Asphalt Plant Auger Replacement

expired opportunity(Expired)
From: Tacoma(City)
PW21-0038F

Basic Details

started - 10 Mar, 2021 (about 3 years ago)

Start Date

10 Mar, 2021 (about 3 years ago)
due - 30 Mar, 2021 (about 3 years ago)

Due Date

30 Mar, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
PW21-0038F

Identifier

PW21-0038F
Department of Labor and Industries

Customer / Agency

Department of Labor and Industries
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.

City of Tacoma Department of Public Works SPECIFICATION NO. PW21-0038F Asphal t P lant Auger Replacement Project No. PWK-00901-04 CITY OF TACOMA Tacoma Public Utilities Tacoma Rail REQUEST FOR BIDS, SPECIAL PROVISIONS, BID PROPOSAL AND CONTRACT FOR SPECIFICATION NO. PW21-0038F Asphalt Plant Auger Replacement Chris N. Storey, P.E. Engineering Division Public Works Department PROJECT NO. PWK-00901--04 ' t ~ \ , Tacoma Municipal Building Tacoma, Washington 98421 -2711 SPECIFICATION NO. PW21-0038F TABLE OF CONTENTS NOTE: ALL BIDDERS MUST HAVE A COPY OF THE SPECIFICATIONS AND THE BID SUBMITTAL PACKAGE REQUEST FOR BIDS SPECIAL REMINDER TO ALL BIDDERS SPECIAL NOTICE TO BIDDERS PART I BID PROPOSAL AND CONTRACT FORMS 1 Bid Proposal 2 Signature Page 3 Bid Bond 4 Certification of Compliance with Wage Payment Statutes 5 State Responsibility and Reciprocal Bid Preference Information 6 Contract 7 Payment Bond to the City of Tacoma 8 Performance Bond to the City of Tacoma 9 General Release Form PART
II SPECIAL PROVISIONS Division 1 General Requirements Division 2 Earthwork (Vacant) Division 3 Production from Quarry and Pit Sites and Stockpiling (Vacant) Division 4 Bases (Vacant) Division 5 Surface Treatments and Pavements (Vacant) Division 6 Structures (Vacant) Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits (Vacant) Division 8 Miscellaneous Construction Division 9 Materials (Vacant) Appendix A City of Tacoma Insurance PART III STATE PREVAILING WAGE RATES Form No. SPEC-040C Revised: 02/10/2021 City of Tacoma Public Works Engineering REQUEST FOR BIDS PW21-0038F Asphalt Plant Auger Replacement Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, March 30, 2021 Submittal Delivery: Sealed submittals will be received as follows: By Email: bids@cityoftacoma.org Maximum file size: 35 MB. Multiple emails may be sent for each submittal. By Carrier: City of Tacoma Procurement & Payables Division Tacoma Public Utilities 3628 S 35th Street Tacoma, WA 98409 By Mail: City of Tacoma Procurement & Payables Division Tacoma Public Utilities PO Box 11007 Tacoma, WA 98411-0007 Bid Opening: Held virtually each Tuesday at 11AM. Attend via this link or call 1 (253) 215 8782. Submittals in response to a RFB will be recorded as received. As soon as possible, after 1:00 PM, on the day of submittal deadline, preliminary results will be posted to www.TacomaPurchasing.org. Solicitation Documents: An electronic copy of the complete solicitation documents may be viewed and obtained by accessing the City of Tacoma Purchasing website at www.TacomaPurchasing.org. • Register for the Bid Holders List to receive notices of addenda, questions and answers and related updates. • Click here to see a list of vendors registered for this solicitation. Pre-Proposal Meeting: A pre-proposal meeting will be held at 3210 Center Street, Tacoma, Washington, 98409 at 1:00 PM on March 16, 2021 to answer questions regarding the project and provide prospective bidders a chance to examine the site. Prospective bidders are urged to attend. Project Scope: This Contract shall generally consist of the removal of an auger feed unit from the Asphalt plants RAP/RAZ system to the plants mixing tower and replacing it with an conveyor belt. Estimate: $65,000 Paid Sick Leave: The City of Tacoma requires all employers to provide paid sick leave as set forth in Title 18 of the Tacoma Municipal Code. For more information, visit our Minimum Employment Standards Paid Sick Leave webpage. Americans with Disabilities Act (ADA Information: The City of Tacoma, in accordance with Section 504 of the Rehabilitation Act (Section 504) and the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of disability, in all of its programs and activities. Specification materials can be made available in an alternate format by emailing Gail Himes at ghimes@cityoftacoma.org, or by calling her collect at 253-591-5785. Federal Title VI Information: “The City of Tacoma” in accordance with provisions of Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. sections 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin in consideration of award. mailto:bids@cityoftacoma.org https://us02web.zoom.us/j/83250498294 https://www.cityoftacoma.org/cms/One.aspx?portalId=169&pageId=22848 http://www.tacomapurchasing.org/ http://www.ci.tacoma.wa.us/45bidsapps/PlanholderRegister.aspx http://www.ci.tacoma.wa.us/45bidsapps/PlanholderList.aspx https://www.cityoftacoma.org/cms/one.aspx?pageId=75860 https://www.cityoftacoma.org/cms/one.aspx?pageId=75860 mailto:ghimes@cityoftacoma.org Form No. SPEC-040C Revised: 02/10/2021 Additional Information: Requests for information regarding the specifications may be obtained by contacting Tina Eide, Senior Buyer by email to teide@cityoftacoma.org Protest Policy: City of Tacoma protest policy, located at www.tacomapurchasing.org, specifies procedures for protests submitted prior to and after submittal deadline. Meeting sites are accessible to persons with disabilities. Reasonable accommodations for persons with disabilities can be arranged with 48 hours advance notice by calling 253-502-8468. http://cms.cityoftacoma.org/Purchasing/CandA/ProtestPolicy052711.pdf http://www.tacomapurchasing.org/ Rev: 03/10/2020 SPECIAL REMINDER TO ALL BIDDERS HEALTH & SAFETY: Be sure to comply with all City of Tacoma health and safety requirements. 1. This project has been deemed to be an essential project by the City of Tacoma and it is anticipated that the contract will be operational during the COVID-19 outbreak. Therefore the contractor shall complete a health and safety plan describing how the contractor will complete the work while combating the COVID-19 spread (social distancing practices) and what Personal Protective Equipment (PPE) will be in place. PLEASE NOTE: Be sure you have complied with all specifications and requirements and have signed all required documents. YOUR ATTENTION IS PARTICULARLY CALLED to the following forms, which must be executed in full before the bid is submitted: 1. BID PROPOSAL: The unit prices bid must be shown in the space provided. Check your computations for omissions and errors. 2. SIGNATURE PAGE: To be filled in and executed by a duly authorized officer or representative of the bidding entity. If the bidder is a subsidiary or doing business on behalf of another entity, so state, and provide the firm name under which business is hereby transacted. 3. BID BOND: The Bid Bond must be executed by the person legally authorized to sign the bid, and must be properly signed by the representatives of the surety company unless the bid is accompanied by a certified check. If Bid Bond is furnished, the form furnished by the City must be followed; no variations from the language thereof will be accepted. The amount of the Bid Bond must be not less than 5% of the total amount bid. 4. CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES: Bidder shall complete this form in its entirety to ensure compliance with state legislation (SHB 2017). 5. STATE RESPONSIBILITY AND RECIPROCAL BID PREFERENCE INFORMATION: Bidder shall complete this form in its entirety to ensure compliance with state legislation (SHB 2010). POST AWARD FORMS EXECUTED UPON AWARD: A. CONTRACT: Must be executed by the successful bidder. B. PAYMENT BOND TO THE CITY OF TACOMA: Must be executed by the successful bidder and his/her surety company. C. PERFORMANCE BOND TO THE CITY OF TACOMA: Must be executed by the successful bidder and his/her surety company. D. CERTIFICATE OF INSURANCE: Shall be submitted with all required endorsements. E. GENERAL RELEASE. CODE OF ETHICS: The successful bidder agrees that its violation of the City’s Code of Ethics contained in TMC Chapter 1.46 shall constitute a breach of the contract subjecting the contract to termination. Revised: 07/29/2020 Page 1 of 4 CITY OF TACOMA FINANCE/PURCHASING DIVISION SPECIAL NOTICE TO BIDDERS Public works and improvement projects for the City of Tacoma are subject to Washington state law and Tacoma Municipal Code, including, but not limited to the following: I. STATE OF WASHINGTON A. RESPONSIBILITY CRITERIA – STATE OF WASHINGTON In order to be considered a responsible bidder the bidder must meet the following mandatory state responsibility criteria contained in RCW 39.04.350: 1. Have a current certificate of registration as a contractor in compliance with chapter 18.27 RCW, which must have been in effect at the time of bid submittal; 2. Have a current Washington Unified Business Identifier (UBI) number; 3. If applicable: a. Have Industrial Insurance (workers' compensation) coverage for the bidder’s employees working in Washington, as required in Title 51 RCW; b. Have a Washington Employment Security Department number, as required in Title 50 RCW; c. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW and; 4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 (unlicensed or unregistered contractors) or 39.12.065(3) (prevailing wage). 5. Have received training on the requirements related to public works and prevailing wage under this chapter and chapter 39.12 RCW and must designate a person or persons to be trained on these requirements. The training must be provided by the department of labor and industries or by a training provider whose curriculum is approved by the department. Bidders that have completed three or more public works projects and have had a valid business license in Washington for three or more years are exempt from this subsection. B. RECIPROCAL PREFERENCE FOR RESIDENT CONTRACTORS: Effective March 30, 2012, RCW 39.04.380 imposes a reciprocal preference for resident contractors. Any bid received from a non-resident contractor from a state that provides an in- state percentage bidding preference is subject application of a comparable percentage disadvantage. A non-resident contractor from a state that provides an in-state percentage bidding preference means a contractor that: 1. Is from a state that provides a percentage bid preference to its resident contractors bidding on public works projects, and 2. Does not have a physical office located in Washington at the time of bidding on the City of Tacoma public works project. The state of residence for a non-resident contractor is the state in which the contractor was incorporated, or if not a corporation, the state in which the contractor’s business entity was formed. Revised: 07/29/2020 Page 2 of 4 The City of Tacoma will evaluate all non-resident contractors for an out of state bidder preference. If the state of the non-resident contractor provides an in state contractor preference, a comparable percentage disadvantage will be applied to the non-resident contractor’s bid prior to contract award. The responsive and lowest and best responsible bidder after application of any non-resident disadvantage will be awarded the contract. The reciprocal preference evaluation does not apply to public works procured pursuant to RCW 39.04.155, RCW 39.04.280, federally funded competitive solicitations where such agencies prohibit the application of bid preferences, or any other procurement exempt from competitive bidding. Bidders must provide the City of Tacoma with their state of incorporation or the state in which the business entity was formed and include whether the bidder has a physical office located in Washington. The bidder shall submit documentation demonstrating compliance with above criteria on the enclosed State Responsibility and Reciprocal Bidder Information form. C. SUBCONTRACTOR RESPONSIBILITY 1. The Contractor shall include the language of this subcontractor responsibility section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to all subcontractors regardless of tier. 2. