69: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

AIA Document A312"' - 2010 Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA"' Document is protected by lnit. U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA"' Document , or any portion of it, may result in 1

severe civil andcriminal penalties , and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at

15:13:06 on 12/20/2013 under Order No.2830134536_1 which expires on 07/24/2014, and is not for resale.

User Notes: (2054248525)

· iAIA Document A312" - 2010

Payment Bond

CONTRACTOR:

(Name, legal status and address)

OWNER:

(Name, legal status and address)

CONSTRUCTION CONTRACT

Date: Amount:$ Description: (Name and location)

SURETY:

(Name, legal status and principal place

of business)

ADDITIONS AND DELETIONS:

The author of this document has

added information needed for its

completion. The author may also

have revised the text of the original

AIA standard form. An Additions and

Deletions Report that notes added

information as well as revisions to the

standard form text is available from

the author and should be reviewed. A

vertical line in the left margin of this

document indicates where the author

has added necessary information

and where the author has added to o·r

deleted from the original AIA text.

BOND

Date: (Not earlier than Construction Contract Date)

Amount:$

This document has important legal

consequences. Consultation with an

attorney is encouraged with respect

to its completion or modification.

Any singular reference to Contractor,

Surety, Owner or other party shall be

considered plural where applicable.

Modifications to this Bond: CJ None CJ See Section 18

CONTRACTOR AS PRINCIPAL SURETY

Company: (Corporate Seal) Company: (Corporate Seal)

Signature:

Name and Title:

Signature:

Name and Title:

(Any additional signatures appear on the last page of this Payment Bond)

(FOR INFORMATION ONLY -Name, address and telephone)

AGENT or BROKER: OWNER'S REPRESENTATIVE:

(Architect, Engineer or other party:)

Page 70: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

AIA Document A312™ - 2010 Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AJA"' Document Is protected by

U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA"' Document, or any portion of it, may result in 2 severe civil andcriminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at

15:13:06 on 12/20/2013 under Order No.2830134536_1 which expires on 07/24/2014, and is not for resale.

lnit.

User Notes: (2054248525)

§ 1 The Contractor and Surety, jointly and severally, bind themselves , their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms.

§ 2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond.

§ 3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety.

§ 4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety's expense defend, indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit.

§ 5 The Surety's obligations to a Claimant under this Bond shall arise after the following:

§ 5.1 Claimants, who do not have a direct contract with the Contractor,

.1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim; and

.2 have sent a Claim to the Surety (at the address described in Section 13).

§ 5.2 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described in Section 13).

§ 6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1.

§ 7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions:

§ 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and

§ 7.2 Pay or arrange for payment of any undisputed amounts.

§ 7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant.

§ 8 The Surety' s total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety.

§ 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond . By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work.

Page 71: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

AIA Document A312"' - 2010 Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by

U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in 3 severe civil andcriminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at

15:13:06 on 12/20/2013 under Order No.2830134536_1 which expires on 07/24/2014, and is not for resale.

lnit.

User Notes: (2054248525)

§ 10 The Surety shall not be liable to the Owner, Claimants or others for obligation s of the Contractor that are

unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any

Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf

of, Claimants or otherwise have any obligations to Claimants under this Bond.

§ 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to

related subcontracts, purchase orders and other obligations.

§ 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent

jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the

expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or

5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were

furnished by anyone under the Construction Contract, whichever of(l) or (2) first occurs. If the provisions of this

Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the

jurisdiction of the suit shall be applicable.

§ 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown

on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be

sufficient compliance as of the date received.

§ 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where

the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement

shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be

deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and

not as a common law bond.

§ 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and

Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made.

§ 16 Definitions § 16.1 Claim. A written statement by the Claimant including at a minimum:

.1 the name of the Claim ant;

.2 the name of the person for whom the labor was done, or materials or equipment furnished;

.3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was

furnished for use in the performance of the Construction Contract; .4 a brief description of the labor, materials or equipment furnished ;

.5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in

the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the

Claim;

.7 the total amount of previous payments received by the Claimant ; and

.8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the

date of the Claim.

§ 16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the

Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. The term

Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or

similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include

without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light , heat, oil, gasoline,

telephone service or rental equipment used in the Construction Contract, architectural and engineering services

required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for

which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished .

§ 16.3 Construction Contract. The agreement between the Owner and Contractor identified on the cover page,

including all Contract Documents and all changes made to the agreement and the Contract Documents.

Page 72: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

AIA Document A312™ - 2010 Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AJA" Document is protected by

U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA" Document , or any portion of it, may result in 4 severe civil andcriminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 15:13:06 on 12/20/2013 under Order No.2830134536_1 which expires on 07/24/2014, and is not for resale.

lnit.

User Notes: (2054248525)

§ 16.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract.

§ 16.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor.

§ 17 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.

§ 18 Modifications to this bond are as follows:

(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)

CONTRACTOR AS PRINCIPAL SURETY

Company: (Corporate Seal) Company: (Corporate Seal)

Signature: Signature:

Name and Title: Name and Title: Address: Address:

Page 73: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

1 SECTION 007213 – GENERAL CONDITIONS OF THE CONTRACT

2 1.1 GENERAL CONDITIONS

3 A. The "GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION” AIA

4 Document A201-2007 Edition, is a part of these Contract Documents, and is

5 incorporated herein immediately following this section.

6 1.2 FTA FEDERAL CONTRACT CLAUSES

7 A. None

8 1.3 PROMPT PAYMENT FOR CONSTRUCTION CONTRACTS

9 A. Attached as Section 007231.02 “Prompt Payment for Construction Contracts.”

10 1.4 GENERAL REQUIREMENTS

11 A. In addition to the General Conditions, the General Requirements (specifications sections

12 within Division 01) stipulate additional requirements further describing the contractual

13 and procedural administration and management of the contract.

