ITB 23-28-210711 ARR 301 CAFÉ CAR SERVER STATION AND GALLEY REFURBISHMENT

expired opportunity(Expired)
From: Alaska Railroad(Transportation)
ITB 23-28-210711

Basic Details

started - 19 Apr, 2023 (12 months ago)

Start Date

19 Apr, 2023 (12 months ago)
due - 04 May, 2023 (12 months ago)

Due Date

04 May, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
ITB 23-28-210711

Identifier

ITB 23-28-210711
Alaska Railroad

Customer / Agency

Alaska Railroad
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

ARR 301 CAFÉ CAR SERVER STATION AND GALLEY REFURBISHMENT INVITATION TO BID #23-28-210711 APRIL 4, 2023 ALASKA RAILROAD CORPORATION 327 WEST SHIP CREEK AVENUE ANCHORAGE, ALASKA 99501 Page 1 of 73 ALASKA RAILROAD CORPORATION 327 W. Ship Creek Avenue Anchorage, AK 99501 Phone 907.265.4470 HUMPHREYC@AKRR.COM April 4, 2023 INVITATION TO BID #23-28-210711 ARR 301 CAFÉ CAR SERVER STATION AND GALLEY REFURBISHMENT Response Required: This page must be completed and returned to ensure receipt of future addenda or additional information. Please e-mail this form to HumphreyC@akrr.com. All addenda will be forwarded to the contact name and number listed below. Firms that have not returned the cover sheet will not be informed of addendums and will only be alerted to addendums by checking with the ARRC procurement officer or by checking ARRC’s internet site:
href="http://www.alaskarailroad.com" target="_blank">www.alaskarailroad.com , select Procurement and then Solicitations. Bidders must acknowledge the receipt of all issued addendums in their proposal/bid submittal. Company ______________________________________________________ Address ______________________________________________________ ______________________________________________________ Contact ______________________________________________________ Phone __________________________ Fax_________________________ Email ______________________________________________________ Website: www.alaskarailroad.com Page 2 of 73 ALASKA RAILROAD CORPORATION 327 W. Ship Creek Ave. Anchorage, AK 99501 April 4, 2023 Invitation to Bid #23-28-210711 The Alaska Railroad Corporation (ARRC) is soliciting bid from interested concerns for the following: ARR 301 CAFÉ CAR SERVER STATION AND GALLEY REFURBISHMENT Sealed bids will be received at: HumphreyC@akrr.com Alaska Railroad Corporation 327 West ship Creek Ave. Anchorage, AK 99501 UNTIL 3:00 p.m. LOCAL TIME APRIL 27, 2023. AT THAT TIME BIDS WILL BE PUBLICLY OPENED. IMPORTANT: ARRC may award a contract resulting from this solicitation to the responsive bidder whose bid conforming to this solicitation will be the most advantageous to the ARRC. ARRC may reject any or all offers if such action is in the best interest of ARRC, and waive informalities and minor irregularities in offers received. Any resulting contract from this solicitation shall incorporate the Standard Instructions, and General Terms and Conditions incorporated in this solicitation. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONTRACTS (Less than $100,000.00) (Revised 8/19/13) can be found at: https://www.alaskarailroad.com/sites/default/files/procurement/Federal- Aid_Contracts_Terms_Conditions_3-21-23_revises_version_4-20-21.pdf Federal Grant Funds - Federal Transportation Administration Work associated with this contract is funded by funds from the Federal Railroad Administration (FTA) and the Alaska Railroad Corporation (ARRC). It is the sole responsibility of the Contractor to determine which designated provisions are applicable to this project. . PRE-BID/Site Visit Conference: A Pre-Bid Site Visit is scheduled for April 11, 2023 at 11:00 A.M. at the Alaska Railroad General Office Building (GOB) 327 W. Ship Creek Ave. Anchorage, AK 99501. All Contractors will sign-in at the pre-bid conference and once the conference is completed will proceed to the Car Shop. Please dress appropriately for weather and safety, PPE is required to include: hardhats safety glasses and steel toe boots. This pre-bid site visit is not mandatory; however, a bidder's failure to visit the work site will in no way relieve the bidder of the responsibility of performing the work in strict compliance with the true intent and meaning of the terms, conditions and specifications of this ITB. Page 3 of 73 Return your bid in a sealed envelope on which the Solicitation number appears. Bids received by facsimile transmission will not be considered for award. Bids shall be submitted on the forms furnished herein. Hand-delivered bids, amendments, or withdrawals must be received by ARRC's Contracts Section prior to the scheduled time of bid opening. Your bid must be complete. See instructions and conditions enclosed. ARRC shall not be held responsible for bidder’s lack of understanding of what is required by this bid. Should a bidder not understand any aspect of this bid, or require further explanation, or clarification regarding the intent or requirements of this bid, it shall be the responsibility of the bidder to seek guidance from the ARRC. ARRC reserves the right to reject any and all bids, or any part thereof, negotiate changes in bids, accept any bids or any part thereof, waive minor informalities or defects in any bids, and not to award the proposed contract if it is in the best interest of the ARRC. ARRC may award a contract resulting from this solicitation to the responsive offeror whose offer conforming to this solicitation will be the most advantageous to the ARRC. ARRC may reject any or all offers if such action is in the best interest of ARRC, and waive informalities and minor irregularities in offers received. Any resulting contract from this solicitation shall incorporate the Standard Instructions, and General Terms and Conditions for Construction incorporated in this solicitation. This solicitation is not to be construed as a commitment of any kind nor does it commit the ARRC to pay for any costs incurred in the submission of an offer or for any other incurred cost prior to the execution of a formal contract BIDDER/VENDOR TERMS AND CONDITIONS: PROSPECTIVE BIDDERS ARE CAUTIONED TO PAY PARTICULAR ATTENTION TO THIS CLAUSE. Bidder/contractor imposed terms and conditions which conflict with this Invitation for Bid terms and conditions are considered counter offers and, as such, will cause the Alaska Railroad Corporation to consider the bid non- responsive. If a bidder attaches additional terms and conditions as part of the bid, such attachments must be accompanied by a disclaimer stating that in the event of conflict between the terms and conditions of this Invitation for Bid and the terms and conditions of the bidder/contractor, the terms and conditions of the Invitation for Bid will prevail. ARRC Disadvantaged Business Enterprise (DBE) Program: ARRC is an equal opportunity corporation that encourages the participation of DBEs as prime contractors and subcontractors on its contracts funded in whole or in part by the Federal Transit Administration (FTA) or the Federal Highway Administration (FHWA). The ARRC has a race neutral DBE Program and does not set DBE goals on individual solicitations. Nonetheless, the ARRC aspires to achieve an overall DBE participation of 4.0% in federal fiscal years 2022-2024 on contracts funded by agencies within the U.S. Department of Transportation. If this contract is funded in whole or in part by funds from the FTA or the FHWA, it is imperative that you consult the Federal Terms and Conditions portion of this solicitation. Page 4 of 73 The Alaska Railroad is a member of Green Star (http://www.greenstarinc.org/). ARRC earned an initial Green Star Award in 1994 and a Green Star Air Quality Award in 2007. The Alaska Railroad considers Green Star membership to be a positive business attribute, and regards a Green Star award as a tangible sign of an organization’s commitment to environmental stewardship and continual improvement within its operations. The envelope used in submitting your offer shall be plainly marked with the following information: 1. Offeror's Name - 2. ITB # 23-28-210711 3. Date and Time Scheduled for Receipt of Offers. 4. Sealed Offer: ARR 301 CAFÉ CAR SERVER STATION AND GALLEY REFURBISHMENT Please direct all responses and/or questions concerning this invitation to bid in writing to Candice Humphrey via email; HumphreyC@akrr.com. Sincerely, Candice Humphrey Contract Administration Specialist Alaska Railroad Corporation Page 5 of 73 INDEX SECTION A REQUIRED DOCUMENTS SECTION B SCOPE OF WORK SECTION C FOOD SERVICE EQUIPMENT SPECIFICATIONS SECTION D COST SCHEDULE SECTION E FORMS SECTION F GENERAL TERMS AND CONDITIONS REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONTRACTS [Revised March 21, 2023] ATTACHMENTS: 1. ARR 301 CAFÉ GALLEY & SERVER STATION REFURB PLAN Page 6 of 73 SECTION A REQUIRED DOCUMENTS REQUIRED FOR BID. Bids will not be considered if the following documents are not completely filled out and submitted at the time of bidding: 1. Cost Schedule- Section D 2. Contractor Responsibility Questionnaire- Section E 3. Service Bid Form [Form 395-0129] Section E 4. Federal Requirements: SECTION F: 25. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING – 31 USC 1352; 2 CFR 200.450; 2 CFR 200 App. II(j); 49 CFR Part 20 REQUIRED FOR AWARD. In order to be awarded the contract, the successful bidder must completely fill out and submit the following documents within the time specified in the intent to award letter: 1. Certificate of Insurance - [from Insurance Carrier] 2. Alaska Contractors and Business Licenses 3. Subcontractor Bidder List 4. Service Contract / P.O. - Notice to Proceed (ARRC Generated) Page 7 of 73 SECTION B SCOPE OF WORK ARR 301 A-End Server Station and B-End Galley Refurbishment Scope of Work - Summary Fabricate, supply and install foodservice equipment, fixtures and custom stainless steel cabinetry, work stations, countertops and shelving per drawings and specifications contained or referenced herein. Car number ARR 301 currently located at the Alaska Railroad Car Shop in Anchorage, Alaska. Car is accessible beginning August 1, 2023 following completion of interior retrofit by others. Minimum Requirements Contractor shall perform and provide the following: 1. Perform professional level, high quality Food Service Equipment Contractor work in accordance with SECTION C, section 11 40 00 Food Service Equipment Technical Specifications. 2. Schedule time and date of work with ARRC representative within work window schedule below. Contractor will be required to work within the carshop hours and Blue Flag protection of other trades working in the area. ARRC will provide blue flag training at no cost to contractor. 3. Maintain a clean work area with proper ventilation. 4. Have at least ten (10) years’ experience in supplying and installing commercial kitchen equipment. Scope of Work Perform the following work on passenger car ARR 301: 1. Fabricate, purchase and install A-end server station and B-end galley equipment per attached drawings and Food Service Equipment Specifications herein. 2. Work with ARRC carmen, Electrical contractor and any other sub-contractors authorized by ARRC to complete server station and galley replacement. Safety: The contractor is responsible for maintaining well-ordered work areas. Hard hats, safety glasses, hearing protection, and safety toe work boots are required in Alaska Railroad shops. Work inside passenger cars does not require hard hats be worn. Contractor will be required to perform blue flag protection (protection from moving railcars) coordinated daily, prior to beginning work and placing blue flag protection, with Alaska Railroad car shop supervisor. Alaska Railroad car shop supervisor shall provide blue flag training (approximately two hours) to Contractor’s personnel, at no cost to contractor. Expectations: 1. Successful Contractor is responsible for labor, transportation, storage, disposal of debris and all ancillary items. Contractor will coordinate with other trades working in the area. 2. All work must be completed according to the following schedule: a. ARR 301 all work completed by September 1st, 2023 Page 8 of 73 Work Schedule: Shops are staffed daily, 6 AM to 4 PM. Access to the shops after 4 PM will require the contractor to complete an application for ARRC magnetic key and prior coordination for track lockout. If the key is lost, the contractor will be required to pay for the key. Cars are available for work as shown in Table 1, below. ARR 301 must be completely finished and in operable order by September 1, 2023. Passenger coach will be heated and available inside of ARRC Car shop continuously. CAR NUMBER AVAILABLE STARTING ALL WORK COMPLETE ARR 301 8/1/23 9/1/2023 Table 1: Passenger Coach Schedule Page 9 of 73 SECTION C SECTION 11 40 00 FOOD SERVICE EQUIPMENT SPECIFICATIONS PART 1 – GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. 