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: a. Have a current certificate of registration as a contractor in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; b. Have a current Washington Unified Business Identifier (UBI) number; c. If applicable, have: a. Have Industrial Insurance (workers' compensation) coverage for the bidder’s employees working in Washington, as required in Title 51 RCW; b. A Washington Employment Security Department number, as required in Title 50 RCW; c. A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; d. An electrical contractor license, if required by Chapter 19.28 RCW; e. An elevator contractor license, if required by Chapter 70.87 RCW and; 3. Not be disqualified from bidding on any public works contract under RCW 39.06.010 (unlicensed or unregistered contractors) or 39.12.065(3) (prevailing wage). Revised: 07/29/2020 Page 3 of 4 II. CITY OF TACOMA A. SUPPLEMENTAL RESPONSIBILITY CRITERIA – CITY OF TACOMA: In order to be considered a responsible bidder, the prospective bidder shall have all of the following qualifications set forth in Tacoma Municipal Code 1.06.262: 1. Adequate financial resources or the ability to secure such resources; 2. The necessary experience, stability, organization and technical qualifications to perform the proposed contract; 3. The ability to comply with the required performance schedule, taking into consideration all existing business commitments; 4. A satisfactory record of performance, integrity, judgment and skills; and 5. Be otherwise qualified and eligible to receive an award under applicable laws and regulations. a. Bidder Responsibility. Bidders shall not be in violation of 39.04.350 RCW Bidder Responsibility Criteria - Supplemental Criteria. In addition to the mandatory bidder responsibility criteria listed immediately above, the City may, in addition to price, consider any or all of the following criteria contained in Tacoma Municipal Code Chapter 1.06.262 in determining bidder responsibility: 1. The ability, capacity, experience, stability, technical qualifications and skill of the respondent to perform the contract; 2. Whether the respondent can perform the contract within the time specified, without delay or interference; 3. Integrity, reputation, character, judgment, experience, and efficiency of the respondents, including past compliance with the City’s Ethics Code; 4. Quality of performance of previous contracts; 5. Previous and existing compliance with laws and ordinances relating to contracts or services; 6. Sufficiency of the respondent’s financial resources; 7. Quality, availability, and adaptability of the supplies, purchased services or public works to the particular use required; 8. Ability of the respondent to provide future maintenance and service on a timely basis; 9. Payment terms and prompt pay discounts; 10. The number and scope of conditions attached to the submittal; 11. Compliance with all applicable City requirements, including but not limited to the City's Ethics Code and its Small Business Enterprise and Local Employment and Apprenticeship programs; 12. Other qualification criteria set forth in the specification or advertisement that the appropriate department or division head determines to be in the best interests of the City. The City may require bidders to furnish information, sworn or certified to be true, to demonstrate compliance with the City responsibility criteria set forth above. If the city manager or director of utilities is not satisfied with the sufficiency of the information provided, or if the prospective respondent does not substantially meet all responsibility requirements, any submittal from such respondent must be disregarded. Revised: 07/29/2020 Page 4 of 4 B. ADDITIONAL SUPPLEMENTAL CRITERIA – NOT APPLICABLE C. MODIFICATIONS TO SUPPLEMENTAL CRITERIA Potential bidders may request modifications to the City’s supplemental criteria by submitting a written request to the Purchasing Division via email to bids@cityoftacoma.org no later than 5:00 p.m. Pacific Time, three days prior to the submittal deadline. Please include the Specification No. and Title when submitting such requests. Requests must include justification for why certain criteria should be modified. Requests received after this date and time will not be considered. The City will respond to a timely submitted request prior to the bid opening date. Changes to the supplemental criteria, if warranted, will be issued by addendum to the solicitation documents and posted to the City’s website for the attention of all prospective bidders. D. DETERMINATION OF BIDDER RESPONSIBILITY If the City determines the bidder does not meet the criteria above and is therefore not a responsible bidder, the City shall notify the bidder in writing with the reasons for its determination. If the bidder disagrees, the bidder may appeal the determination in a manner consistent with the City’s Protest Policy. Appeals are coordinated by the Purchasing Division heard by the Procurement and Payables Division manager for contracts less than or equal to $500,000 and by Contracts and Awards Board for contracts greater than $500,000. mailto:bids@cityoftacoma.org P A R T I B I D P R O P O S A L A N D C O N T R A C T F O R M S B I D P R O P O S A L SPECIFICATION NO. PW21-0038F ASPHALT PLANT AUGER REPLACEMENT The undersigned hereby certifies that he/she has examined the location and construction details of work as outlined on the Plans and Specifications for Project No. PW21-0038F and has read and thoroughly understands the Plans and Specifications and contract governing the work embraced in this improvement and the method by which payment will be made for said work, and hereby proposes to undertake and complete the work embraced in this improvement in accordance with said Plans, Specifications and contract and at the following schedule of rates and prices: NOTE: 1. Unit prices of all items, all extensions and total amount of bid should be shown. Show unit prices in figures only. 2. The notations below the item numbers refer to the specification section where information may be found regarding each contract item. These notations are intended only as a guide and are not warranted to refer to all specification sections where information may be found. ITEM NO. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT PRICE TOTAL AMOUNT 1. 8-31 Remove and Dispose Auger and Install Conveyor System, Lump Sum 1 Lump Sum Lump Sum $ 2. 8-01 Stormwater Pollution Prevention Plan (SWPPP), lump sum 1 Lump Sum Lump Sum $ 3. 1-09.6 Force Account Estimated $ 25,000.00 GRAND TOTAL (Base Bid [Items 1-2] plus Force Account) $ Bidder Name: ____________________ Specification No. PW21-0038F Page 1 of 1 Form No. SPEC-080A Revised: 04/07/2020 SIGNATURE PAGE CITY OF TACOMA PUBLIC WORKS ENGINEERING All submittals must be in ink or typewritten, executed by a duly authorized officer or representative of the bidding/proposing entity, and received and time stamped as directed in the Request for Bids page near the beginning of the specification. If the bidder/proposer is a subsidiary or doing business on behalf of another entity, so state, and provide the firm name under which business is hereby transacted. REQUEST FOR BIDS SPECIFICATION NO. PW21-0038F Asphalt Plant Auger Replacement The undersigned bidder/proposer hereby agrees to execute the proposed contract and furnish all materials, labor, tools, equipment and all other facilities and services in accordance with these specifications. The bidder/proposer agrees, by submitting a bid/proposal under these specifications, that in the event any litigation should arise concerning the submission of bids/proposals or the award of contract under this specification, Request for Bids, Request for Proposals or Request for Qualifications, the venue of such action or litigation shall be in the Superior Court of the State of Washington, in and for the County of Pierce. Non-Collusion Declaration The undersigned bidder/proposer hereby certifies under penalty of perjury that this bid/proposal is genuine and not a sham or collusive bid/proposal, or made in the interests or on behalf of any person or entity not herein named; and that said bidder/proposer has not directly or indirectly induced or solicited any contractor or supplier on the above work to put in a sham bid/proposal or any person or entity to refrain from submitting a bid/proposal; and that said bidder/proposer has not, in any manner, sought by collusion to secure to itself an advantage over any other contractor(s) or person(s). Bidder/Proposer’s Registered Name Address City, State, Zip E-Mail Address E.I.No. / Federal Social Security Number Used on Quarterly Federal Tax Return, U.S. Treasury Dept. Form 941 Signature of Person Authorized to Enter Date into Contracts for Bidder/Proposer Printed Name and Title (Area Code) Telephone Number / Fax Number State Business License Number in WA, also known as UBI (Unified Business Identifier) Number State Contractor’s License Number (See Ch. 18.27, R.C.W.) Addendum acknowledgement #1_____ #2_____ #3_____ #4_____ #5_____ THIS PAGE MUST BE SIGNED AND RETURNED WITH SUBMITTAL. Form No. SPEC-090A Revised: 08/2004 Herewith find deposit in the form of a cashier’s check in the amount of $__________________ which amount is not less than 5-percent of the total bid. SIGN HERE__________________________________ BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, ______________________________________________________________, as Principal, and ______________________________________________________________________, as Surety, are held and firmly bound unto the City of Tacoma, as Obligee, in the penal sum of __________________ _________________________________________________ dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS _______________ DAY OF __________________, 20______. PRINCIPAL: SURETY: __________________, 20______ Received return of deposit in the sum of $ _______________________________________________ ___________________________ City of Tacoma Certification of Compliance with Wage Payment Statutes 09/20/2018 Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (March 10, 2021), that the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the state of Washington that the foregoing is true and correct. Bidder Signature of Authorized Official* Printed Name Title Date City State Check One: Individual ☐ Partnership ☐ Joint Venture ☐ Corporation ☐ State of Incorporation, or if not a corporation, the state where business entity was formed: If a co-partnership, give firm name under which business is transacted: * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Revised: 07/20/2007, 04/12/2012, 06/21/2019 Specification No. Name of Bidder: ________________________ State Responsibility and Reciprocal Bid Preference Information Certificate of registration as a contractor Number: (Must