HomeMy WebLinkAbout001366 Original Contract City of Port Angeles
Record#001366
City of Port Angeles
Public Works&Utilities Dept,
Engineering
321 E.51�1 Street LIMITED PUBLIC WORKS PROCESS
Port Angeles,WA 98362
Tel:360-417-4541
Fax:360-4174709 Fj Request for Quotation
M Contract
Contract Title: Light Operations Mezzanine Removal and Relocation Project Number: CON-2018-09
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("City") AND ALDERGROVE CONSTRUCTION, INC, WASHINGTON ("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):
M All work under this Contract is to be completed by this date: May 25, 2018.
El All work under this Contract is to be completed days from the Notice to Proceed. No work is to be
performed prior to written Notice to Proceed by the City,
El The performance period under this Contract commences 10 calendar days after notice to proceed
and ends (20 days thereafter or after contract award).
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract(check one):
N Force Account-Time and material, not to exceed: $23,500
El 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: $_
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 CON-2018-09 Page 1 [FORM REVISED 7/20171
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 property 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, sexual orientation, genetic information, 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 premises and all materials thereon and finish the
work by whatever methods it may deem expedient, by giving 10 days written notice to the
Project CON-2018-09 Page 2 [FORM REVISED 7/2017]
• • •. r • r- r �r •
" .r•r "r M •, •. •. •
r w r• r .r. .• • • r r • -r -•
r • • r r r r. r r • r r • ,r•
• • • r" r ter. r • s • ar • • r
M r . • •
•• rr` r • r ....r.` r • • r'.` • •. r
r .r:,.. r
w -• r r ♦ • •. .• •
• • •- • s r- -r, � - • • • - -r -• �•
-• •. .r r r • r r. .r- -r r r
r. _• r • r -r r r s r r • r� r. r
r- • r .• - • • • r. • •
s• r •. .r� r^ _r. a �r r • r • r • s i
r. r r r r.r .rte r r. . • .• .
r • r •
�' r. r r • r r r r- r' r r� r -r r �•
rr M r 'r. '■ r r • r f. 4 r r'
r w. r r "`rM •.... r f. • • rr M. • r r r -r. `r • r.�•.11 r
• • r� • r- .r r r• r • r- .r- .r � r • • r
• r. • r r r r • • .rr • r • r r • r-
.r. • r. .r- - r- • • r • r r_ • _ r.
• •_ .fi'^ • • •. • • r r. .rte r- • r
r r • ,rr r r • r. ♦ • r• r .rr r •
r. r,_ �.. �r r .r • • : r r. .rµ • .rr,, r r
r-. ,•- r •. •- r � - r ,rr • r •• ••
w • r
M • • « r • � �-r. • r- r - • •• • •
r• r r • - r .rr r � r • r_ r- r �r rr r • t
s r .,raw, • r r� r
� r w r ',r
w r • r- _ w r- r r r r • r r • •
i .... r 1. ..11` • • '...r r • f • r ♦� r. •
f` 1 i *,r •• N' N r. .�aV' _r r r.. ..r.� r.. r.
• .• • r. .r- • • r rrr ' r r- • r r. .r� • • rr� �r r • •
• • .r •� r� • • • • • .• •. •. •
r � a- rrr r- 1 r r i-• r • • r •�
.r• . -� r � r. - • • • • r - r r • • •
r,r
' �
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 Claillarn County. Washington State wage determinations for Claltam
County Journeymen and Apprentices can be found at:
httpsiLfgfttgak.w-g_q-o-vj-l-n-ilwagelookupLprvWggglooku p.aspx
—
ha
Use the applicable wage determinations 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. INTERPRETA71ON 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 Ciallam 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.
IS.INSPECTION AND RE3ECTION
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 Contractors risk and expense.
16. SUBLETTING OR ASSIGNING OF CONTRACTS
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.
Project CON-2018-09 Page 4 (FORM REVISED 7/20171
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 CON-2018-09 Page 5 [I'ORM RMSED 7/20171
IN WITNESS WHEREOF, the parties have executed this Contract as of the date of the last signature affixed below.
ALDER7CINSTRUCTION,INC. CITY OF PORT ANGELES
By: By:
Printed Name: L JZ'Y t-i Printed Name: V-�QkAla
Date: a f Title: (2111�u
Date:
Trde:
Address:
City: tjf
Tax ID #:
Phone Number:
Project CON-2018-09 Page 6 [FORM REVISED 7/20171
City of Port Angeles ATTACHMENT "A"
Engineering Office WORK BY CONTRACTOR
Public Works and Utilities Department
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.
General Scope: The Contractor shall disassemble, transport, and reassemble mezzanine units from the Light
Operations Facility located at 2007 South 0 Street, Port Angeles, Washington 98362 (Existing Light Operations
Facility) to the new Light Operations Facility located at 1734 West US Highway 101, Port Angeles, Washington 98363
(New Light Operations Facility). Light fixtures and shelving will not be included in the contractor's bid; this will be
completed prior to the contractor beginning to disassemble the mezzanine.
Site Point of Contact: Tim Amiot, Warehouseman, at 360-417-4738.