14 B. In the event of discrepancies between the General Conditions and General Requirements,

15 the General Conditions shall take precedence.

16 END OF SECTION 007213

GENERAL CONDITIONS 007213 – 1

Page 74: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

SUMMARY 011000 - 1

SECTION 011000 - SUMMARY

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Project information.

2. Work covered by Contract Documents.

3. Phased construction.

4. Work by Owner.

5. Work under separate contracts.

6. Future work.

7. Purchase contracts.

8. Owner-furnished products.

9. Contractor-furnished, Owner-installed products.

10. Access to site.

11. Coordination with occupants.

12. Work restrictions.

13. Specification and Drawing conventions.

14. Miscellaneous provisions.

B. Related Requirements:

1. Section 015000 "Temporary Facilities and Controls" for limitations and procedures

governing temporary use of Owner's facilities.

1.3 PROJECT INFORMATION

A. Project Identification: JTA Project Haines Place Park and Ride Restroom Expansion

1. Project Location: Haines Place Park and Ride located at 440 12th St, in Port Townsend,

Jefferson County

B. Owner: Jefferson Transit Authority.

1. Owner's Representative: Tammi Rubert, General Manager

C. Civil Engineer: Jim Gibson PE, JE Gibson Consulting.

D. Construction Manager: Jim Gibson PE, JE Gibson Consulting.

Page 75: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

SUMMARY 011000 - 2

1. Construction Manager has been engaged for this Project to serve as an advisor to Owner

and to provide assistance in administering the Contract for construction between Owner

and Contractor, according to a separate contract between Owner and Construction

Manager.

a. Construction Manager also serves as Project coordinator as defined in

Section 011200 "Multiple Contract Summary."

1.4 WORK COVERED BY CONTRACT DOCUMENTS

A. Type of Contract:

1. Project will be constructed under a single prime contract.

a. Jefferson Transit Authority Public Works Contract

1.5 ACCESS TO SITE

A. General: Contractor shall have limited use of Project site for construction operations as

indicated on Drawings by the Contract limits and as indicated by requirements of this Section.

B. Use of Site: Limit use of Project site to areas within the Contract limits indicated. Do not disturb

portions of Project site beyond areas in which the Work is indicated.

1. Driveways, Walkways and Entrances: Keep driveways to existing building, bus parking

area, and entrances serving premises clear and available to Owner, Owner's employees,

and emergency vehicles at all times. Do not use these areas for parking or for storage of

materials.

a. Schedule deliveries to minimize use of driveways and entrances by construction

operations.

b. Schedule deliveries to minimize space and time requirements for storage of

materials and equipment on-site.

C. Condition of Existing Grounds: Maintain portions of existing grounds, landscaping, and

hardscaping affected by construction operations throughout construction period. Repair damage

caused by construction operations.

1.6 COORDINATION WITH OCCUPANTS

A. Full Owner Occupancy: Owner will occupy site and existing building during entire construction

period. Cooperate with Owner during construction operations to minimize conflicts and

facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day

operations. Maintain existing exits unless otherwise indicated.

1. Maintain access to existing walkways, corridors, and other adjacent occupied or used

facilities. Do not close or obstruct walkways, corridors, or other occupied or used

Page 76: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

SUMMARY 011000 - 3

facilities without written permission from Owner and approval of authorities having

jurisdiction.

2. Notify Owner not less than 72 hours in advance of activities that will affect Owner's

operations.

1.7 WORK RESTRICTIONS

A. Work Restrictions, General: Comply with restrictions on construction operations.

1. Comply with limitations on use of public streets and with other requirements of

authorities having jurisdiction.

B. On-Site Work Hours: Limit work in the existing building to normal business working hours of

7:00 a.m. to 5:00 p.m., Monday through Friday, unless otherwise indicated.

1. Weekend Hours: 8:00am to 4:00pm only if approved 48 hours in advance by Project

Coordinator

2. Early Morning Hours: 6:00am only if approved 48 hours in advance by Project

Coordinator

3. Hours for Utility Shutdowns: None

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 011000

Page 77: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

ALTERNATIVES 012300 - 1

SECTION 012300 - ALTERNATES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements for alternates.

1.3 DEFINITIONS

A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined

in the bidding requirements that may be added to or deducted from the base bid amount if the

Owner decides to accept a corresponding change either in the amount of construction to be

completed or in the products, materials, equipment, systems, or installation methods described

in the Contract Documents.

1. Alternates described in this Section are part of the Work only if enumerated in the

Agreement.

2. The cost or credit for each alternate is the net addition to or deduction from the Contract

Sum to incorporate alternates into the Work. No other adjustments are made to the

Contract Sum.

1.4 PROCEDURES

A. Coordination: Revise or adjust affected adjacent work as necessary to completely integrate work

of the alternate into Project.

1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar

items incidental to or required for a complete installation whether or not indicated as part

of alternate.

B. Execute accepted alternates under the same conditions as other work of the Contract.

C. Schedule: A schedule of alternates is included at the end of this Section. Specification Sections

referenced in schedule contain requirements for materials necessary to achieve the work

described under each alternate.

Page 78: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

ALTERNATIVES 012300 - 2

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.1 SCHEDULE OF ALTERNATES

A. No Alternates Included.

END OF SECTION 012300

Page 79: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

CONTRACT MODIFICATION PROCEDURE 012600-1

SECTION 012600 - CONTRACT MODIFICATION PROCEDURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements for handling and processing

Contract modifications.

B. Related Requirements:

1. Section 012500 "Substitution Procedures" for administrative procedures for handling

requests for substitutions made after the Contract award.