1.2 SUMMARY A. Section includes: Fabricated Equipment; Cooking Equipment; Self-contained refrigeration equipment; remote refrigeration equipment and dish washing equipment. B. Contractor Furnished Equipment: Contractor to furnish and install all equipment. C. The work consists of providing all labor, equipment, appliances and materials, and in performing all operation in connection with the execution of the Work as stated or as represented in the drawings of the Food Service Equipment Contract Documents, including that which is reasonably referred to provide the following work. 1. The fabrication, delivery, unloading, uncrating, handling, assembly, setting in place ready for final connection by mechanical and electrical trades, and leveling of equipment, all in accordance with the Owner’s schedule and Item Specifications. 2. Coordination: Coordinate mechanical and electrical rough in services, manufactured equipment and fabricated equipment construction, equipment bases, curbs, ceiling heights, depressed areas, sleeves, wall openings, refrigeration lines, service access, existing coach conditions that affect equipment, and all other conditions required to accommodate the Section 11 40 00 equipment including new, existing, Owner furnished and future equipment with other trades; cut holes in equipment to accommodate pipes, drains, electrical conduit and outlets as required; wall openings and other special conditions as required, to accommodate equipment in the Contract, with other contractors on the project. 3. The cutting of holes in equipment to accommodate pipes, drains, electrical conduit and outlets as required for this installation. 4. Removal of debris from the project site, associated with the uncrating of the equipment and general Installation process, as dictated by the on-site Safety requirements. 5. Schedule: Perform work in a timely manner consistent with the project schedule, submit written notice of any manufacturer or construction related problems that are causing a delay in the equipment delivery or installation; substitutions for failure to order equipment in a timely manner are not acceptable. 6. Permits, Licenses and Inspections: Secure and pay for tests, permits and inspections required by authorized regulatory agencies and directly related to the construction and installation of the Section 11 40 00 foodservice equipment work. D. Definitions: 1. Exposed: All surfaces visible including surfaces behind cabinet doors when the doors are open. 2. Food Service Equipment Contractor (FSEC): The person or organization identified as such in the Agreement. The term “Food Service Equipment Contractor” or “FSEC” means the Food Service Equipment Contractor or their authorized representative. 3. Fabricated Equipment: Equipment that is not a standard catalog item and must be constructed by the FSEC or authorized Subcontractor at his shop or on the job site to Page 10 of 73 conform to the Contract Documents; custom built equipment. 4. Manufactured Equipment: Equipment generally offered as a catalog item by a manufacturer including standard items requiring minor modifications. 5. Standard Equipment: Manufactured equipment. 6. Reused: Disassemble, if required, remove and store equipment until ready for installation; reassemble and set existing equipment in place ready for final connection; install in the same working order as when removed from service; prepare and submit a packing list identifying each piece of equipment removed and any attachments or accessories removed with it; equipment that is not in good working order should be noted; submit packing list signed by the Owner's Representative and the Section 11 40 00 Contractor 7. Not Reused: Owner's Representative has the option to retain existing equipment; authorized demolition contractor will remove and dispose; obtain written authorization from Owner's Representative to remove equipment from site. NOTE: Field dimensions and installation must be completed by a person/company approved by the custom fabricator. 8. Demonstration: Schedule times with the Owner's Representative to provide instruction on the maintenance and use of each item; conveyor authorized service agent to demonstrate adjustment and maintenance procedures to Owner's maintenance staff and dishroom supervisor and demonstrate pump adjustment to detergent supplier; demonstrate operation to appropriate inspectors if required; verify that copies of all instructional, operational, maintenance manuals, charts and audio and video media have been provided at least two weeks prior to demonstration as required in Article 1.05, para. G.4. 9. Testing: Test, regulate and put into proper operating condition; calibrate controls, including thermostats; coordinate dishmachine testing with detergent supplier; properly activate water filters per manufacturer's recommendations. 10. Chart of Completion: Provide separate charts for demonstration and testing; include item number, description of equipment, date, person/firm responsible, and Owner's initials; provide charts to Owner, Owner's Representative, and Consultant prior to Owner's acceptance. 11. Field Measurements: Field measure foodservice space prior to equipment construction; conform to finished building conditions; submit written notification to Owners Representative if building conditions prevent equipment from functioning properly. 12. Site Conditions: Verify that surfaces, prepared openings, finished building dimensions, and roughed in utilities are ready for equipment; coordinate equipment with building openings and dimensions; construct and deliver equipment in sections sized to site limitations. 13. Utilities: Verify that voltages, air volumes, water temperature and water, steam, and gas pressures are as required for equipment; coordinate changes to ensure that equipment operates properly 14. Acceptance: Beginning of installation means acceptance of site conditions. 15. Responsibility: Assume the expense of changes to equipment and/or cutting and patching walls, partitions, ceilings and floors necessary to receive and successfully operate equipment, caused by failure to coordinate with site conditions. Page 11 of 73 1.3 SUBMITTALS Upon award of the contract, furnish to the Project Team the following submissions for approval: A. Equipment Shop Drawings 1. Dimensioned floor plan at scale 1/4” = 1’ - 0” (or larger) with equipment numbered and identified on a schedule on the same sheet if possible. 2. The FSEC is to review the drawings, provided as Construction Documents by Owners Representative, “Make Corrections/Adjustments” of any changes that are required, and return to Owners Representative for Review/Approval and Final submittal by the FSEC. If the FSEC has provided “Equal” manufacturers and any “alternate” manufacturers, approved during the bid process, the FSEC shall indicate this information on a “reviewed” set of drawings for Owners Representative to review/approve. 3. Include details illustrating standard and special methods of construction. 4. Where fabricated equipment adjoins other fabricated or standard equipment, show partial plans and elevations to illustrate the condition at the junction of the two items. 5. Equipment installed on, or built into fixtures, shall be shown on elevation and section drawings of the fixture, and dotted in plans. 6. Show fabricated equipment in plan, elevation and end view at scale of 3/4” = 1’-0” or larger. Show section details at a scale of 1 - 1/2 = 1’-0” or larger. 7. Drawing sheets shall match the contract Drawings in size and border. 8. Dimensions specified for fabricated equipment are subject to any adjustments required by field dimensions and the accommodation of understructure components. All measurements shall be taken from finished structural members. Circle any and all such dimensional changes on initial and subsequent submissions. 9. Tables, sinks and counters shall be 3’-0” high in all galley areas unless noted otherwise. Height of splashes shall be 6” unless noted otherwise. 10. Shelves over fabricated equipment in the preparation and cooking areas shall be 5’-0” high from the flat surface of shelf to finished floor unless noted otherwise. 11. Dimensions specified shall be left-to-right by front to back by height (if indicated). 12. Each shop drawing provided by a subcontractor or manufacture shall have the FSEC signature indicating it has been checked by him for: Content of Item Specifications; drawing size and scale; field dimensions; compatibility with other equipment; and coordination with other trades and service. 13. Submission: Electronically submit to the Project Team a reproducible set with sufficient space for notations and review stamp. Incorporate on original Shop Drawings any corrections noted by the Owners representative and resubmit a new set of drawings for review. Repeat until all corrections are satisfactorily incorporated. After final review, furnish copies as needed (not to exceed six (6) sets) by the various trades and the Owner. 14. The Contractor is responsible for the accuracy of all the submittals. Review of rough-in drawings, equipment brochures, and manufacturers shop drawings is for design and concept only, and does not relieve the Contractor of the responsibility for compliance with design drawings, details and specifications, nor does it relieve them of the responsibility of verification of field dimensions, or utilities with equipment requirements, conformance with regulations and coordination with building conditions. B. Rough-in and Sleeve Drawing: 1. Dimensioned rough-in and sleeve drawings are to be provided by FSEC for Review and Comment by the Owners Representative. These drawings, at 1/4” scale or larger, identify all utility requirements and show exact locations and heights of all utility rough-ins, service sleeves and conduit penetrating the floors and walls through which the electrical and mechanical service lines are extended, including: Sleeve and conduit for Beverage systems, Refrigeration lines, Fire protection systems; and all Exhaust Hood requirements when specified to include CFM and duct sizes; All per code requirements. It is the Page 12 of 73 responsibility of the FSEC to Review these drawings, provide any changes required, based on equipment selected and provided as part of the Contract, and Submit this information back to Owners Representative for correction and Submission. Include all field interconnections for food service equipment to be completed by the Trades that are not a part of the FSEC’s work. Stub out of walls wherever possible. Verify existing coach conditions. Submit electrical rough-in drawing on a separate sheet from mechanical rough- in for Contract items, convenience outlets, sink wastes, floor drains and other utility requirements in the server station and galley including, Existing, Owner furnished and Future Equipment indicated on the Food Service Equipment contract Drawings. Refer to the architectural, electrical and mechanical drawings for the preparation of this submission to verify the manner in which the utility mains and branches enter the food service area. Verify that the correct utility services are available for equipment ordered. 2. Each shop drawing or rough-in drawing provided by a subcontractor or manufacture shall have the FSEC stamp and signature indicating it has been checked by him for: Content of Item Specifications; Conformance to General Conditions and Technical Specifications; Drawing size and scale; Field dimensions; compatibility with other equipment; And coordination with other trades and services. 