be in effect at the time of bid submittal): Effective Date: Expiration Date: Current Washington Unified Business Identifier Number: (UBI) Number: Do you have industrial insurance (workers’ compensation) ☐ Yes ☐ No Coverage nor your employees working in Washington? ☐ Not Applicable Washington Employment Security Department Number Number: ☐ Not Applicable Washington Department of Revenue state excise tax Number: Registration number: ☐ Not Applicable Have you been disqualified from bidding any public works contracts under RCW 39.06.010 or 39.12.065(3)? Do you have a physical office located in the state of Washington? If incorporated, in what state were you incorporated? If not incorporated, in what state was your business entity formed? Have you completed the training required by RCW 39.04.350, or are you on the list of exempt businesses maintained by the Department of Labor and Industries? ☐ Yes ☐ No If yes, provide an explanation of your disqualification on a separate page. ☐ Yes ☐ No State: ☐ Not Incorporated State: ☐ Yes ☐ No Supplies_PurchasedServices_PW Form No. SPEC-120A CW####### Template Revised: 06/21/2019 Page 1 of 2 CONTRACT ___________________ Resolution No. Contract No. This Contract is made and entered into effective this day of ,20 , (“Effective Date”) by and between the City of Tacoma, a Municipal Corporation of the State of Washington (“City”), and legal name of Supplier including type of business entity (“Contractor”). That in consideration of the mutual promises and obligations hereinafter set forth the Parties hereto agree as follows: I. Contractor shall fully execute and diligently and completely perform all work and provide all services and deliverables described herein and in the items listed below each of which are fully incorporated herein and which collectively are referred to as “Contract Documents”: 1. Specification No. Enter Spec Number and Enter Spec Title together with all authorized addenda. 2. Contractor’s submittal (or specifically described portions thereof) dated Enter Submittal Date submitted in response to Specification No. Enter Spec Number and Enter Spec Title. 3. Describe with specific detail and list separately any other documents that will make up the contract (fee schedule, work schedule, authorized personnel, etc.) or any other additional items mutually intended to be binding upon the parties. Delete this highlighted sentence, paragraph II and sub-bullets #1 and #2 if there are no additional attachments to the contract (attachments would be things other than a specific, contract, or bonds). II. In the event of a conflict or inconsistency between the terms and conditions contained in this document entitled Contract and any terms and conditions contained the above referenced Contract Documents the following order of precedence applies with the first listed item being the most controlling and the last listed item the least controlling: 1. Contract 2. List remaining Contract Documents in applicable controlling order. III. The Contract terminates on xxxxx. {May remove if not applicable] IV. The total price to be paid by City for Contracts full and complete performance hereunder may not exceed: $ , plus any applicable taxes. V. Contractor agrees to accept as full payment hereunder the amounts specified herein and in Contract Documents, and the City agrees to make payments at the times and in the manner and upon the terms and conditions specified. Except as may be otherwise provided herein or in Contract Documents Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work and providing the services and deliverables required by this Contract. VI. The City’s preferred method of payment is by ePayables (Payment Plus), followed by credit card (aka procurement card), then Electronic Funds Transfer (EFT) by Automated Clearing House (ACH), then check or other cash equivalent. CONTRACTOR may be required to have the capability of accepting the City’s ePayables or credit card methods of payment. The City of Tacoma will not accept price changes or pay additional fees when ePayables (Payment Plus) or credit card is used. The City, in its sole discretion, will determine the method of payment for this Contract. VII. Failure by City to identify a deficiency in the insurance documentation provided by Contractor or failure of City to demand verification of coverage or compliance by Contractor with these insurance requirements shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. VIII. Contractor acknowledges, and by signing this Contract agrees, that the Indemnification provisions set forth in the controlling Contract Documents, including the Industrial Insurance immunity waiver (if applicable), are totally and fully part of this Contract and, within the context of the competitive bidding laws, have been mutually negotiated by the Parties hereto. Supplies_PurchasedServices_PW Form No. SPEC-120A CW####### Template Revised: 06/21/2019 Page 2 of 2 IX. Contractor and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the requirements contained herein and in Contract Documents. X. It is further provided that no liability shall attach to City by reason of entering into this Contract, except as expressly provided herein. IN WITNESS WHEREOF, the Parties hereto have accepted and executed, as of the Effective Date stated above, which shall be Effective Date for bonding purposes as applicable. CITY OF TACOMA: CONTRACTOR: By: By: (City of Tacoma use only - blank lines are intentional) Director of Finance: ______________________________________________________________ City Attorney (approved as to form): _________________________________________________ Approved By: ___________________________________________________________________ Approved By: ___________________________________________________________________ Approved By: ___________________________________________________________________ Approved By: ___________________________________________________________________ Approved By: ___________________________________________________________________ Approved By: ___________________________________________________________________ Approved By: ___________________________________________________________________ Approved By: ___________________________________________________________________ Form No. SPEC-100B 04/09/2020 Resolution No. Bond No. That we, the undersigned, as principal, and as a surety, are jointly and severally held and firmly bound to the CITY OF TACOMA, in the penal sum of, $ , for the payment whereof Contractor and Surety bind themselves, their executors, administrators, legal representatives, successors and assigns, jointly and severally, firmly by these presents. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the City of Tacoma. WHEREAS, under and pursuant to the City Charter and general ordinances of the City of Tacoma, the said City has or is about to enter with the above bounden principal, a contract, providing for Specification No. Specification Title: Contract No. (which contract is referenced to herein and is made a part hereof as though attached hereto), and WHEREAS, the said principal has accepted, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth. This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with RCW 39.08, 39.12, and 60.28, including all workers, laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract shall in any way affect its obligation on this bond, and waivers notice of any changes, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. No suit or action shall be commenced hereunder by any claimant unless claimant shall have given the written notices to the City, and where required, the Contractor, in accordance with RCW 39.08.030. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of claims which may be properly filed in accordance with RCW 39.08 whether or not suit is commenced under and against this bond. If any claimant shall commence suit and obtain judgment against the Surety for recovery hereunder, then the Surety, in addition to such judgment and attorney fees as provided by RCW 39.08.030, shall also pay such costs and attorney fees as may be incurred by the City as a result of such suit. Venue for any action arising out of or in connection with this bond shall be in Pierce County, WA. Surety companies executing bonds must be authorized to transact business in the State of Washington as surety and named in the current list of “Surety Companies Acceptable in Federal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Department of the Treasury. PAYMENT BOND TO THE CITY OF TACOMA Form No. SPEC-100B 04/09/2020 Resolution No. Bond No. Specification No. Contract No. One original bond shall be executed, and be signed by the parties’ duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed power of attorney for the office executing on behalf of the surety. Principal: Enter Vendor Legal Name By: Surety: By: Agent’s Name: Agent’s Address: Form No. SPEC-100A 04/09/2020 Resolution No. Bond No. That we, the undersigned, as principal, and as a surety, are jointly and severally held and firmly bound to the CITY OF TACOMA, in the penal sum of $ , for the payment whereof Contractor and Surety bind themselves, their executors, administrators, legal representatives, successors and assigns, jointly and severally, firmly by these presents. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the City of Tacoma. WHEREAS, under and pursuant to the City Charter and general ordinances of the City of Tacoma, the said City has or is about to enter with the above bounden principal, a contract, providing for Specification No. Specification Title: Contract No. (which contract is referenced to herein and is made a part hereof as though attached hereto), and WHEREAS, the said principal has accepted, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth. This statutory performance bond shall become null and void, if and when the principal, its heirs, executors, administrators, successors, or assigns shall well and faithfully perform all of the Principal’s obligations under the Contract and fulfill all terms and conditions of all duly authorized modifications, additions and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increase. If the City shall commence suit and obtain judgment against the Surety for recovery hereunder, then the Surety, in addition to such judgement, shall pay all costs and attorney’s fees incurred by the City in enforcement of its rights hereunder. Venue for any action arising out of in in connection with this bond shall be in Pierce County, Washington. Surety companies executing bonds must be authorized to transact business in the State of Washington as surety and named in the current list of “Surety Companies Acceptable in Federal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Department of the Treasury. One original bond shall be executed, and signed by the parties’ duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed power of attorney for the office executing on behalf of the surety. Principal: Enter Vendor Legal Name By: Surety: By: Agent’s Name: Agent’s Address: PERFORMANCE BOND TO THE CITY OF TACOMA Form No. SPEC-140A Rev. 09/04/2014 City of Tacoma City of Tacoma Contract No.: _______________ Specification No.: ________________ General Release to the City of Tacoma The undersigned, named as the Contractor in a certain agreement between contractor name and the City of Tacoma, dated ___________, 20___, hereby releases the City of Tacoma, its departmental officers, employees, and agents, from any and all claim or claims known or unknown, in any manner whatsoever, arising out of, or in connection with, or relating to said contract, excepting only the equity of the undersigned in the amount now retained by the City of Tacoma under said contract, to-wit: the sum of $__________________. Signed on this ______ day of _______________, 20__. Contractor Name Contractor Authorized Signature Title Type or Print Signature Name P A R T II S P E C I A L P R O V I S I O N S T-1 Table of Contents INTRODUCTION ............................................................................................................. 