HomeMy WebLinkAbout000946 Original Contract City of Port Angeles
Record # 000946
City of Pont Angeles
Public Works&Utilities Dept.
Engineering
._ 321 E.5°i Street LIMITED PUBLIC WORKS PROCESS
Port Angeles WA 98362
1ORKS Tel: 360-417-4541
Fax: 360-417-4709 ❑ Request for Quotation
® Contract
Contract Title: Ground Services at Various Sites Project Number: SVC15-27
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND ALDERGROVE CONSTRUCTION, INC. ("CONTRACTOR").
1. WORK BY CONTRACTOR
The Contractor shall perform the work as described in Attachment"A"(Attachment"A"may include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents)
which is attached hereto and by this reference is incorporated herein.
2. TERM OF CONTRACT
All work under this Contract is to be completed as indicated (check one):
® All work under this Contract is to be completed by this date: 12/31/2015 (award of options may
extend)
❑ All work under this Contract is to be completed 10 days from the Notice to Proceed. No work is
to be performed prior to written Notice to Proceed by the City.
❑ The performance period under this Contract commences_calendar days after notice to
proceed and ends(xx days thereafter or after contract award).
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract (check one):
❑ Force Account -Time and material, not to exceed: $
❑ Force Account-Time and actual expenses incurred, not to exceed: $
❑ Force Account- Unit prices set forth in the Contractor's bid or quote, not to exceed: $
® Firm Fixed Price set forth in Contractor bid or quote in the amount of: $�`�•c)(0 The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance
with and as described in the Attachment "A".
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; except as are mentioned in the
specifications to be furnished by the City of Port Angeles.
B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor
shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract
number. Invoices shall be in a format acceptable to the City.
C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a
properly completed invoice.
D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives
of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon
request.
Project No. SVC15-27 Page 1 Rev. 8/30/2011
E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the
Contract, the Contractor shall correct or modify the required work to comply with the requirements of this
Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the
Contract Documents.
4. RESPONSIBILITY OF CONTRACTOR
A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall
comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor
shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and the public and shall post danger signs warning against
known or unusual hazards.
B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and/or
materials discovered within one year after acceptance of this work. When corrections of defects are made,
Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work
for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such
defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a
reasonable time. In emergencies where damage may result from delay or where loss of service may result, such
corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the
Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and
the cost of same shall be paid by the Contractor.
C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential
damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of
materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and
supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made
against the City as a result of any defective work and the Contractor shall defend any such claims at its own
expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the
professional judgment of the Contractor to make appropriate selections.
D. Nondiscrimination/Affirmative Action. Contractor agrees not to discriminate against any employee or applicant
for employment or any other persons in the performance of this Contract because of race, creed, color, national
origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local
law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by Contractor setting forth
the provisions of the nondiscrimination clause.
E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or
services required by the Contractor under this Contract, shall be considered employees of the Contractor only and
not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said
employees, while so engaged, and all claims made by a third party as consequence of any negligent act or
omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or
rendered herein, shall not be the obligation of the City.
S. COMPLIANCE WITH LAWS
The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done
under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material
provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the
City, in whole or in part, and may result in ineligibility for further work for the City.
6. TERMINATION OF CONTRACT
A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final
payment by the City.
B. The City may terminate the Contract and take possession of the remises and all materials thereon and finish
tY Y p P
the work by whatever methods it may deem expedient, by giving 10 days written notice to the
i
Project No. SVC15-27 Page 2 Rev. 8/30/2011
Contractor, upon the occurrence of any one or more of the events hereafter specified.
1. The Contractor makes a general assignment for the benefit of its creditors.
2. A receiver is appointed as a result of the insolvency of the Contractor.
3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein.
4. Contractor fails to make prompt payment to subcontractors for material or labor.
5. Contractor persistently disregards federal, state or local regulations and ordinances.
6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise
substantially violates the terms of this Contract.