3. Include wiring and connection diagrams for all electrically operated equipment where one or more items are interconnected by the FSEC. 4. Submission: Electronically submit to the Project Team a reproducible set with sufficient space for notations and review stamp. Incorporate on original Shop Drawings any corrections noted by the Owners representative and resubmit a new set of drawings for review. Repeat until all corrections are satisfactorily incorporated. After final review, furnish copies as needed (not to exceed six (6) sets) by the various trades and the Owner. C. Equipment Brochure Samples 1. Electronically submit brochures for review prior to procurement of equipment. Forward corrected Brochures to those parties designated by the Owners Representative. This Brochure shall include: a. A typewritten index sheet for each item with item number and description of equipment to include: Model number, quantity, all optional features, special construction and installation requirements and all utility service requirements; this includes existing equipment to be reused. b. The manufacturer’s catalog sheets with descriptive data and capacities. c. Arrange sheets in proper sequence; mark item number and quantity of units required. Where catalog sheets illustrate additional equipment, which is not being supplied, such equipment and data shall be marked out. Where equipment of the same manufacturer and model is being provided with different item number designations, one group of required catalog sheets per Brochure may be supplied under the initial item designation. A typewritten sheet shall be included in the appropriate numerical order in the Brochure with a reference to the location of catalog sheets (e.g. Item #10, Food Warmer: Refer to Item #1). D. Operation and Maintenance Manuals 1. Submit a parts list and operating and maintenance instructions bound into a manual, for all items of standard equipment. 2. The submission shall include the following: a. Parts catalog; b. Operating and Maintenance Instructions; c. Address and phone number of the local service agency that the FSEC has retained to service the equipment under the guarantee requirements and a list of the equipment items for which they are responsible. 3. The Manual shall contain a Table of Contents. 4. Submission: Submit two (2) copies of the Manual to the Owners Representative, for Page 13 of 73 approval, not later than the date set for installation inspection. The Contractor shall make all required revisions and additions and issue a total of Two (2) manuals to the Owners Representative. E. Contract Closeout Submittals: 1. Provide in accordance with General Terms and Conditions and as follows; 2. Record Documents: Upon completion of work, Food Service Equipment Contractor shall provide, to Owners Representative, a completely updated set of Shop Drawings, including details and electrical and mechanical information on items as provided. 3. Operating Instructions: Food Service Equipment Contractor shall provide on-site instructions for operation and maintenance of equipment. Owner will designate dates and personnel to receive instructions. 4. Manufacturer's Maintenance and Operating Literature: Upon completion of job, Food Service Equipment Contractor shall prepare, in triplicate or as many copies as are required, and submit to Owners Representative relating to the items furnished, specification sheets, operation instructions, maintenance instructions, and list of parts recommended for Owner to stock. This information shall be provided on all such items as information is available from manufacturer. 5. Binding and Submitting Instructions: Literature, drawings, and data shall be bound in a 3- ring, loose-leaf, hard cover plastic faced portfolio. Contractor shall submit portfolio, complete with all its contents, to Owners Representative for approval. 1.4 QUALITY ASSURANCE A. Design Criteria: 1. The FSEC represents and warrants that he has satisfied himself as to the existing openings and accesses to the galley area through which his equipment shall be required to pass, and that he is cognizant of the fact that his equipment shall be delivered in sections sized to conform to these existing limitations. 2. All materials and equipment furnished under this Contract shall be new unless otherwise specified, and that all work shall be of good quality, free from faults and defects in materials and workmanship. Work not conforming to these standards shall be considered defective. Any defects, which appear within one (1) year following final acceptance of the Work, shall be corrected. 3. Perform all work to the highest quality by skilled, experienced craftsmen of the respective trades involved. 4. Fabricate all sheet metal items by one manufacturer acceptable to the Owners Representative. 5. Fabricate all wood/millwork items by one manufacturer acceptable to the Owners Representative. 6. The Contractor is responsible for the prompt ordering including orders by his sub- contractors. Substitution of items will not be allowed or approved, for the sake of expediency, when prompt ordering would have allowed adequate time for delivery, fabrication and installation. In instances where the tardiness in purchasing contributes to a delay that might affect the scheduled completion date, it will be the responsibility of the Contractor to assume all related costs involved in taking all feasible measures to accommodate the production, delivery and installation of such items. 7. The contractor is responsible for coordinating all phases of his work with the various trade contractors on the project, in a professional and amicable manner, to ensure a complete understanding of responsibilities, scheduling and installation phases, and to avoid delays, interruptions and disagreements. 8. These drawings and specifications are for the assistance and guidance of the FSEC. Accuracy of these drawings is not guaranteed and existing building conditions will influence exact dimensions, locations and levels. Deviations from these conditions, in Page 14 of 73 order to meet structural conditions, will be made without expense to the Owner. Further, these drawings and specifications are based on Passenger Coach OEM plans which may have been changed or modified since the car’s construction. B. Errors, Omissions & Ambiguities: 1. Report any errors, omissions or ambiguities found in the drawings and specifications to Owners Representative for clarification and resolution, before bids are submitted. Owner will issue a clarification Addendum as required. 2. No allowances will be made in favor of the FSEC for errors, omissions and ambiguities reported after the Award of Contract. 3. In the event of a conflict between documents the following will govern: a. The most recent issued documents will take precedence over previously issued documents. b. Conflicts within the contract documents and subsequent interpretation shall be made observing this order: Code requirements take precedence over stated requirements elsewhere in the documents; More stringent requirements take precedence over less stringent requirements; and the Greater Quantity and Greater Quality take precedence over the lesser of the same. C. Requirements of Regulatory Agencies: All work and materials will be provided in accordance with the latest rules of the governing State and Local Health Departments, the current National Sanitation Foundation Standards, and all other Authorities having jurisdiction with this project. 1. Regulations, including Mechanical, Electrical, Building, and all other applicable codes having Jurisdiction will be followed, which includes, but is not limited to, the following agencies: a. National Sanitation Foundation (NSF) b. Underwriters Laboratory (UL) Electrical equipment and UL300 for Fire Systems c. American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRE) d. American Society of Mechanical Engineers (ASME) e. National Electrical Code (NEC) f. National Fire Protection Association (NFPA) g. American Society of Tested Materials (ASTM) h. Occupational Safety and Health Agency (OSHA) i. International Conference of Building Officials (ICBO) j. ADAABAAG (Americans with Disabilities Act and Architectural Barriers Act Accessibility Guidelines 36-CFR, Part 1191 (US Code, Title 25, Section 2005) 2. National Sanitation Foundation requirements: Completed units and installation shall meet NSF requirements. The NSF label shall be affixed to an interior panel directly adjacent to door. 3. Underwriters’ Laboratory Requirements: Complete units and installation, including refrigeration systems, shall be approved by Underwriters’ Laboratories. 4. No extra charge will be paid for furnishing items required by the regulations, as set forth in this section or in the General Conditions of this specification, but not specified or shown on the drawings. 5. Rulings and interpretations of the enforcing agencies shall be considered a part of the regulations. 6. Comply with all laws, ordinances, rules, orders and regulations relating to the performance of the work, the protection of adjacent property, and the maintenance of passageways, guard fences and other protective facilities. 7. Test and regulate all equipment in the presence of the Owner and appropriate inspectors if required, proving it to be operating properly, and provide instruction in the use of any item requested. Page 15 of 73 D. Maintenance Instructions: Provide a warranty service representative during installation and on first day of operation. Representative shall be well informed as to all phases of the Work. Put equipment into proper operating condition. Copies of instructional, operational, and maintenance manuals or charts for equipment shall be furnished to Owner, unless permanently fastened to equipment, to satisfaction of Owner. Factory representative shall instruct Owner's employees in proper use and maintenance schedule to be followed. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Materials and Equipment 1. Schedule delivery and installation work to afford a minimum of inconvenience to, or interference with, the normal and continuous use by the Owner of existing buildings, facilities, services and utilities, and areas in which the work will be performed. Provisions for the storage of any equipment item at the jobsite, before the commencement of installation must be agreed upon with the Owners Representative beforehand. Under no circumstances will an agent of the Owner, Architectural Trade, CM or GC be asked to sign for equipment or services at the job site that are the responsibility of the FSEC. 2. Pack equipment to properly protect it from damage. Mark equipment with a number corresponding to the number assigned in the Specification. B. Storage and Handling 1. When applicable, existing equipment, which is to be salvaged and reused as indicated in the plans, shall be disconnected by the proper trade contractor and the FSEC shall set this existing equipment in place and it shall be connected by the proper trade contractor. The items which are not to be reused shall be disconnected by the proper trades and disposed of as determined by the Owner/Owner’s representative. 1.6 ALTERNATIVES AND ALLOWANCES A. Each bidder represents that his bid is based upon the materials and equipment described in the Bidding Documents and as follows: 1. The specified products used in the design of the project establish minimum standards of function, dimension, appearance and quality in which substitutes must meet to be considered acceptable. 2. No substitution will be considered in the base bid unless written request has been submitted to the Owners Representative for approval at least ten (10) days prior to the date for receipt of the bids. 3. Substitutions will be considered upon written request submitted along with and attached to the Bid Form. Each request shall include a complete description of the proposed substitute, including drawings, cuts, performance test data and any other data or information necessary for complete evaluation. This shall not relieve the Bidder from bidding on the items as specified in the Base Bid. 4. Each Bidder, in submitting his request for substitution, agrees that if his proposed material, product or equipment is approved and subsequently used in the Work, he shall assume all costs incurred for additional work including all work and changes performed under other contracts. 5. The approval or rejection of a proposed substitution is vested in the Owners Representative whose decision shall be final and binding. The determination may or may not express the reason for the decision. Substitutions will be approved by Addendum. No information or approval will be made in any other manner. 6. Once a contract has been awarded, substitutions may be considered during a Value Engineering period if the Owner has requested such information. 