1 DESCRIPTION OF WORK .............................................................................................. 1 1-01 DEFINITIONS AND TERMS ............................................................................. 2 1-01.3 Definitions ........................................................................................................ 2 1-02 BID PROCEDURES AND CONDITIONS .......................................................... 5 1-02.1 Prequalification of Bidders ................................................................................ 5 1-02.1 Qualifications of Bidder ..................................................................................... 5 1-02.2 Plans and Specifications ................................................................................... 5 1-02.4(1) General ....................................................................................................... 5 1-02.5 Proposal Forms ................................................................................................ 6 1-02.6 Preparation of Proposal ................................................................................... 6 1-02.6 Preparation of Proposal ................................................................................... 6 1-02.7 Bid Deposit ....................................................................................................... 7 1-02.9 Delivery of Proposal .......................................................................................... 8 1-02.10 Withdrawing, Revising, or Supplementing Proposal ....................................... 9 1-02.13 Irregular Proposals......................................................................................... 9 1-02.14 Disqualification of Bidders ............................................................................. 10 1-02.15 Pre Award Information .................................................................................. 11 1-03 AWARD AND EXECUTION OF CONTRACT .................................................. 13 1-03.1 Consideration of Bids ...................................................................................... 13 1-03.2 Award of Contract ........................................................................................... 13 1-03.3 Execution of Contract...................................................................................... 13 1-03.4 Contract Bond ................................................................................................. 14 1-03.5 Failure to Execute Contract............................................................................. 14 1-04 SCOPE OF THE WORK ................................................................................. 15 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda...................................................................................... 15 1-05 CONTROL OF WORK .................................................................................... 16 1-05.3 Working Drawings ........................................................................................... 16 1-05.3 Submittals ....................................................................................................... 16 1-05.3(1) Submittal Schedule ..................................................................................... 16 1-05.3(2) Submittal Procedures ................................................................................. 16 1-05.3(3) Engineer’s Review of Submittals ................................................................ 17 1-05.3(4) Resubmittals ............................................................................................... 18 1-05.3(5) Submittal Requirements by Section ............................................................ 18 1-05.3(6) Project Red Line Drawings ......................................................................... 19 1-05.4 Conformity With and Deviations from Plans and Stakes .............................. 21 T-2 1-05.4(1) Roadway and Utility Surveys ...................................................................... 21 1-05.4(2) Bridge and Structure Surveys ..................................................................... 21 1-05.7 Removal of Defective and Unauthorized Work ................................................ 22 1-05.11 Final Inspection ............................................................................................. 22 1-05.11 Final Inspections and Operational Testing .................................................... 22 1-05.11(1) Substantial Completion Date .................................................................... 22 1-05.11(2) Final Inspection and Physical Completion Date ........................................ 23 1-05.11(3) Operational Testing .................................................................................. 23 1-05.12(1) One-Year Guarantee Period .................................................................... 24 1-05.13 Superintendents, Labor and Equipment of Contractor ................................... 24 1-05.15 Method of Serving Notices ............................................................................ 25 1-05.16 Water and Power .......................................................................................... 25 1-06 CONTROL OF MATERIAL .............................................................................. 27 1-06.1 Approval of Materials Prior To Use ................................................................. 27 1-06.1(1) Qualified Products List (QPL) ..................................................................... 27 1-06.1(2) Request for Approval of Material (RAM) ..................................................... 27 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .................. 28 1-07.1 Laws to be Observed ...................................................................................... 28 1-07.2 State Taxes .................................................................................................... 28 1-07.2 State Tax ........................................................................................................ 28 1-07.2(1) State Sales Tax — Rule 171 ...................................................................... 29 1-07.2(2) State Sales Tax — Rule 170 ...................................................................... 29 1-07.2(3) Services ..................................................................................................... 30 1-07.9 Wages ............................................................................................................ 30 1-07.9(5) Required Documents .................................................................................. 30 1-07.15 Temporary Water Pollution/Erosion Control .................................................. 30 1-07.15(1) Spill Prevention, Control and Countermeasures Plan ............................... 31 1-07.16 Protection and Restoration of Property ......................................................... 34 1-07.16(1) Private/Public Property ............................................................................. 34 1-07.17 Utilities and Similar Facilities ......................................................................... 35 1-07.18 Public Liability and Property Damage Insurance ........................................... 35 1-07.18 Insurance ..................................................................................................... 35 1-07.24 Rights of Way ............................................................................................... 36 1-08 PROSECUTION AND PROGRESS ................................................................ 38 1-08.0 Preliminary Matters ......................................................................................... 38 1-08.0(1) Preconstruction Conference ....................................................................... 38 1-08.0(2) Hours of Work ............................................................................................ 38 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ...... 39 1-08.1 Subcontracting - D/M/WBE Reporting ............................................................. 39 1-08.1 Subcontracting ................................................................................................ 39 T-3 1-08.4 Prosecution of Work .................................................................................... 40 1-08.4 Notice to Proceed and Prosecution of Work ................................................ 40 1-08.5 Time for Completion .................................................................................... 40 1-08.9 Liquidated Damages .................................................................................... 41 1-09 MEASUREMENT AND PAYMENT .................................................................. 42 1-09.6 Force Account................................................................................................. 42 1-09.9 Payments ........................................................................................................ 42 1-09.9(1) Retainage ................................................................................................... 43 1-09.13(3)A Administration of Arbitration ................................................................... 44 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ........................ 45 8-01.1 Description ...................................................................................................... 45 8-01.3(1)A Submittals ................................................................................................ 45 8-01.3(1)B Erosion and Sediment Control (ESC) Lead .............................................. 45 8-01.3(1)C Water Management ................................................................................. 46 8-01.3(7) Stabilized Construction Entrance ................................................................ 47 8-01.3(8) Street Cleaning ........................................................................................... 48 8-01.3(9)D Inlet Protection ......................................................................................... 48 8-01.3(10) Wattles ..................................................................................................... 48 8-01.4 Measurement .................................................................................................. 48 8-01.4(1) Lump Sum Bid for Project (No Unit Items) .................................................. 48 8-01.4(2) Reinstating Unit Items with Lump Sum Erosion/Water Pollution Control ..... 48 8-01.5 Payment ......................................................................................................... 