7. The City determines that sufficient operating funds are not available to fund completion of the work
contracted for.
C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further
amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as
scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this
Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or
which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess
shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance,
Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to
the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and
interests of the City under the Contract, provided such legal costs shall be reasonable.
7. OWNERSHIP OF DOCUMENTS
A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or
unfinished documents and material prepared by the Contractor with funds paid by the City under this
Contract shall become the property of the City and shall be forwarded to the City upon its request.
B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by
the Contractor under this Contract will be kept confidential and shall not be made available to any individual or
organization by the Contractor without prior written approval of the City or by court order.
8. CLAIMS
Any claim against the City for damages, expenses, costs or extras arising out of the performance of this
Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or
loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making
application for final payment, shall be deemed to have waived its right to claim for any other damages for which
application has not been made, unless such claim for final payment includes notice of additional claim and fully
describes such claim.
9. GENERAL ADMINISTRATION AND MANAGEMENT
The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for
the City under this Contract and shall oversee and approve all work to be performed, coordinate communications,
and review and approve all invoices, under this Contract.
10. INDEMINIFICATION/HOLD HARMLESS
A. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers
harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in
connection with the performance of this Agreement, except for injuries and damages caused by the sole
negligence of the City.
B. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in
the event of liability for damages arising out of bodily injury to persons or damages to property caused by or
resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and
volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is
further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This
Project No. SVC15-27 Page 3 Rev. 8/30/2011
waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement.
11. INSURANCE
The Contractor shall maintain insurance as set forth in Attachment B.
12. PREVAILING WAGE
This Contract is subject to Chapters 39.12 and 49.28 RCW, amendments thereto and regulations issued
thereunder, relating to prevailing wages, benefits and other requirements. Workers shall receive no less than the
prevailing rate of wage. Bidders shall examine and be familiar with such requirements. No claim for additional
compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such
requirements by the Bidder or a failure to include in Bidder's price adequate increases in such wages during the
performance of this Contract. The Contractor is advised to consult the Washington State Department of Labor
and Industries to determine the prevailing wages that must be paid.
This public works project is being done in Clallam County. Washington State wage determinations for Clallam
County Journeymen and Apprentices can be found at:
https://fortress.wa.gov/Ini/wa elq ookup/prvWagelookup.aspx
https://fortress.wa.gov/Ini/waaelookup/`ApprenticeWageLookup.aspx
The applicable wage determinations to use have an effective on the bid due date.
A copy of the applicable wage rates is available for viewing at the Port Angeles Public Works and Utilities
Contracts Office. In addition, this agency will mail a hard copy of the applicable wage rates upon request.
For a contract award under $2,500, and in accordance with RCW 39.12.040(2), the contractor or subcontractor is
authorized to submit a combined Statement Of Intent To Pay Prevailing Wages &Affidavit Of Wages directly to
the City of Port Angeles at final invoicing. Submission shall be made on the form developed by the Washington
State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities
Department.
In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation
and such dispute cannot be adjusted by the parties in interest, including labor and management representatives,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his
decision shall be final, conclusive, and binding on all parties involved in the dispute.
13. INTERPRETATION AND VENUE
This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The
venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington.
14. BRANDS OR EQUAL
When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards
of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered,
provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid
containing a brand which is not of equal quality, performance, or use specified must be represented as an
alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
15. INSPECTION AND REJECTION
All goods, services, work, or materials purchased herein are subject to inspection and to approval by the City. Any
rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications
of this order, whether held by the City or returned, will be at Contractor's risk and expense.
16. SUBLETTING OR ASSIGNING OF CONTRACTS
Project No. SVC15-27 Page 4 Rev. 8/30/2011
Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from
this Contract without the express prior written consent of the other.
17. INDEPENDENT CONTRACTOR
The Contractor is and shall be at all times during the term of this Contract an independent contractor and not
an employee of the City.