1.7 WARRANTY/CORRECTION PERIOD Page 16 of 73 A. Warranty: Equipment furnished under this contract shall be guaranteed for a period of one (1) calendar year from date of substantial completion of project unless otherwise noted. Any parts requiring replacement due to damage during installation or defective material or workmanship during this period shall be promptly replaced with new parts without cost to the Owner. Replacement parts and repairs shall be guaranteed for a period of one (1) calendar year from date of replacement or repair. The single exception to the responsibility of providing warranty is: existing equipment that has been relocated and/or Owner furnished equipment that has been used or put into service prior to the final installation. B. Refrigeration compressors: Shall have the manufacturer’s extended five (5) year warranty. C. Refrigeration compressors: When specified, shall have a twelve (12) month service contract providing parts replacements and 24 hours per day, seven (7) days per week, local service and maintenance, starting from date of acceptance by Owner. D. Equipment: Shall be serviced within a reasonable time under the guarantee by a competent local service agency. When the complete breakdown of a piece of equipment occurs, service shall be performed within 24 hours of the request. If the service agency is unable to or does not make the necessary repairs or replacements promptly, the Owner will have the necessary repairs and replacements made and charge the FSEC. 1.8 QUALIFICATIONS A. Qualifications: The Foodservice Equipment Contractor must be capable of purchasing all equipment and materials as required by the Specifications, and perform all services required in a timely manner, and as dictated by the Construction Schedule. The FSEC project manager must have a minimum of (ten) 10 years’ experience in the Construction Industry performing similar tasks. PART 2 - PRODUCTS 2.1 MATERIALS A. Stainless steel (s/s): Type, 304, not-magnetic, austenitic 18% chrome, 8% nickel, corrosion resistant alloy steel, #4 finish. Sheets shall be flat, or first grade and free of all buckles and surface imperfections. B. Galvanized iron (GI): Armco iron or an approved grade copper bearing steel. C. Gauges: Sheet iron and sheet metal shall be U.S. Standard Gauge and finished equipment gauge thickness shall not vary more than 5% plus or minus from thickness indicated below: 1. Gauge Thickness Gauge Thickness #10 0.1406 #16 0.0625 #12 0.1094 #18 0.050 #14 0.0781 #20 0.0375 2. Unless otherwise specified, no material lighter than #20 gauge shall be incorporated in the Work. D. Stainless steel pipe and tubing: Seamless or welded, or gauge specified and of gauge specified and of true roundness. Seamless tubing shall be thoroughly and correctly annealed, ground Page 17 of 73 smooth and polished. Welded tubing shall be thoroughly heat treated and properly quenched to eliminate precipitation, drawn true to size and roundness and polished to match stainless steel sheets. E. Framing: Structural sheet members consisting of angles, bands, bars, and channels, shall be ductile in quality, free of hard spots, runs, checks cracks and other surface defects. They shall be smooth, galvanized by the hot dip method with all surplus removed, and free of runs, blisters, excess spelter and uncoated spots or patches. F. White metal castings: Corrosion-resistant metal containing not less than 30% nickel; rough ground, polished and buffed to bright luster; free from pit marks, runs, checks, burrs and other imperfections. In lieu of white metal castings, stainless die-stamped or cast shall be acceptable. 2.2 FINISHING A. Stainless steel: Polish to a #4 commercial finish where exposed, #2B where unexposed. The grain of polishing shall run in the same direction where possible. B. Paint: Not acceptable on this project. C. Undercoating: Spray with a sound deadening material under sink bowls only. 2.3 CUSTOM FABRICATION STANDARDS A. Qualifications: Minimum (Ten) 10 years’ experience in similar work; produce custom fabricated equipment at one shop; preferred fabricator: BSI B. Authorized Equipment Fabricators: The companies that are approved custom stainless steel equipment fabricators must have been in business for at least 10 years, are certified NSF fabricators and have produced equipment of a similar nature as the equipment specified and designed; request for substitutions can be made per Article 1.06. C. Counters and Cabinets 1. Unless otherwise specified, counters shall be formed of 14 ga. s/s. As its lowest point, table shall be approximately 36” from finished floor. In general, all free edges shall be the marine edge type as described below. 2. Marine edges shall be turned up 1⁄2” at 45 degrees and rolled outward and downward 180 degrees on a minimum 1-1/2” outside diameter. Outside corners shall be rounded on a 2” radius. The top of the roll, unless otherwise specified, shall be 36-1/2” from finished floor. 3. Unless otherwise specified, cabinets shall be formed of 14 ga. s/s with doors, drawers and hardware as indicated in the drawings. Cabinets to be securely mounted to floor and wall members. 4. Backsplashes formed of the same piece as the top. Form the top of the return on a 45 degrees angle, and shall have a 1” return unless otherwise detailed and/or specified. The splashes may be secured to wall with either metal “Z” clips or with screw fasteners. If screw fasteners are used, the heads shall be ground off and the surface grained and polished. In either case, splash shall be sealed at top to wall with clear silicone sealant as previously described. Rolled edges abutting splashes shall be continuously welded thereto, and the ends of splashes shall be closed by such welding. 5. Reinforcing shall be welded to the underside of all table tops in the form of stainless steel hat sections or channels around the entire outer perimeter with cross members on 24” maximum centers. All ends shall be welded closed. 6. Elevated shelves. Unless otherwise specified, shelves shall be formed of 16 ga. s/s and shall have squared-down free edges as previously described for work countertops. Edges Page 18 of 73 abutting walls or other fixtures shall be turned up 2” minimum and crimped back slightly to form a tight fit. Free ends of all shelves shall be closed. They shall be mounted as detailed on drawings above work surface. Weld s/s rigidly and close all ends. Wall shelves shall be supported on 12 ga. s/s cantilever brackets tack welded to reinforcing members and rigidly secured to the wall on 3’ - 0” centers, maximum. 7. Undershelves shall be formed of 16 ga. s/s/ sheets. Shelves shall have free edges turned down 90 degrees, and back 1/2” on an obtuse angle, notched around legs, and continuously welded thereto. Edges abutting walls or other fixtures, on both fixed and removable shelves, shall be turned up a minimum of 2” hemmed back. Reinforce the underside of all shelves with galvanized steel members as required for rigidity. 8. Drawers. Drawer front shall be formed of a single thickness of 14 ga. s/s turned outward at the top 12” at 90 degrees, and outward and downward 1” at 45 degrees to form an integral pull. Weld front to a 16 ga. stainless steel cradle which shall suit and be fitted with a drawer insert. Drawer shall be fitted with full extension, roller-bearing drawer slides, Component Hardware #S26 S/S Series, secured to cradle and to an 18 ga. s/s housing welded to counter body. Slides shall be mounted so that drawer is self-closing when empty; Component Hardware complete drawer assembly models S90-0015 and S90-0020 are acceptable. 9. Sinks. Unless otherwise specified, sinks shall be formed of 14 ga. s/s, fully coved, and continuously welded, ground and polished. Pitch sink bottoms to drain openings, which shall be die formed and depressed below the sink bottom. Continuously weld sinks to draintables or fixture tops, where specified. The specified sink depth shall be measured from adjoining work surface. Multiple compartment sinks shall be constructed from one large sink. Weld in double wall partitions, 1” separation between partitions, to form fully- coved sinks. D. Quality Control: 1. Construction: Include necessary reinforcing, bracing, welding and proper number and spacing of uprights and cross members for adequate strength. Wherever standard sheet sizes will permit, the tops of tables, shelves, exterior panels of cabinet type fixtures, doors and drainboards shall be constructed of a single sheet of metal. Except where required to be removable, flat surfaces shall be secured to vertical and horizontal bracing members by welding or other approved means to eliminate buckle, warp, rattle and wobble. Equipment not braced in a rigid manner and subject to rattle or wobble will be unacceptable, and additional bracing shall be added where required. 2. Pipe Slots: Provided through all undershelves to accommodate necessary utility service lines; slots shall be of proper size and shall be neatly made with turned up ferrule edges on all sides to eliminate cutting or defacing of equipment. Cabinet bases shall be provided with an inner panel duct at ends or rear of cabinet to allow vertical pipe space to conceal vertical piping. 3. Bolts, screws and nuts: Unacceptable on exposed surfaces; where required, they shall be of concealed type and similar composition as the metal to which they are applied. Bolts, screws, nuts and washers shall be steel except where brass or stainless steel is fastened; they shall be of brass or stainless steel respectively. Where dissimilar metals are fastened, bolts, screws, nuts and washers shall be steel except where brass or stainless steel is fastened, they shall be of brass or stainless steel respectively. Where dissimilar metals are fastened, bolts, screws, nuts and washers shall be of highest grade metal. The spacing and extent of bolts and screws shall be to insure suitable fastening and prevent bulging of the metals fastened. Where bolt or screw threads on the interior of fixtures are visible or may come in contact with hands or wiping cloths, they shall be capped with stainless steel lock washer & castle nut. Where screw threads are not visible or readily accessible, they may be capped with a standard lock washer and steel nut threaded to prevent rusting or corroding. Wherever bolts or screws are welded to the underside of trim or tops, the reverse side of the weld shall be neatly finished, uniform with the adjoining surface of the Page 19 of 73 trim or the top. Depressions at these points are not acceptable. 4. Rivets: Unacceptable as a method of fastening in any location on fabricated equipment. 5. Trim is not an acceptable substitute for accuracy and neatness. Where trim is required and accepted by the Owner in lieu of rejection of equipment, the trim shall be provided at no cost to the Owner. 6. Equipment that butts or is adjacent to a wall shall be neatly sealed to the wall with silicone rubber sealant. Equipment in wall openings, recesses or abutting a wall that cannot be easily sealed with silicone shall be trimmed with stainless steel or other material acceptable to the Owners Representative. Exposed fasteners are not acceptable. 7. Name plates affixed to fabricated equipment are acceptable as required by the Inspecting jurisdictions. 8. Welding shall be by the heliarc method and shall be with a welding rod of the same composition as sheets or parts welded. Welds shall be complete welds, strong and ductile, with excess metal ground off and joints finished smooth to match adjoining surfaces. Welds shall be free of mechanical imperfections such as gas holes, pits, runs and cracks, and shall have the same color as adjoining sheet surfaces. Joints on tops and exposed cabinet faces (at operator’s side) shall be continuously welded so that the fixtures appear as one (1) piece construction. Butt welds made by spot welding straps under seams, filling in the void with solder and finished by grinding are not acceptable. 9. Spot welds: Shall have a maximum spacing between welds of 3”. Tack welds shall have at least 1/4” length of welding material at a maximum spacing of 4”. Welds at the ends of channel battens shall not exceed 2” centers. 10. Galvanized iron: Not acceptable in any exposed areas for this project. 