49 8-01.5(1) Lump Sum Bid for Project (No Unit Items) .................................................. 50 8-01.5(2) Reinstating Unit Items with Lump Sum Erosion/Water Pollution Control ..... 50 8-31 AUGER REPLACEMENT AND CONVEYOR INSTALLATION ........................ 51 8-31.1 Description ...................................................................................................... 51 8-31.2 Materials ......................................................................................................... 54 8-31.3 Operations ...................................................................................................... 56 8-31.4 Measurement .................................................................................................. 58 8-31.5 Payment ......................................................................................................... 58 1 INTRODUCTION 1 (April 1, 2018 Tacoma GSP) 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 The following special provisions shall be used in conjunction with the "2018 Standard Specifications for Road, Bridge and Municipal Construction" and "Standard Plans for Road, Bridge, and Municipal Construction" as prepared by the Washington State Department of Transportation (WSDOT). State Standard Specifications are available through WSDOT, by calling (360) 705-7430, emailing engrpubs@wsdot.wa.gov, or may be downloaded, free of charge, from this location on the WSDOT home page: http://www.wsdot.wa.gov/Publications/Manuals/M41-10.htm These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) (April 2, 2007 Tacoma GSP) The project specific Special Provisions are labeled under the headers of each Special Provision as follows: (******) A pre-bid conference will be held on site 3210 Center Street, Tacoma, Washington, 98409 at 1:00 PM on March 16 to answer questions regarding the project and provide prospective bidders a chance to examine the site. Prospective bidders are urged to attend. 34 35 36 DESCRIPTION OF WORK 37 (******) 38 39 This Contract shall generally consist of the removal of an auger feed unit from the 40 Asphalt plants RAP/RAS system to the plants mixing tower and replacing it with an 41 conveyor belt. 42 43 44 45 END OF SECTION 46 47 2 1-01 DEFINITIONS AND TERMS 1 2 1-01.3 Definitions 3 (January 4, 2016 APWA GSP) 4 5 Delete the heading Completion Dates and the three paragraphs that follow it, and 6 replace them with the following: 7 8 Dates 9 Bid Opening Date 10 The date on which the Contracting Agency publicly opens and reads the Bids. 11 Award Date 12 The date of the formal decision of the Contracting Agency to accept the lowest 13 responsible and responsive Bidder for the Work. 14 Contract Execution Date 15 The date the Contracting Agency officially binds the Agency to the Contract. 16 Notice to Proceed Date 17 The date stated in the Notice to Proceed on which the Contract time begins. 18 Substantial Completion Date 19 The day the Engineer determines the Contracting Agency has full and unrestricted 20 use and benefit of the facilities, both from the operational and safety standpoint, any 21 remaining traffic disruptions will be rare and brief, and only minor incidental work, 22 replacement of temporary substitute facilities, plant establishment periods, or 23 correction or repair remains for the Physical Completion of the total Contract. 24 Physical Completion Date 25 The day all of the Work is physically completed on the project. All documentation 26 required by the Contract and required by law does not necessarily need to be 27 furnished by the Contractor by this date. 28 Completion Date 29 The day all the Work specified in the Contract is completed and all the obligations of 30 the Contractor under the contract are fulfilled by the Contractor. All documentation 31 required by the Contract and required by law must be furnished by the Contractor 32 before establishment of this date. 33 Final Acceptance Date 34 The date on which the Contracting Agency accepts the Work as complete. 35 36 Supplement this Section with the following: 37 38 All references in the Standard Specifications, Amendments, or WSDOT General 39 Special Provisions, to the terms “Department of Transportation”, “Washington State 40 Transportation Commission”, “Commission”, “Secretary of Transportation”, 41 “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read 42 “Contracting Agency”. 43 44 All references to the terms “State” or “state” shall be revised to read “Contracting 45 Agency” unless the reference is to an administrative agency of the State of 46 Washington, a State statute or regulation, or the context reasonably indicates 47 otherwise. 48 3 All references to “State Materials Laboratory” shall be revised to read “Contracting 1 Agency designated location”. 2 3 All references to “final contract voucher certification” shall be interpreted to mean the 4 Contracting Agency form(s) by which final payment is authorized, and final 5 completion and acceptance granted. 6 7 Additive 8 A supplemental unit of work or group of bid items, identified separately in the Bid 9 Proposal, which may, at the discretion of the Contracting Agency, be awarded in 10 addition to the base bid. 11 12 Alternate 13 One of two or more units of work or groups of bid items, identified separately in the 14 Bid Proposal, from which the Contracting Agency may make a choice between 15 different methods or material of construction for performing the same work. 16 17 Business Day 18 A business day is any day from Monday through Friday except holidays as listed in 19 Section 1-08.5. 20 21 Contract Bond 22 The definition in the Standard Specifications for “Contract Bond” applies to whatever 23 bond form(s) are required by the Contract Documents, which may be a combination 24 of a Payment Bond and a Performance Bond. 25 26 Contract Documents 27 See definition for “Contract”. 28 29 Contract Time 30 The period of time established by the terms and conditions of the Contract within 31 which the Work must be physically completed. 32 33 Notice of Award 34 The written notice from the Contracting Agency to the successful Bidder signifying 35 the Contracting Agency’s acceptance of the Bid Proposal. 36 37 Notice to Proceed 38 The written notice from the Contracting Agency or Engineer to the Contractor 39 authorizing and directing the Contractor to proceed with the Work and establishing 40 the date on which the Contract time begins. 41 42 Traffic 43 Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, 44 and equestrian traffic. 45 46 This section is supplemented with the following: 47 (April 15, 2020 Tacoma GSP) 48 49 All references to the acronym UDBE” shall be revised to read “DBE/EIC”. 50 4 All references in the Standard Specifications to the term “Proposal Bond” shall be 1 revised to read “Bid Bond.” 2 3 Base Bid 4 The summation of Bid Item amounts (extensions) in the Bid Forms, excluding 5 Additives, Alternates, Deductives, Force Accounts, and taxes collected separately 6 pursuant to Section 1-07.2. 7 8 Calendar Day 9 The time period of 24 hours measured from midnight to the next midnight, including 10 weekends and holidays. 11 12 Change Order 13 A written order to the Contractor, issued by the Contracting Agency after execution of 14 the contract, authorizing an addition, deletion, or other revision in the Work, within 15 the scope of the Contract Documents, and establishing the basis of payment and 16 time adjustments, if any, for the Work affected by the change. 17 18 Day 19 Unless otherwise specified, a calendar day. 20 21 Deductive 22 A supplemental unit of work or group of Bid Items, identified separately in the Bid, 23 which may, at the discretion of the Contract Agency, be deducted from the Base Bid 24 should the Contract Agency choose not to Award the total Base Bid. 25 26 Grand Total Price 27 The Grand Total Price of the Contract will include the Base Bid, Additives, 28 Alternates, Deductives, Force Accounts, and taxes collected separately pursuant to 29 Section 1-07.2. 30 31 Standard Specifications 32 Divisions One through Nine of the specified edition of the WSDOT “Standard 33 Specifications for Road, Bridge, and Municipal Construction.” 34 35 36 END OF SECTION 37 38 39 5 1-02 BID PROCEDURES AND CONDITIONS 1 2 1-02.1 Prequalification of Bidders 3 Delete this section and replace it with the following: 4 5 1-02.1 Qualifications of Bidder 6 (January 24, 2011 APWA GSP) 7 8 Before award of a public works contract, a bidder must meet at least the minimum 9 qualifications of RCW 39.04.350(1) to be considered a responsible bidder and 10 qualified to be awarded a public works project. 11 12 1-02.2 Plans and Specifications 13 (June 27, 2011 APWA GSP) 14 Delete this section and replace it with the following: 15 16 Information as to where Bid Documents can be obtained or reviewed can be found in 17 the Call for Bids (Advertisement for Bids) for the work. 18 19 After award of the contract, plans and specifications will be issued to the Contractor 20 at no cost as detailed below: 21 22 To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award. Large plans (e.g., 22" x 34") 2 Furnished only upon request. 23 Additional plans and Contract Provisions may be obtained by the Contractor from the 24 source stated in the Call for Bids, at the Contractor’s own expense. 25 26 1-02.4(1) General 27 (August 15, 2016 APWA GSP Option B) 28 29 The first sentence of the last paragraph is revised to read: 30 31 Any prospective Bidder desiring an explanation or interpretation of the Bid 32 Documents, shall request the explanation or interpretation in writing by close of 33 business 6 business days preceding the bid opening to allow a written reply to reach 34 all prospective Bidders before the submission of their Bids. 35 36 37 38 39 6 1-02.5 Proposal Forms 1 (July 31, 2017 APWA GSP) 2 Delete this section and replace it with the following: 3 4 The Proposal Form will identify the project and its location and describe the work. It 5 will also list estimated quantities, units of measurement, the items of work, and the 6 materials to be furnished at the unit bid prices. The bidder shall complete spaces on 7 the proposal form that call for, but are not limited to, unit prices; extensions; 8 summations; the total bid amount; signatures; date; and, where applicable, retail 9 sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone 10 number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a 11 State of Washington Contractor’s Registration Number; and a Business License 12 Number, if applicable. Bids shall be completed by typing or shall be printed in ink by 13 hand, preferably in black ink. The required certifications are included as part of the 14 Proposal Form. 15 16 The Contracting Agency reserves the right to arrange the proposal forms with 17 alternates and additives, if such be to the advantage of the Contracting Agency. The 18 bidder shall bid on all alternates and additives set forth in the Proposal Form unless 19 otherwise specified. 20 21 1-02.6 Preparation of Proposal 22 1-02.6 Preparation of Proposal 23 (July 11, 2018 APWA GSP) 24 25 Supplement the second paragraph with the following: 26 4. If a minimum bid amount has been established for any item, the unit or lump 27 sum price must equal or exceed the minimum amount stated. 