18. EXTENT OF CONTRACT/MODIFICATION
This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract
between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written
or oral. This Contract may be amended, modified or added to only by written instrument properly signed by both
parties hereto.
19. SUBCONTRACTOR RESPONSIBILITY
A. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require
each of its subcontractors to include substantially the same language of this section in each of their subcontracts,
adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to
all subcontractors regardless of tier.
B. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets
the following bidder responsibility criteria:
- At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter
18.27 RCW;
- Have a current state unified business identifier number;
- If applicable, have:
• Industrial insurance coverage for the subcontractor's employees working in Washington as required
in Title 51 RCW;
• An employment security department number as required in Tile 50 RCW; and
• A state excise tax registration number as required in Tile 82 RCW;
• An electrical contractor license, if required by Chapter 19.28 RCW;
• An elevator contract license, if required by Chapter 70.87 RCW.
- Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).
Project No. SVC15-27 Page 5 Rev. 8/30/2011
IN WITNESS WHEREOF, the parties have executed this Contract as of D , 2015.
ALDERGRO CONSTRUCTION, INC. CITY OF PORT ANGELES
By: By:
Printed Name: .. c Printed Name: Y
Title: a t,6 , Title: e4 a
Address: l "'J
City:
Tax ID #: cq —1
Phone Number: 3&o
Project No. SVC15-27 Page 6 Rev. 8/30/2011
City of Port Angeles ATTACHMENT "A"
Engineering
Public Works and Utilities Department WORK BY CONTRACTOR
360-417-4541
The contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project
described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for
obtaining and paying for any and all permits required for this work.
1. General Scope: Grounds keeping services for the Wastewater Treatment Plant, Light Operations'facilities,
and other Public Works facilities.
2. Locations:
Light Operations Facilities
• Transformer Building — 1707 South "A"Street, Port Angeles
• Pole Yard — 1708 Tumwater Access Road, Port Angeles
• College— 1306 East Park, Port Angeles
• Washington — 224 South Washington, Port Angeles
• Valley— 206 South Valley Street, Port Angeles
• Laurel — 110 East 14th Street, Port Angeles
• Peabody— 2803 South Peabody, Port Angeles
• A Street— 1616 South "A"Street, Port Angeles
• F Street— 1604 South 'T"Street, Port Angeles
• I Street— 1538 West 7th Street, Port Angeles
Wastewater Facility
• Wastewater Treatment Plant: 1509 East Columbia, Port Angeles
3. Site Point of Contact:
Light Operations: Maintenance Technician Todd Eisele at 360-417-4746 or 360-460-8417
Wastewater Treatment Plant: Superintendent Gary Richmond at 360-417-4893 or 360-461-0111
4. Work Hours and Schedule: Wastewater Treatment Plant and Light Operations substations work hours are
from 7:30am to 3:00pm, Monday thru Friday, except on legal holidays. Work outside these hours may be
requested from and is at the discretion of the City's representatives for the respective tasks listed above.
S. Access Restrictions. Before work commences, the Contractor will receive an orientation and safety briefing
from the Site Point of Contact concerning restrictions on the work sites. Contractor shall gain access inside
Light Operations substations fenced yards ONLY when an authorized Light Operations employee is present.
The Contractor can work outside the fenced yards for the Light Operations substations without an escort.
Access into the Wastewater Treatment Plant shall only be permitted after the contractor has received an
orientation and safety briefing. Included in the orientation are the parking and offloading procedures at work
site. Contractor shall work on site during the specified hours specified above.
Scheduling of orientations shall be the responsibility of the awarded responsible Contractor. Contractor shall
contact site point of contacts above to schedule orientations. Any orientations or briefings shall not substitute
for the Contractor providing for all safety requirements necessary to comply with State law.
6. Damages. The Contractor shall be responsible for making repairs due to damage resulting from operations
performed by the Contractor.