11. Butt joints and contact joints: Shall be close fitting and shall not require trim. Wherever break bends occur, they shall be free of undue surface marks and, where such breaks mar the uniform surface appearance of the material, all such marks shall be removed by grinding, polishing and finishing. Sheared edges shall be free of burrs or irregular projections and shall be finished to eliminate danger of cutting or laceration. Overlapping materials are not acceptable where miters occur. 12. Grain of polishing: Shall run in the same direction on all horizontal and on all vertical surfaces on each individual item of fabricated equipment. Where table or sink tops join at right angles, the finish shall terminate in a mitered edge. Where sinks and adjacent drainboards are equipped with backsplash, the grain of polishing shall be consistent in direction throughout the length of the backsplash and sink compartment. E. Built-in and Counter-Mounted Equipment 1. Built-in equipment shall be installed in fixtures according to the most sanitary methods recommended by the various manufacturers. Equipment built into base cabinet shall be fitted neatly and tightly into accurately sized openings and fitted with trim strips if required to eliminate crevices. All elements, controls, fittings, etc., shall be wired and/or piped within the counter to an accessible junction point. All receptacles, switches, valves and fittings required for the specified equipment mounted in, on or adjacent to counter (except wall- mounted receptacles) shall be furnished and installed by the Contractor. Every effort shall be made to conceal electrical cords, wiring, piping and fittings within base cabinet of fixture, tubular stanchions, etc. Punch ferrules, no less than 3/4” high, in countertops to accommodate cords, wiring and/or piping. Chases, raceways, etc., shall be furnished in counters for all service utility lines to obviate unnecessary cutting and patching of shelves or counter bodies. The lines shall be easily accessible for servicing but shall be protected and separated from working areas where possible. 2.4 REFRIGERATION A. Section Includes: 1. Provide pre-engineered, remote compressor/condenser, under-counter refrigeration as Page 20 of 73 indicated in the drawings and specifications. 2. Provide compressor/condenser, evaporator, and related accessories for under-counter refrigeration. 3. Provide necessary controls and miscellaneous refrigerating items necessary for a complete automatic installation, including solenoids, starters or contactors, filters, dryers, and expansion valves. 4. Compressors/condensers to be remote, located in adjacent refrigerator condenser cabinet. 5. Provide closure trim to close off between adjacent equipment or wall surfaces. Closure trim material shall match adjacent equipment. 6. Provide required piping, wiring, controls, conduit, and accessories between compressor/condenser units and evaporators. Provide wiring between compressor/condenser units and power source in general area. Provide condensate piping between evaporators and condensate floor drain. Provide escutcheons at utility penetrations through panels. Piping sleeve, if required, to pass through carbody by ARRC. 7. Provide LED lights (1 per door). B. Doors: (2) outside swinging doors, (4) center drawers per plan; 1. Handle: Standard Manufacturers handle. 2. Door Closer: Standard factory closure to automatically close door firmly within 1 inch of full closure on all doors. C. Thermometer: Digital Thermometer with alarm and light monitor. D. Refrigeration Systems 1. Air Cooled condensing unit: mounted under convection oven on right side of refrigeration unit. 2. Evaporator: Forced convection style, match to the condensing unit for a working system; run coil drain lines inside box in a neat manner; minimize line runs and plumb per current Codes. 3. Refrigeration Lines: Run lines behind refrigerator between the refrigeration system components. 4. Refrigeration Controls: Liquid line solenoid valve and thermostatic expansion valve for each Evaporator; demand defrost for the refrigeration systems, locate at the refrigeration coil. 5. System Operation: Complete system capable of maintaining the interior temperatures specified: a. Refrigerator: 35 degrees b. Freezer: -10 degrees 6. Installation: Installation performed by a qualified Refrigeration Contractor or Sheet Metal Contractor. 7. Undercar Condensing Unit; installed by ARRC. E. Piping Insulation: 1. Insulate refrigeration piping completely with 1/2-inch thick Armaflex, AP or Rubatex pipe insulation. 2. Install in accordance with manufacturer's instructions. 2.5 EXHAUST HOOD - VENTILATION A. Section Includes: 1. Provide pre-engineered ventilation equipment in sizes shown on Drawings and as specified. 2. Furnish and install specified equipment in locations shown on Drawings, leaving same with cutouts and threaded outlets, or type of connections for other Contractors to make Page 21 of 73 plumbing, electrical, and ventilation connections. 3. Provide anchor bolts, sleeves, wall hangers, and other built-in parts. 4. Provide necessary controls and miscellaneous items necessary for a complete automatic installation. 5. Provide closure panels and related steel angle support framing which closes off space between top of exhaust ventilator and ceiling on exposed sides. Closure panel material to match adjacent exhaust ventilator material. 6. Provide stiffener angles at structural joists. B. Exhaust Hood fabrication: 1. Construction: Fully welded; all 16 gauge Type 304 stainless steel per Article 2.02, para. B stainless steel; #4 finish including exposed rear; exterior corners fully welded, ground and polished; length and depth per plan; provide duct collar; conceal plumbing and wiring. 2. Exhaust and Supply Requirements: Design for use and function at project engineered volume. 3. Code Compliance: See Article 1.4. 4. Duct Temperature Sensor: heat activated; Underwriters Laboratories listed; micro- switch on duct collar inter-wiring to shut down exhaust fan when micro-switch is activated. 5. Order ticket holder: mounted to hood surface directly under plate dividers. 6. Design: See item specification for designs required for this project. a. Filter Hoods: Underwriters Laboratory classified stainless steel self-draining removable; built-in recessed stainless steel grease cup; one cartridge removal tool per project. 7. Hood Installation: a. Mounting: Height as shown, not to exceed 6’-0” above finished floor; free from vibration and distortion; coordinate with ceiling construction and ceiling heights; provide stainless steel hanger brackets and mounting angles. b. Trim: Conceal fasten 18 gauge stainless steel trim or enclosure panels from top of hood to ceiling. c. Interconnections: Make all plumbing, fire suppression system and electrical interconnections. C. Specified Model Numbers and Owner approved equals: Manufacturer's model numbers referred to in these Specifications are set as a standard. Other products equal to that specified may be used if approved by Architect prior to receiving Bids as specified in the Bidding Requirements 2.6 FIRE SYSTEMS A. Fire Protection Systems to include: 1. General: Build into exhaust hood at time of fabrication; run piping and conduit unexposed except nozzle drops; include piping and cable, tees and elbows, nozzles and components for fuel shut-off; provide protection for exhaust hood plenum, duct collar, cooking surfaces, grease filters, and floor protection. 2. Code Compliance: See Article 1.4; comply with NFPA 13, 17 and 96, local codes and Underwriters Laboratory 300; submit shop drawings to code authorities and secure approval prior to system fabrication. 3. Systems: UL standard 300 Listed System. a. Wet Chemical: Automatic and remote manual actuation; stainless steel control cabinet; cable and conduit; manual reset relay when applicable; installation and certification by factory trained personnel; mount control cabinets at the ceiling where shown on plan without exposed piping and conduit; minimum of one remote flush mounted manual pull station per system; coordinate location with local fire Page 22 of 73 authorities. 4. Piping: Schedule 40, standard weight, hot-dipped galvanized steel pipe; dipped galvanized iron standard weight fittings; chrome plate exposed piping; no exposed threads. B. General Provisions: 1. UL Standard 300 Listed System a. Pre-Engineered Automatic Wet Chemical Agent 2. FSEC responsible to provide a complete, approved, and operational fire suppression system for the kitchen exhaust ventilator(s). 3. Mount system in a stainless steel enclosure with access door. Enclosure shall be provided with necessary knock outs for services and visual status indicator. 4. Submit Shop Drawings to local authority having jurisdiction and Owner. 5. Obtain necessary permits. 6. Exposed piping to be chrome plated. All hood penetrations to be sealed with UL listed grease tight seals. 7. Installation: Install system in accordance with manufacturer's design, installation, recharge, and maintenance manual. All piping and conduit to be installed plumb and straight in a professional manner. Field test shall be conducted by authorized manufacturer's service/installation agent. Field test shall be witnessed by local fire code authority and Owner's representative. 8. New Connections: a. Electrical Contractor to provide connections to equipment. 2.7 PLUMBING A. Plumbing components and connections to include: 1. Water inlets: Locate above the positive water level to prevent siphoning of liquids into the water system. Wherever conditions require a submerged inlet, place a suitable check valve and vacuum breaker on the fixture to prevent siphoning. Where exposed, piping and fittings shall be chrome plated. 2. Faucets: T&S Brass as specified; non-splash aerators; or equal by Chicago. 3. Provide suitable pipe slots and/or do all drillings, punching and cutting of equipment required to provide access for mechanical connections and/or runs. Such work, when performed at the job site, shall be of the same quality as similar work performed in the shop. 4. Horizontal piping lines: Run at the highest possible elevation and not less than 6” above floor; run through equipment so piping does not obstruct storage space. B. Exposed piping shall not show tool marks or more than one thread at the fitting. C. Plumbing guards: Provide 16 gauge stainless steel guards where lines are extended into an aisle or other circulation area and vulnerable to damage; guards shall be at least 48” high or as required. 2.8 ELECTRICAL A. Electrical components and connections to include: 1. Electrical outlets and receptacles mounted on or in fabricated equipment shall be furnished and installed by the FSEC who shall run all lines to a suitable terminal box (sub-panel, starter or disconnect switch if so specified) with all wires neatly tagged showing item number, voltage characteristics and load information. 2. All plug-in equipment shall have neoprene cords furnished and installed by the FSEC. The FSEC shall coordinate his work with the Electrical Contractor so that the receptacles provided will match specified plugs installed as part of the plug-in equipment. Changes in Page 23 of 73 cords and plugs required in the field due to lack of coordination will be the FSEC’s responsibility. Modify the length of cords furnished with the equipment to a suitable or appropriate length. 3. The FSEC shall install and interconnect, when necessary, all electrical controls, switches or other units furnished separately. 4. Electrically heated and refrigerated equipment and/or components, such as food warmers, heat lamps and cold pans, shall be internally wired to a thermostatic control or on/off switch and on/off red indicator light, both mounted in view. 5. Conduit: Rigid steel; zinc coated where unexposed and chrome plated where exposed; conceal wherever possible. 6. Motor driven appliances or electrical heating units shall have suitable control switch or starter, furnished by the FSEC, or proper type and in accordance with local and Underwriters’ codes whenever such equipment is not built. FSEC to provide exposed fused disconnect at all motors larger than 1/2 hp or per code requirements; all other line switches, fittings and connections, when not an integral part of the equipment will be furnished and installed by the Electrical Contractor, unless otherwise specified. 