28 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be 29 initialed by the signer of the bid. 30 31 Delete the last two paragraphs, and replace them with the following: 32 33 If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use 34 any Subcontractor to perform those items of work. 35 36 The Bidder shall submit with their Bid a completed Contractor Certification Wage 37 Law Compliance form, provided by the Contracting Agency. Failure to return this 38 certification as part of the Bid Proposal package will make this Bid Nonresponsive 39 and ineligible for Award. A Contractor Certification of Wage Law Compliance form is 40 included in the Proposal Forms. 41 42 The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any 43 manner. 44 45 A bid by a corporation shall be executed in the corporate name, by the president or a 46 vice president (or other corporate officer accompanied by evidence of authority to 47 sign). 48 49 7 A bid by a partnership shall be executed in the partnership name, and signed by a 1 partner. A copy of the partnership agreement shall be submitted with the Bid Form if 2 any UDBE requirements are to be satisfied through such an agreement. 3 4 A bid by a joint venture shall be executed in the joint venture name and signed by a 5 member of the joint venture. A copy of the joint venture agreement shall be 6 submitted with the Bid Form if any UDBE requirements are to be satisfied through 7 such an agreement. 8 9 1-02.7 Bid Deposit 10 (April 1, 2012 Tacoma GSP) 11 Delete this section and replace it with the following: 12 13 A deposit of at least 5 percent of the total Bid shall accompany each Bid. This 14 deposit may be cash, certified check, cashier’s check, or a proposal bond 15 (Surety bond). Any proposal bond shall be on a form acceptable to the 16 Contracting Agency and shall be signed by the Bidder and the Surety. A 17 proposal bond shall not be conditioned in any way to modify the minimum 5 18 percent required. The Surety shall: (1) be registered with the Washington 19 State Insurance Commissioner, and (2) appear on the current Authorized 20 Insurance List in the State of Washington published by the Office of the 21 Insurance Commissioner. 22 23 The failure to furnish a Bid deposit of a minimum of 5 percent shall make the 24 Bid nonresponsive and shall cause the Bid to be rejected by the Contracting 25 Agency. 26 27 If a Bid Bond is furnished, the form furnished by the Contracting Agency must 28 be followed. No variations from the language thereof will be accepted. 29 30 If submitting your bid electronically, a scanned version of the original bid 31 bond must accompany your electronic bid submittal. The original bid bond 32 shall be sent to the Contracting Agency and postmarked no later than the 33 day of bid opening. Original bid 34 bonds will be delivered to: 35 36 City of Tacoma Procurement & Payables Division 37 Tacoma Public Utilities 38 P.O. Box 11007 39 Tacoma, WA 98411-0007 40 41 42 If so stated in the Contract Provisions, cash will not be accepted for a bid 43 deposit. 44 45 8 1-02.9 Delivery of Proposal 1 2 Delete this section and replace it with the following: 3 4 Each Proposal shall be submitted to the City electronically via email to 5 bids@cityoftacoma.org, with the Project Name as stated in the Call for Bids 6 noted on the subject line of the email, or as otherwise required in the Bid 7 Documents, to ensure proper handling and delivery. All electronic documents 8 shall be in PDF format. 9 10 To be considered responsive on a FHWA-funded project, the Bidder may be 11 required to submit the following items, as required by Section 1-02.6: 12 13 • DBE Written Confirmation Document from each DBE firm listed on the 14 Bidder’s completed DBE Utilization Certification (WSDOT 272-056) 15 • Good Faith Effort (GFE) Documentation 16 • DBE Bid Item Breakdown (WSDOT 272-054) 17 • DBE Trucking Credit Form (WSDOT 272-058) 18 19 These documents, if applicable, shall be received either with the Bid Proposal 20 or as a supplement to the Bid. These documents shall be received no later 21 than 48 hours (not including Saturdays, Sundays and Holidays) after the 22 time for delivery of the Bid Proposal. 23 24 If submitted after the Bid Proposal is due, the document(s) must be submitted 25 via email to bids@cityoftacoma.org, with “Supplemental Information” noted in 26 the subject line. All other information required to be submitted with the Bid 27 Proposal must be submitted with the Bid Proposal itself, at the time stated in 28 the Call for Bids. 29 30 Proposals that are received as required will be publicly opened and read as 31 specified in Section 1-02.12. The Contracting Agency will not open or 32 consider any Bid Proposal that is received after the time specified in the Call 33 for Bids for receipt of Bid Proposals, or received in a location other than that 34 specified in the Call for Bids. The Contracting Agency will not open or 35 consider any “Supplemental Information” (DBE confirmations, or GFE 36 documentation) that is received after the time specified above, or received in 37 a location other than that specified in the Call for Bids. 38 39 If an emergency or unanticipated event interrupts normal work processes of 40 the Contracting Agency so that Proposals cannot be received at the office 41 designated for receipt of bids as specified in Section 1-02.12 the time 42 specified for receipt of the Proposal will be deemed to be extended to the 43 same time of day specified in the solicitation on the first work day on which 44 the normal work processes of the Contracting Agency resume. 45 46 9 1-02.10 Withdrawing, Revising, or Supplementing Proposal 1 2 Delete this section, and replace it with the following: 3 After submitting an electronic Bid Proposal to the Contracting Agency, the 4 Bidder may withdraw, revise, or supplement it if: 5 6 1. The Bidder submits a written request signed by an authorized 7 person and emails it to bids@cityoftacoma.org, and 8 2. The Contracting Agency receives the request before the time set for 9 receipt of Bid Proposals, and 10 3. The revised or supplemented Bid Proposal (if any) is received by the 11 Contracting Agency before the time set for receipt of Bid Proposals. 12 13 The Bidder’s written request to revise or supplement a Bid Proposal must be 14 accompanied by the revised or supplemented package in its entirety. If the 15 Bidder does not submit a revised or supplemented package, then its bid shall 16 be considered withdrawn. 17 18 Late revised or supplemented Bid Proposals or late withdrawal requests will 19 be date recorded by the Contracting Agency and returned unopened. 20 Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid 21 Proposal are not acceptable. 22 23 1-02.12 Public Opening of Proposals 24 25 The first paragraph of this section shall be deleted and replaced with the following: 26 27 Proposals will be opened and publicly read via webcast at the time indicated in the call 28 for Bids unless the Bid opening has been delayed or canceled. 29 30 This public bid opening will be held via webinar. Please use the link below or on the 31 Request for Bids page to join the webinar: 32 33 https://us02web.zoom.us/j/83250498294 34 35 Preliminary and final bid results are posted at www.TacomaPurchasing.org 36 37 1-02.13 Irregular Proposals 38 (June 20, 2017 APWA GSP) 39 Delete this section and replace it with the following: 40 41 1. A Proposal will be considered irregular and will be rejected if: 42 a. The Bidder is not prequalified when so required; 43 b. The authorized Proposal form furnished by the Contracting Agency is not 44 used or is altered; 45 c. The completed Proposal form contains any unauthorized additions, 46 deletions, alternate Bids, or conditions; 47 d. The Bidder adds provisions reserving the right to reject or accept the 48 award, or enter into the Contract; 49 https://us02web.zoom.us/j/83250498294 http://www.tacomapurchasing.org/ 10 e. A price per unit cannot be determined from the Bid Proposal; 1 f. The Proposal form is not properly executed; 2 g. The Bidder fails to submit or properly complete a Subcontractor list, if 3 applicable, as required in Section 1-02.6; 4 h. The Bidder fails to submit or properly complete an Underutilized 5 Disadvantaged Business Enterprise Certification, if applicable, as 6 required in Section 1-02.6; 7 i. The Bidder fails to submit written confirmation from each UDBE firm listed 8 on the Bidder’s completed UDBE Utilization Certification that they are in 9 agreement with the bidder’s UDBE participation commitment, if 10 applicable, as required in Section 1-02.6, or if the written confirmation that 11 is submitted fails to meet the requirements of the Special Provisions; 12 j. The Bidder fails to submit UDBE Good Faith Effort documentation, if 13 applicable, as required in Section 1-02.6, or if the documentation that is 14 submitted fails to demonstrate that a Good Faith Effort to meet the 15 Condition of Award was made; 16 k. The Bid Proposal does not constitute a definite and unqualified offer to 17 meet the material terms of the Bid invitation; or 18 l. More than one Proposal is submitted for the same project from a Bidder 19 under the same or different names. 20 2. A Proposal may be considered irregular and may be rejected if: 21 a. The Proposal does not include a unit price for every Bid item; 22 b. Any of the unit prices are excessively unbalanced (either above or below 23 the amount of a reasonable Bid) to the potential detriment of the 24 Contracting Agency; 25 c. Receipt of Addenda is not acknowledged; 26 d. A member of a joint venture or partnership and the joint venture or 27 partnership submit Proposals for the same project (in such an instance, 28 both Bids may be rejected); or 29 e. If Proposal form entries are not made in ink. 30 31 1-02.14 Disqualification of Bidders 32 (October 18, 2013 Tacoma GSP) 33 Delete this section and replace it with the following: 34 35 A Bidder will be deemed not responsible if: 36 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 37 39.04.350(1), as amended; or 38 2. evidence of collusion exists with any other Bidder or potential Bidder. 39 Participants in collusion will be restricted from submitting further bids; or 40 3. the Bidder, in the opinion of the Contracting Agency, is not qualified for the 41 work or to the full extent of the bid, or to the extent that the bid exceeds the 42 authorized prequalification amount as may have been determined by a 43 prequalification of the Bidder; or 44 4. an unsatisfactory performance record exists based on past or current 45 Contracting Agency work or for work done for others, as judged from the 46 standpoint of conduct of the work; workmanship; or progress; affirmative 47 action; equal employment opportunity practices; termination for cause; or 48 Disadvantaged Business Enterprise, Minority Business Enterprise, or 49 Women’s Business Enterprise utilization; or 50 11 5. there is uncompleted work (Contracting Agency or otherwise) which in the 1 opinion of the Contracting Agency might hinder or prevent the prompt 2 completion of the work bid upon; or 3 6. the Bidder failed to settle bills for labor or materials on past or current 4 contracts, unless there are extenuating circumstances acceptable to the 5 Contracting Agency; or 6 7. the Bidder has failed to complete a written public contract or has been 7 convicted of a crime arising from a previous public contract, unless there are 8 extenuating circumstances acceptable to the Contracting Agency; or 9 8. the Bidder is unable, financially or otherwise, to perform the work, in the 10 opinion of the Contracting Agency; or 11 9. there are any other reasons deemed proper by the Contracting Agency; or 12 11. The bidder fails to meet the EIC requirements as described in Section 1-02.6. 