1.3 MINOR CHANGES IN THE WORK

A. Engineer will issue supplemental instructions authorizing minor changes in the Work, not

involving adjustment to the Contract Sum or the Contract Time, on WSDOT Standard forms.

1.4 PROPOSAL REQUESTS

A. Owner-Initiated Proposal Requests: Engineer will issue a detailed description of proposed

changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If

necessary, the description will include supplemental or revised Drawings and Specifications.

1. Work Change Proposal Requests issued by Engineer are not instructions either to stop

work in progress or to execute the proposed change.

2. Within 10 days, when not otherwise specified, after receipt of Proposal Request, submit a

quotation estimating cost adjustments to the Contract Sum and the Contract Time

necessary to execute the change.

a. Include a list of quantities of products required or eliminated and unit costs, with

total amount of purchases and credits to be made. If requested, furnish survey data

to substantiate quantities.

b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade

discounts.

c. Include costs of labor and supervision directly attributable to the change.

d. Include an updated Contractor's construction schedule that indicates the effect of

the change, including, but not limited to, changes in activity duration, start and

finish times, and activity relationship. Use available total float before requesting an

extension of the Contract Time.

Page 80: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

CONTRACT MODIFICATION PROCEDURE 012600-2

B. Contractor-Initiated Proposals: If latent or changed conditions require modifications to the

Contract, Contractor may initiate a claim by submitting a request for a change to Engineer.

1. Include a statement outlining reasons for the change and the effect of the change on the

Work. Provide a complete description of the proposed change. Indicate the effect of the

proposed change on the Contract Sum and the Contract Time.

2. Include a list of quantities of products required or eliminated and unit costs, with total

amount of purchases and credits to be made. If requested, furnish survey data to

substantiate quantities.

3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade

discounts.

4. Include costs of labor and supervision directly attributable to the change.

5. Include an updated Contractor's construction schedule that indicates the effect of the

change, including, but not limited to, changes in activity duration, start and finish times,

and activity relationship. Use available total float before requesting an extension of the

Contract Time.

6. Comply with requirements in Section 012500 "Substitution Procedures" if the proposed

change requires substitution of one product or system for product or system specified.

7. Proposal Request Form: Use form acceptable to Engineer.

1.5 CHANGE ORDER PROCEDURES

A. On Owner's approval of a Work Change Proposal Request, Engineer will issue a Change Order

for signatures of Owner and Contractor on WSDOT standards form.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 012600

Page 81: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

PAYMENT PROCEDURE 012900-1

SECTION 012900 - PAYMENT PROCEDURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements necessary to prepare and process

Applications for Payment.

B. Related Requirements:

1. Section 012600 "Contract Modification Procedures" for administrative procedures for

handling changes to the Contract.

1.3 DEFINITIONS

A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract

Sum to various portions of the Work and used as the basis for reviewing Contractor's

Applications for Payment.

1.4 SCHEDULE OF VALUES

1. Submit the schedule of values to Engineer at earliest possible date, but no later than seven

days before the date scheduled for submittal of initial Applications for Payment.

B. Format and Content: Use Project Manual table of contents as a guide to establish line items for

the schedule of values. Provide at least one line item for each Specification Section.

1. Identification: Include the following Project identification on the schedule of values:

a. Project name and location.

b. Name of Engineer.

c. Engineer's Project number.

d. Contractor's name and address.

e. Date of submittal.

2. Arrange the schedule of values in tabular form, with separate columns to indicate the

following for each item listed:

a. Related Specification Section or Division.

b. Description of the Work.

c. Name of subcontractor.

Page 82: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

PAYMENT PROCEDURE 012900-2

d. Name of manufacturer or fabricator.

e. Name of supplier.

f. Change Orders (numbers) that affect value.

g. Dollar value of the following, as a percentage of the Contract Sum to nearest one-

hundredth percent, adjusted to total 100 percent. Round dollar amounts to whole

dollars, with total equal to Contract Sum.

1) Labor.

2) Materials.

3) Equipment.

3. Provide a breakdown of the Contract Sum in enough detail to facilitate continued

evaluation of Applications for Payment and progress reports. Provide multiple line items

for principal subcontract amounts in excess of five percent of the Contract Sum.

4. Overhead Costs: Include total cost and proportionate share of general overhead and profit

for each line item.

1.5 APPLICATIONS FOR PAYMENT

A. Each Application for Payment following the initial Application for Payment shall be consistent

with previous applications and payments as certified by Engineer and paid for by Owner.

B. Payment Application Times: The date for each progress payment is indicated in the Agreement

between Owner and Contractor. The period of construction work covered by each Application

for Payment is the period indicated in the Agreement.

1. Other Application for Payment forms proposed by the Contractor shall be acceptable to

Engineer and Owner. Submit forms for approval with initial submittal of schedule of

values.

C. Transmittal: Submit one signed original copy of each Application for Payment to Engineer by a

method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar

attachments if required.

D. Application for Payment at Substantial Completion: After Engineer issues the Certificate of

Substantial Completion, submit an Application for Payment showing 100 percent completion

for portion of the Work claimed as substantially complete.

1. Include documentation supporting claim that the Work is substantially complete and a

statement showing an accounting of changes to the Contract Sum.

2. This application shall reflect Certificate(s) of Substantial Completion issued previously

for Owner occupancy of designated portions of the Work.

