Loading...
HomeMy WebLinkAboutCourthouse Windows Project ManualJEFFERSON COUNTY COURTHOUSE WINDOW REHABILITATION PROJECT NO. 30119490 PORT TOWNSEND, WASHINGTON_________________________________________________________________ Jefferson Street façade PROJECT MANUAL March 20, 2020 Walker Street façade Jefferson County Central Services – Matthew Court, Owners Representative Phone: 360.531.1591; email: mcourt@co.jefferson.wa.us This page left intentionally blank Project Manual TABLE OF CONTENTS PAGE NUMBER2 3 - 10 11 - 14 151617-272829 DIVISION 00 – SPECIFIC CONDITIONS000020 000100 000310 000410 000420 000500 000660 000670 INVITATION TO BID INSTRUCTIONS TO BIDDERS BID FORM BID GUARANTEEPROPOSAL BOND CONTRACT FORM SAMPLE CLOSEOUT FORMS PREVAILING WAGE RATES DIVISION 01 – GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK 01 20 00 CONTRACTOR QUALIFICATIONS01 23 00 ALTERNATES 01 35 91 HISTORIC TREATMENT PROCEDURES DIVISION 06 – WOOD 06 91 00 WOOD RESTORATION DIVISION 08 - OPENINGS 08 59 00 WOOD WINDOW RESTORATION 08 70 99 HARDWARE FOR WOOD WINDOWS 08 80 00 GLAZING DIVISION 09 – FINISHES 09 91 00 PAINTING CONSTRUCTION DRAWINGS 30 - 33 34 3536 -39 40 - 42 43 - 4546 47 48 14 pages 1 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490 DIVISION 0 SECTION 000020 - INVITATION TO BID CALL FOR BIDS Notice is hereby given that the Board of County Commissioners of Jefferson County, State of Washington, will receive sealed bids up until 9:30 A.M. on Monday, April 13, 2020 at the Office of the County Commissioners, basement level of the Jefferson County Courthouse, 1820 Jefferson Street, Port Townsend, Washington, 98368. Bids may be mailed to the office of the Board of County Commissioners, P.O. Box 1220, Port Townsend, WA, but must be received by the previously stated date and time. Sealed bids will be opened and read publicly at or about 10:00 A.M. or shortly thereafter, on that same day at the Jefferson County Commissioners Chambers, basement level of the Jefferson County Courthouse, for the Jefferson County Courthouse Window Rehabilitation Project 2020. This project is for the complete rehabilitation of (46 base bid) historic wood windows located at second and third floors of the Jefferson County Courthouse. This includes window groups on the Walker St., Jefferson St. and Cass St. façades. Mechanical vertical access equipment is to be provided by the Contractor. Work includes temporary operable window closures. There will be a non-mandatory Pre-Bid Meeting at the site on Wednesday, April 1, 2020 from 11:30 till 1:00 p.m. A hi-lift will be available to permit inspection of the exterior windows. The Construction estimate for this project is $249,641 including WSST. Bids must be submitted in writing on the forms provided, and sealed. Bids shall be submitted in accordance with the plans and specifications on file at the office of the Central Services, 1820 Jefferson Street, Port Townsend WA, 98368, Where copies may be obtained by prospective bidders. The bid specifications will be available on the County’s website: http://www.co.jefferson.wa.us/Bids.aspx as of close of business on Wednesday March 25, 2020 or by emailing mcourt@co.jefferson.wa.us Each bid shall be accompanied by a surety bond, postal money order, cash, cashier’s check or certified check payable to the Treasurer of Jefferson County in the sum of 5% of the bid amount, to be forfeited to Jefferson County by the successful bidder if he fails to enter into a contract and file an acceptable surety bond in the amount of 100% of the contract price within ten (10) days of the award. The board of County Commissioners reserve the right to reject any and all bids, and to accept the bid deemed most advantageous to Jefferson County and to waive all informalities in the bidding. END OF SECTION 000020 2 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490 DIVISION 0 SECTION 000100 - INSTRUCTIONS TO BIDDERS 1.SUMMARY 1.01 DOCUMENT INCLUDES 2.Invitation 2.01 Bid Submission 2.02 EEO 2.03 Work Identified in the Contract Documents 2.04 Contract Time and Liquidated Damages 3.Bid Documents and Contract Documents 3.01 Definitions 3.02 Contract Documents Identification 3.03 Availability 3.04 Examination 3.05 Questions/Addenda 3.06 Product/System Substitutions 4.Site Assessment 4.01 Site Examination 4.02 Pre-bid Conference 5.Qualifications 5.01 Evidence of Qualifications 5.02 Prequalification 5.03 Subcontractors/Suppliers/Others 6.Bid Submission 6.01 Bid Depository 6.02 Submission Procedure 6.02 Bid Ineligibility 6.03 Submission Procedure 7.Bid Enclosures/Requirements 7.01 Bid Guarantee 7.02 Consent of Surety 7.03 Performance Assurance 7.04 Insurance 7.05 Bid Form Requirements 7.06 Fees for Changes in the Work 7.07 Bid Form Signature 7.08 Additional Bid Information 7.09 Prevailing wage requirements 7.10 Retainage 3 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490 DIVISION 0 SECTION 000100 - INSTRUCTIONS TO BIDDERS 8.Offer Acceptance/Rejection 8.01 Duration of Offer 8.02 Acceptance of Offer 1.02 Not Used 2.INVITATION 2.01 BID SUBMISSION A.As noted in Document 000020: Invitation to bid (Call for Bids) 2.02 EQUAL EMPLOYMENT OPPORTUNITY (General Application) A.Jefferson County encourages participation in all of its contracts by MWBE firms certified by the Office of Minority and Women’s Business Enterprises (OMWBE). Participation may be either on a direct basis in response to this invitation or as a subcontractor to a bidder. However, unless required by federal statutes, regulations, grants, or contract terms referenced in the contract documents, no preference will be included in the evaluation of bids, no minimum level of MWBE participation shall be required as a condition for receiving an award, and bids will not berejected or considered non-responsive on that basis. Any affirmative action requirements setforth in federal regulations or statutes included or referenced in the contract documents willapply. 2.03 WORK IDENTIFIED IN THE CONTRACT DOCUMENTS A.As noted in Document 000020: Call for Bids 2.04 CONTRACT TIME A.The Contract work is to be Substantially Complete per the schedule shown in Section 000310 BID FORM page 3/ 4 B.The Owner requires that the Work of this contract be completed as quickly as possible within the requirements identified in the Bid Form and in the Project Manual. 3.BID DOCUMENTS AND CONTRACT DOCUMENTS 3.01 DEFINITIONS A.Bid Documents: Contract Documents supplemented with Invitation to Bid, Instructions toBidders, Bid Form C.Contract Documents: Defined in AIA A201- 2017 Article 1 including issued Addenda. AIAA201-2017 is adopted as part of this contract. D.Bid, Offer, or Bidding: Act of submitting an offer. E.Bid Price: Monetary sum identified by the Bidder in the Bid Form. F.The Owners are the representatives of the Jefferson County Central Services Department. 3.02 CONTRACT DOCUMENTS IDENTIFICATION 4 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490 DIVISION 0 SECTION 000100 - INSTRUCTIONS TO BIDDERS A.The Contract Documents are identified as Project Number 3015940 as prepared by the Jefferson County Department of Central Services. 3.03 AVAILABILITY A.Bids shall be submitted in accordance with the plans and specifications on file at the office of theDirector of Central Services, 1820 Jefferson St., Port Townsend, WA. 98368, Also availableelectronically in .PDF format. To receive the Bid Package, Contact Matt Court, Owner’sRepresentative via e-mail at Mcourt@co.jefferson.wa.us., or phone at 360-531-1591. 3.04 EXAMINATION A.Bid Documents will be supplied, at no cost, to all qualified Bidders at the Jefferson County Department of Central Services, 1820 Jefferson St., Port Townsend, WA. 98368. B.Upon receipt of Bid Documents verify that documents are complete. Notify Owner should thedocuments be incomplete. C.Immediately notify the Owner upon finding discrepancies or omissions in the Bid Documents. 3.05 QUESTIONS/ADDENDA A.Direct questions to the Owner’s Representative via email at Contact Matt Court, Owners Representative via e-mail at Mcourt@co.jefferson.wa.us., or phone at 360-531-1591 B.Addenda may be issued during the Bidding period. All Addenda become part of the ContractDocuments. Include resultant costs in the Bid Price. C.Verbal answers are not binding on any party. D.Clarifications requested by Bidders must be in writing, and received within five (5) working daysprior to the Bid due date. The reply will be in the form of an Addendum, a copy of which will be forwarded (via e-mail or fax) to all Contractors on the Bidder’s list no later than two (2) business days prior to the bid opening date. 3.06 PRODUCT/SYSTEM SUBSTITUTIONS A.Where the Bid Documents stipulate a particular Product, substitutions will be considered by theOwner up to five (5) business days before receipt of bids. B.The submission shall provide sufficient information to determine acceptability of such products. C.When a request to substitute a Product is made, the Owner may review and approve the substitution and issue an Addendum to known Plan Holders. D.In submission of substitutions to products specified, Bidders shall include in their Bid, any changes required in the Work and changes to Contract Time and Contract Sum/Price to accommodate such substitutions. A later claim by the Bidder for an addition to the Contract Time or Contract Sum/Price because of changes in Work necessitated by use of substitutions shall not be considered. 5 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490 DIVISION 0 SECTION 000100 - INSTRUCTIONS TO BIDDERS 4.SITE ASSESSMENT 4.01 SITE EXAMINATION A.By the act of submitting a bid, a Contractor shall be deemed to have examined the site andfamiliarized himself with the existing conditions affecting the work. No additional allowanceshall be granted because of lack of knowledge of such conditions. 4.02 PRE BID CONFERENCE A.The Courthouse interior, exterior and site will be open for examination during a guided (interior and exterior) walk-thru scheduled for Wednesday, April 1, 2020, from: 11:00 am to 1 p.m. Representatives of the Owner will be in attendance at this time. All Bidders are strongly encouraged to attend this scheduled (non-mandatory) Pre Bid Conference. This is the only scheduled walk-thru of the project site. Please register with Owner’s Representative 48 hours inadvance. Hi-lift access to be provided by the Owner. A.Following the execution of the Contract for construction, the successful Contractor will participatein a Pre-construction meeting, both in the office and onsite, prior to the start of work. Thismeeting to be held just prior to the time of Notice to Proceed. Following the Pre-con meeting, Progress Meetings, as often as weekly, shall be held onsite, or at a location suitable to the respective parties. These meetings are intended to monitor progress, review pay applications and resolve any construction issues. The Owner’s Representative will take and issue meeting notes to the Project Team. 5.QUALIFICATIONS 5.01 EVIDENCE OF QUALIFICATIONS: A.To demonstrate qualification for performing the Work of this Contract, Bidders may be requested to submit written evidence of financial position, previous experience, current commitments, and license to perform work in the State of Washington. B.As a condition of award of contract, the apparent low Bidders, as requested by the Owner’sRepresentative, within three working days of the request shall submit in writing to the Owner, a list of names, project position, and evidence of qualifications, including references regarding similar projects, of persons or entities who will be designated as key management or subcontractor personnel for portions of the work listed as follows below. Failure to conform with this requirement, within the allotted time, shall constitute abandonment of the Bid, and the Owner shall have the authority to award the contract to the next lower bidder. C.The Low Bidders may be asked to attend an interview with Central Services, to review theBidders work plan, and to determine the most qualified bidder whose proposal is mostadvantageous to Jefferson County. 5.02 PREQUALIFICATION A.County does not require pre-qualifications of prospective bidders prior to furnishing the Project Documents. However, Jefferson County will determine a bidder's qualifications after bids aresubmitted. This determination shall be based in part upon financial ability to complete the projectand prior contract performance. 5.03 SUBCONTRACTORS/SUPPLIERS/OTHERS 6 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490 DIVISION 0 SECTION 000100 - INSTRUCTIONS TO BIDDERS A.The Owner reserves the right to reject a proposed Subcontractor for reasonable cause. B.Refer to AIA Article 5 of General Conditions AIA A201 - 2017. This referenced document is available for review at Jefferson County Central Services. 