7. Contract Period.
Project No. SVC15-27 Page 7 Rev. 8/30/2011
a. Base Year. This contract shall be awarded based on the base year bid items. The performance period for
the base year begins July 1, 2015 and continues through December 31, 2015.
b. Option Years. The City shall at its sole option the right to award the subsequent option years for services.
The City shall provide the Contractor 30 days prior to ending of base year and each option year written
notice of its intent to exercise its right to award an option year. Option years one and two, if taken, shall
commence on February 01 and continue through December 31 of each option year.
8. General Work Requirements.
a. Refer to Table 1 below for service frequencies. As specified above, the Contractor is responsible for
verifying and clarifying all locations, distances and approximate areas prior to bid submittal.
b. The Contractor is responsible for removing and properly disposing of all clippings or other debris and
garbage generated during the performance of this contract.
c. Damages to existing irrigation equipment or other appurtenances must be promptly reported to the City's
Site Manager(s) and shall be repaired in a timely manner by the Contractor, at their expense.
d. All chemicals shall be used in accordance with label directions and the manufacturer's recommended
handling methods. All chemicals shall be handled in accordance with all applicable regulations. Areas to be
treated shall be blocked off and warning signs posted. The Contractor shall take precautions to keep
persons away from pesticide and herbicide-treated areas until the applied material is fully dry and the
treated area is safe for entry. Follow the recommendations of the pesticide manufacturer and all applicable
governmental and industry regulations.
e. Herbicide or pesticide application must be performed by a WSDA licensed applicator. The applicator must
adhere to both State and Federal requirements for Restricted Use Herbicides. Prior to commencement of
work, the Contractor shall submit required registrations, licenses and certificates necessary to perform the
scope of work and specifications. All such licenses and registrations must be maintained and current
throughout the awarded performance periods of the contract.
f. Appropriate personal protective equipment shall be worn for the work preformed. This may include items
such as safety glasses, hearing protection, foot protection and appropriate protection for chemicals used.
g. Periodic meetings between the Contractor and the Site Manager will be held as needed to share
information or address contractor or owner concerns.
9. Specific Work Requirements. (See Table 1 below)
a. Lawn Services:
1. Site Inspection and Debris Removal. The Contractor shall inspect for and remove debris such as
bottles, paper, glass, fallen branches, and general/loose garbage from all specified areas prior to mowing
and in conjunction with other lawn services to assure such services can be performed safely. All other
debris not mentioned above shall also be removed in order to present a neat final appearance for the
work area. Leaves shall be removed as needed to maintain a neat appearance. All debris removed shall
be the property of the contractor.
2. Edging. All established turf edges, both hard and soft, are to be maintained. Contractor shall use a
weed eater or power lawn edger to edge work site lawns. Grass shall be edged away from sidewalk to
distinguish the border between lawn and sidewalk. Loose grass clippings on sidewalk, or lawn, and in
road shall be removed, distributed, and/or disposed of to provide a neat final appearance for the lawn
and surrounding area.
Project No. SVC15-27 Page 8 Rev. 8/30/2011
3. Mowing. Lawn areas will be maintained to ensure a neat appearance. Mowing shall be evenly
distributed throughout the month. Lawns shall be mowed to approximately two (2) inches in height using
the appropriate mower adjustment stature. Contractor may use a mulching mower when appropriate.
Contractor shall use a blower to blow stray grass off of sidewalks and streets. All grass clumps shall be
raked and removed by contractor to create neat appearance. Contractor shall catch grass clippings and
dispose of them along with weeds, leafs etc. at an appropriate disposal site.
4. Fertilizing. Fertilize lawns three times per year or when needed. Contractor shall use professional
judgment as to scheduling of fertilizing. Normally this will occur once in June, once in August, and again
in late October using an appropriate fertilizer formula at manufacturers recommended amount and
instructions.
b. Irrigation.