E. Final Payment Application: After completing Project closeout requirements, submit final

Application for Payment with releases and supporting documentation not previously submitted

and accepted, including, but not limited, to the following:

PART 2 - PRODUCTS (Not Used)

Page 83: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

PAYMENT PROCEDURE 012900-3

PART 3 - EXECUTION (Not Used)

END OF SECTION 012900

Page 84: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

PROJECT MANAGEMENT AND COORDINATION 013100-1

SECTION 013100 - PROJECT MANAGEMENT AND COORDINATION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative provisions for coordinating construction operations on Project

including, but not limited to, the following:

1. General coordination procedures.

2. Coordination drawings.

3. RFIs.

4. Project meetings.

B. Each contractor shall participate in coordination requirements. Certain areas of responsibility

are assigned to a specific contractor.

C. Related Requirements:

1. Section 017700 "Closeout Procedures" for coordinating closeout of the Contract.

1.3 DEFINITIONS

A. RFI: Request for Information. Request from Owner, Engineer, or Contractor seeking

information required by or clarifications of the Contract Documents.

1.4 INFORMATIONAL SUBMITTALS

A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each

portion of the Work, including those who are to furnish products or equipment fabricated to a

special design. Include the following information in tabular form:

1. Name, address, telephone number, and email address of entity performing subcontract or

supplying products.

2. Number and title of related Specification Section(s) covered by subcontract.

3. Drawing number and detail references, as appropriate, covered by subcontract.

B. Key Personnel Names: Within 2 days of starting construction operations, submit a list of key

personnel assignments, including superintendent and other personnel in attendance at Project

site. Identify individuals and their duties and responsibilities; list addresses and cellular

telephone numbers and e-mail addresses. Provide names, addresses, and telephone numbers of

individuals assigned as alternates in the absence of individuals assigned to Project.

Page 85: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

PROJECT MANAGEMENT AND COORDINATION 013100-2

1. Post copies of list in project meeting room, in temporary field office, and in prominent

location on site. Keep list current at all times.

1.5 GENERAL COORDINATION PROCEDURES

A. Coordination: Coordinate construction operations included in different Sections of the

Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate

construction operations included in different Sections that depend on each other for proper

installation, connection, and operation.

1. Schedule construction operations in sequence required to obtain the best results where

installation of one part of the Work depends on installation of other components, before

or after its own installation.

2. Coordinate installation of different components to ensure maximum performance and

accessibility for required maintenance, service, and repair.

3. Make adequate provisions to accommodate items scheduled for later installation.

1.6 REQUEST FOR INFORMATION (RFI)

A. General: Immediately on discovery of the need for additional information, clarification, or

interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the

form specified.

1. Engineer will return without response those RFIs submitted to Engineer by other entities

controlled by Contractor.

2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's

work or work of subcontractors.

B. Content of the RFI: Include a detailed, legible description of item needing information or

interpretation and the following:

1. Project name.

2. Project number.

3. Date.

4. Name of Contractor.

5. Name of Engineer.

6. RFI number, numbered sequentially.

7. RFI subject.

8. Specification Section number and title and related paragraphs, as appropriate.

9. Drawing number and detail references, as appropriate.

10. Field dimensions and conditions, as appropriate.

11. Contractor's suggested resolution. If Contractor's suggested resolution impacts the

Contract Time or the Contract Sum, Contractor shall state impact in the RFI.

12. Contractor's signature.

13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop

Drawings, coordination drawings, and other information necessary to fully describe items

needing interpretation.

Page 86: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

PROJECT MANAGEMENT AND COORDINATION 013100-3

a. Include dimensions, thicknesses, structural grid references, and details of affected

materials, assemblies, and attachments on attached sketches.

C. RFI Forms: Form acceptable to Engineer.

1. Attachments shall be electronic files in PDF format.

D. Engineer's Action: Engineer will review each RFI, determine action required, and respond.

Allow seven working days for Engineer's response for each RFI. RFIs received by Engineer

after 1:00 p.m. will be considered as received the following working day.

1. The following Contractor-generated RFIs will be returned without action:

a. Requests for approval of submittals.

b. Requests for approval of substitutions.

c. Requests for approval of Contractor's means and methods.

d. Requests for coordination information already indicated in the Contract

Documents.

e. Requests for adjustments in the Contract Time or the Contract Sum.

f. Requests for interpretation of Architect's actions on submittals.

g. Incomplete RFIs or inaccurately prepared RFIs.

2. Engineer's action may include a request for additional information, in which case

Architect's time for response will date from time of receipt by Engineer of additional

information.

3. Engineer's action on RFIs that may result in a change to the Contract Time or the

Contract Sum may be eligible for Contractor to submit Change Proposal according to

Section 012600 "Contract Modification Procedures."

a. If Contractor believes the RFI response warrants change in the Contract Time or

the Contract Sum, notify Engineer in writing within 10 days of receipt of the RFI

response.

1.7 PROJECT MEETINGS

A. General: Engineer will schedule and conduct meetings and conferences at Project site unless

otherwise indicated.

1. Engineer will inform participants and others involved, and individuals whose presence is

required, of date and time of each meeting. Notice of scheduled meeting dates and times

will be issued a minimum of 10 working days prior to meeting.

2. Agenda: Engineer will prepare the meeting agenda. Distribute the agenda to all invited

attendees.

3. Minutes: Engineer will record significant discussions and agreements achieved.

Distribute the meeting minutes to everyone concerned within three days of the meeting.

B. Preconstruction Conference: Engineer will schedule and conduct a preconstruction conference

before starting construction, at a time convenient to Contractor, Owner and Engineer, but no

later than 15 days after execution of the Agreement.

Page 87: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

PROJECT MANAGEMENT AND COORDINATION 013100-4

1. Attendees: Authorized representatives of Owner, Engineer, and their consultants;

Contractor and its superintendent; major subcontractors; suppliers; and other concerned

parties shall attend the conference. Participants at the conference shall be familiar with

Project and authorized to conclude matters relating to the Work.