6.BID SUBMISSION 6.01 BID DEPOSITORY A.As noted in Document Section 000200: Invitation to Bid. 6.02 SUBMISSION PROCEDURE A.Bidders shall be solely responsible for the delivery of their Bids in the manner and time prescribed. B.Submit one copy of the executed offer on the Bid Forms provided, signed and sealed with the required Bid Guarantee. C.Improperly completed information or irregularities in bid bond, may be cause to declare the Bidnon-responsive by Jefferson County. D.A summary of submitted Bids will be made available to all Bidders within two hours followingBid opening. 6.03 BID INELIGIBILITY A.Bids that are unsigned, improperly signed or sealed, incomplete, conditional, illegible, obscure, contain arithmetical errors, erasures, alterations, or irregularities of any kind, may, at the discretion of the Owner, be declared nonresponsive. B.Bid Forms, Appendices, and enclosures which are improperly prepared may, at the discretion ofthe Owner, be declared nonresponsive. C.Failure to provide security deposit, bonding or insurance requirements may at the discretion ofthe Owner, invalidate the Bid. 7.BID ENCLOSURES/REQUIREMENTS 7.01 BID GUARANTEE A.Bids shall be accompanied by a Bid Guarantee. B.If the Bidder elects to provide a Proposal Bond satisfy the requirement for a Bid Guarantee (see Section 000410), endorse Jefferson County as the oblige, signed and sealed by the Contractor as principal and the Surety. C.The Bid Guarantee will be returned after following execution of the Contract for Construction. D.Include the cost of Bid Guarantee in the bid price. E.After a bid has been accepted, all Bid Guarantees will be returned to the unsuccessful Bidders within ten days after execution of the contract. 7 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490 DIVISION 0 SECTION 000100 - INSTRUCTIONS TO BIDDERS F.If no contract is awarded, all Bid Guarantees will be returned. 7.02 CONSENT OF SURETY A.Provide an executed "Undertaking of Insurance" on a standard form provided by the insurancecompany stating their intention to provide insurance to the Bidder in accordance with theinsurance requirements of the Contract Documents. 7.03 PERFORMANCE ASSURANCE A.Accepted Bidder: Following the issue of the Intent to Award Contract, provide a Performance (Contract) bond as described in Document 000650, Contract Bond. B.Include the cost of Performance (Contract) bond in the Bid Price and identify the cost when requested by the Owner. 7.04 INSURANCE A.Provide an executed "Undertaking of Insurance" on a standard form provided by the insurancecompany stating their intention to provide insurance to the Bidder in accordance with theinsurance requirements of the Contract Documents. 7.05 BID FORM REQUIREMENTS A.A complete Bid will include the numbered items just below. Bids are to be submitted on the blank Bid Form provided, (without the WATERMARK) and signed. The blank Bid Form isincluded with Bid Packages provided by JCPW. The bound contract in the Project manualWatermarked with “informational copy” is included for reference only. Complete and submit asfollows: 1.Bid Form pages one, two and three. Page 4/4 may be requested following the Bid Opening 2.Bid Guarantee 3.Exhibit A: Certification Regarding Debarment, Suspension, Ineligibility and voluntaryexclusion. 4.Exhibit B: Prevailing wage . 7.06 Not Used 7.07 BID FORM SIGNATURE A. The Bid Form shall be signed by the Bidder, as follows: 1.Sole Proprietorship: Signature of sole proprietor in the presence of a witness who will also sign. Insert the words "Sole Proprietor" under the signature. 2.Partnership: Signature of all partners in the presence of a witness who will also sign. Insert the word "Partner" under each signature. 3.Corporation: Signature of a duly authorized signing officer(s) in their normal signatures. Insert the officer's capacity in which the signing officer acts, under each signature. Affix the 8 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490 DIVISION 0 SECTION 000100 - INSTRUCTIONS TO BIDDERS corporate seal. If the Bid is signed by officials other than the President and Secretary of the company, or the President/Secretary/Treasurer of the company, a copy of the by-law resolution of the Board of Directors authorizing them to do so, must also be submitted with the Bid Form in the Bid envelope. 4.Joint Venture: Each party of the joint venture shall execute the Bid Form under their respective seals in a manner appropriate to such party as described above, similar to the requirements of a Partnership. 7.08 ADDITIONAL BID INFORMATION A. The apparent low bidder(s), at the request of the Owner, shall submit the following information is to be received by the owner in the time stated after Bid submission: 1.List of Subcontractors and major suppliers: 72 hours. 2.Supplemental Bid Breakdown: 72 hours, Page 4/ 4 of the Bid Form. 7.09 PREVAILING WAGE REQUIREMENTS A. Contractor must conform to all state prevailing wage requirements and must obtain all information related to paying prevailing wages including INTENT TO PAY PREVAILING WAGES and AFFIDAVIT OF WAGES PAID forms. Contractor / Sub-contractor must pay all fees incurred in filing these forms. A listing of prevailing wages is included for reference in document Section 000670. 7.10 RETAINAGE A. The Jefferson County Department of Public Works statutory rate of retainage for this project is set at the rate of five percent (5%). See EXHIBIT D - Management of Statutory Retainage. The Owner may request this as part of the “Due Diligence” phase. 7.11 BUILDING PERMIT A.The Owner has applied for a Building Permit with the Port Townsend Department of Development Services (Building Department) and has paid for the permit. The Contractor willcoordinate with PT DSD (Building Department) as required to complete the building permitrequirements. 8.OFFER ACCEPTANCE / REJECTION 8.01 DURATION OF OFFER A.Bids shall remain open to acceptance for a period of forty-five (45) calendar days after the Bid closing date. 8.02 ACCEPTANCE OF OFFER A.The Owner reserves the right to accept or reject any or all offers and to waive any bidinformalities. 9 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490 DIVISION 0 SECTION 000100 - INSTRUCTIONS TO BIDDERS B.The apparent low bidder, for purpose of award, shall be the responsive bidder offering the low aggregate amount for the base bid plus and meeting all other bid submittal requirements. C.After acceptance, the Jefferson County will issue to the successful Bidder, a NOTICE OF INTENT TO AWARD CONTRACT. END OF SECTION 000100 10 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 DIVISION 0 SECTION 000310 - BID FORM BIDDER Proposal of (name, address, telephone number of bidder) ______________________________________________ (signature line) SCOPE: This project is for the complete rehabilitation of (46 base bid) historic wood windows located at second and third floors of the Jefferson County Courthouse. This includes window groups on the Walker St., Jefferson St. and Cass St. façades. Mechanical vertical access equipment is to be provided by the Contractor. Work includes temporary operable window closures. BID SUBMITTED TO: To: Jefferson County Board of Commissioners P.O. Box 1220 Jefferson County Courthouse 1820 Jefferson Street Port Townsend, WA 98368 The Undersigned, having examined the site of the proposed work, Drawings, Specifications, and related documents, being familiar with all of the conditions relating to the construction of the proposed project, including the availability of materials, services, and equipment required in connection with or incidental to said construction in strict conformance with the above mentioned documents, for the Bid Amount of: 11 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 DIVISION 0 SECTION 000310 - BID FORM $ Base bid Window scope (46 windows) $ Washington State Sales Tax (9%) $ Total Base Bid Amount (46) Windows $ Alternate #1 Additional (4) Windows $ Alternate #2 Window armor film on (46) Base Bid windows. 12 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 DIVISION 0 SECTION 000310 - BID FORM TIME OF COMPLETION & LIQUIDATED DAMAGES We agree to complete the Base Bid work of this contract within the following calendar milestones: Substantial Completion to be achieved in compliance with the timeline noted in the table below. In the event that the work is not completed at said time, the Contractor agrees to forfeit to the Owner as liquidated damages the sum of Two Hundred Dollars ($200.00) for the first calendar day and Two Hundred Dollars ($200.00) for each and every additional calendar day the work remains uncompleted. SEQUENCE ACTIVITY NUMBER of Calendar Days 1. Following the Bid Opening, the Low Bid Contractor is to provide references and a preliminary construction schedule within 72 hours of the Bid Opening. Due diligence 10 days 2. Intent to Award Contract to the most responsive and responsible Contractor. This document will be signed by the Board of County Commissioners (BoCC). 10 days 3. Sign and execute Contract. This document will be signed by the Board of County Commissioners (BoCC). 10 days 4. Following the “Intent to Award” from the Department of Central Services, provide submittals for review by the County in advance of the Pre-Construction Meeting. A successful Pre-construction meeting will result in the Notice to Proceed (NTP) NTP 14 days for submittals 5. Construction period 90 days 6. Punch list review to establish the point of Substantial Completion. 7. Complete Punch list work for Final Completion 14 days 8. Final Completion, 100% payment, project Closeout begins We agree to perform the work according to the above requirements. Bidder ADDENDA Receipt of Addenda numbered ________, ________ are hereby acknowledged and all cost of work therefore have been included in this proposal. 13 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 DIVISION 0 SECTION 000310 - BID FORM SUPPLEMENTAL BID BREAKDOWN The low bidder(s), at the written request of the Owner, way be requested to submit a detailed bid breakdown on this form within 72 hours of the request. This form is to identify all costs in each separate category where applicable. Any bidder that fails provide this breakdown, when requested, may have their bid rejected at the option of Jefferson County Division Zero: Specific Requirements Division One: General Requirements Division Two: Site Work Division Three: Concrete Division Four: Masonry Division Five: Metals Division Six: Woods and Plastics Division Seven: Thermal & Moisture Protection Division Eight: Doors and Windows Division Nine: Finishes Division Ten: Specialties Division Eleven: Equipment Division Twelve: Furnishings Division Thirteen: Special Construction Division Fourteen: Conveying Systems Division Fifteen: Mechanical Division Sixteen: Electrical Subtotal Overhead and Profit Bond Fee WA. State Sales Tax BID TOTAL (to match cover sheet) $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ END OF SECTION 000310 14 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 DIVISION 0 SECTION 000410 - BID GUARANTEE BID GUARANTEE The undersigned furnishes herewith bid guarantee in the amount of 5% of the total of the base bid proposal. This bid guarantee warrants that the undersigned will not withdraw his proposal for a period of thirty (30) days after the scheduled closing time for the receipt of proposals. That if this proposal is accepted, the undersigned will enter into a formal contract prepared by Jefferson County and that the required performance bond and payment bond will be given. In the event of the withdrawal of this proposal within the period stipulated above, or the failure of the undersigned to enter into a contract and give the required bonds within the ten (10) days after the undersigned has received notice of the acceptance of this proposal, the undersigned shall be liable to the Owner for the full amount of the bid guarantee as liquidated damages on account of the default of the undersigned. A bid guarantee in an amount of five percent (5%) of the base bid total, in the form as indicated below, is attached hereto: CASH POSTAL MONEY ORDER CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND (form attached this section) If a proposal bond is used, it shall be submitted on a form furnished by the County and signed by the bidder and his surety company. The surety’s attorney in fact must be registered with the Washington State Insurance Commission. Bidder By Street Address City State Zip Telephone Number State of Washington, Contractor Registration Number END OF SECTION 000410 15 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 DIVISION 0 SECTION 000420 - PROPOSAL BOND PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, of as principal, and the , a corporation duly organized under the laws of the state of , and authorized to do business in the State of Washington, as surety, are held and firmly bound unto the County of Jefferson in the full sum of five (5) percent of the total amount of the base bid proposal of said principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. The condition of this bond is such, that whereas the principal herein is herewith submitting his or its sealed proposal for the following construction, to wit: Jefferson County Courthouse - Window Rehabilitation Project -2020 Project number: 301594190 said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, If the said proposed bid by said principal be accepted, and the Contract be awarded to said principal, and if said principal shall duly make and enter into and execute said Contract and shall furnish bond as required by Jefferson County within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN TESTIMONY WHEREOF, The principal and surety have caused these presents to be signed and sealed this day of , 2020. (Principal) (Surety) (Attorney-in-fact) END OF SECTION 000420 16 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 CONTRACT JEFFERSON COUNTY, WASHINGTON THIS AGREEMENT, made and entered into this ________ day of ________________, 2020, between the COUNTY OF JEFFERSON, acting through the Jefferson County Commissioners and the Director of Public Works under and by virtue of Title 36, R.C.W, as amended and __________________________ of ___________________________________________________________________ hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: The Contractor agrees to furnish all labor and equipment and do certain work, to-wit: The Contractor agrees to furnish all labor and equipment and do certain work, to-wit: That the Contractor herein will undertake and complete the following described work: This project is for the complete rehabilitation of historic wood windows primarily located at second and third floors of the Jefferson County Courthouse. This includes window groups on the Walker St., Jefferson St. and Cass St. façades. Mechanical vertical access equipment is to be provided by the Contractor. Work includes temporary operable window closures. for the total sum of __________________________________________________________ dollars ($_______________) in accordance with and as described in the attached plans and specifications and in the AIA Document A201 2017 ‘General Conditions of the Contract for Construction’ which are by this reference incorporated herein and made a part hereof. The Contractor shall perform any alteration in or addition to the work provided in this contract and every part thereof. The Contractor shall complete the described work as follows: within (120) calendar days after the Notice to Proceed to the point of Substantial Completion. The 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 provided for in this contract and every part thereof. After execution of this Agreement, changes to the scope of work required hereunder  may be accomplished and memorialized by a change order, which shall be a written order to  Contractor from the Project Manager on behalf of the County.  In no event will a change order  or orders approved by the Project Manager under this Agreement add cumulatively more than  ten percent (10%) to the total compensation due to the Contractor pursuant to the original  Agreement.   Any change order or change orders that would add cumulatively more than ten  percent (10%) to the originally agreed‐upon total compensation due to the Contractor shall  require a separate written amendment to the Agreement to be executed by the County and the  Contractor.  DIVISION 0 SECTION 000500 - CONTRACT FORM 17 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 2.The County of Jefferson hereby promises and agrees with the Contractor to employ, and does employ the Contractor to furnish the goods and equipment described and to furnish the same according to the attached specifications and the terms and conditions herein contained, and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the condition provided for in this contract. The County further agrees to employ the Contractor to perform any alterations in or additions to the work provided for in this contract that may be ordered and to pay for the same under the terms of this contract and the attached specifications at the time and in the manner and upon the conditions provided for in this contract. 3.The Contractor for himself, and for his heirs, executor, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 4.Prior to commencing work, the Contractor shall obtain at its own cost and expense the followinginsurance from companies licensed in the State with a Best’s rating of no less than A: VII. The Contractorshall provide to the County Risk Manager certificates of insurance with original endorsements affectinginsurance required by this clause prior to the commencement of work to be performed. The insurance policies required shall provide that thirty (30) days prior to cancellation, suspension, reduction or material change in the policy, notice of same shall be given to the County Risk Manager by `registered mail, return receipt requested, for all of the following stated insurance policies. If any of the insurance requirements are not complied with at the renewal date of the insurance policy, payments to the Contractor shall be withheld until all such requirements have been met, or at the option of the County, the County may pay the renewal premium and withhold such payments from the moneys due The Contractor. All notices shall name the Contractor and identify the agreement by contract number or some other form of identification necessary to inform the County of the particular contract affected. A.Workers Compensation and Employers Liability Insurance. The Contractor shall procureand maintain for the life of the contract, Workers Compensation Insurance, includingEmployers Liability Coverage, in accordance with the laws of the State of Washington. B.General Liability(1) - with a minimum limit per occurrence of one million dollars ($1,000,000) and an aggregate of not less than two million dollars ($2,000,000) for bodily injury, death and property damage unless otherwise specified in the contract specifications. This insurance coverage shall contain no limitations on the scope of the protection provided and indicate on the certificate of insurance the following coverage: 1.Broad Form Property Damage with no employee exclusion; 2.Personal Injury Liability, including extended bodily injury; 3.Broad Form Contractual/Commercial Liability including completed operations (contractors only); DIVISION 0 SECTION 000500 - CONTRACT FORM 18 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 4.Premises - Operations Liability (M&C); 5.Independent Contractors and Subcontractors; and 6. Blanket Contractual Liability. (1) Note: The County shall be named as an additional insured party under this policy. C.Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury,death and property damage unless otherwise specified in the contract specifications. Thisinsurance shall indicate on the certificate of insurance the following coverage: 1.Owned automobiles; 2.Hired automobiles; and, 3.Non-owned automobiles. (2) Note: The County shall be named as an additional insured party under this policy. Any deductibles or self-insured retention shall be declared to and approved by the County prior to the approval of the contract by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self-insured retention or The Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of the requirements stated herein. Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concerning indemnification. It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses covered by the above described insurance. It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of policy. It is further agreed by the parties that any and all deductibles in the above described insurance policies shall be assumed by and be at the sole risk of The Contractor. It is agreed by the parties that judgments for which the County may be liable, in excess of insured amounts provided herein, or any portion thereof, may be withheld from payment due, or to become due, to the Contractor until such time as the Contractor shall furnish additional security covering such judgment as may be determined by the County. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. Any coverage for third party liability claims provided to the County by a “Risk Pool” created pursuant to Ch. 48.62 RCW shall be non-contributory with respect to any policy of insurance the Contractor must provide in order to comply with this Agreement. DIVISION 0 SECTION 000500 - CONTRACT FORM 19 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 If the proof of insurance or certificate of coverage indicating the County is an “additional insured” to a policy obtained by the Contractor refers to an endorsement (by number or name) but does not provide the full text of that endorsement, then it shall be the obligation of the Contractor to obtain the full text of that endorsement and forward that full text to the County within 30 days of the execution of this Agreement. The County may, upon the Contractor’s failure to comply with all provisions of this contract relating to insurance, withhold payment or compensation that would otherwise be due to the Contractor. 5. The Contractor shall comply with all Federal, State, and local laws and ordinances applicable tothe work to be done under this Agreement. This Agreement shall be interpreted and construed in accord with the laws of the State of Washington and venue shall be in Jefferson County, WA. The Contractor shall indemnify and hold the County, and its officers, employees, and agents harmless from and shall process and defend at its own expense, including all costs, attorney fees and expenses relating thereto, all claims, demands, or suits at law or equity arising in whole or in part, directly or indirectly, from the Contractor’s negligence or breach of any of its obligations under this Agreement; provided that nothing herein shall require a Contractor to indemnify the County against and hold harmless the County from claims, demands or suits based solely upon the conduct of the County, its officers, employees and agents, and; provided further that if the claims or suits are caused by or result from the concurrent negligence of: (a) the Contractor's agents or employees; and, (b) the County, its officers, employees and agents, this indemnity provision with respect to claims or suits based upon such negligence, and/or the costs to the County of defending such claims and suits, etc., shall be valid and enforceable only to the extent of the Contractor's negligence, or the negligence of the Contractor's agents or employees. Claims against the County shall include, but not be limited to assertions that the use and transfer of any software, book, document, report, film, tape, or sound reproduction of material of any kind, delivered hereunder, constitutes an infringement of any copyright, patent, trademark, trade name, or otherwise results in an unfair trade practice or an unlawful restraint of competition. The Contractor specifically assumes potential liability for actions brought against the County by Contractor's employees, including all other persons engaged in the performance of any work or service required of the Contractor under this Agreement and, solely for the purpose of this indemnification and defense, the Contractor specifically waives any immunity under the state industrial insurance law, Title 51 R.C.W. The Contractor recognizes that this waiver was specifically entered into pursuant to provisions ofR.C.W. 4.24.115 and was subject of mutual negotiation. 6.The Contractor’s relation to the County shall be at all times as an independent Contractor, and nothingherein contained shall be construed to create a relationship of employer-employee or masterservant, and any and all employees of the Contractor or other persons engaged in the performance of any workor service required of the Contractor under this Agreement shall be considered employees of theContractor only and any claims that may arise on behalf of or against said employees shall be the sole obligation and responsibility of the Contractor. DIVISION 0 SECTION 000500 - CONTRACT FORM 20 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 7.The Contractor shall not sublet or assign any of the services covered by this contract without the express written consent of the County or its authorized representative. Assignment does not include printing or other customary reimbursable expenses that may be provided in an agreement. 