13 14 As evidence that the Bidder meets the bidder responsibility criteria above, the 15 apparent two lowest Bidders must submit to the Contracting Agency within 24 hours 16 of the bid submittal deadline, documentation (sufficient in the sole judgment of the 17 Contracting Agency) demonstrating compliance with all applicable responsibility 18 criteria, including all documentation specifically listed in the supplemental criteria. 19 The Contracting Agency reserves the right to request such documentation from other 20 Bidders as well, and to request further documentation as needed to assess bidder 21 responsibility. 22 23 The basis for evaluation of Bidder compliance with these supplemental criteria shall 24 be any documents or facts obtained by Contracting Agency (whether from the Bidder 25 or third parties) which any reasonable owner would rely on for determining such 26 compliance, including but not limited to: (i) financial, historical, or operational data 27 from the Bidder; (ii) information obtained directly by the Contracting Agency from 28 owners for whom the Bidder has worked, or other public agencies or private 29 enterprises; and (iii) any additional information obtained by the Contracting Agency 30 which is believed to be relevant to the matter. 31 32 If the Contracting Agency determines the Bidder does not meet the bidder 33 responsibility criteria above and is therefore not a responsible Bidder, the 34 Contracting Agency shall notify the Bidder in writing, with the reasons for its 35 determination. If the Bidder disagrees with this determination, it may appeal the 36 determination within 24 hours of receipt of the Contracting Agency’s determination by 37 presenting its appeal to the Contracting Agency. The Contracting Agency will 38 consider the appeal before issuing its final determination. If the final determination 39 affirms that the Bidder is not responsible, the Contracting Agency will not execute a 40 contract with any other Bidder until at least two business days after the Bidder 41 determined to be not responsible has received the final determination. 42 43 1-02.15 Pre Award Information 44 (August 14, 2013 APWA GSP) 45 46 Revise this section to read: 47 48 Before awarding any contract, the Contracting Agency may require one or more of 49 these items or actions of the apparent lowest responsible bidder: 50 12 1. A complete statement of the origin, composition, and manufacture of any or all 1 materials to be used, 2 2. Samples of these materials for quality and fitness tests, 3 3. A progress schedule (in a form the Contracting Agency requires) showing the 4 order of and time required for the various phases of the work, 5 4. A breakdown of costs assigned to any bid item, 6 5. Attendance at a conference with the Engineer or representatives of the Engineer, 7 6. Obtain, and furnish a copy of, a business license to do business in the city or 8 county where the work is located. 9 7. Any other information or action taken that is deemed necessary to ensure that 10 the bidder is the lowest responsible bidder. 11 12 13 END OF SECTION 14 15 13 1-03 AWARD AND EXECUTION OF CONTRACT 1 2 1-03.1 Consideration of Bids 3 (January 23, 2006 APWA GSP) 4 Revise the first paragraph to read: 5 6 After opening and reading proposals, the Contracting Agency will check them for 7 correctness of extensions of the prices per unit and the total price. If a discrepancy 8 exists between the price per unit and the extended amount of any bid item, the price 9 per unit will control. If a minimum bid amount has been established for any item and 10 the bidder’s unit or lump sum price is less than the minimum specified amount, the 11 Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum 12 specified amount and recalculate the extension. The total of extensions, corrected 13 where necessary, including sales taxes where applicable and such additives and/or 14 alternates as selected by the Contracting Agency, will be used by the Contracting 15 Agency for award purposes and to fix the Awarded Contract Price amount and the 16 amount of the contract bond. 17 18 1-03.2 Award of Contract 19 (March 27, 2003 Tacoma GSP) 20 21 All references to 45 calendar days shall be revised to read 60 calendar days. 22 23 1-03.3 Execution of Contract 24 (October 1, 2005 APWA GSP) 25 Revise this section to read: 26 27 Copies of the Contract Provisions, including the unsigned Form of Contract, will be 28 available for signature by the successful bidder on the first business day following 29 award. The number of copies to be executed by the Contractor will be determined by 30 the Contracting Agency. 31 32 Within 10 calendar days after the award date, the successful bidder shall return the 33 signed Contracting Agency-prepared contract, an insurance certification as required 34 by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. 35 Before execution of the contract by the Contracting Agency, the successful bidder 36 shall provide any pre-award information the Contracting Agency may require under 37 Section 1-02.15. 38 39 Until the Contracting Agency executes a contract, no proposal shall bind the 40 Contracting Agency nor shall any work begin within the project limits or within 41 Contracting Agency-furnished sites. The Contractor shall bear all risks for any work 42 begun outside such areas and for any materials ordered before the contract is 43 executed by the Contracting Agency. 44 45 If the bidder experiences circumstances beyond their control that prevents return of 46 the contract documents within the calendar days after the award date stated above, 47 the Contracting Agency may grant up to a maximum of 10 additional calendar days 48 for return of the documents, provided the Contracting Agency deems the 49 circumstances warrant it. 50 14 1-03.4 Contract Bond 1 (July 23, 2015 APWA GSP) 2 Delete the first paragraph and replace it with the following: 3 4 The successful bidder shall provide executed payment and performance bond(s) for 5 the full contract amount. The bond may be a combined payment and performance 6 bond; or be separate payment and performance bonds. In the case of separate 7 payment and performance bonds, each shall be for the full contract amount. The 8 bond(s) shall: 9 1. Be on Contracting Agency-furnished form(s); 10 2. Be signed by an approved surety (or sureties) that: 11 a. Is registered with the Washington State Insurance Commissioner, and 12 b. Appears on the current Authorized Insurance List in the State of Washington 13 published by the Office of the Insurance Commissioner, 14 3. Guarantee that the Contractor will perform and comply with all obligations, duties, 15 and conditions under the Contract, including but not limited to the duty and 16 obligation to indemnify, defend, and protect the Contracting Agency against all 17 losses and claims related directly or indirectly from any failure: 18 a. Of the Contractor (or any of the employees, subcontractors, or lower tier 19 subcontractors of the Contractor) to faithfully perform and comply with all 20 contract obligations, conditions, and duties, or 21 b. Of the Contractor (or the subcontractors or lower tier subcontractors of the 22 Contractor) to pay all laborers, mechanics, subcontractors, lower tier 23 subcontractors, material person, or any other person who provides supplies 24 or provisions for carrying out the work; 25 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on 26 the project under titles 50, 51, and 82 RCW; and 27 5. Be accompanied by a power of attorney for the Surety’s officer empowered to 28 sign the bond; and 29 6. Be signed by an officer of the Contractor empowered to sign official statements 30 (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be 31 signed by the president or vice president, unless accompanied by written proof of 32 the authority of the individual signing the bond(s) to bind the corporation (i.e., 33 corporate resolution, power of attorney, or a letter to such effect signed by the 34 president or vice president). 35 36 1-03.5 Failure to Execute Contract 37 (April 15, 2020 Tacoma GSP) 38 The first sentence is revised to read: 39 40 Failure to return the insurance certification and bond with the signed contract as 41 required in Section 1-03.3, or failure to provide Equity In Contracting (EIC) 42 information if required in the contract, or failure or refusal to sign the Contract, or 43 failure to register as a contractor in the state of Washington shall result in forfeiture of 44 the bid bond or deposit of this Bidder 45 46 47 END OF SECTION 48 49 15 1-04 SCOPE OF THE WORK 1 2 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 3 Specifications, and Addenda 4 (March 13, 2012 APWA GSP) 5 Revise the second paragraph to read: 6 7 Any inconsistency in the parts of the contract shall be resolved by following this order 8 of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 9 1. Addenda, 10 2. Proposal Form, 11 3. Special Provisions, 12 4. Contract Plans, 13 5. Amendments to the Standard Specifications, 14 6. Standard Specifications, 15 7. Contracting Agency’s Standard Plans or Details (if any), and 16 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 17 18 19 20 END OF SECTION 21 22 23 16 1-05 CONTROL OF WORK 1 2 1-05.3 Working Drawings 3 (January 13, 2011 Tacoma GSP) 4 This section is deleted in its entirety and replaced with the following: 5 6 1-05.3 Submittals 7 8 The Contractor shall not install materials or equipment, which require submittals, until 9 reviewed by the Contracting Agency. 10 11 The Contractor shall submit four (4) copies to the Engineer of all submittals required 12 by the Contract Documents, unless otherwise required in these Special Provisions. 13 This includes, but is not limited to: 14 • Shop Drawings/Plans 15 • Product Data 16 • Samples 17 • Reports 18 • Material Submittals (Ref. 1-06) 19 • Progress Schedules (Ref. 1-08.3) 20 • Guarantees/Warranties (Ref. 1-05.10) 21 22 The Engineer will return one (1) copy to the Contractor. 23 24 1-05.3(1) Submittal Schedule 25 26 In conformance with section 1-08.3, the progress schedule shall be submitted and 27 reviewed prior to commencing any work. 28 29 No claim will be allowed for damages or extension of time resulting from rejection of 30 a submittal or the requirement of resubmittals as outlined by this section. 31 32 The Engineer’s review will be completed as quickly as possible, but may require up 33 to ten (10) working days from the date the submittals or resubmittals are received 34 until they are sent to the Contractor. If more than ten (10) working days are required 35 for the Engineer’s review of any individual submittal or resubmittal, an extension of 36 time will be considered in accordance with Section 1-08.8. 37 38 1-05.3(2) Submittal Procedures 39 40 Contractor submittals shall be in accordance with the following: 41 42 The Contractor shall thoroughly review each submittal for dimensions, quantities, 43 and details of the material or item shown. The Contractor shall review each 44 submittal and note any errors, omissions, or deviations with the Contract Documents. 45 The Contractor shall accept full responsibility for the completeness of each submittal. 46 47 Each submittal shall have a unique number assigned to it, and the transmittals shall 48 be sequentially numbered. The numbering of resubmittals shall meet the 49 17 requirements of Section 1-05.3(4). On each page, indicate the page number, and 1 total number of pages in each submittal. 