2. Agenda: Discuss items of significance that could affect progress, may include the

following:

a. Responsibilities and personnel assignments.

b. Tentative construction schedule.

c. Phasing.

d. Critical work sequencing and long lead items.

e. Designation of key personnel and their duties.

f. Lines of communications.

g. Use of web-based Project software.

h. Procedures for processing field decisions and Change Orders.

i. Procedures for RFIs.

j. Procedures for testing and inspecting.

k. Procedures for processing Applications for Payment.

l. Distribution of the Contract Documents.

m. Submittal procedures.

n. Preparation of Record Documents.

o. Use of the premises and existing building.

p. Work restrictions.

q. Working hours.

r. Owner's occupancy requirements.

s. Responsibility for temporary facilities and controls.

t. Procedures for moisture and mold control.

u. Procedures for disruptions and shutdowns.

v. Construction waste management and recycling.

w. Parking availability.

x. Office, work, and storage areas.

y. Equipment deliveries and priorities.

z. First aid.

aa. Security.

bb. Progress cleaning.

3. Minutes: Entity responsible for conducting meeting will record and distribute meeting

minutes.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 013100

Page 88: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

SUBMITTAL PROCEDURES 013300-1

SECTION 013300 - SUBMITTAL PROCEDURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Submittal schedule requirements.

2. Administrative and procedural requirements for submittals.

B. Related Requirements:

1. Section 012900 "Payment Procedures" for submitting Applications for Payment and the

schedule of values.

2. Section 013100 "Project Management and Coordination" for submitting coordination

drawings and subcontract list and for requirements for web-based Project software.

3. Section 017700 "Closeout Procedures" for submitting closeout submittals and

maintenance material submittals.

4. Section 017839 "Project Record Documents" for submitting record Drawings, record

Specifications, and record Product Data.

1.3 DEFINITIONS

A. Action Submittals: Written and graphic information and physical samples that require

Engineer's responsive action. Action submittals are those submittals indicated in individual

Specification Sections as "action submittals."

B. Informational Submittals: Written and graphic information and physical samples that do not

require Engineer's responsive action. Submittals may be rejected for not complying with

requirements. Informational submittals are those submittals indicated in individual Specification

Sections as "informational submittals."

1.4 SUBMITTAL FORMATS

A. Submittal Information: Include the following information in each submittal:

1. Project name.

2. Date.

3. Name of Engineer.

4. Name of Contractor.

Page 89: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

SUBMITTAL PROCEDURES 013300-2

5. Name of firm or entity that prepared submittal.

6. Names of subcontractor, manufacturer, and supplier.

7. Unique submittal number, including revision identifier. Include Specification Section

number with sequential alphanumeric identifier; and alphanumeric suffix for

resubmittals.

8. Category and type of submittal.

9. Submittal purpose and description.

10. Number and title of Specification Section, with paragraph number and generic name for

each of multiple items.

11. Drawing number and detail references, as appropriate.

12. Indication of full or partial submittal.

13. Location(s) where product is to be installed, as appropriate.

14. Other necessary identification.

15. Remarks.

16. Signature of transmitter.

B. Options: Identify options requiring selection by Engineer.

C. Deviations and Additional Information: On each submittal, clearly indicate deviations from

requirements in the Contract Documents, including minor variations and limitations; include

relevant additional information and revisions, other than those requested by Engineer on

previous submittals. Indicate by highlighting on each submittal or noting on attached separate

sheet.

D. PDF Submittals: Prepare submittals as PDF package, incorporating complete information into

each PDF file. Name PDF file with submittal number.

1.5 SUBMITTAL PROCEDURES

A. Prepare and submit submittals required by individual Specification Sections. Types of

submittals are indicated in individual Specification Sections.

1. Email: Prepare submittals as PDF package, and transmit to Engineer by sending via

email. Include PDF transmittal form. Include information in email subject line as

requested by Architect.

a. Engineer will return annotated file. Annotate and retain one copy of file as a digital

Project Record Document file.

B. Processing Time: Allow time for submittal review, including time for resubmittals, as follows.

Time for review shall commence on Engineer receipt of submittal. No extension of the Contract

Time will be authorized because of failure to transmit submittals enough in advance of the

Work to permit processing, including resubmittals.

1. Initial Review: Allow 3 days for initial review of each submittal. Allow additional time if

coordination with subsequent submittals is required. Engineer will advise Contractor

when a submittal being processed must be delayed for coordination.

2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as

initial submittal.

3. Resubmittal Review: Allow 3 days for review of each resubmittal.

Page 90: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

SUBMITTAL PROCEDURES 013300-3

C. Resubmittals: Make resubmittals in same form and number of copies as initial submittal.

1. Note date and content of previous submittal.

2. Note date and content of revision in label or title block and clearly indicate extent of

revision.

3. Resubmit submittals until they are marked with approval notation from Engineer's action

stamp.

D. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers,

fabricators, installers, authorities having jurisdiction, and others as necessary for performance of

construction activities. Show distribution on transmittal forms.

E. Use for Construction: Retain complete copies of submittals on Project site. Use only final action

submittals that are marked with approval notation from Engineer's action stamp.

1.6 SUBMITTAL REQUIREMENTS

A. Product Data: Collect information into a single submittal for each element of construction and

type of product or equipment.

1. If information must be specially prepared for submittal because standard published data

are unsuitable for use, submit as Shop Drawings, not as Product Data.

2. Mark each copy of each submittal to show which products and options are applicable.

3. Include the following information, as applicable:

a. Manufacturer's catalog cuts.

b. Manufacturer's product specifications.

c. Standard color charts.

d. Statement of compliance with specified referenced standards.

e. Testing by recognized testing agency.

f. Application of testing agency labels and seals.

g. Notation of coordination requirements.

h. Availability and delivery time information.