8.Nothing in the foregoing clause shall prevent the County, at its option, from additionally requestingthat the Contractor deliver to the County an executed bond as security for the faithful performance ofthis contract and for payment of all obligations of the Contractor. For contracts of $150,000 or less, the County and the Contractor may agree that in-lieu of the Contract Bond; the County will withhold 10% of the Contract amount in accordance with R.C.W 39.08.010. If applicable, the Contractor will indicate this option on Exhibit D. 9.The Contractor will declare a management option of the statutory retained percentage on Exhibit E. Limited Small Works Project per RCW 39.04.155(3): Performance Bond and Retainage Waived INDEX OF EXHIBITS X Exhibit A: Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary exclusion X Exhibit B: Certification of Compliance with Wage Payment Statues X Exhibit C: Contract Bond, Jefferson County, Washington Exhibit D: Contractor’s Declaration of Option for Contracts for Less Than $150,000 X Exhibit E: Contractor’s Declaration of Option for Management of Statutory Retained Percentage DIVISION 0 SECTION 000500 - CONTRACT FORM 21 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 IN WITNESS WHEREOF, the Contractor has executed this instrument on the day and year first below written, and the Board of County Commissioners has caused this instrument to be executed by and in the name of said County of Jefferson the day and year first above written. Executed by the Contractor __________________, 2020 Contractor: (Please print) By: (Signature) ____________________________________________ State of Washington, Contractor Registration Number COUNTY OF JEFFERSON BOARD OF COMMISSIONERS ________________________________ Kate Dean, District 1 _______________________________ David Sullivan, District 2 _______________________________ Greg Brotherton, District 3 Approved as to form only: _______________________________ Philip C. Hunsucker Date Chief Civil Deputy Prosecutor DIVISION 0 SECTION 000500 - CONTRACT FORM 22 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 EXHIBIT A CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION The Contractor certifies to the best of its knowledge and belief, that it and its principals: (1)Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (2)Have not within a 3-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3)Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and (4)Have not within a 3-year period preceding this contract had one or more public transactions(Federal, State, or local) terminated for cause or default. Where the Contractor is unable to certify to any of the statements in this certification, such Contractor shall attach an explanation. ___________________________________________________________________________________ Name of Contractor (Please print) ___________________________________________________________________________________ Name and Title of Authorized Representative (Please print) ___________________________________________________________________________________ Signature of Authorize Representative I am unable to certify to the above statement. An explanation is attached. DIVISION 00 SECTION 000500 - CONTRACT FORM 23 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 EXHIBIT B CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES I declare under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. The undersigned bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date August 12, 2-19, the bidder is not a “willful” violator, as defined in RCW 49.48.082, or any of the provisions 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. Bidder’s Business Name Signature of Authorized Official* Printed Name Title Date City State Check One: Sole Proprietorship State of Incorporation, or if not a corporation, 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 vicepresident (or any other corporate officer accompanied by evidence of authority to sign). If a copartnership, proposal must be executed by a partner. Partnership Joint Venture Corporation DIVISION 00 SECTION 000500 - CONTRACT FORM 24 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 EXHIBIT C CONTRACT BOND JEFFERSON COUNTY, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That , of , as Principal, and ______________________________, as Surety, are jointly and severally held and bound unto the COUNTY OF JEFFERSON, the penal sum of Dollars ($ ), for the payment of which we jointly and severally bind ourselves, or heirs, executors, administrators, and assigns, and successors and assigns, firmly by these presents. The condition of this bond is such that WHEREAS, on the ____ day of ______, A.D., 2019, the said _________________________________, Principal herein, executed a certain contract with the County of Jefferson, by the terms, conditions and provisions of which contract the said , Principal herewith, agrees to furnish all materials and do certain work, to-wit: That the said Principal herein will undertake and complete the following described work: This project is for the complete rehabilitation of (46 base bid) historic wood windows located at second and third floors of the Jefferson County Courthouse. This includes window groups on the Walker St., Jefferson St. and Cass St. façades. Mechanical vertical access equipment is to be provided by the Contractor. Work includes temporary operable window closures. In Port Townsend, WA 98368, Jefferson County, Washington, as per maps, plans and specifications made a part of said contract, which contract as so executed, is hereunto attached, and is now referred to and by this reference is incorporated herein and made a part hereof as full for all purposes as if here set forth at length. NOW THEREFORE, if the Principal herein shall faithfully and truly observe and comply with the terms, conditions and provisions of said contract, in all respects and shall well and truly and fully do and perform all matters and things by the said Principal undertaken to be performed under said contract, upon the terms proposed therein, and within the time prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and shall in all respects faithfully perform said contract according to law, then this obligation to be void, otherwise to remain in full force and effect. WITNESS our hands this _____ day of ________________, 2020 _____________________________ PRINCIPAL SURETY COMPANY By: ___________________________ By:__________________________ By:__________________________ Attorney-in-fact Address of local office and agent of surety company: _____________________________ _____________________________ DIVISION 00 SECTION 000500 - CONTRACT FORM 25 EXHIBIT D CONTRACTOR’S DECLARATION OF OPTION FOR CONTRACTS FOR LESS THAN $150,000 A.A Contract Bond will be provided as required. Date _________________ Signed _________________________________ B.In lieu of providing a Contract Bond, the County will withhold 10% of the Contract amount. Date _________________ Signed _________________________________ DIVISION 00 SECTION 000500 - CONTRACT FORM JEFFERSON COUNTY COURTHOUSEE Window Rehabilitation Project - 2020 Project Number: 30119490 26 EXHIBIT E CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE A.I hereby elect to have the retained percentage of this contract held in a fund by the Owner until (30)days following final acceptance of the work. Date _______________ Signed ______________________ B.I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing account, not subject to withdrawal until after final acceptance of the work. Date _______________ Signed ______________________ C.I hereby elect to have the Owner invest the retained percentage of this contract from time to time as such retained percentage accrues. I hereby designate _________________________________________ as the repository for the escrow of said funds. I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in any way for any costs or fees in connection therewith. Date ________________ Signed ______________________ D. I hereby elect to provide a Retainage Bond in accordance with R.C.W 60.28.011. Date _______________ Signed ______________________ JEFFERSON COUNTY COURTHOUSEE Window Rehabilitation Project - 2020 Project Number: 30119490 DIVISION 00 SECTION 000500 - CONTRACT FORM END OF SECTION 000500 27 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 DIVISION 0 SECTION 000660 - SAMPLE CLOSEOUT FORMS Request For Release: Owner provided Notice of completion and request for release from liability for insurance premiums L & I Form F26-083-000 Public Works Contract Reconciliation of Taxes: State of Washington Dept. of Revenue Excise Tax Division Olympia, WA 98504 Notice of Completion of Public Works Contract: Owner provided Consent of Surety Company to Final Payment: AIA Doc G707 Contractors Affidavit of Payment of Debts and Claims: AIA Doc G706 Contractors Affidavit of Release of Liens: AIA Doc G706A Certificate of Substantial Completion: AIA Doc G704 Certified payroll of general contractor and subcontractor: From Contractor Affidavit of Prevailing Wages Paid: State of Washington Department of L&I Form WH-347 Release and Waivers of Liens (for all sub-contractors) From Contractor The inclusion of these documents is provided to assist in the document routing procedure and in no way diminishes the Contractor's responsibility to obtain the correct and most current forms or information. Copies of some of the above sample closeout forms may be available from the Owner. Owner’s Representative: Department Central Services, Jefferson County, ATTN: Matt Court, via e-mail at Mcourt@co.jefferson.wa.us., or phone at 360-385-531-1591 AIA forms are also available at www.aia.org END OF SECTION 000660 28 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project - 2020 Project Number: 30119490 DIVISION 0 SECTION 000670 - PREVAILING WAGE RATES STATE OF WASHINGTON PREVAILING WAGE RATES NOTICE: This is a prevailing wage rate contract utilizing state wage rates. Bidders are cautioned to verify the current prevailing wage rates. Issued by DEPARTMENT OF LABOR AND INDUSTRIES P.O. Box 44540 OLYMPIA, WA 98504-4540 (360) 902-5335 Refer to the following website for Prevailing Wage Rates: http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp END OF SECTION 000670 29 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  DIVISION 1 SECTION 011100 - SUMMARY OF WORK A.Summary of Work: This contract includes work as described below. The description is summarized and may not include specific reference to all incidental work elements required to complete the contract. Include all labor, materials, equipment and incidentals required for completion of the work as shown on the Drawings and specified herein. 1.Rehabilitation of historic windows as shown on Elevations and Plans. 2.Installation of temporary painted exterior grade 3/4 “exterior plywood (CDX) with daylighting panel and operable vent. Provide a shop drawing design in the Submittal Phase for operable vent panel, for the purpose of daylight and ventilation. 4.Limited masonry repair associated with window frame openings. Identify in survey. 5.Masonry repairs as called for in the construction documents.5. 5t windows included in this phase. B.The Contract Documents include specific qualifications and Historic Treatment Procedures. All work to be in conformance with the Secretary of Interior’s Standards for the Treatment of Historic Properties. 1.Requirements for Sequence of Work, Phasing, and Occupancy: a.The building will be fully occupied during this window rehab project. b.Work shall be performed during off hours, (i.e.) evenings, weekends, County observed holidays. c.Work that is not disturbing to the Court functions shall be coordinated with and approved by the Owner’s Representative. d.Owner’s Representative will coordinate with Superior and District Court to identify times when the Courts or other departments may be closed down. C.Historic Treatment Procedures 1.The Jefferson County Courthouse was completed in 1892 and is a Historic Landmark listed on theNational and State Registers. 2.Contractor to develop and submit window survey and historic protection plan to the Owner for review and approval. D.Prior or Concurrent Work by Owner or Others: 1.Coordinate with the Owners Rep regarding the schedule for window work. The contractor’s detailed construction schedule is to be submitted to the Owner for review and comment during the Submittal period. 