1. System. The Contractor shall activate the sprinkler system in spring and check for leaks and defects.
Contractor shall notify the appropriate site contact person if irrigation systems are not working properly.
2. Lawn Watering. Lawns shall be watered so as to maintain a moist turf during the growing season.
Lawns shall have a healthy growing appearance. Monitor and adjust irrigation timers weekly according to
weather conditions. Notify City contact persons if irrigation systems are not working properly. Wastewater
Treatment Plant lawns are not irrigated and need no watering.
c. Rough/Brush Removal. Cut all vegetation including weeds, blackberries and grass away from fencing.
Contractor shall cut vegetation when needed. All vegetation shall be cut a minimum of six feet away from
fencing. For weed/vegetation control, use chemical spray two times per year or when needed using
correct chemical type. Chemical spraying of vegetation areas shall be controlled so lawn and planted
trees are not to be damaged. Lawn shall not have brown or dead spots due to chemical spraying.
d. Fall Leaf Removal. Rake, remove, and dispose of fallen leaves from all substation and Wastewater
Treatment Plant areas. The last occurrence shall be scheduled in December after all leaves have fallen.
e. Weed Control.
1. Weed control of lawn and landscape areas shall be accomplished by the use of broad leaf spray
herbicides. Weeds larger than 2 inches wide or high must be removed from planters not just sprayed.
Table 1 shall be used as guidance for recommended timing of spraying. Determination on when to spray
will depend on weather and growing conditions. Final decisions on when to spray will be approved by the
onsite point of contact. For areas outside substation fencing where roughage/brush exists, shall be
sprayed three feet away from fencing. Weed spot control shall continue throughout the year as needed.
Chemical spraying of any kind shall be controlled as to not affect lawns and planted trees. Contractor
shall follow recommended amount and instructors specified by manufacturers. Brown and dead spots due
to spraying of chemical shall be avoided by contractor.
2. Contractor shall use a pre-emergent herbicide within substation fenced areas and in rock borders at
the Wastewater Treatment Plant. Contractor shall maintain 6' distance from landscape plants and lawn.
Apply at manufacturers suggested rate to keep unwanted vegetation from growing. Contractor shall
spray all areas not covered with pre-emergent with a post emergent. Contractor shall use a herbicide to
eliminate horse tail growing inside substations fencing. The pre-emergent and herbicide shall be applied
as needed to provide no vegetation growth inside the fenced areas. Remove and dispose of dead
vegetation from gravel areas to create neat appearances.
f. Trees, Bushes, and Plants (Trees & Beds).
1. General. Provide all required grounds keeping services including fertilizing, irrigation, pruning, insect
and plant disease control on all plants, keeping all existing trees, bushes and plants in a healthy
condition. Work site plants consist of rhododendrons, azaleas, photinias; evergreen shrubs, and trees.
Project No. SVC15-27 Page 9 Rev. 8/30/2011
Service all plants to keep a neat appearance. Keep plants at a height and width so as not to encroach on
each other, touch buildings, stick out into streets, sidewalks, and lawns. Also, plants shall be maintained
to avoid visual or traffic problems and covering of signs/lights. Broken, dead, or diseased growth shall be
removed as soon as observed, at any time of the year. Disposable of debris shall be at the responsibility
and expense contractor.
2. Pruning. Prune trees and shrubs to promote healthy growth and to keep them from touching
buildings and sticking out into streets, sidewalks and lawns.
3. Fertilizing. Rhododendrons, azaleas, and heathers shall be fertilized twice per year or when needed.
Normally, fertilizing of the above plants takes place once in early March, and again in May or early
June.
4. Planting Bed Mulching.
Contractor shall acquire and spread new "medium shredded fir bark/mulch" in areas with aged
existing bark or mulch. Contractor shall spread mulch evenly. Mulch shall be maintained so that it
stays in planters. It should be kept off of sidewalks, asphalt, turf and not allowed to get into the
substation fencing. Mulch shall be feathered in to plants so as not to be higher than the base of
plants. "Medium shredded fir bark/mulch" shall be of equal quality and free of weeds and noxious
plants.