7. Equipment included in the Work shall be wired, wound or constructed to conform to the characteristics of electrical and other services at the Project premises. 8. Furnish wiring and connection diagrams with electrically operated machines and for all electrically wired fabricated equipment. 9. Equipment shall be rigid and free from objectionable vibration and noise. 10. Motors: Drip-proof, splash proof or totally enclosed type, having a continuous duty cycle and ball bearings except small motors which may have sleeve bearings; windings impregnated to resist moisture; appropriately enclose when located where subject to deposits of dust, lint, water or other matter; mount on vibration elimination pads. Horsepower requirements on driven equipment shall be determined by the manufacturer based on normal operation of the equipment at maximum capacity. 11. Cover plates: Electrical outlets, receptacles and switches shall match the material and finish of the equipment to which they are fastened when finished as a part of the equipment. 12. Outlets and receptacles: Where indicated shall be deck-mounted on fabricated equipment, shall be National Electrical horizontal design grounded type service fittings Type 803GC and 904C; recessed single or duplex receptacles indicated as 120 volt and mounted in equipment splashes and aprons shall be grounded; Hubbell #5251 and #5252 or approved equal unless noted otherwise; when shown, provide receptacles in a Cast Aluminum housing, Component Hardware models R58-1010, for single receptacle or R58- 1020 for back-to-back receptacles; provide s/s cover plates. 13. Fluorescent or LED light fixtures where specified or detailed as part of counters, walk-in refrigeration, cases or fixtures, ballast’s and lamps or light fixtures shall be provided and installed. Provide warm white lamps unless otherwise specified. Where lights are over food storage or preparation, install a non-breakable sleeve over the lamp. 14. Electrically operated equipment shall be approved by Underwriters’ Laboratories (UL) and shall comply with National Electric Code, Standards of National Electrical and Electronics Engineers and National Board of Fire Underwriters. PART 3 - EXECUTION 3.1 INSTALLATION A. Equipment installation shall conform to current Standards and Revisions established by the National Sanitation Foundation, Ann Arbor, Michigan, and to prevailing local codes and regulations. B. Provide a competent service representative during installation and on the first day of operation. Page 24 of 73 The representative shall be well informed as to all phases of the Work. Put into proper operating condition all equipment and instruct the Owner’s employees in the proper use and maintenance schedule to be followed thereafter. Copies of all instructional, operational and maintenance manuals or charts for equipment shall be furnished to the owner unless permanently fastened to the equipment to the satisfaction of the Owner. C. Qualification of installers: Minimum 10 years’ experience in this and similar work, including field welding. D. Sealing: Seal equipment against walls or other fixed equipment with silicone sealant, 1/4” maximum width. E. Trim: Material to match equipment surface; trim equipment in wall openings, recesses, or abutting a wall that cannot be effectively sealed with silicone; exposed fasteners are not acceptable. F. Cutting and Patching: Cut and/or drill tops, backs or other elements for service access, outlets, fixtures, and fittings; cut and patch foodservice equipment as required for equipment installation or service. G. Protection: Protect equipment from damage until final cleaning and Owner acceptance. H. Schedule: Comply with project construction schedule; notify the Owners representative at least 30 days in advance (in writing) if schedule cannot be met. I. Damage and/or Loss: Replace or repair items that are lost or damaged prior to owner acceptance. 3.2 FIELD MEASUREMENTS A. Dimensions shown on Contract Documents are approximate and as accurate as can be determined at this time. Field dimension all measurements at the car conditions. Where obstructions occur, equipment shall be neatly scribed, fitted to and around the obstruction, resulting in a sanitary homogeneous fixture. Actual sizes specified herein. 3.3 PREPARATION OF SURFACES A. Assume the expense and coordinate cutting and patching of walls, partitions, ceilings and floors necessary to receive equipment caused by incorrect finished equipment dimensions, or by failure to coordinate with other trades. 3.4 FIELD QUALITY CONTROL A. Maintain at the site of the Work one (1) copy of the Plans, Specifications and Shop Drawings and at all times give the Owner and representatives of the Owner access thereto. B. The FSEC shall have an experienced field representative on the site to coordinate with other trades and assist the trades in establishing proper rough-in locations as shown on the rough-in plan. Check all rough- in connections once installed to insure that the equipment service connections are as close to rough-in locations as possible. 3.5 ADJUSTMENT AND CLEANING/DEMONSTRATION AND TESTING Page 25 of 73 A. Protect motors, pumps, electrical control centers, heating elements and all similar items, which are a part of the Work, from dirt, grime, plaster and water during all phases of construction. Protection shall be to the satisfaction of the Owner. B. Clean and polish all equipment prior to the inspection and acceptance of the Work by the Owner. C. Demonstration: Schedule times with the owners representative to provide instruction on the maintenance and use of each item; demonstrate operation to appropriate inspectors if required; verify that copies of instruction, operational maintenance manuals have been provided in a timely manner to the operator. D. Testing: Test, regulate and put into proper operating condition; calibrate controls, including thermostats; coordinate dishmachine testing with detergent supplier. 3.6 DAMAGE AND/OR LOSS A. All responsibilities shall rest with the FSEC for any damage or loss to the Work incurred prior to Owner acceptance. Items that are lost or damaged shall immediately be replaced or repaired to a new condition at the FSEC’s expense to the complete satisfaction of the Owner. 3.7 FOODSERVICE EQUIPMENT A. A-END SERVER STATION EQUIPMENT 1. DROP-IN ICE BIN. Regency 18”x12”x10” deep or approved alternate. A. Features: 20GA 304 S/S construction, 1” centered drain, SS lid, insulated & NSF listed. 2. COFFEE BREWER Bunn, MODEL CWTF15-1, PF (single lower warmer). A. Features: 8.5” width, all stainless steel construction, hot water faucet, plumbed 20- 90psi, 1⁄4” Male flare fitting. B. Accessories: Black plastic funnel. C. Electrical: 120V/60/1-ph, 12.3 Amps, cord and plug. 3. REFRIGERATED DISPLAY CASE (PIE CASE) Avantco, MODEL BCS-48-HC 48” or approved alternate. A. Features: Black refrigerated bakery display case with LED lighting, air circulating, two sliding glass door,8+cu.ft. capacity, digital controls, 33-40 degree F temperature range, R-290 refrigerant. B. Accessories: Two wire shelves. C. Electrical: 110V/60/1-ph, 3.9 Amps, cord and plug. 4. UNDER-COUNTER BAR REFRIGERATOR True, MODEL TUC-24-HC A. Features: All stainless front, top and ends, coated steel back, clear-coated aluminum liner, 33-38 degree F temperature range, high density polyurethane insulation. B. Accessories: PVC coated wire shelves. C. Electrical: 115V/60/1-ph, 2.0 Amps, cord and plug. Page 26 of 73 5. INSTANT HOT WATER HEATER Bosch, MODEL TRONIC US12 A. Features: Electrically powered, tankless instant hot water heater with solid copper heat exchanger tubing, copper-sheathed elements, tough plastic housing, 10-150psi water pressure range, water flow activated, 1⁄2” NPT male connections. B. Accessories: none. C. Electrical: 208V/60/1-ph, 50.0 Amps, cord and plug. 6. SODA CARBONATION SYSTEM McCann’s, MODEL Big Mac Fastflow E400397 A. Features: Brass water pump, stainless steel construction, backflow prevention device, 100gph maximum, 32fl. ounce tank,1/4” male flare CO2 inlet, 3/8” male flare water inlet, 3/8” male flare soda water outlet. B. Accessories: PN 16-0856 Pump Saver C. Electrical: 115V/60/1-ph, 6.5 Amps, cord and plug. B. A-END SERVER STATION FABRICATED EQUIPMENT 7. RIGHT SIDE OVERHEAD STORAGE Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 18 GA 304 SS, 77"x12"x17” overall dimensions, stainless steel cabinet construction, bottom shelf only, (4) doors. 8. RIGHT SIDE CABINET AND ‘L’ COUNTER WITH SINK Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 77”x38”x36” high, ’L’ shaped 14 ga 304 S/S top with marine edge; 18 ga 304 S/S cabinet base; 16 ga 304 S/S adjustable under-shelf; one 14 ga 304 S/S 10”x14”x5” deep handwash sink with component hardware drain. B. Special Features: Four flush mounted hinged doors with latches, mounted as shown; 9. LEFT SIDE CABINET AND COUNTER Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 50”x26”x36” high, 14 ga 304 S/S top with marine edge; 18 ga 304 S/S cabinet base; 16 ga 304 S/S adjustable under-shelf. B. Special Features: Two flush mounted drawers with soft close slides, two glass rack shelves slanted down at back. 10. LEFT SIDE PIE CASE SHELF Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 50”x26”, 14 ga 304 S/S shelf with marine edge; C. B-END GALLEY EQUIPMENT 11. MICROWAVE OVEN / STEAMER Panasonic, MODEL NE-2180, PRO2 Sonic Steamer Microwave Oven. A. Features: Sonic Steamer Microwave Oven, vent less, 2100 Watts, 1.6 cu ft. capacity, connectionless, re-thermalizer, (5) power levels, (4) heating elements, 3-stage cooking, 16 program memory capacity, digital display, dial timer, removable center shelf, see- thru drop down door, stainless steel cabinet & cavity, UL, NSF B. Special Features/Accessories: 1 year parts & labor warranty and 3 year magnetron warranty (labor for magnetron replacement is not covered in years 2 and 3) C. Electrical: 208V/60/1-ph, 20.0 amps, NEMA 6-30P cord and plug. Page 27 of 73 12. HEAT LAMP Hatco, MODEL GRA-30 A. Features: Glo-Ray® Infrared Strip Heater, 30" W, standard wattage, tubular metal heater rod, single heater rod housing, aluminum construction, 450 watts, NSF, CE, cULus, Made in USA B. Special Features/Accessories: One year on-site parts & labor warranty, plus one additional year parts only warranty on all Glo-Ray metal sheathed elements. RMB-3F Remote Control Enclosure, (1) toggle switch, (1) indicator light. Clear Anodized Aluminum housing. C. Electrical: 120v/60/1-ph, 3.8 amps, cord and plug. 13. STEAM TABLE (2 EACH) Wells, MODEL HSW-6D A. Features: Half-Size Food Warmer, top-mount, built-in, electric, one 12" x 10" pan opening with drain, wet/dry operation, thermostatic control, stainless steel construction, Wellslok, UL, 0.62kW B. Special Features/Accessories: Limited 2 year parts & 1 year labor warranty. C. Electrical: 208v/60/1-ph, 3.0 amps 14. HOTPLATE (2 EACH) Wells, MODEL H-706 A. Features: Hotplate, built-in, electric, 14-3/4" W, two burners, 9" Ø solid cast iron elements, with (2) infinite heat controls, front mounted, recessed control panel, stainless steel drip tray, Wellslok, 3000w, RU, NSF B. Special Features/Accessories: One year parts and labor warranty, One year warranty on cast iron grates, burners & burner shields C. Electrical: 208v/60/3-ph, 14.5 amps 15. GRIDDLE Wells, MODEL G-136 A. Features: Griddle, built-in, electric, smooth polished steel griddle plate, 22"W x 18"D cooking surface, stainless steel construction, zoned thermostatic heat control, RU, NSF-4 B. Special Features/Accessories: One year parts & labor warranty. C. Electrical: 480v/60/3-ph, 35 amps 16. COOK AND HOLD OVEN Alto-Shaam, MODEL 1000-TH/II A. Features: Griddle, built-in, electric, smooth polished steel griddle plate, 22"W x 18"D cooking surface, stainless steel construction, zoned thermostatic heat control, RU, NSF-4 B. Special Features/Accessories: One year parts & labor warranty. C. Electrical: 208v/60/1-ph, 14.5 amps, cord and plug. 17. CONVECTION OVEN Hobart, MODEL HEC 20-208V A. Features: Convection Oven, Electric, Half-size, single-deck, solid state thermostat, 60 minute timer, 2-speed fan motor, porcelain interior, (5) racks, glass door, stainless steel front, sides, top & back, adjustable 4" legs. B. Special Features/Accessories: warranty; One year parts, labor & travel time during normal working hours. C. Electrical: 208v/60/1-ph, 26 amps, cord and plug. Page 28 of 73 18. DISHWASHER, UNDERCOUNTER Jackson, MODEL WWS DISHSTAR