2.The Owners Rep will coordinate with Courthouse Staff and Officials for access. E.Owner-Furnished and Owner-Installed Items: The Owner will provide access to work areas andremove and replace window coverings. F.Owner-Furnished and Contractor-Installed Items: None. G.Permits: 1.A building permit has been applied for, and the County will pay the fee. The Contractor is to coordinate with Port Townsend DSD for the conditions included in the permit. The rehabilitation of the window sash is ordinary repair and maintenance, and is not addressed in the building permit. i.The Contractor is to coordinate with JC DCD for the permit requirements including inspections 2.The Contractor is to apply for, obtain, and pay for other permits, if any, required to perform thework. Submit copies to the Owner. H.Intent: 1.Drawings and specifications are intended to provide the basis for the proper completion of the Project suitable for the intended use of the Owner, and complaint with the Secretary’s Standards for Treatment of Historic Properties.. 30 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  2.Items not expressly set forth but which are reasonably implied or necessary for the proper andcomplete performance of this work shall be included in the Work, with no change in cost. I.Hazardous Materials: 1.The successful Contractor will be RRP (Renovate, Repair & Paint) Certified. 2.Paint on the existing sashes shall be treated as if it contains lead. Use Safe Lead Best ManagementPractice in the shop where stripping is done. 3.The existing glazing compound shall be treated as if it contains asbestos, and removed in the shop. 4.Properly disposed of waste materials. 5.Properly store unused materials or tools. J.Coordination: 1.Coordinate the work of all trades. The Prime Contractor is to be onsite at all times when subs are working. 2.Verify location of utilities and existing conditions. Notify the Owner’s Representative of conditions differing from those shown on the Drawings in writing. 3.Verify dimensions on Drawings with dimensions at the Project site report any discrepancies inwriting and seek resolution prior to advancing. 4.Do not scale Drawings. Confirm all dimensions on site. 5.Review work indicated in other sections. For window restoration work, restoration or repair procedures specified are to be performed retaining as much historic material as possible. If restoration or repair of the windows is not feasible using the methods identified, notify the Owner’s Representative prior to employing alternate methods of repair or restoration. K.Cutting and Patching: 1.Provide cutting and patching work to properly complete the Project Work. 2.Do not remove or alter structural components without submittal a written request to the Owner, andreceiving written approval. 3.Cut materials with tools appropriate for material to be cut. 4.Patch with materials and methods to produce patch which is not visible from a distance of five feet. 5.Do not cut and patch in a manner that would result in a failure of the work to perform as intended, decrease fire performance, decrease acoustical performance, decrease energy performance, decrease operational life, or decrease safety factors. L.Project Meetings: 1.Following the receipt of submittals, the Owner will arrange for a preconstruction conference prior to start of construction. Meeting shall be attended by Owner, Contractor, site Superintendent, and subcontractors. This meeting is intended to result in the Notice to Proceed (NTP). 2.At the request of the Owner, arrangements for weekly progress meetings as frequently as requiredby the Owner during construction. Meeting notes will be taken by the Owner, and will bedistributed to the project team within 72 hours of the meeting. M.Submittals. 1.Following the bid opening, the low bidder(s) may be requested by the Owner to submit an outline project schedule for review, with 72 hours of the request. 2.Submit for approval all submittals listed in individual sections. Submittals may be submitted digitally in lieu of paper copies. Incomplete submittals will be returned without review. 3.Provide a sample of rehabilitated sash for review and approval by the Owner. This unit is to serve as a standard for the balance of the project. At the request of the Owner, inspection of in-progress or completed sash are to be available for review by the Owner to confirm quality of the work. DIVISION 1 SECTION 011100 - SUMMARY OF WORK 31 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  4.Include details of construction and adjacent construction in shop drawings. Clearly indicate anddeviations from requirements of the contract documents. Fabricate materials from approved shopdrawings only. N.Quality Assurance: 1.Comply with applicable codes. regulations, ordinances and requirements of authorities having jurisdiction, Including conformance with the Secretary of Interiors Standards for the treatment of history properties. 2.Provide products of acceptable manufacturers which have been in satisfactory use in similar service for three years. 3.Use experienced installers. Furnish evidence of experience and qualifications when requested bythe Owner. 4.Deliver, handle, and store materials in strict accordance with manufacturer's instructions. Do notlet materials freeze. 5.Use of any supplier or subcontractor is subject to Owner's review and approval. 6.The Owner will engage and pay for testing agencies if required. Refer to individual sections for additional requirements. O.Temporary Facilities: 1.Provide temporary facilities as required for the proper completion of the project. 2.Provide hi-lift equipment of adequate height rating to accomplish exterior work safely. Hi-loftequipment to be in good running condition and having a low noise output. 3.Owner will pay for utility service consumed (power and water). Do not waste. 4.Provide temporary protection for adjacent areas to prevent contamination by construction dust anddebris. Protection is required but not limited to: existing finishes. furniture, bookshelves, etc. a.Submit safety Plan identifying protection measures prior to beginning work for review andapproval by PT DSD (Building Department) and the Owner’s rep. b.Desks and work areas are to be covered during periods of work. Vacuum dust and dirt from floor areas. Use HEPA type vacuum cleaners in good operating conditions. 5.Provide temporary barricades as necessary to ensure protection of the public. a.Provide for safety from falling objects. High winds are known to occur at this site location. 6.Provide suitable waste disposal units and empty weekly. Do not permit accumulation of trash andwaste materials. Remove any waste from work areas that same day. 7.Use of designated existing restroom facilities in building is acceptable. Janitor closet facilities forclean-up can also be made available at the request to the Owner. 8.Maintain egress from the Courthouse within and around construction areas. 9.Maintain fire alarm systems in operation during construction. 10.Provide fire extinguishers in work areas during construction. 11.Provide temporary protection for adjacent construction. Promptly repair any damage at noadditional cost to the Owner. P.Products and Substitutions: 1.Provide products and materials specified. Provide paint color brush outs for colors in sufficient time to avoid delaying progress of the work. 2.Submit requests for substitutions shall be in writing, including reasons. Submit sufficient information for the Owners Rep to evaluate proposed substitution. Substitutions to be submitted by (5) days prior to the bid due date. 3.Remove and replace work which does not conform to the contract documents at no additional expense to the Owner. Q.Installation: 1.Inspect substrates and report unsatisfactory conditions to the Owner in writing. DIVISION 1 SECTION 011100 - SUMMARY OF WORK 32 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  2.Do not proceed until unsatisfactory conditions have been corrected. 3.Take field measurements prior to fabrication where practical. Form to require shapes and sizes with true edges, lines and angles. Provide inserts and templates as needed for work of other trades. 4.Install all materials in accordance with manufacturer's instructions and approved submittals. 5.Install materials in proper relation with adjacent construction and with proper appearance. 6.Restore units damaged during installation. Replace sash units which cannot be restored at noadditional expense to the Owner. 7.Refer to additional installation requirements and tolerances specified under individual specificationsections. R.Closeout: 1.The Owner will inspect and prepare the punch list for remaining work by the Contractor. 2.Beneficial occupancy by the Owner is a requirement of Substantial Completion. 3.Complete punch list items promptly at no additional expense to the Owner. 4.Submit accurate record documents of the project area. 5.Submit operating manuals, maintenance manuals, and warranty information. 6.Train Owner's personnel in use of the rehabilitated windows. 7.Remove temporary facilities and provide final cleaning and touch-up. 8.Restore portions of building. site improvements. landscaping and other items damaged byconstruction operations to the satisfaction of the Owners Representative at no additional expense tothe Owner. DIVISION 1 SECTION 011100 - SUMMARY OF WORK END OF SECTION 011100 33 DIVISION 1 SECTION 012000 - CONTRACTOR QUALIFICATIONS A.Minimum Qualifications: 1. General Contractor must demonstrate successful experience with comparable construction work on significant historic buildings over the last five years. B.Qualified contractors and subcontractors to have the following capabilities: 1.Performs work at the craftsman level in the rehabilitation, restoration and/or preservation of historic buildings, and works to attain an improved level of condition in old or historic buildings. 2.Is capable of determining the methods of work and materials to be used to replicate new or replacement materials of buildings from the same time period 3.Exhibits a thorough knowledge of the pertinent rules, regulations and codes which are applicableto rehabilitation construction. 1.11 WORK QUALITY STANDARDS 1.12 A.All Contractor staff must support a strong customer service perspective while occupying the site B.The project work is expected to be performed by qualified journey level works or apprentice level works under the supervision of experience journey level individuals. The plans and specifications require that the highest standard of workmanship and care be performed in the execution of this project. The Owner shall have the right to request removal of employees not exhibiting care in the level of workmanship and safety and care for the surrounding site. C.All activities must be the subject of immediate, ongoing clean up and attention to detail. Dirt, debris, materials, tools and equipment must be treated in such a manner as to have minimum possible effect on visitors perception of the facility and the professionalism of the Contractor’s effort. CONTRACTOR PERSONNEL A.The Contractor shall at all times utilize experienced trades people working in their area of expertiseas outlined in the technical specifications. B.Approval of Project Superintendent: The Contractor, at the request of the Owner, shall provide a detailed resume of the qualifications for the project superintendent proposed for this project, their JEFFERSON COUNTY COURTHOUSEE Window Rehabilitation Project 2020 Project Number: 30119490  previous employers, and job experience for the Owner’s review and approval. The projectsuperintendent shall be well qualified and skilled in the coordination, scheduling, andimplementation of the proposed work. C.The Contractor shall employ only fit and skilled persons and maintain proper order at the place ofwork and shall maintain each Project Site as a safe and secure work place conforming to allapplicable codes and regulations.D.All construction personnel (staff, workers and subs) working onsite, shall be required to undergo andpass background checks performed by Jefferson County. The successful General Contractor shallsubmit for each personnel on the forms provided by Owner with the request:1.Full Name 2.Address 3.Date of Birth 4.Social Security number 5.Driver’s License number END OF SECTION 012000 34 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  A.The applicable sections of the specifications apply to the work under the Alternates. These include but are not limited to the referenced Sections provided in the description. B.BASE BID: The Base Bid is the Work to be accomplished as described in the Contract Documents the exception of the Alternate Bid Items as set forth in this Section. C.ALTERNATES 1.All alternate bid items are additive to the Basic Bid Contract. The Alternates will be exercised atthe option of the Owner. 