Project No. SVC15-27 Page 10 Rev. 8/30/2011
Table 1. Service Schedule—Occurrences Per Month
Irrigation Rough/
Lawn Lawn System Brush Leaf Weed
Edging Mowin ertilizing Servicing Removal Removal Pruning Control
February 1 1
March 1 4 1 1 1 1
Trees&
Beds
April 1 4 1 1
May 1 4 1 1 1 1
Trees&
Beds
June 1 3 1 1
Lawn
July 1 2 1
August 1 2 1 1 1
Lawn
September 1 2 1
October 1 2 1 1 1
November 1 2 1 2 1
Lawn
December 2 1
Project No. SVC15-27 Page 11 Rev. 8/30/2011
City of Port Angeles ATTACHMENT "B"
Operations Office
Public Works and Utilities Department INSURANCE
360-417-4541
INSURANCE & INDEMNITY REQUIREMENTS FOR
CONSTRUCTION AND SERVICE CONTRACTS
Includes construction and remodeling,janitorial service, tree maintenance, road maintenance,painting,
electrical work,plumbing, movers, and on site maintenance agreements.
Insurance
The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims
for injuries to persons or damage to property which may arise from or in connection with the
performance of the work hereunder by the Contractor, their agents, representatives, employees or
subcontractors.
No Limitation
Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be
construed to limit the liability of the Contractor to the coverage provided by such insurance, or
otherwise limit the City's recourse to any remedy available at law or in equity.
Minimum Scope of Insurance
Contractor shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form
providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide
contractual liability coverage.
2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and
shall cover liability arising from premises, operations, independent contractors, products-
completed operations, stop gap liability, personal injury and advertising injury, and liability
assumed under an insured contract. The Commercial General Liability insurance shall be
endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an
equivalent endorsement. There shall be no endorsement or modification of the Commercial
General Liability Insurance for liability arising from explosion, collapse or underground property
damage. The City shall be named as an insured under the Contractor's Commercial General
Liability insurance policy with respect to the work performed for the City using ISO Additional
Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
Minimum Amounts of Insurance
Project No. SVC15-27 Page 12 Rev. 8/30/2011
Contractor shall maintain the following insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of$1,000,000 per accident.
2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations
aggregate limit.
Other Insurance Provision
The Contractor's Automobile Liability and Commercial General Liability insurance policies are to
contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any
insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the
Contractor's insurance and shall not contribute with it.
Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII.
E. Verification of Coverage
Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements,
including but not necessarily limited to the additional insured endorsement, evidencing the insurance
requirements of the Contractor before commencement of the work.
F. Subcontractors
The Contractor shall have sole responsibility for determining the insurance coverage and limits required,
if any, to be obtained by subcontractors, which determination shall be made in accordance with
reasonable and prudent business practices.
G. Notice of Cancellation
The Contractor shall provide the City and all Additional Insureds for this work with written notice of
any policy cancellation, within two business days of their receipt of such notice.
H. Failure to Maintain Insurance
Failure on the part of the Contractor to maintain the insurance as required shall constitute a material
breach of contract, upon which the City may, after giving five business days notice to the Contractor to
correct the breach, immediately terminate the contract or, at its discretion, procure or renew such
insurance and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due the
Contractor from the City.
Project No. SVC15-27 Page 13 Rev. 8/30/2011
City of Port Angeles ATTACHMENT "C"
Operations Office
Public Works and Utilities Department QUOTATION RECEIVED
360-417-4541
Aldergrove Construction, Inc's quote attached:
i
'i
G
I
E
i
I
Project No. SVC15-27 Page 14 Rev.8/30/2011
QUOTATION FORM o
Project Title: Ground Services at Various Site Project Number: CON15-27
The bidder hereby bids the following amounts for all work (including labor, equipment, time and
materials) required to perform the work in the Statement of Work and this package.