HT A. Features: DishStar® Dishwasher, undercounter, 24-1/4"W, high temperature sanitizing with built-in 70°rise booster heater, approximately (24) racks/hour, (1.1) gallons of water per rack, universal timer, built-in chemical pumps, auto-fill, stainless steel wash pump, cabinet finished in stainless steel, 1 HP, ETL-Sanitation, ETL. B. Special Features/Accessories: 04820-100-04-07 Pressure Regulator 1/2", 1 year parts & labor warranty. C. Electrical: 208v/60/1-ph, 37.2 amps 19. WATER BOOSTER HEATER Hubbell, MODEL J1636T4 A. Features: All stainless steel construction, 36kW, 16 gal. capacity, electronic temperature control, automatic leak detection system, resettable circuit breakers, built- in pressure reducer, CFC/HCFC-free closed-cell foam. B. Special Features/Accessories: one year parts & labor warranty. C. Electrical: 480v/60/3-ph, 43 amps 20. STANDUP FREEZER True, MODEL T-19-F-HC A. Features: Freezer, reach-in, one-section, -10°F, (1) solid door, (3) PVC coated adjustable wire shelves, interior lighting, stainless steel door, stainless steel front, aluminum sides, aluminum interior with stainless steel floor, R290 Hydrocarbon refrigerant, 1/2 HP, NEMA 5-15P, UL, UL EPH Classified, Made in USA, ENERGY STAR®, Self-contained refrigeration B. Special Features/Accessories: 7 year compressor, 5 year parts and labor warranty, left door hinge, seismic/flanged legs, 6” (set of 4). C. Electrical: 115v/60/1-ph, 3.7 amps, cord and plug. 21. INSTANT HOT WATER HEATER (2 EACH) Bosch, MODEL TRONIC US12 A. Features: Electrically powered, tankless instant hot water heater with solid copper heat exchanger tubing, copper-sheathed elements, tough plastic housing, 10-150psi water pressure range, water flow activated, 1⁄2” NPT male connections. B. Accessories: none. C. Electrical: 208v/60/1-ph, 50.0 Amps D. B-END FABRICATED EQUIPMENT 22. BUS STATION OVERHEAD STORAGE Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 18 GA 304 SS, 44-3/4”"x12"x17” overall dimensions, stainless steel cabinet construction, bottom shelf only, (4) flush doors with latches. 23. BUS STATION LINEN/TRASH CABINET W/ DRINK WELL & DRAIN Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 24”x24”x36” high, 14 ga 304 S/S top with marine edge; 18 ga 304 S/S cabinet base; center partition for trash/linen can separation, two flush mount doors with latches, drink well with drain at back of counter. 24. BUS STATION DISH/BUS TUB RACK Custom fabricate per plan, elevation and details. Measurements to be verified on plans. Page 29 of 73 A. Features: 20”x21”x60” high, 16 ga 304 S/S, 6 shelves for bus tubs or glass racks, provide drain at rear of shelves. 25. MICROWAVE SHELF Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 33”x24”, 16 ga. S/S, marine edge 26. COOKING EXHAUST HOOD & PLATE RACK Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 108”x22”, 16 ga 304 S/S, (4) baffles, (10) dividers for plates, connects to 9-1/8” ID hood fan inlet ring, built-in provisions for fire suppression system, order ticket holder mounted directly to hood under plate rack. 27. 108” UNDER-COUNTER REFRIGERATOR, PLATING COUNTER & CABINET Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 144”x42” plating counter, 14 ga 304 S/S top with marine edge, 18 ga 304 S/S cabinet construction with two flush doors and latches, S/S refrigerated base, (2) doors, (4) drawers, (2) LED lights (1 per door), prepped for remote refrigeration, 14 ga 304 S/S marine edge top wired for individual stub ups, custom remote condensing unit. B. Electrical: 120V/60/1-ph, ~5 amps. 28. OVEN SHELVES & REFRIGERATOR CONDENSOR CABINET Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 34-5/8”x36”x77” high, 14 ga 304 S/S shelves for ovens, 18 ga 304 S/S remote refrigeration condensing unit cabinet with removable vented cover. 29. STEAM HOOD & DRYING RACK Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 48”x21” 16 ga 304 S/S slanted steam hood & drying rack. 30. DISHWASHING AREA Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 55-7/8”x36” 14 ga 304 S/S top with marine edge, 18 ga 304 S/S cabinet construction with two flush doors and latches, channel base, 14 ga S/S three-place sink, component hardware drains. 31. 6” SPICE RACK Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 132”x6” 16 ga 304 S/S shelf. 32. PREP SINK COUNTER WITH SINKS (2 PREP, 1 HANDWASH) Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 132”x16”x36” high, 14 ga 304 S/S top with marine edge, (1) one-place handwash sink, (1) two-place prep sink, (3) component hardware drains, 18 ga 304 S/S cabinet construction with (4) 14 ga 304 S/S flush mount, soft-close drawers, (7) 16 ga 304 S/S flush doors with latches. 33. PASS THROUGH OVERHEAD STORAGE Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 54”x6”x17” high, 18 ga 304 S/S cabinet construction, bottom shelf only, (4) flush doors with latches. Page 30 of 73 34. PASS THROUGH COUNTER & CABINET WITH ICE PAN Custom fabricate per plan, elevation and details. Measurements to be verified on plans. A. Features: 42”x16”x36” high, 14 ga 304 S/S top with marine edge, 18 ga 304 SS cabinet construction with (2) flush doors and latches, 14 ga 304 S/S ice pan with perforated bottom and basket drain. E. B-END GALLEY FIRE SUPPRESSION EQUIPMENT 35. FIRE SUPPRESSION SYSTEM A. Features: UL standard 300 listed, OEM system to integrate with item 26 hood fire suppression system provisions. F. FAUCETS 36. A-END HANDWASH: T&S BRASS, 5F-4CWX08 37. B-END DISH SINK: T&S BRASS, B-0175-05 PRE-RINSE WITH INLET KIT 38. B-END PREP SINK: T&S BRASS, 5F-4CWX05 39. B-END HANDWASH SINK: T&S BRASS, 5F-4CWX08 END OF SECTION 11 40 00 SPECIFICATION Page 31 of 73 SECTION D COST SCHEDULE A bidder's failure to provide the information requested in this SECTION will be cause for rejection of the offer on the basis of non-responsiveness. Provide Services in accordance with the Terms, Conditions and Specifications listed in SECTION C. Base Bid - Description Qty Unit Cost Provide, fabricate and install A-end Server Station & B-end Galley equipment per plans and specifications: 1 LS $________________________ Grand Total: $_______________________ AWARD CRITERIA: An award will be made to the low, responsive, responsible bidder that meets the requirements as set forth in the specifications and compliance thereof. The Alaska Railroad Corporation reserves the right to determine that all offered materials will serve the application intended. The bid award is contingent on the availability of Alaska Railroad Corporation and FTA funds. Award will be made in the aggregate. The Undersigned has read the foregoing ITB and hereby agrees to the terms and condition stated therein by affixing his/her signature below. NON-COLLUSION AFFIDAVIT: The Undersigned declares, under penalty of perjury under the laws of the United States, that neither he/she nor the firm, association, or corporation of which he/she is a member, has, 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 this Bid. BIDDERS NAME AND ADDRESS ______________________________ __________________________ COMPANY NAME SIGNATURE BY AND FOR THE BIDDER ______________________________ __________________________ COMPANY ADDRESS PRINTED NAME OF ABOVE BIDDER ______________________________ __________________________ DATE OF BID ______________________________ __________________________ CONTACT PHONE NUMBER CONTACT EMAIL Page 32 of 73 SECTION E CONTRACTOR RESPONSIBILITY QUESTIONNAIRE PART I - INSTRUCTIONS 1. All Bidders/Proposers submitting a Bid/Proposal for federally funded contracts are to complete and submit all Parts of this Questionnaire with their Bid or Proposal. Failure to complete and return this questionnaire, any false statements, or failure to answer question when required, may render the bid/proposal non-responsive. All responses must be typewritten or printed in ink. All information must be legible. 2. Please state "not applicable" in questions clearly not applicable to Bidder/Proposer in connection with this solicitation. Do not omit any question. 3. The completed Questionnaire must be sworn to by a partner (if partnership), a duly authorized officer or individual (if a corporation or LLC), or a principal (if a sole proprietorship). 4. The term "Proposer" includes the term "Bidder" and also refers to the firm awarded the Contract. The term "Proposal" includes the term "Bid". 5. ARRC reserves the right to inquire further with respect to Proposer's responses; and Proposer consents to such further inquiry and agrees to furnish all relevant documents and information as requested by ARRC. Any response to this document prior or subsequent to Proposer's Proposal which is or may be construed as unfavorable to Proposer will not necessarily automatically result in a negative finding on the question of Proposer's responsibility or a decision to terminate the contract if it is awarded to Proposer. PART II - IDENTITY OF PROPOSER 1. Proposer's Full Legal Name: ______________________________________________ 2. The Proposer represents that it operates as the following form of legal entity: (Check whichever applies and fill in any appropriate blanks.) an individual or sole proprietorship a general partnership a limited partnership a joint venture consisting of: ________________________________________ and _____________________________________________________________ (List all joint venturers on a separate sheet if this space is inadequate.) a non-profit organization a corporation organized or incorporated under the laws of the following state or country: ___________________________ on the following date: _____________________________ a limited liability company organized under the laws of the following state or country: ____________________________ on the following date: ____________________________ Page 33 of 73 3. Proposer's federal taxpayer identification number: _____________________________ 4. Proposer's Alaska business license number: __________________________________ 5. Proposer's contractor’s license number (for construction only): ___________________ 6. Proposer's legal address: ________________________________________________ ___________________________________________________________________________ Telephone Number: (____) ___________________ Fax Number: (____)_____________________ 7. Proposer's local or authorized point of contract address: Name: _________________________________ Title:__________________________ Address: ______________________________________________________________ Telephone Number: (____) _______________ Fax Number: (____)________________ 8. How long has the Proposer been in business? ________________________________ 9. Has Proposer been in business under another name? If so, identify name and dates used. ______________________________________________________________________ ___________________________________________________________________________ 10. Does your firm consider itself to be an MBE, WBE or DBE? YES NO If answer is "YES," attach a copy of certification. 11. Number of employees: _______________ including ____________ employees in the State of Alaska. PART III-CONTRACTING HISTORY 1. Has the Proposer been awarded any contracts within the last five years by ARRC, the State of Alaska, or any other public entity for the same or reasonably similar goods or services sought by this solicitation? If none, answer "No". If yes, on a separate sheet of paper describe those contracts beginning with the most recent. State the name of the contracting entity; give a brief description of the contract and the contract number, the dollar amount at award and at completion, date completed; state the contract period, the status of the contract, and the name, address, and telephone number of a contact person at the agency. Indicate if award was made to Proposer as prime contractor or joint venture. Proposer need not provide more than three such descriptions. YES NO Page 34 of 73 2. Has the Proposer been awarded any private sector contracts within the last five years for the same or reasonably similar goods or services sought by this solicitation? If none, answer "No." If yes, on a separate sheet of paper provide the name and address of the contracting entity, a brief description of work, the dollar amount at award and at completion, date completed, status of the contract and name, address and telephone number of contact person as to each, beginning with the most recent. Indicate if Proposer acted as prime contractor or joint venture. Proposers need not provide more than three such descriptions. YES NO NOTE: ANY "YES" ANSWERS TO #3 BELOW MUST BE FULLY EXPLAINED ON A SEPARATE SHEET OF PAPER AND ATTACHED TO THIS QUESTIONAIRE. 