2.The Contractor shall modify or adjust affected adjacent work as necessary to completely integrate work of the alternate or unit price item into the Work. 3.Include as part of each Alternate Bid Item, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. 4.Coordinate related work in each instance and modify surrounding work as required to complete the project. The cost of the alternative shall include all related work, and General Conditions of the Contract and the Contractor Overhead and Profit (OH&P), and the subcontractors’ OH&P as applicable. 5.The Owner’s electing to exercise an Alternate does not relieve the CONTRACTOR of timely completion of the project, within the periods indicated for the Project. G. Bidders shall provide the cost for Alternates on the Bid Form. 1.ALTERNATE #1 (4) four additional window to rehabilitate. 2.ALTERNATE #2 Armor Film: Apply Armor window film to the interior of all Base Bidwindows glass. Match the existing material. Use 3M SCOTSSHEILD Security Film - ULTRASERIES or equal as approved by the Owner. DIVISION 1 SECTION 012300 - ALTERNATES END OF SECTION 012300 35 DIVISION 1 SECTION 013591 -HISTORIC TREATMENT PROCEDURES A.Summary: 1.Jefferson County Courthouse is listed on the National and State Register of Historic places. As such the highest level of preservation of historic materials shall apply to this structure and the work of this contract. In addition to all other requirements, all work of this contract shall be performed in accordance with the Secretary of the Interior's Standards for the Treatment of Historic Properties (latest edition). a.It shall be understood that the Work of this Section seeks to restore the character of the historic building by leaving in place as much of the original materials as possible and, where removals JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  are necessary, by saving historic building components, fixtures and fittings for subsequent reinstallation. 2.This Section includes special procedures for historic treatment on Project including, but not limited to. the following: a.Temporary protection of existing historic materials left in place during construction. b.Protection during application of chemicals. B.Submittals 1.Historic Treatment Program: Submit a written plan for each phase or process including removal of historic material or protection of surrounding materials during operations. Describe in detail materials, methods, and equipment to be used for each phase of work. Plans include. a. Protection Plan b.Photo-Documentation of existing conditions prior to Work. 2.Protection Plan: a.Protection of all pivotal, primary and secondary elements and spaces of the building and shall include: i.Types of protection to be employed. including detailed description of materials to be used and where they are to be used.ii.Duration of protection for each location/application. iii.Describe cleanup of historic fabric. b.Contractor may propose temporary removal, packaging and storage of historic components. fixtures and fittings otherwise designated to remain (e.g.. windows) as a means of protection. Any such proposal shall be accompanied by a removals plan, to be re-viewed and approved by Owner prior to any temporary removal. 3.Documentation: Contractor is required to photo-document the work areas and routes before work begins and provide Owner with a copy of the documentation. 4.Alternative Methods and Materials: If alternative methods and materials to those indicated areproposed for any phase of work, provide a written description including evidence of successful useon other, comparable projects, and program of testing to demonstrate effectiveness for use on this Project. 5.Keep accurate records and document the selective demolition and construction work related tohistoric materials, fixtures, and finishes throughout this project. On- going photographic anddescriptive documentation of affected historic materials is a requirement under this contract.Photographic documentation shall clearly show the location of all historic fabric to be disturbed or removed from its original location in the structures. General documentation procedures may be as follows: 36 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  C.Quality Assurance 1.Historic Treatment Preconstruction Conference; Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." a.Photographic documentation of historic elements: i.Mark historic fabric to be disturbed with alpha-numeric identification, unless already identified. ii.Photograph prior to disturbing. iii.Photograph as needed during the removal process. The number of photographs required is directly dependent upon the uniqueness of the feature, complexity of the work, and/ordifficulties encountered. Coordinate with the Owners Rep. iv.Use digital camera and clearly label and log each item. All digital photographs shall be electronically date-stamped. 6.Record Documents: Include modifications to manufacturer's written instructions and procedures, as documented in the historic treatment preconstruction conference and as the Work progresses. a.Include all subcontractors involved with work involving historic materials. b.Review manufacturer's written instructions for precautions and effects of products and procedures on building materials. components, and vegetation. i.Record procedures established as a result of the review and distribute to affected parties. 2.Qualifications. Use adequate numbers of skilled workers, thoroughly trained and experienced in the necessary crafts, and completely familiar with specified requirement and methods needed for proper performance of work. Contractor, or subcontractor, shall provide training so that workers are cognizant of relevant Secretary of the Interior's Standards and Guidelines for the Treatment ofHistoric Properties. D.Protection of Historic Materials 1.Protect all historic materials from general abuse, rough handling, tool marks, paint splattering. punctures, penetrations, water, weather, saw marks, and related damage. 2.Existing Historic Materials to Remain: Protect historic materials indicated to remain against damage and soiling during construction. When permitted by Owner, items may be removed to a suitable, protected storage location during construction, and reinstalled in their original locations after construction. 1.Use materials proposed in Protection Plan and approved in the Submittal process 2.Do not use materials that will stain or leave residue on historic materials. 1.Do not disturb sound original material. which is in place or is found at the site. unless specificagreements with the Owner have been reached. Before beginning work, examine with the Owner each area to determine with mutual agreement which items, features. and materials are to be retained and protected. Physically and visibly mark such items. features, and materials as directed. Physically and visibly mark as directed such items. features, and materials as are mutually agreed to be removed and replaced with new materials. Carefully remove. label. document, catalog. and safely store original elements that are required to be retained, reinstalled, reused. or placed in long term archival storage. 2.Bring any pre-existing damage to the attention of the Owner, in writing, before proceeding with the installation of protection. Contractor shall document all such pre-existing damage, and shall be responsible for the cost of any repair of damage not documented prior to installation of protective material which is revealed upon dismantling the protection. 3.In the event of new damage, inform Owner immediately and describe nature and extent of damage and proposed method of repair. Do not attempt repairs without an approved repair plan E.Products F.Special Project Consideration DIVISION 1 SECTION 013591 -HISTORIC TREATMENT PROCEDURES 37 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  1.Comply with manufacturer's written instructions for precautions and effects of products and procedures on adjacent building materials, components, and vegetation. 2.Ensure that supervisory personnel are present when work begins and during its progress. 3.Temporary Protection of Historic Materials during Construction: a.Protect existing materials during installation of temporary protections and construction. Do not deface or remove existing materials, unless indicated otherwise. b.Attachments of temporary protection to existing construction shall be reviewed and approved by Owner prior to installation. 4.Protect landscape work adjacent to or within work areas as follows: a.Provide barriers to protect tree trunks, and roots below tree canopies. b.Coordinate protection of landscape planting with the Owner in advance. G. Protection, General DIVISION 1 SECTION 013591 -HISTORIC TREATMENT PROCEDURES c.Use coverings that allow plants to breathe and remove coverings at the end of each day. Donot cover plant material for more than 10 hours at a time. d.Set high-lift equipment, scaffolding and ladder legs away from lawn, plants or trees. There is a route, suitable for a high lift, all around the Courthouse. e.Do not allow storage of materials within the drip lines of trees. f.Clean any construction related debris from the work areas at the site. 5.Existing Drains: a.Protect storm drains from pollutants. Provide a method to prevent solids from construction activities from entering the drains or drain lines. Block drains or filter out sediments, allowingonly clean water to pass. 6.Notify Owner at least one week prior to removal of protection and coordinate with Owner for observation and documentation of any damage which has occurred since the protection wasinstalled. H.Protection During Application of Chemicals 1.Protect persons, motor vehicles, surrounding surfaces of building being restored, building site, plants, and surrounding buildings from harm or damage resulting from applications of chemical cleaners and paint removers. 2.Cover adjacent surfaces with materials that are proven to resist chemical cleaners selected for Project unless chemicals being used will not damage adjacent surfaces. Use covering materials that contain only waterproof. UV-resistant adhesives. Apply masking agents to comply with manufacturer's written instructions. Do not apply liquid masking agent to painted or porous surfaces. When no longer needed, promptly remove masking to prevent adhesive staining. 3.Do not clean surfaces during winds of sufficient force to spread cleaning solutions to unprotected surfaces. 4.Neutralize and collect alkaline and acid wastes and properly dispose of off Owner property. 5.Dispose of runoff from chemical operations by legal means and in a manner that prevents soilerosion, undermining of paving and foundations, damage to landscaping, and water penetration into building interiors. 38 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  1.The principal aim of preservation work is to halt the process of deterioration and stabilize the item'scondition, unless otherwise indicated. Repair is required where specifically indicated. The followingprocedures shall be followed: a.Retain as much existing material as possible: repair and consolidate rather than replace. Coordinate with Owner’s rep to approve replace in lieu of repair, without change in cost. b.Use additional material or structure to reinforce, strengthen, prop, tie, and support existing material or structure. c.Use reversible processes wherever possible. d.Use traditional replacement materials and techniques. New work shall be distinguishable to thetrained eye, on close inspection, from old work. e.Record the work before the procedure with preconstruction photos and during the work with periodic construction photos. Photographic documentation is specified above. 2.Alterations shall not destroy historic materials or features. New work shall be compatible in material, features, size. scale, and proportion to the property and environment. a.New construction and materials shall be added in such a manner that, if removed in the future, the essential form and integrity of the historic materials would be unimpaired. 3.Obtain the Owner's review and written approval before making changes or additions to construction or removing historic materials not indicated in the Project Documents. 4.Notify Owner of visible changes in the integrity of material or components whether due to environmental causes including biological attack, UV degradation, freezing, or thawing; or due to structural defects including cracks, movement, or distortion a.Do not proceed with the work in question until directed by Owner. 