(]a) Base Bid Year-Price for Light Operations Substations(July 2015 through December 201-5,)
�.c� O
July,2015 $ �',�o2y -"_ November,2015 $ ` I'L�\O
August,2015 $ I'D December,2015 S
September,2015 o® Subtotal
t- `
October,2015 _$_ ,��D 8.4%Sales Tax I
Total ! . lo r�A
(1b) Base Bid Year-Price for Wastewater Treatment.Plant(July 2015 through December 2015)
November,2016 $ _
July,2015 dp$� '��j�j '�' o0
December,2016
August,2015 ---- -
$ Iv
Subtotal
September,2016 -
- 8.4%Sales Tax�' R I
October 2016 - bo i-`--.-.--- .. -__
5�
&(2)0 Total S
I
Project: SVC15-27 Page 3 Rev 8/3 0/2011
i
AL}7�12C7Q-t��l�+ V�O� S
(2a) Option Year One-Bid Price for Liatit Operations Substations(February 2016 through December 2016)
bO
February,2016 $ (} September,2016 $
¢�? October,2016 S C5�
March,2016 $ � Q _t-___-__ -[�
April,2016 $ _o�OCe�e? November,2016 $
III—$ --- CC December,2016
May,2016
June,2016 $ p Subtotal` $ - --� -
July,2016 � t(20— 8.4%Sales Tax
August,2016 $ j�j °' Total
(2b)Option Year One-Bid Price for Wastewater Treatment Plant(February 2016 through December 2016)
C ��, aD September,2016'
February,2016 ?�� 1 �-=--..___--- �✓ ��__--_�
March,2016 October,20161 $ [
i
April,2016 $ IA 55 C2 9L November,2016 1 t-j,
May 2016 December,2016 $ }}(3 ' i
June,2016 $ Subtotal $ - --� - ---�
July,2016 $ Cam' 8.4%Sales Tax
r��°! ------------r--rte
August,2015 $ (�t Total
(3a)Option Year Two-Bid Price for light Operations Substations(February 2017 through December 2017)
February,2017 $ (nj September,2017 $ j d
March,2017 $ j`�°' October,2017 $ -- (o 6_._--
cx� November,2017 00
April,2017 $ `�{j $
E �U 0 December,2017 $ CjG(
May,2017 $ _
Subtotal $
June,2017 $ 11014 '
July,2017 $ 46, 8.4%Sales Tax $
August,2017 1 $ °► -- Total $
Project: SVC15-27 Page 4 Rev 8/30/2011
I
I
i
i
i
I
i
(3b)Option Year Two-Bid Price for Wastewater Treatment Plant.(February 2017 through December 2017)
February,2017 September,2017
March,2017 $ 10 82)CQ- October,2017 $
April,2017 $ November,2017 $ ------_7576c2-0—
May,2017 $ December,2017 $
June,2017 Subtotal tA 6— -o
July,2017 $ E56)6ap— 4%Sales Tax
_6cl
August,2017 $ 9&e�� Total
(4) Unit Priced Items. Price includes all costs including labor, tools, equipment, transportation,
and material to perform the work item. Unit priced items shall be ordered by the Public Works
Contracting Office on a separate delivery order from the work in bid items 1 through 3.
(4a) Planting Bed Mulching. (Unit-Cubic Yard installed)
(4a1) 2015 Unit Price: $ lAg)-2-8 (including tax)
(4a2) 2016 Unit Price.- $ (including tax)
(4a3) 2017 Unit Price: $ 5 (including tax)
Note: Unit Pricing shall include all costs including labor, tools, equipment,
transportation, and material.