4. For equipment, include the following in addition to the above, as applicable:

a. Wiring diagrams that show factory-installed wiring.

b. Printed performance curves.

c. Operational range diagrams.

d. Clearances required to other construction, if not indicated on accompanying Shop

Drawings.

5. Submit Product Data before Shop Drawings, and before or concurrent with Samples.

B. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base

Shop Drawings on reproductions of the Contract Documents or standard printed data.

Page 91: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

SUBMITTAL PROCEDURES 013300-4

1. Preparation: Fully illustrate requirements in the Contract Documents. Include the

following information, as applicable:

a. Identification of products.

b. Schedules.

c. Compliance with specified standards.

d. Notation of coordination requirements.

e. Notation of dimensions established by field measurement.

f. Relationship and attachment to adjoining construction clearly indicated.

g. Seal and signature of professional engineer if specified.

2. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or

sections of units showing the full range of colors, textures, and patterns available.

a. Number of Samples: Submit two full set(s) of available choices where color,

pattern, texture, or similar characteristics are required to be selected from

manufacturer's product line. Engineer will return submittal with options selected.

C. Product Schedule: As required in individual Specification Sections, prepare a written summary

indicating types of products required for the Work and their intended location. Include the

following information in tabular form:

1. Type of product. Include unique identifier for each product indicated in the Contract

Documents or assigned by Contractor if none is indicated.

2. Manufacturer and product name, and model number if applicable.

3. Number and name of room or space.

4. Location within room or space.

D. Qualification Data: Prepare written information that demonstrates capabilities and experience of

firm or person. Include lists of completed projects with project names and addresses, contact

information of architects and owners, and other information specified.

1.7 CONTRACTOR'S REVIEW

A. Action Submittals and Informational Submittals: Review each submittal and check for

coordination with other Work of the Contract and for compliance with the Contract Documents.

Note corrections and field dimensions. Mark with approval stamp before submitting to

Engineer.

B. Contractor's Approval: Indicate Contractor's approval for each submittal with signature. Include

name of reviewer, date of Contractor's approval, and statement certifying that submittal has

been reviewed, checked, and approved for compliance with the Contract Documents.

1. Engineer will not review submittals received from Contractor that do not have

Contractor's review and approval.

Page 92: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

SUBMITTAL PROCEDURES 013300-5

1.8 ENGINEER'S REVIEW

A. Action Submittals: Engineer will review each submittal, indicate corrections or revisions

required, and return it.

1. PDF Submittals: Engineer will indicate, via markup on each submittal, the appropriate

action.

B. Informational Submittals: Engineer will review each submittal and will not return it, or will

return it if it does not comply with requirements. Engineer will forward each submittal to

appropriate party.

C. Partial submittals prepared for a portion of the Work will be reviewed when use of partial

submittals has received prior approval from Engineer.

D. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned

for resubmittal without review.

E. Engineer will return without review submittals received from sources other than Contractor.

F. Submittals not required by the Contract Documents will be returned by Architect without

action.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 013300

Page 93: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

TEMPORARY FACILITIES AND CONSTROLS 015000-1

SECTION 015000 – TEMPORARY FACILITIES AND CONTROLS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes requirements for temporary utilities, support facilities, and security and

protection facilities.

B. Related Requirements:

1. Section 011000 "Summary" for work restrictions and limitations on utility interruptions.

1.3 USE CHARGES

A. General: Installation and removal of and use charges for temporary facilities shall be included in

the Contract Sum unless otherwise indicated. Allow other entities engaged in the Project to use

temporary services and facilities without cost, including, but not limited to, Engineer, testing

agencies, and authorities having jurisdiction.

B. Sewer Service: Pay all costs to provide, maintain and dispose of temporary sewer facilities.

C. Water Service: Pay all costs to provide, maintain and dispose of temporary water facilities for

cleaning or used for construction.

D. Electric Power Service: Pay all costs to provide, maintain temporary electrical facilities used for

construction.

1.4 INFORMATIONAL SUBMITTALS

A. Site Utilization Plan: Show temporary facilities, temporary utility lines and connections, staging

areas, construction site entrances, vehicle circulation, and parking areas for construction

personnel.

B. Implementation and Termination Schedule: Within 15 days of date established for

commencement of the Work, submit schedule indicating implementation and termination dates

of each temporary utility.

C. Project Identification and Temporary Signs: Show fabrication and installation details, including

plans, elevations, details, layouts, typestyles, graphic elements, and message content.

Page 94: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

TEMPORARY FACILITIES AND CONSTROLS 015000-2

D. Fire-Safety Program: Show compliance with requirements of NFPA 241 and authorities having

jurisdiction. Indicate Contractor personnel responsible for management of fire-prevention

program.

1.5 QUALITY ASSURANCE

A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary

electric service. Install service to comply with NFPA 70.

B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each

temporary utility before use. Obtain required certifications and permits.

PART 2 - PRODUCTS

2.1 MATERIALS

2.2 TEMPORARY FACILITIES

A. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate

materials and equipment for construction operations.

1. Store combustible materials apart from building.

2.3 EQUIPMENT

A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by

locations and classes of fire exposures.

PART 3 - EXECUTION

3.1 TEMPORARY FACILITIES, GENERAL

A. Conservation: Coordinate construction and use of temporary facilities with consideration given

to conservation of energy, water, and materials. Coordinate use of temporary utilities to

minimize waste.

3.2 INSTALLATION, GENERAL

A. Locate facilities where they will serve Project adequately and result in minimum interference

with performance of the Work. Relocate and modify facilities as required by progress of the

Work.