3. In the past five years has the Proposer been the subject of any of the following actions? A. Been suspended, debarred, disqualified, or otherwise declared ineligible to bid? YES NO B. Failed to complete a contract for a public or private entity? YES NO C. Been denied a low-bid contract in spite of being the low bidder? YES NO D. Had a contract terminated for any reason, including default? YES NO E. Had liquidated damages assessed against it during or after completion of a contract? YES NO F. Been a defaulter, as principal, surety or otherwise? YES NO G. Been denied an award of a public contract based upon a finding by a public agency that your company was not a responsible contractor? YES NO H. A public entity requested or required enforcement of any of its rights under a surety agreement on the basis of your company’s default or in lieu of declaring your company in default? YES NO I. Been denied a performance or payment bond by a surety company? YES NO J. Been required to pay back wages and/or penalties for failure to comply with state or federal prevailing wage or overtime laws? YES NO Page 35 of 73 4. Does Proposer currently possess the financial, organizational, technical, equipment, facilities, and other resources necessary to supply the goods or services sought by this solicitation? If no, on a separate sheet of paper describe how you intend to obtain the resources necessary to supply the goods or services sought by this solicitation. YES NO 5. Does Proposer have any present or anticipated commitments and/or contractual obligations that might impact its ability to meet the required delivery or performance requirements of this solicitation? If yes, on a separate sheet of paper describe any apparent conflicts as between the requirements/commitments for this solicitation with respect to the use of Proposer's resources, such as management, technical expertise, financing, facilities, equipment, etc. YES NO PART IV-CIVIL ACTIONS If “Yes” to Parts IV or V, provide details on a separate sheet of paper including a brief summary of cause(s) of action; indicate if Proposer, its principals, officers or partners were plaintiffs or defendants; define charges explicitly, by what authority, court or jurisdiction, etc. In the case of tax liens, please indicate whether the liens were resolved with the tax authorities. Please submit proof of payment or agreements to pay the liens. Complete details are required! 1. Violations Of Civil Law. In the past five years has Proposer, any of its principals, officers or partners been the subject of an investigation of any alleged violation of a civil antitrust law, or other federal, state or local civil law? YES NO 2. Lawsuits With Public Agencies. At the present time is, or during the past five years has Proposer, any of its principals, officers or partners been a plaintiff or defendant in any lawsuit or arbitration regarding services or goods provided to a public agency? YES NO 3. Bankruptcy. During the past five years, has the Proposer filed for bankruptcy or reorganization under the bankruptcy laws? YES NO 4. Judgments, Liens And Claims. During the past five years, has the Proposer been the subject of a judgment, lien or claim of $25,000 or more by a subcontractor or supplier? YES NO 5. Tax Liens. During the past five years, has the Proposer been the subject of a tax lien by federal, state or any other tax authority? YES NO PART V-COMPLIANCE WITH LAWS AND OTHER REGULATIONS 1. Criminal: In the past five years has the Proposer, any of its principals, officers, or partners been convicted or currently charged with any of the following: Page 36 of 73 A. Fraud in connection with obtaining, attempting to obtain, or performing a public contract, agreement or transaction? YES NO B. Federal or state antitrust statutes, including price fixing collusion and bid rigging? YES NO C. Embezzlement, theft, forgery, bribery, making false statements, submitting false information, receiving stolen property, or making false claims to any public agency? YES NO D. Misrepresenting minority or disadvantaged business entity status with regard to itself or one of its subcontractors? YES NO E. Non-compliance with the prevailing wage requirements of the State of Alaska or similar laws of any other state? YES NO F. Violation of any law, regulation or agreement relating to a conflict of interest with respect to a government funded procurement? YES NO G. Falsification, concealment, withholding and/or destruction of records relating to a public agreement or transaction? YES NO H. Violation of a statutory or regulatory provision or requirement applicable to a public or private agreement or transaction? YES NO I. Do any principals, officers or partners in Proposer’s company have any felony charges pending against them that were filed either before, during, or after their employment with the Proposer? YES NO 2. Regulatory Compliance. In the past five years, has Proposer or any of its principals, officers or partners: A. Been cited for a violation of any labor law or regulation, including, but not limited to, child labor violations, failure to pay correct wages, failure to pay into a trust account, failure to remit or pay withheld taxes to tax authorities or unemployment insurance tax delinquencies? YES NO B. Been cited and assessed penalties for an OSHA or Alaska/OSHA “serious violation”? YES NO Page 37 of 73 C. Been cited for a violation of federal, state or local environmental laws or regulations? YES NO D. Failed to comply with Alaska corporate registration, federal, state or local licensing requirements? YES NO E. Had its corporate status, business entity’s license or any professional certification, suspended, revoked, or had otherwise been prohibited from doing business in the State of Alaska? YES NO PART VI-FINANCIAL Copies of the following documents are to be submitted with this Questionnaire: 1. Proposer’s current Alaska Business License, if required by state law. 2. Proposer’s Financial Statements (see specific requirements below): A. PUBLICLY TRADED COMPANIES: Financial information will be accessed on-line. However, if additional information is needed, it will be specifically requested from the Proposer. B. NON-PUBLICLY TRADED COMPANIES WITH AUDITED OR REVIEWED FINANCIAL STATEMENTS: Statements, including balance sheet, statement of earnings and retained income, with footnotes, for the most recent three years. C. NON-PUBLICLY TRADED COMPANIES WITHOUT AUDITED OR REVIEWED FINANCIAL STATEMENTS: Company generated financial statements, including balance sheet, statement of earnings and retained income for the most recent three years. The Chief Financial Officer of the corporation, a partner, or owner, as appropriate, must certify these financial statements. D. SOLE PROPRIETORSHIPS: Refer to C. If financial statements are not generated, please fill out and sign the Financial Statement form attached hereto. Submit one form for each of the most recent three years. NOTE: ARRC reserves the right to ask for additional documentation if it is reasonably required to make a determination of integrity and responsibility relevant to the goods or services the Proposer will provide to ARRC if awarded a contract. All financial information provided is considered confidential and not subject to public disclosure under Alaska law. Page 38 of 73 PART VII -VERIFICATION AND ACKNOWLEDGMENT The undersigned recognizes that the information submitted in the questionnaire herein is for the express purpose of inducing ARRC to award a contract, or to allow Proposer to participate in ARRC projects as contractor, subcontractor, vendor, supplier, or consultant. The undersigned has read and understands the instructions for completing this Questionnaire. STATE OF _____________________________ COUNTY OF ___________________________ I, (printed name) ______________________________________, being first duly sworn, state that I am the (title) ___________________________________________ of Proposer. I certify that I have read and understood the questions contained in the attached Questionnaire, and that to the best of my knowledge and belief all information contained herein and submitted concurrently or in supplemental documents with this Questionnaire is complete, current, and true. I further acknowledge that any false, deceptive or fraudulent statements on the Questionnaire will result in denial or termination of a contract. I authorize ARRC to contact any entity named herein, or any other internal or outside resource, for the purpose of verifying information provided in the Questionnaire or to develop other information deemed relevant by ARRC. ______________________________________ _________________________ Signature of Certifying Individual Date Subscribed and sworn to before me this ___________ day of ___________________, 20___ ________________________________________ Signature of Notary Notary Public in and for the State of __________________ My Commission Expires: ___________________________ NOTICE TO PROPOSERS A material false statement, omission or fraudulent inducement made in connection with this Questionnaire is sufficient cause for denial of a contract award or revocation of a prior contract award, thereby precluding the Proposer from doing business with, or performing work for ARRC, either as a vendor, prime contractor, subcontractor, consultant or subconsultant for a period of five years. In addition, such false submission may subject the person and/or entity making the false statement to criminal charges under applicable state and/or federal law. Page 39 of 73 Financial Statement To be completed by Proposers that do not produce company generated financial statements, including balance sheet, statement of earnings and retained income for the most recent three years (one sheet per year.) ASSETS Cash on Hand and in Banks $____________________ Account and Notes Receivable $____________________ Fixed Assets (net of depreciation) $____________________ Other Assets $____________________ Total Assets $____________________ LIABILITIES Accounts Payable $____________________ Notes Payable to Banks in next twelve months $____________________ Notes Payable to Others $____________________ Taxes Payable $____________________ Long Term Liabilities (More than twelve months) $____________________ Other Liabilities $____________________ Total Liabilities $____________________ Net Worth $____________________ INCOME FROM OPERATIONS Revenue $____________________ Interest $____________________ Cost of Goods Sold (if appropriate) $____________________ Gross Profit $____________________ General & Administrative Expenses $____________________ Depreciation $____________________ Interest Paid $____________________ Net Gain or Loss $____________________ I hereby certify that the above information is true and accurate to the best of my knowledge and belief. I understand false statements may result in denial of a contract, and possible debarment for a period of five years. _____________________________________ _________________________ Signature of Owner or Officer Date Signed ______________________________________ __________________________ Company Name For the Year Ended ____________________________ Federal ID # Page 40 of 73 1 ALASKA RAILROAD CORPORATION SERVICE BID FORM of NAME ______________________________________________________ ADDRESS ______________________________________________________ ______________________________________________________ To the CONTRACTING OFFICER, ALASKA RAILROAD CORPORATION: In compliance with your Invitation for Bids No. ______________________, dated ___________________, the Undersigned proposes to furnish and deliver all the services and perform all the work required in said Invitation according to the specifications and requirements contained therein and for the amount and prices named herein as indicated on the Cost Schedule, ...

327 W Ship Creek Ave, Anchorage, AK 99501, USALocation

Address: 327 W Ship Creek Ave, Anchorage, AK 99501, USA

Country : United StatesState : Alaska

You may also like

23-0137 - MOVING SERVICES FOR RELOCATABLE BUILDINGS – BID #23-0137

Due: 04 Apr, 2025 (in 11 months)Agency: Sarasota County School District