5.Where missing features are indicated to be repaired or replaced, provide features whose designs arebased on accurate duplications rather than on conjectural designs, subject to the approval of theOwner.6.Where work requires existing features to be removed, cleaned, and reused, perform these operationswithout damage to the material itself, to adjacent materials, or to the substrate.7.When cleaning, match samples of existing materials that have been cleaned and identified for acceptable cleaning levels. Avoid over cleaning to prevent damage to existing materials during cleaning. DIVISION 1 SECTION 013591 -HISTORIC TREATMENT PROCEDURES I. Historic Treatment Procedures END OF SECTION 0135910 39 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  DIVISION 6 - WOOD SECTION 06 91 00 - WOOD RESTORATION A.Summary: 1.The intent of the wood restoration and repair procedures is to retain as much historic material as possible, while returning the windows to a fully functional and operational condition. Some window frame components may be replaced and may be indicated in the Drawings. Restored or repaired windows shall be in like-new condition upon completion with windows expecting to remain in such condition for 20 years or more with routine maintenance. 2.Provide restoration and repairs of rotted and deteriorated wood windows including, but not limited to: a.Removal of deteriorated wood. b.Removal of deteriorated wood fillers used in prior repairs. c.Removal of corroded fasteners. d.Application of borate preservative. e.Drying the wood. f.Application of wood consolidant (penetrating epoxy) and replacement compound at existingwindow sash, frames, sills, brick mold, and miscellaneous woodwork to be salvaged. restored,and/or reinstalled. g.At windows, install salvaged and new hardware per Section 08 70 99. B.Submittals: Provide Product data during submittal phase. 1.Written Restoration Procedures and Proposed Restoration Products List. 2.Experience: a.Prime Contractors experience. Site superintendent (foreman’s) experience b.Submit three references within 72 hours of the request from the Owner. 3.Mock-ups of proposed restoration products including, but not limited to: a. sash repair 4.Products and materials as noted in the next paragraph 5.A sample of a completed sash to be reviewed by the Owner in the shop. To Establish a benchmark for quality. C.Products and Materials: 1.Wood Replacement Epoxy Consolidate Products: System Three End Rot System or equal asreviewed and approved by the Owner. a.Rot fix (two part brush-able epoxy) b.Sculpwood Paste (Spreadable two part epoxy) c.Sculpwood Putty (Moldable two part epoxy) d.Board Defense Wood Preservative: Treat all areas of potential rot or insects with Borate rot treatment 2.Wood: Profiles to match existing. 3.Hardware: Salvaged and new hardware to match existing. See Section 08 70 99. 40 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  D.Installation: 1.Examination a.Consistent raised grain throughout exposed wood faces to be restored. b.Verify installation conditions as satisfactory to receive work of this Section. Do not install until unsatisfactory conditions are corrected. Beginning work constitutes acceptance of conditions as satisfactory. i.Surfaces are to be clean and dry; free from oils. grease. wax. fat, soap, paint, lubricants, loose matter, dust and soil. ii.Assess temperature and humidity conditions at time of installation and consequent measures for proper installations. 2.Preparation a.Verify moisture content and dry surfaces to meet manufacturer's requirements. b.Completely remove existing butyl tape or weather stripping from wood. c.Wire brush loose wooden material from surfaces and vacuum to remove traces of dust. d.Protect adjacent surfaces from spills with masking tape, with plastic sheeting and the like. e.Prepare with borate-based preservative prior to wood replacement compound and consolidantproducts. 3.Repair/Restoration a.Liquid Wood Consolidant: i.Prime surfaces with liquid wood consolidant according to manufacturer's instructions. ii.Where only the surface of the wood to be restored is deteriorated the consolidant can be applied by brushing. Apply product to thoroughly consolidate wood. iii.Raised grain: Apply wood consolidant at existing wood frame, sash, and brick mold to besalvaged, restored, and/or reinstalled. iv.If deterioration extends beyond the surface of the wood. drill small holes, approximately 1/8 inch in diameter, into areas to be consolidated, being careful not to drill completelythrough the wood. Pour the consolidant directly into the holes using an applicator such asa plastic bottle with a narrow spout or syringe. Wait for the consolidant to be absorbedinto the wood. Follow with additional applications of consolidant until the wood issaturated and no more consolidant is absorbed. v.Brush out excess consolidant on surface of wood making sure the surface is thoroughlysaturated. b.Wood Putty Epoxy i.Apply mixed compound according to manufacturer's instructions. To color thecompound, pigments can be worked into it as it is being mixed. ii.Apply wood putty epoxy before liquid wood consolidant has hardened. iii. Raised grain:Apply wood putty epoxy at existing wood frame, sash, and brick mold to be salvaged, restored, and/or reinstalled. iv.On wood which is sound or wood which has previously consolidated, apply penetratingepoxy, to the wood before applying the compound. DIVISION 6 - WOOD SECTION 06 91 00 - WOOD RESTORATION - 41 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  v.Shape missing parts to match existing adjacent profiles. Fill holes, cracks. and othercavities. Refer to drawings for locations of major gouges and holes to be filled with woodreplacement compound. vi.Compound can be pressed in place, troweled, or pressed into a form. Repaired area should be slightly over-filled so it can be sanded or planed after hardening to meet the contour of the surrounding wood. Apply more compound if there are voids or depressionsafter smoothing. vii.Allow surfaces to cure in accordance with manufacturer's recommendations. viii.Sand, plane and carve compound to correspond to the contour of the surrounding wood per manufacturer's instructions. ix.Coordinate epoxy product curing with paint application. Allow epoxy products to cure aminimum of 7 days prior to applying paint x.Paint per section 09 91 00. 4.Adjusting and Cleaning a.Make required adjustments, using methods recommended by manufacturer for cured material.Protect restored wood. b.Paint windows in accordance with Section 09 91 00. Note curing requirements for epoxy repairs. 5.Field Quality Control: Hardened consolidant and wood replacement compound should be tack-free and firm to the touch. DIVISION 6 - WOOD SECTION 06 91 00 - WOOD RESTORATION - END OF SECTION 069100 42 JEFFERSON COUNTY COURTHOUSEE Window Rehabilitation Project 2020 Project Number: 30119490  DIVISION 8 OPENINGS SECTION 08 59 00 - WOOD WINDOW RESTORATION A.Summary: 1.Provide repair and restoration of existing window frames and sashes as indicated. 2.Provide new and salvaged window hardware. 3.Refer to Section 06 91 00 for wood restoration. 4.Provide temporary wood windows when sash are removed as required for wood restoration. B.Related Sections: 1.Section 06 91 00 - Wood Restoration 2.Section 07 92 00 -Joint Sealants 3.Section 08 70 99 - Hardware for Wood Windows 4.Section 08 80 00 -Glazing 5.Section 09 91 00 - Painting C.Submittals 1.Samples: a.Manufacturer shall provide samples of wood materials to be used on the project, of specified species, cut and grade, in sufficient quantity to indicate range of color and grain to be expected throughout the project. i.Provide finish samples of exposed wood with exterior finishes. b.Hardware D.Products and Materials: 1.Acceptable Wood Window Restoration Contractors a.Bear Wood Windows. tel (253) 471-1259 (Grace Morrison) b.Double Hung Window Restoration. tel (206) 525-5575 (Martin Muller) c.Legacy Renovation. tel (253) 474-5175 (Troy Axe) d.O.B. Williams, tel (206) 623-2494 (Mick McCoy) e.G. Little Construction Inc., tel (360) 385-1020 f.Other interested Contractors to submit credentials to JCPW in advance of Bidding. 2.Not used 3.Window Frames. Sills, Trim, & Brick Mold a.Species: VG Douglas fir, minimum 16 dark rings per inch. AWI “Premium Grade.” b.Construct new frames as detailed: i.Profiles: Brick mold, sash, and frames to match existing. c.As part of restoration, replace deteriorated wood with wood “Dutchman” patches wherenecessary.. 4.Fixed and Operable Sash a.No. 1 Superior VG Douglas Fir, Clear, free of pitch pockets; milled to match existing profiles and for operating hardware see below unless otherwise shown or accepted. Assemble and glaze in accordance with AWi "Premium Grade" standards. i. Haunch mortise and tenon joints; glued and pinned. ii.Machine with drip on bottom. iii. Glazing: Refer to Section 08 80 00. iv. Muntins/ Mullions: Match existing. b.Hardware: See Section 08 70 99. 43 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  E.Installation: 1.Examination a.Verify installation conditions as satisfactory to receive work of this Section. Do not install until unsatisfactory conditions are corrected. Beginning work constitutes acceptance of conditions as satisfactory. i.Check opening size dimensions and tolerances. All existing window openings may not be not be exactly square. 2.Sash-Only Installation (at restored windows) a.Preparation: i.Remove interior stops, store, refurbish and replace if suitable. At Contractors option,mill new interior stops for re-installation. Stain to match the existing stain in that area. ii.Remove bottom sash: Number sash for replacement if scheduled to be salvaged andrestored. iii.Remove parting bead. Replace with new. iv. Remove top sash: Number sash forreplacement if scheduled to be salvaged and restored. v. Salvage existing sash weightcovers. Replace as needed if the cover has gaps over 1/8" wide at top and/or bottom iv.Salvage existing weights and pulleys. v.Remove existing sash chains or straps and replace with new chains. vi.Remove existing paint. Use lead safe practices at all times. vii.Prepare surfaces for painting. b.Temporary wood window installation. 5.Temporary wood windows. The intent of the temporary wood windows is to protect the interior from dust and debris, provide natural daylight and weather protection. and secure the building whilewindow sash are removed for restoration or repair work.a. Painted 3/ 4” CDX plywood, cut to fit the full size of the opening. b. Operable panel for light and ventilation to be 20% the area of the full opening. Daylighting twin wall sandwich Panel to slide out vertically, and to be contained by stops. Twinwall panel to be 8 mm thick polycarbonate panel, by Plazit Plygal (available at TAP Plastics) to be of sufficient strength to resist window load, either positive or negative. Or approved equal. i.Install temporary wood window in existing window opening when sash are removed forrestoration. ii.Seal weather tight and secure. c.Sash Repair. Restoration, and Replacement i.Carefully remove glazing compound and bedding manually ii. Remove and salvage glazing as indicated. 1.Replace any broken glazing. 2.Refer to Section 08800 for glazing. 3.Remove any exposed. corroded fasteners. ii.Remove existing paint. iii.Prepare surfaces for painting. iv.Restore trim, moldings, frame. sill, and wood surfaces per Section 06 91 00. v.At restored window sashes; 1. Restore and repair any defective or unsound wood per Section 06 91 00 WoodRestoration.2.Fill holes at removed existing hardware.3. Carefully disassemble stile and rail joints where existing are loose or separated.Reassemble with tight, solid joints. DIVISION 8 OPENINGS SECTION 08 59 00 - WOOD WINDOW RESTORATION 44 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  d.Glazing i.Prime exterior of sash with primer prior to glazing, Interior of sash to be clear finish. ii.Install glazing per Section 08 80 00. e.Re-Installation i.Reinstall salvaged weights and pulleys and sash chains. ii.Reinstall salvaged sash weight covers. iii.Repaint sashes and install sash locks and Paint exterior wood components (sash, frame,parting bead, blind stop, brick-mold, and sill). Remove paint from interior side stop. iv.Install sashes in opening. Upper sash of the window to be installed fixed, lower sash tobe operable. v.Balance sashes and weights. vi.Install stops and hardware. Refurbish and replace all existing reinforcement hardware on the exterior or interior face do the sash. vii.Adjust operating sashes and hardware to provide a smooth operation with tight. weatherproof closure. Lubricate hardware and moving parts. Wax sash channel asneeded for smooth operation. viii.Leave window units closed and locked. DIVISION 8 OPENINGS SECTION 08 59 00 - WOOD WINDOW RESTORATION 3.Cleaning a. Clean window frames and glass on interior and exterior. Remove labels and visible markings. END OF SECTION 085900 45 DIVISION 8 SECTION 08 70 99 - HARDWARE FOR WOOD WINDOWS JEFFERSON COUNTY COURTHOUSEE Window Rehabilitation Project 2020 Project Number: 30119490  A.Summary: 1.Provide finish hardware and accessories for restored wood windows as indicated. a.Salvaged hardware. b.New hardware as reviewed and approved by the Owner. B.Submittals: 1.Product Data for all materials for use. C.Products and Materials: 1.Hardware for New Wood Windows: a.Exposed and concealed hardware shall match existing in function, unless otherwise indicated or accepted. b.Provide “tensioner” devices, on both the left and right stile of the sash if needed to reducewind intrusion. Tensioners are installed at the Superior Court Room windows. 