1. Locate facilities to limit site disturbance as specified in Section 011000 "Summary."

Page 95: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

TEMPORARY FACILITIES AND CONSTROLS 015000-3

B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities

are no longer needed or are replaced by authorized use of completed permanent facilities.

3.3 TEMPORARY UTILITY INSTALLATION

A. General: Install temporary service or connect to existing service.

1. Arrange with utility company, Owner, and existing users for time when service can be

interrupted, if necessary, to make connections for temporary services.

B. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of

construction personnel. Comply with requirements of authorities having jurisdiction for type,

number, location, operation, and maintenance of fixtures and facilities.

C. Electric Power Service: Provide electric power service and distribution system of sufficient size,

capacity, and power characteristics required for construction operations.

3.4 SUPPORT FACILITIES INSTALLATION

A. General: Comply with the following:

B. Temporary Use of Planned Permanent Roads and Paved Areas: Locate temporary roads and

paved areas in same location as permanent roads and paved areas. Construct and maintain

temporary roads and paved areas adequate for construction operations. Extend temporary roads

and paved areas, within construction limits indicated, as necessary for construction operations.

1. Coordinate elevations of temporary roads and paved areas with permanent roads and

paved areas.

2. Prepare subgrade and install subbase and base for temporary roads and paved areas

according to Section 312000 "Earth Moving."

3. Recondition base after temporary use, including removing contaminated material,

regrading, proof-rolling, compacting, and testing.

C. Traffic Controls: Comply with requirements of authorities having jurisdiction.

1. Protect existing site improvements to remain including curbs, pavement, and utilities.

2. Maintain access for fire-fighting equipment and access to fire hydrants.

D. Parking: Provide temporary parking areas for construction personnel.

E. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction.

Maintain Project site, excavations, and construction free of water.

1. Dispose of rainwater in a lawful manner that will not result in flooding Project or

adjoining properties or endanger permanent Work or temporary facilities.

2. Remove snow and ice as required to minimize accumulations.

F. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste

from construction operations. Comply with requirements of authorities having jurisdiction.

Comply with progress cleaning requirements in Section 017300 "Execution."

Page 96: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

TEMPORARY FACILITIES AND CONSTROLS 015000-4

3.5 SECURITY AND PROTECTION FACILITIES INSTALLATION

A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and

other improvements at Project site and on adjacent properties, except those indicated to be

removed or altered. Repair damage to existing facilities.

1. Where access to adjacent properties is required in order to affect protection of existing

facilities, obtain written permission from adjacent property owner to access property for

that purpose.

B. Environmental Protection: Provide protection, operate temporary facilities, and conduct

construction as required to comply with environmental regulations and that minimize possible

air, waterway, and subsoil contamination or pollution or other undesirable effects.

1. Comply with work restrictions specified in Section 011000 "Summary."

C. Temporary Erosion and Sedimentation Control: Comply with authorities having jurisdiction and

requirements specified in Section 311000 "Clearing and Grubbing."

D. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide

barriers in and around excavations and subgrade construction to prevent flooding by runoff of

stormwater from heavy rains.

E. Tree and Plant Protection: Install temporary fencing located as indicated or outside the drip line

of trees to protect vegetation from damage from construction operations. Protect tree root

systems from damage, flooding, and erosion.

END OF SECTION 015000

Page 97: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

CLOSOUT PROCEDURES 017700-1

SECTION 017700 - CLOSEOUT PROCEDURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements for contract closeout, including,

but not limited to, the following:

1. Substantial Completion procedures.

2. Final completion procedures.

3. Warranties.

4. Final cleaning.

5. Repair of the Work.

B. Related Requirements:

1. Section 017839 "Project Record Documents" for submitting Record Drawings, Record

Specifications, and Record Product Data.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of cleaning agent.

B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion.

C. Certified List of Incomplete Items: Final submittal at final completion.

1.4 CLOSEOUT SUBMITTALS

A. Certificates of Release: From authorities having jurisdiction.

B. Certificate of Insurance: For continuing coverage.

1.5 MAINTENANCE MATERIAL SUBMITTALS

A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in

other Sections.

Page 98: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

CLOSOUT PROCEDURES 017700-2

1.6 SUBSTANTIAL COMPLETION PROCEDURES

A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and

corrected (Contractor's punch list), indicating the value of each item on the list and reasons why

the Work is incomplete.

B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days

prior to requesting inspection for determining date of Substantial Completion. List items below

that are incomplete at time of request.

1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction

permitting Owner unrestricted use of the Work and access to services and utilities.

Include occupancy permits, operating certificates, and similar releases.

2. Submit closeout submittals specified in other Division 01 Sections, including project

record documents, operation and maintenance manuals, damage or settlement surveys,

property surveys, and similar final record information.

3. Submit closeout submittals specified in individual Sections, including specific warranties,

workmanship bonds, maintenance service agreements, final certifications, and similar

documents.

4. Submit maintenance material submittals specified in individual Sections, including tools,

spare parts, extra materials, and similar items, and deliver to location designated by

Engineer. Label with manufacturer's name and model number.

C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days

prior to requesting inspection for determining date of Substantial Completion. List items below

that are incomplete at time of request.

1. Advise Owner of pending insurance changeover requirements.

2. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's

personnel of changeover in security provisions.

3. Complete startup and testing of systems and equipment.

4. Perform preventive maintenance on equipment used prior to Substantial Completion.

5. Instruct Owner's personnel in operation, adjustment, and maintenance of products,

equipment, and systems. Submit demonstration and training video recordings specified in

Section 017900 "Demonstration and Training."

6. Advise Owner of changeover in utility services.

7. Participate with Owner in conducting inspection and walkthrough with local emergency

responders.