2 3 Each submittal shall indicate the intended use of the item in the work. When catalog 4 pages are submitted, applicable items shall be clearly identified. The current 5 revision, issue number, and data shall be indicated on all drawings and other 6 descriptive data. 7 8 Each submittal should be transmitted with the “Submittal Transmittal Form” found at 9 the end of this section. Upon request, an electronic copy of the Submittal Transmittal 10 Form will be made available to the Contractor. 11 12 In lieu of utilizing the Submittal Transmittal Form, the Contractor may display the 13 following information on each submittal, in a clear space on the front of the submittal: 14 15 • Project Name: Asphalt Plant Auger Replacement 16 • Project Specification Number: PW21-0038F 17 • Project No. PWK-00901-04 18 • Submittal Date 19 • Description of Submittal 20 • Sequential, unique submittal number. 21 • Related Specification Section and/or plan sheet 22 • The following statement: “This document has been detail-checked for accuracy of 23 content and for compliance with the Contract documents. The information 24 contained herein has been fully coordinated with all involved Subcontractors.” 25 • Printed or typed name and signature of Contractor. 26 27 When submitting product data, the Contractor shall modify drawings to delete any 28 information not applicable to the project and add information that is applicable to the 29 project. The Contractor shall mark copies of printed material to clearly identify the 30 pertinent materials, products or models. 31 32 Samples submitted shall be of sufficient size and quantity to clearly illustrate 33 functional characteristics of product or material and full range of colors available. 34 Field samples and mock-ups, where required, shall be erected at the project site 35 where directed by the Engineer. 36 37 The Contractor shall notify the Engineer, in writing at time of submission, of 38 deviations in submittals from requirements of the Contract documents. 39 40 The City shall not be responsible for delays in reviewing submittals not submitted in 41 accordance with these specifications. 42 43 1-05.3(3) Engineer’s Review of Submittals 44 45 The Engineer’s review of drawings and data submitted by the Contractor will cover 46 only general conformity with the Contract drawings and specifications. The 47 Engineer’s review of submittals shall not relieve the Contractor from responsibility for 48 errors, omissions, deviations, or responsibility for compliance with the Contract 49 documents. 50 18 Review of a separate item does not constitute review of an assembly in which the 1 item functions. 2 3 When the submittal or resubmittal is marked “REVIEWED”, or “REVIEWED WITH 4 COMMENTS”, no additional copies need to be furnished. The Contractor shall 5 comply with any comments on the return submittal. 6 7 1-05.3(4) Resubmittals 8 9 When a submittal is marked “AMEND AND RESUBMIT” or “REJECTED, SEE 10 REMARKS,” the Contractor shall make the corrections as noted and instructed by 11 the Engineer and resubmit four (4) copies. The Contractor shall not install material 12 or equipment that has received a review status of “AMEND AND RESUBMIT” or 13 REJECTED, SEE REMARKS”. 14 15 When corrected copies are resubmitted, the Contractor shall in writing direct specific 16 attention to all revisions and shall list separately any revision made other than those 17 called for by the Engineer on previous submittals. Resubmittals shall bear the 18 number of the original submittal followed by a letter (A, B, etc.) to indicate the 19 sequence of the resubmittal. 20 21 The Contractor shall revise returned submittals as required and resubmit until final 22 review is obtained. 23 24 The Contractor shall verify that all exceptions previously noted by the Engineer have 25 been accounted for. 26 27 1-05.3(5) Submittal Requirements by Section 28 29 The following is a summary of submittal requirements. This summary is not inclusive 30 of all submittal requirements. The Contractor shall review each individual section in 31 the applicable provisions or specifications, as noted below, for specific requirements. 32 33 19 1 Section Description 1-05.3(6) Project Red Line Drawings 1-06.1 Proposed Material Sources 1-06.1(2) Request for Approval of Material 1-06.3 Manufacturer’s Certificate of Compliance 1-07.15 Temporary Water Pollution/Erosion Control Plan 1-07.15(1) Spill Prevention, Control and Countermeasures (SPCC) Plan 1-08.3(2) Progress Schedule 1-09.6 Equipment Rental Rates and Equipment Watch Sheets 1-09.9 Schedule Of Values 8-01.3(1)A Stormwater Pollution Prevention Plan (SWPPP) 2 1-05.3(6) Project Red Line Drawings 3 4 The Contractor shall submit Project Red Line Drawings in accordance with the 5 following. 6 7 Red line drawings refer to those documents maintained and annotated by the 8 Contractor during construction and is defined as, a neatly and legibly marked set of 9 Contract drawings showing any changes made to the original details of work. 10 11 The Contractor shall maintain drawings in good condition; protect from deterioration 12 and keep in a clean, dry, and secure location. The Project Red Line Drawings shall 13 not be used for construction purposes. 14 15 The Contractor shall provide to the City, access to Project Red Line Drawings at all 16 times during normal working hours. 17 18 Red line drawings shall be updated on a continuous basis. The Contractor shall 19 bring the up-to-date drawings to a monthly “red line review” meeting where the 20 Engineer will verify the maintenance of the Project Red Line Drawings as part of the 21 condition precedent to approving the monthly progress payment disbursement 22 process. Monthly progress payments to the Contractor may not be processed, if red 23 line information for the involved work to date has not been accurately recorded on 24 the Project Red Line Drawings. 25 26 At the completion of the construction work, prior to pre-final payment, all Project Red 27 Line Drawings shall be submitted to the Engineer. 28 29 A. Project Red Line Drawings: 30 31 Do not permanently conceal any work until required information has been recorded. 32 Mark drawings to show the actual installation where the installation varies from the 33 work as originally shown on the Contract drawings or indicated in the Contract 34 Specifications. Give particular attention to information on concealed elements that 35 would be difficult to measure and record at a later date. 36 20 1. Changes and information shall be clearly drawn, described and shown 1 technically correct. 2 3 2. Mark drawings with red erasable pencil. 4 5 3. Record data as soon as possible after obtaining it. 6 7 4. Mark any new information. 8 9 5. Keep accurate measurements of horizontal and vertical locations of 10 underground services and utilities. 11 12 6. Mark any changes made where installation varies from that shown 13 originally, such as, in materials, equipments, locations, alignments, 14 elevations, and any other dimensions of the work. 15 16 7. For any work not demolished, abated, or salvaged, cross out and 17 appropriately annotate “Not Complete”. 18 19 8. Indicate revisions to drawings with a “cloud” drawn around the 20 revision and note date the revision(s) was made. 21 22 9. Note Request For Change (RFC), Request For Information (RFI), and 23 similar identification, where applicable. 24 25 B. Format: 26 27 Identify and date each print; include the designation “PROJECT RED LINE 28 DRAWINGS” in a prominent location. 29 30 1. Prints: Organize Red Line Drawings into manageable sets. Include 31 identification on cover sheets. 32 33 2. Identify cover sheets as follows: 34 35 • Specification No. 36 • Project Name 37 • Date 38 • “PROJECT RED LINE DRAWINGS” 39 • Name of Engineer 40 • Name of Contractor 41 42 3. Electronic Copies: Scan full-size (dimension size: 22x34) Project Red 43 Line Drawings and submit, on a CD-R, in pdf format. 44 45 The lump sum Contract price for “Project Red Line Drawings” shall be full pay for all 46 costs associated with, including but not limited to, documenting, revising, updating, 47 maintaining, and submitting red line drawings at the completion of construction work. 48 49 21 1-05.4 Conformity With and Deviations from Plans and Stakes 1 Add the following two new sub-sections: 2 3 1-05.4(1) Roadway and Utility Surveys 4 (October 1, 2005 APWA GSP) 5 6 The Engineer shall furnish to the Contractor one time only all principal lines, grades, 7 and measurements the Engineer deems necessary for completion of the work. 8 These shall generally consist of one initial set of: 9 1. Slope stakes for establishing grading; 10 2. Curb grade stakes; 11 3. Centerline finish grade stakes for pavement sections wider than 25 feet; and 12 4. Offset points to establish line and grade for underground utilities such as water, 13 sewers, and storm drains. 14 15 On alley construction projects with minor grade changes, the Engineer shall provide 16 only offset hubs on one side of the alley to establish the alignment and grade. 17 18 1-05.4(2) Bridge and Structure Surveys 19 (October 1, 2005 APWA GSP) 20 21 For all structural work such as bridges and retaining walls, the Contractor shall retain 22 as a part of Contractor’s organization an experienced team of surveyors. 23 24 The Contractor shall provide all surveys required to complete the structure, except 25 the following primary survey control which will be provided by the Engineer: 26 1. Centerline or offsets to centerline of the structure. 27 2. Stations of abutments and pier centerlines. 28 3. A sufficient number of bench marks for levels to enable the Contractor to set 29 grades at reasonably short distances. 30 4. Monuments and control points as shown in the Plans. 31 32 The Contractor shall establish all secondary survey controls, both horizontal and 33 vertical, as necessary to assure proper placement of all project elements based on 34 the primary control points provided by the Engineer. Survey work shall be within the 35 following tolerances: 36 Stationing +.01 foot 37 Alignment +.01 foot (between successive points) 38 Superstructure Elevations +.01 foot (from plan elevations) 39 Substructure Elevations +.05 foot (from plan elevations) 40 41 During the progress of the work, the Contractor shall make available to the Engineer 42 all field books including survey information, footing elevations, cross sections and 43 quantities. 44 45 The Contractor shall be fully responsible for the close coordination of field locations 46 and measurements with appropriate dimensions of structural members being 47 fabricated. 48 49 50 22 1-05.7 Removal of Defective and Unauthorized Work 1 (October 1, 2005 APWA GSP) 2 Supplement this section with the following: 3 4 If the Contractor fails to remedy defective or unauthorized work within the time 5 specified in a written notice from the Engineer, or fails to perform any part of the work 6 required by the Contrac

632 Broadway,Tacoma, WA 98402Location

Address: 632 Broadway,Tacoma, WA 98402

Country : United StatesState : Washington

You may also like

2024 Asphalt Overlay and Milling Project

Due: 01 May, 2024 (in 5 days)Agency: City of Neosho

2024 Asphalt Overlay Project

Due: 02 May, 2024 (in 6 days)Agency: City of Festus Missouri

Asphalt Pavement Construction, Installation, Modification and Repair

Due: 30 Apr, 2024 (in 4 days)Agency: State of Rhode Island

Please Sign In to see more like these.

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