2.Weather stripping: a.Replace the existing weather stripping with new kerf mounted compression seals by Schegal. Or as reviewed and approved by the Owner. Use compression type “Q-lon” weather strippingat all four edges of the operable sash. Color as selected by the Owner from the standard color selections. 3.Salvaged Hardware: Clean, repair, and restore finishes. 4.Fasteners and Accessories: a.Provide new as required by conditions of installation whether for new or salvaged hardware and repaired windows. b.Finish exposed fasteners and accessories to match hardware finish or, if exposed in surfaces of other work, to match finish of such other work as closely as possible. 5.Tools for Maintenance: Furnish a complete set of specialized tools as needed for Owners continuedadjustment, maintenance, and removal and replacement of window hardware. 6.Acceptable Hardware Manufacturers: Phelps, Architectural Resource Center, or has reviewed and approved by the Owner. D.Installation: 1.Install repaired windows to match existing installations, in a “single hung” configuration. 2.Install new hardware to match existing hardware where hardware is either missing or broken. a.Group sets of original hardware to minimize adjacencies with new hardware. 3.Adjust operable window hardware to perform smoothly. END OF SECTION 087099 46 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  DIVISION 8 SECTION 08 80 00 - GLAZING A.Summary: 1.Salvage existing glazing (historic glass) and reinstall as required for wood window restoration. B.Products and Materials: 1.Glass: Verify and document the type, size, thickness, and design of glass units, including dimensions, tolerances, glazing pockets, jamb and seismic blocking, glass edge clearance, and frame lap. 2.Setting Materials and Accessories: Provide products for setting glass. Except as otherwise indicated, items include but are not limited to following Setting Accessories: a.Setting Blocks: Resilient neoprene blocks; 70 to 90 Durometer hardness. b.Spacers: Resilient accessories designed for positioning glass in rabbets/closed cell neoprene. conforming with requirements of ASTM C509-06(2011), Grade 4. i.Glazing Putty: Linseed oil-based glazing compound by Colorado Steel Sash Co., (800346-6856, or equal as reviewed and approved by the Owner. Prime glazing pockets with the type of primer recommended by the manufacturer of the glazing compound. ii.Glazing Points: stainless steel C.Installation: 1.Examination a.Verify installation conditions as satisfactory to receive work of this Section. Do not install until unsatisfactory conditions are corrected. Beginning work constitutes acceptance of conditions as satisfactory. 2.Glazing a.Installation i.Prime wood per Section 09 91 00. ii.Place a bead of glazing compound around the rabbet to cushion and seal the glass. iii. Press glazing into place, pushing the glazing points into the wood around the perimeter of the glazing. Provide glazing points at 18" o.c. and no closer than 3” from corners. iv.Apply final glazing compound and bevel to complete the seal. v.Allow sufficient time for glazing compound to form a “skin” as recommended by glazingcompound manufacturer prior to painting. vi.Paint per Section 09 91 00. b.Setting Blocks: Place setting blocks in frames for support of glass; place at quarter points, or, if accepted, equidistant from center to within 6" of edges. i.Size neoprene blocks to limit load from glass weight to 15 psi, but in no case shorter than 4". c.Glass Positioning: Center glass in rabbets. Position so as to maintain clearances on all sides. indoors and out. in accordance with GANA recommendations. Shim as required to positionagainst fixed stops and frame bars. d.Press Float Glass for single glazed applications, set with in glazing compound. END OF SECTION 088000 47 JEFFERSON COUNTY COURTHOUSE Window Rehabilitation Project 2020 Project Number: 30119490  DIVISION 9 - FINISHES SECTION 09 91 00 - PAINTING A.Summary: 1.Provide painting and surface preparation for new and existing exterior unfinished surfaces asscheduled and as indicated in the Drawings. 2.Provide repainting and surface preparation (hand sanding) at areas of remodeling. 3.Provide painting of entire surface where patch painting is required. B.Submittals. 1.Submit product data, samples, mockup of window closure C.Products: 1.Regulations: Compliance with VOC and environmental regulations. 2.First-line commercial-quality products for all coating systems. D.Installation: 1.Provide field-applied mock-ups of each color and finish selected on actual surfaces to be painted. 2.Test sample area for adhesion for each type of paint. 3.Remove cover plates and protect hardware and adjacent surfaces. 4.Sand before painting until smooth and flat and sand between coats. 5.Apply paint to achieve manufacturer's recommended dry film thicknesses. 6.Paint entire surface where patch painting is required. 7.Recoat areas which show bleed-through or defects. 8.Clean paint spatter from adjacent surfaces and glass. 9.Touch-up damaged surfaces at completion of construction. E.Schedule: Provide paint system complying with the following, or as reviewed and approved by theOwner. 1.Exterior Paint: a.(1) coat primer; Zinsser 123 wood primer. Oil base paint may be required in the glazing pocket of the sash. Follow glazing compound manufacturers recommendations. b.(2) coats finish to be Moore-guard by Benjamin Moore in low lustre finish c. Colors: i.Red: Moore-guard 2092-30 “Boston Brick” ii.Black: Moore-guard 103-80 Black 2.Interior Wood Sash Components: a.Gloss: Satin b.2 coats Varathane transparent finish. Sand between coats. c.Stain new wood sash elements to match the existing wood work color in that area. END OF SECTION 09 91 00 END OF PROJECT MANAUAL 48 ·A0.1&29E5 S+EET -E))E5S21 &281T< &E1T5A/ SE59I&ES10 -HIIHUVRQ SW. 3RUW TRZQHQG:A 3URMHFW 1XPEHU 0110B< *D5 0DU  00BID SET-E))E5S21 &281T< &285T+28SE:I1D2: 5E+ABI/ITATI21 352-E&T 00 A0.2 S3E&I)I&ATI21 12TES -E))E5S21 &281T< &E1T5A/ SE59I&ES 20 -HIIHUVRQ SW. 3RUW TRZQHQG:A  3URMHFW 1XPEHU 00 B< *D5 0DU  2020 BID SET -E))E5S21 &281T< &285T+28SE :I1D2: 5E+ABI/ITATI21 352-E&T 2020 SITE AREA PLANSCALE: 1" = 40'FRANKLIN ST..CASS ST.JEFFERSON ST.CONTRACTOR STAGING AREA TOBE FENCED IN AND SECURED..RESERVEDCOURTHOUSEPARKING AREAEQUIPMENTACCESSDRIVEWAYCASS ST.ENTRANCENOTE: JEFFERSON ST.MAIN ENTRANCE: TOREMAIN OPENDURING BUSSINESSHOURSJEFFERSONCOUNTYCOURTHOUSEFRANKLIN ST.ENTRANCEACCESS FROM WALKERST.WALKER ST..WALKER STREETEXITWORK ZONEPROVIDE SAFETYWORK ZONEPROVIDE SAFETYN O R T H WORK ZONEPROVIDE SAFETYCOURTHOUSE PARKA0.3 SITE PLAN and LEGEND JEFFERSON COUNTY CENTRAL SERVICES 1820 Jefferson St., Port Townend,WA 98368 Project Number 30119490 BY: GDR; Mar 9, 2020 BID SET JEFFERSON COUNTY COURTHOUSE WINDOW REHABILITATION PROJECT 2020 A0.4 E;TE5I25 3+2T2S -E))E5S21 &281T< &E1T5A/ SE59I&ES 0 -HIIHUVRQ SW. 3RUW TRZQHQG:A  3URMHFW 1XPEHU 040 B< *D5 0DU  00 BID SET -E))E5S21 &281T< &285T+28SE :I1D2: 5E+ABI/ITATI21 352-E&T 003+2T2 3+2T2 3+2T2 3+2T2 4 A0.5 E;TE5I25 3+2T2S -E))E5S21 &281T< &E1T5A/ SE59I&ES 0 -HIIHUVRQ SW. 3RUW TRZQHQG:A  3URMHFW 1XPEHU 00 B< *D5 0DU  00 BID SET -E))E5S21 &281T< &285T+28SE :I1D2: 5E+ABI/ITATI21 352-E&T 003+2T2 53+2T2 3+2T2 3+2T2 3+2T2 3+2T2 3+2T2 3+2T2  A0.6:I1D2: S&+ED8/E -E))E5S21 &281T< &E1T5A/ SE59I&ES0 -HIIHUVRQ SW. 3RUW TRZQHQG:A 63URMHFW 1XPEHU 00B< *D5 0DU  00BID SET-E))E5S21 &281T< &285T+28SE:I1D2: 5E+ABI/ITATI21 352-E&T 00 Jefferson County Court HouseFirst Floor Plan30'20'-6"27'-3"20'-6"15'-2"20'-6"27'-3"10'-6"20'-6"18'-3"12'17'-10"27'-3"13'-9"7'-1"18'19'-9"15'15'36'26'-10"15'-2"48'-4 1/2"149'18'-7"40'-7 1/4"9'-1"69'-6"15'22'-6 1/4"26'-4 1/4"84'48'-4 1/2"20'11'-6"18'17'-10"45'-10 1/2"42'19'-6 1/4"20'14'-2"Scale In Feet0 13 51015149'TreasurerEntranceCorridorVaultVaultVaultVaultElevator134131133130132141142140152151150153160171172173170101174175176AssessorAuditorS1Break Room120121113122111112110123EXIT105S2S310'-7"9'-9"11'FIRST FLOOR PLAN2144123434 JEFFERSON COUNTY CENTRAL SERVICES1820 Jefferson St., Port Townend,WA 98368Project Number 30119490BY: GDR; Mar 9, 2020BID SETJEFFERSON COUNTY COURTHOUSEWINDOW REHABILITATION PROJECT 2020A1.1FIRST FLOOR PLAN Jefferson County Court HouseFirst Floor Plan30'20'-6"27'-3"20'-6"15'-2"20'-6"27'-3"10'-6"20'-6"18'-3"12'17'-10"27'-3"13'-9"7'-1"18'19'-9"15'15'36'26'-10"15'-2"48'-4 1/2"149'18'-7"40'-7 1/4"9'-1"69'-6"15'22'-6 1/4"26'-4 1/4"84'48'-4 1/2"20'11'-6"18'17'-10"45'-10 1/2"42'19'-6 1/4"20'14'-2"Scale In Feet0 13 51015149'TreasurerEntranceCorridorVaultVaultVaultVaultElevator134131133130132141142140152151150153160171172173170101174175176AssessorAuditorS1Break Room120121113122111112110123EXIT105S2S310'-7"9'-9"11'FIRST FLOOR PLAN2144123434 JEFFERSON COUNTY CENTRAL SERVICES1820 Jefferson St., Port Townend,WA 98368Project Number 30119490BY: GDR; Mar 9, 2020BID SETJEFFERSON COUNTY COURTHOUSEWINDOW REHABILITATION PROJECT 2020A1.1FIRST FLOOR PLAN Jefferson County Court HouseSecond Floor PlanScale In Feet0 13 5101516'-1"149'48'-2 1/4"17'-9 3/4"18'-5"40'-9 1/4"11'-9 3/4"11'-9 3/4" 69'-6" 45'-10 1/2"11'-9 3/4" 8'-6"20'15'15'27'-5"36' 14'-2"7'-1"15'-6"18'-5"18'-3"18'-7" 12'-3" 10'-3"18'-3"27'-1"21'-2" 39'-11"59'-8"21'-2"30'-4"30'-4"21'-2"42'48'149'11'-10"7'15'-2"14'-10"60'84'Superior Court RoomVaultCounty ClerkCourt RoomVaultCorridorVaultDownUp33'-9"214215212213210221220211231230201S1S2Elevator27027227125225125024424324124024224516'-10"County ClerkSuperior CourtJudgeDistrictCourt JudgeDistrictMens WomensMain Stair-wellL.1E.1D.2E.3GD.1A.1A.2A.3FY.1Y.2P.1E.2E.4SECOND FLOOR PLANP.212345678992158887738456L.2 L.3 JEFFERSON COUNTY CENTRAL SERVICES 1820 Jefferson St., Port Townend,WA 98368 Project Number 30119490 BY: GDR; Mar 9, 2020 BID SET JEFFERSON COUNTY COURTHOUSE WINDOW REHABILITATION PROJECT 2020 A1.2 SECOND FLOOR PLAN Third Floor PlanScale In Feet0 13 5101517'-9 3/4"16'-1"13'-10"48'-2 1/4"11'-9 3/4"57'-2"12'12'84'9'-11 13/16"28'-4 7/16"13'4'-8 1/4"3'-11 1/2"12'12'13'-4 3/8"21'-3 1/4"13'-4 3/8"12'72'21'-6"9'-6"15'-2"21'-2"60'40'-3" 18'-11"27'-1"7'-10"11'-5"7'-10"34'-1" 21'-6"18'-3"10'-3" 12' 15'15'9'-10"9'15'-10" 7'-8"47'-9"149'20'15'46'-6"11'-9 3/4"3' 69'-6" 35'-11"6'-11 1/2"11'-9 3/4"CorridorStair Landing27'-11"*Elevator323312S1301370330340350360361352351341S5371310311313315314316S2320321325324322331ProsecutorProsecutorProsecutorJJ H.1 H.2JJH.3THIRD FLOOR PLANC.1C.2C.312312344J J JEFFERSON COUNTY CENTRAL SERVICES 1820 Jefferson St., Port Townend,WA 98368 Project Number 30119490 BY: GDR; Mar 9, 2020 BID SET JEFFERSON COUNTY COURTHOUSE WINDOW REHABILITATION PROJECT 2020 A1.3 THIRD FLOOR PLAN Scale In Feet0 13 5101517'-9 3/4"16'-1"13'-10"48'-2 1/4"11'-9 3/4"57'-2"12'12'84'9'-11 13/16"28'-4 7/16"13'4'-8 1/4"3'-11 1/2"12'12'13'-4 3/8"21'-3 1/4"13'-4 3/8"12'72'21'-6"9'-6"15'-2"21'-2"60'40'-3" 18'-11"27'-1"7'-10"11'-5"7'-10"34'-1" 21'-6"18'-3"10'-3" 12' 15'15'9'-10"9'15'-10" 7'-8"47'-9"149'20'15'46'-6"11'-9 3/4"3' 69'-6" 35'-11"6'-11 1/2"11'-9 3/4" 27'-11"*ElevatorHEADHOUSEATTIC FLOOR PLAN JEFFERSON COUNTY CENTRAL SERVICES 1820 Jefferson St., Port Townend,WA 98368 Project Number 30119490 BY: GDR; Mar 9, 2020 BID SET JEFFERSON COUNTY COURTHOUSE WINDOW REHABILITATION PROJECT 2020 A1.4 ATTIC FLOOR PLAN A.2A.3D.1C.1 C.2 C.3JD.2A.1P.2WALKER STREET (WEST) ELEVATION JEFFERSON COUNTY CENTRAL SERVICES 1820 Jefferson St., Port Townend,WA 98368 Project Number 30119490 BY: GDR; Mar 9, 2020 BID SET JEFFERSON COUNTY COURTHOUSE WINDOW REHABILITATION PROJECT 2020CASS STREET (EAST) ELEVATIONA2.1 EXTERIOR ELEVATIONS Y.1Y.2H.2H.3H.1J. J.J.J.J.L.1L.2L.3GE.1E.3D.2P.1Z.1 Z.2J.E.2 FE.4J. JEFFERSON COUNTY CENTRAL SERVICES 1820 Jefferson St., Port Townend,WA 98368 Project Number 30119490 BY: GDR; Mar 9, 2020 BID SET JEFFERSON COUNTY COURTHOUSE WINDOW REHABILITATION PROJECT 2020JEFFERSON STREET (SOUTH) ELEVATIONA2.2 EXTERIOR ELEVATIONS WINDOW CLOSURE DETAILA -E))E5S21 &281T< &E1T5$/ SE59I&ES  -HIIHUVRQ SW 3RUW TRZQHQG:$  3URMHFW 1XPEHU  B< *D5 0DU   BID SET -E))E5S21 &281T< &285T+28SE :I1D2: 5E+$BI/IT$TI21 352-E&T  $E;TE5I25 E/E9$TI21S