Project: SVC15-27 Page 5 Rev 8/30/2011
BIDDER'S LANDSCAPE EXPERIENCE
Grounds Services Various Sites
SVC 15-27
Answer all questions and provide clear and comprehensive information. ''
1. Name of bidder: V-O'ano�}Irate.
2. Permanent main office address:
3. When organized: Ci U
4. When incorporated: � 7-,S,�
5. How many years have you been engaged in the contracting business under your present finn name?
--- 02 E y gin tz!5,
6. * Contracts on hand (schedule these; showing gross amnunt of each contract and the approximate
anticipated dates of completion): Ly)ntpscof,: ��{(fl33°°�"o ofv&O)AG
7. * General character of work performed by your company:
S. * Have you ever failed to complete any work awarded to you?_ O _
9. * Have you ever defaulted on a contract? 90
10. * List the more important projects recently completed by your company, stating approximate cost
for each and the month and year completed: (--C'_
----
1 1. * List your major equipment available for this contract:
o cg-
�. 3 �_
12. * Experience in construction�wor�1k similar in importance to this project: i_?N,or3 afluttf5( U� GY9rar-s
�I}1PiJ� 6Amy-,s , 1 x—):5570 d)A'oFes.- . (i-T•,. Ol- Co,—, 0),Lc-'ac-5
13. Will you, upon request, fill ou a detailed financial statement and furnish any other information
that may be required by the City? � _
* Add separate sheets if necessary.
The undersigned hereby authorizes and requests any person, firm or corporation to furnish any
informati reques y:th,City of Port Angeles.
Bi Signature Print Name
r
Date Title
Project: SVC15-27 Page 6 Rev 8;30/2011
Mm
REFERENCES
Grounds Services at Various Sites
SVC-27
j2o V kj-z�71- cf—11a 145
Name of Landscape Contractor Phone# Fax#
PLEASE PROVIDE THREE (3)VERIFIABLE REFERENCES
Project Name Date of Completion
Address City State Zip Code
3 fs�4
-121< )A I L& (_� )-------8 _'.�_.–1 o(401
Name of Responsible Contact Phone Number
Description of Project
2) U. S, Gil 69PAV,6 C:-"coq N(,
Project Name Date of Completion
M Iq IA An"E-in&)-f—i C,-V L�- 14
Address City State Zip Code
(360 �n(D—uZIE5
Name of Responsible Contact — Phon-c Number
Description of Project
3) 1 c,.,j 60/4145 0 o-4
Project Name Date of Completion
Address I, City State Zip Code
MAvf"q"J (3910
Nam`e of Responsible Contact Phone Number
Description of Project
Project: SVC15-27 Page 7 Rev 8/30/2011
Supplemental Information Form
Grounds Services at Various Sites
SVC15-27
The bidder hereby bids the following amounts for all work(including labor, equipment, time and
materials) required to perform the work in the Statement of Work and this package.
1. Lump Sum $
2. Sales Tax(8.4%) $ \4�1
3. Total Bid
4_ Contractor Availability Dates: 0"-f
5.The bidder hereby acknowledges that it has received Addenda No(s). �X I
(Enter"NIX if none were issued)to this Request for Quotation package.
6. The name of the bidder submitting this bid and its business phone number and address, to which
address all communications concerned with this bid and with the contract shall be sent, are listed
below. Any written notices required by the terms of an awarded contract shall be served or mailed to
the following address:
Contractor Information:
1. Company Name: (�ON5iy,2
2. Address:
3. City, State, Zip Code:
4. Phone Number: &9U
5. Contractor Registration Number: f}LID E#Z CT6L4 a(.G
6. UBI Number: LOLJO"CA'35
7. WA State Industrial Insurance Account Number:
8. WA State Employment Security Dept Number: E35-9 9to-0300
9. State Excise Tax Registration Number: i_C A gc)v.4
The bidder represents that it is qua' ied g -possesses sufficient skills and the necessary capabilities
to perform the services set ort i/11 i ontrac )
Signed by
Title Cz CS 6:Y'[Printed Name: W oL e- -- L
Date
Project: SVC15-27 Page Rev 8/30/2011
NEW