Work Hours and Schedule: The contractor will be allowed to work from 7:00 AM to 5:00 PM, Monday through
Friday, excluding weekends and all legal Holidays. Work outside of these hours may be requested from and is at the
discretion of the Deputy Director of Operations.The Contractor shall provide the Point of Contact a schedule, five (5)
calendar days in advance of commencement of work on this project Any deviations from the established schedule
shall be coordinated through and subject to the approval of the Deputy Director of Operations.
Specifications/Work Requirements:
All work shall be executed in strict accordance with the latest edition of the following standards and codes
and all local ordinances and regulations, and shall meet industry standards. The Contractor is required to
obtain all permits required by City of Port Angeles, municipal codes and the current adopted codes:
1. International Building Code (IBC)
2. International Residential Code (IRC)
3. Uniform Plumbing Code (UPC)
4. International Fuel And Gas Code (IFGC)
S. International Mechanical Code (IMC)
6. Washington State Energy Code (WSEC)
7. Washington State Ventilation And Indoor Air Quality Code (VIAQ)
8.ANSI 117(Ada Accessibility Code)
9. International Fire Code (IFC)
10.National Electrical Code (NEC)
11. Underwriters Laboratories (UL)
Project Description
The Contractor shall disassemble, transport, and reassemble the steel mezzanine units from the existing
Light Operations Facility to the new Light Operations Facility. Light fixtures and shelving will not be
included in contractor's bids;this will be done prior to contractor beginning disassembly.
1)Disassemble
A) Contractor will disassemble the mezzanine structures from existing Light Operation Facility.
`rhe City Light crew will operate forklift at the **0'* Street location for removal. Disassembly
will include mezzanine, handrails, and stairs.
• Wood decking is to be re-used on the mezzanines.
• Shims that are currently being used to level the mezzanines may be re-used at the new
Project CON-2018-09 Page 7 [FORM REVISED 7/2017�
facility, if necessary.
13) Mezzanine is secured with 51/8" diameter bolts and typical "drive-in" masonry anchors.
Contractor will be responsible for removing the bolts to move the mezzanine. The anchors will
not need to be removed from the concrete. Below are photos of the mezzanine in its current
location at the existing Light Operations Facility.
Q Mezzanine Specifications are as follows-
• 62 feet long(including stairs), x 22 feet wide, x 13 feet high(including rails).
Structure is bolted to the floor with concrete anchors.
Al
4W
NO
IS
T,
Photo No. 1:Existing rune zanine to be disassembled,transported,and reassembled at new LAght Operations building,
2) Transport
Contractor will supply labor,tools, materials, and equipment to load,transport, and unload
disassembled mezzanines to new Light Operations Facility.
3) Reassemble
The Contractor will reassemble the mezzanine structures at the new Light Operations
Facility. The Contractor shall operate forklift rented by the City Light Division at
Project CON-2018-09 Page 8 (FORM REVISED 7/2017l
relocation site. The Contractor will install new masonry anchor and secure. The City will
be responsible for welding stairwell at new location, The mezzanine will be assembled in
the center compartment of the shop building along the east wall.
Below is a photo of the area where the mezzanine will be located and a drawing illustrating
the location and alignment the mezzanine.
IJP/
fe,
Photo No, 2, Mezzanine%M be insuffled along eas� vaH of cenLer shop buikfing.
Project 0"ON-2018-09 Page 9 (FORM REVISED 7/2017]
r
Not Drawn to Scale. Illustration depicts location nf'rnezzanine in new Light Operations, Facility.
4) Dimensions (existing mezzanines at 2007 South "0" Street)
A) The drawing above illustrates the dimensions of'the mezzanine in its current locations, The
mezzanine structures are halted to the Boor with 5/ -inch concrete anchors. Contractor will he
responsible for procuring anchors and bolts that will meet the needs of"property and safely
securing the mezzanines.
Prospect CON-2018-09 Page 10 [FORM REVISED 7/20171
City of Port Angeles ATTACHMENT "B"
Engineering Office INSURANCE
Public Works and Utilities Department
INSURANCE REQUIREMENTS FOR
CONSTRUCTION AND SERVICE CONTRACTS
Includes construction and remodeling,janitorial service, tree maintenance, road maintenance,painting,
electrical work,ph,tmbing, 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 wise 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 covet-age 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 1185 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 Linder 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
Contractor shall maintain the following insurance limits:
Pmject CON-20184)9 Page 1 I [FORNI REVISED 7/20171
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 CON-2018-09 Page 12 [FORM REVISED'720171
City of Port Angeles ATTACHMENT "C"
Engineering Office CONTRACTOR'S PROPOSAL
Public Works and Utilities Department
Aldergrove Construction, Inc's Proposal:
Remove mezzanine from existing location at 2007 South 0 Street, Port Angeles, WA and install at new location,
1734 West US Highway 101, Port Angeles, WA,
1. The City shall be responsible with obtaining and providing a forklift for the dismantling and loading of
mezzanine at current location. The City shall operate forklift at current location, 2007 South 0 Street.
2. The Contractor shall operate forklift at new location to assemble mezzanine.
3. The City shall be responsible for welding at new location for stairwell(s).
Price is based on $85 per man hour(266) and $360 allowance for materials. Time and material shall not exceed
$23,500.00.
Ptv.jeet CON-2018-09 Page 13 [FORM RENISED 7'20171