8. Terminate and remove temporary facilities from Project site, along with mockups,

construction tools, and similar elements.

9. Complete final cleaning requirements.

10. Touch up paint and otherwise repair and restore marred exposed finishes to eliminate

visual defects.

D. Inspection: Submit a written request for inspection to determine Substantial Completion a

minimum of 5 days prior to date the Work will be completed and ready for final inspection and

tests. On receipt of request, Engineer will either proceed with inspection or notify Contractor of

unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after

inspection or will notify Contractor of items, either on Contractor's list or additional items

identified by Architect, that must be completed or corrected before certificate will be issued.

Page 99: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

CLOSOUT PROCEDURES 017700-3

1. Request reinspection when the Work identified in previous inspections as incomplete is

completed or corrected.

2. Results of completed inspection will form the basis of requirements for final completion.

1.7 FINAL COMPLETION PROCEDURES

A. Submittals Prior to Final Completion: Before requesting final inspection for determining final

completion, complete the following:

1. Submit a final Application for Payment according to Section 012900 "Payment

Procedures."

2. Certified List of Incomplete Items: Submit certified copy of Engineer's Substantial

Completion inspection list of items to be completed or corrected (punch list), endorsed

and dated by Engineer. Certified copy of the list shall state that each item has been

completed or otherwise resolved for acceptance.

3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage

complying with insurance requirements.

4. Submit pest-control final inspection report.

5. Submit final completion photographic documentation.

B. Inspection: Submit a written request for final inspection to determine acceptance a minimum of

10 days prior to date the work will be completed and ready for final inspection and tests. On

receipt of request, Engineer will either proceed with inspection or notify Contractor of

unfulfilled requirements. Engineer will prepare a final Certificate for Payment after inspection

or will notify Contractor of construction that must be completed or corrected before certificate

will be issued.

1. Request reinspection when the Work identified in previous inspections as incomplete is

completed or corrected.

1.8 SUBMITTAL OF PROJECT WARRANTIES

A. Time of Submittal: Submit written warranties on request of Engineer for designated portions of

the Work where warranties are indicated to commence on dates other than date of Substantial

Completion, or when delay in submittal of warranties might limit Owner's rights under

warranty.

B. Warranties in Paper Form:

C. Provide additional copies of each warranty to include in operation and maintenance manuals.

Page 100: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

CLOSOUT PROCEDURES 017700-4

PART 2 - PRODUCTS

2.1 MATERIALS

A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or

fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous

to health or property or that might damage finished surfaces.

1. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not

applicable, use products that comply with the California Code of Regulations maximum

allowable VOC levels.

PART 3 - EXECUTION

3.1 FINAL CLEANING

A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply

with local laws and ordinances and Federal and local environmental and antipollution

regulations.

B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each

surface or unit to condition expected in an average commercial building cleaning and

maintenance program. Comply with manufacturer's written instructions.

1. Complete the following cleaning operations before requesting inspection for certification

of Substantial Completion for entire Project or for a designated portion of Project:

a. Clean Project site, yard, and grounds, in areas disturbed by construction activities,

including landscape development areas, of rubbish, waste material, litter, and other

foreign substances.

b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other

foreign deposits.

c. Rake grounds that are not planted, mulched, or paved to a smooth, even-textured

surface.

d. Remove tools, construction equipment, machinery, and surplus material from

Project site.

e. Remove snow and ice to provide safe access to building.

f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition,

free of stains, films, and similar foreign substances. Avoid disturbing natural

weathering of exterior surfaces. Restore reflective surfaces to their original

condition.

g. Remove debris and surface dust from limited access spaces, including roofs,

plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces.

h. Sweep concrete floors broom clean in unoccupied spaces.

i. Remove labels that are not permanent.

Page 101: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

CLOSOUT PROCEDURES 017700-5

3.2 REPAIR OF THE WORK

A. Complete repair and restoration operations before requesting inspection for determination of

Substantial Completion.

B. Repair, or remove and replace, defective construction. Repairing includes replacing defective

parts, refinishing damaged surfaces, touching up with matching materials, and properly

adjusting operating equipment. Where damaged or worn items cannot be repaired or restored,

provide replacements. Remove and replace operating components that cannot be repaired.

Restore damaged construction and permanent facilities used during construction to specified

condition.

1. Touch up and otherwise repair and restore marred or exposed finishes and surfaces.

Replace finishes and surfaces that that already show evidence of repair or restoration.

a. Do not paint over "UL" and other required labels and identification, including

mechanical and electrical nameplates. Remove paint applied to required labels and

identification.

2. Replace parts subject to operating conditions during construction that may impede

operation or reduce longevity.

3. Replace burned-out bulbs, bulbs noticeably dimmed by hours of use, and defective and

noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for

new fixtures.

END OF SECTION 017700

Page 102: Bid Set - Jefferson Transit · 7/1/2019  · 6 Advertisement to Bid, and the Bidder’s name and address. 7 1.2 BID SUBMITTAL: All bids shall be submitted on the prescribed forms

Jefferson Transit Authority – Haines Place Park and Ride Restroom Expansion Bid Set

July 9, 2019

PROJECT RECORD DOCUMENTS 017839-1

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements for project record documents,

including the following:

1. Record Drawings.

2. Miscellaneous record submittals.

B. Related Requirements:

1. Section 017700 "Closeout Procedures" for general closeout procedures.

1.3 CLOSEOUT SUBMITTALS

A. Record Drawings: Comply with the following:

1. Number of Copies: Submit copies of record Drawings as follows:

a. Submittal:

1) Submit one paper-copy set(s) of marked-up record prints.

PART 2 - PRODUCTS

PART 3 - EXECUTION

END OF SECTION 017839