HomeMy WebLinkAbout4.612 Original Contract
r'
</.taJ:L-
City of Port Angeles
Public Works & Utilities Dept.
Operations Office
1703 South B Street
Port Angeles W A 98362
Tel: 360-417-4541
Fax: 360-452-4972
Service Contract
D Request for Quotation
IZl Contract
Contract Title: Grounds Services, Project Number: PW-09-004
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND Parsinen Landscape Maintenance. 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):
D All work under this Contract is to be completed by this date: ----'-
D 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.
IZl The performance period under this Contract commences May 1. 2009 and ends December 31.
2009. Upon 30 days written notice, the contract may be extended at the option of the City for
each of 2 additional one year periods.
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract (check one):
D Time and material, not to exceed: $_
D Time and actual expenses incurred, not to exceed: $
IZl Unit prices set forth in the Contractor's bid or quote. "Attachment D"
D 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.
PW -09-004
Page 1
Rev. 03/11/2009
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.
5. 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
PW -09-004
Page 2
Rev. 03/11/2009
Contractor, upon the occurrence of anyone 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 is 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. HOLD HARMLESS
A. The Contractor shall protect, defend, indemnify and save harmless the City, its officers, employees and
agents from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting
from the negligent acts or omissions of the Contractor, it's officers, employees and agents. The Contractor agrees
that its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on
behalf of, any of its employees or agents. For this purpose, the Contractor, by mutual negotiation, hereby waives,
as respects the City only, any immunity that would otherwise be available against such claims under the industrial
insurance provision of Title 51 RCW. In the event the City obtains any judgment or award, and/or incurs any cost
arising therefrom including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and
costs shall be recoverable form the Contractor.
PW -09-004
Page 3
Rev. 03/11/2009
B. The City shall protect, defend, indemnify and save harmless the Contractor, its officers, employees and
agents from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting
from the negligent acts or omissions of the City. The City agrees that its obligations under this subparagraph
extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or
agents. For this purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any
immunity that would otherwise be available against such claims under the industrial insurance provision of Title
51 RON. In the event the Contractor obtains any judgment or award, and/or incurs any cost arising therefrom
including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be
recoverable form the City.
11. INSURANCE
The Contractor shall maintain insurance as set forth in Attachment B.
12. PREVAILING WAGE (Not Applicable)
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 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
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 I 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. .
PW -09-004
Page 4
Rev. 03/11/2009
IN WITNESS WHEREOF, the parties have executed this Contract as of ..5 - .c.J , 2009.
CONTRACTOR CITY OF PORT ANGELES
By:~~ By: ~~
Printed Name: ~{{ &stlJfIJ prin~ Name: ~T M.VER5
Title: Pt~/bl>1.JT-fAtSl#Jf1J l..~ScIf(" "At~T. T1J<. Title: ~l TV M8NA~ER
Address: Ro. 'l!::cJ( 3lD3J
City: SE"QUt,,",,- ~ 983R;}.
Tax ID #:
Phone Number: 1~ tc83 ~ggJ - 'I'/) ,:}If.J'b Purchase Order #: YV\O(\~ \~
.. { ,.41
1,{
PW -09-004
Page 5
Rev. 03/11/2009
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
ATTACHMENT "A"
WORK BY CONTRACTOR
1. The contractor shall do all work, provide supervision, 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. 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 "F" Street, Port Angeles
. I Street - 1538 West yth Street, Port Angeles
Wastewater Facilities
. Wastewater Treatment Plant: 1509 East Columbia, Port Angeles
3. Service Frequency Schedules. See Table 1 below.
4. Site Point of Contacts (Managers):
Light Operations: Maintenance Technician Todd Eisele at 360-417-4746 or 360-460-8417.
Wastewater Treatment Plant: Superintendent Jeff Young at 360-417-4845 or 360-461-1044.
S. Work Hours. 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.
6. 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.
PW -09-004
Page 6
Rev. 03/11/2009
7. Damages. The Contractor shall be responsible for making repairs due to damage resulting from operations
performed by the Contractor.
8. Contract Period.
a. Base Year. This contract shall be awarded based on the base year bid items. The performance period for
the base year begins May 1, 2009 and continues through December 31, 2009. It is noted that because of
beginning on May 1, 2009, the performance requirements during the initial month may be larger to catch up the
work requirements. The Contractor shall consider and include this in its pricing quote.
b. Option Years. The City shall have at its sole option the right to award the subsequent option years for
services. The City shall provide the Contractor 30 days prior written notice of its intent to exercise its right to award
an option year. Option years one and two, if taken, shall commence on March 01 and continue through December
31 of each option year.
9. 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. Herbicide or pesticide application must be performed by a WSDA licensed applicator. 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.
e. Periodic meetings between the Contractor and the Site Manager will be held as needed to share information
or address contractor or owner concerns.
10. 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. -
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 one inch in height using the
appropriate mower. adjustment stature. Contractor may use a mulching mower when appropriate.
Contractor shall mow lawn to approximately one inch in height. 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
PW -09-004
Page 7
Rev. 03/11/2009
appearance. Contractor shall catch grass clippings and dispose of along with weeds, leafs etc. at an
appropriate disposal site.
5. Fertilizinq. Fertilize lawns three times per year or when needed. Contractor shall use professional
judgment as to scheduling of fertilizing. Normally once in June, once in August, and again in late October
using a 21-7-14 formula at manufacturers recommended amount and instructions.
b. Irriqation.
1. System. The Contractor shall activate the sprinkler system in spring and check for leaks and defects. At
the conclusion of the growing season, the Contractor shall conduct winterization servicing to safeguard
system components during the dormant season. This shall include removal of all water from irrigation
system components. Contractor shall notify appropriate sites contact persons 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.
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. Apply at the frequencies in Table 1. 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 pre-emergent (Monobor Chlorate), herbicide 2,4-0, and Crossbow within substation
fenced areas. 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 Roundup and Crossbow (Dow Product). Contractor shall use Crossbow
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. 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.
PW -09-004
Page 8
Rev. 03/11/2009
2. Prunina. Prune trees and shrubs once per year in November or December so as to promote healthy
growth and to keep them from touching buildings and sticking out into streets, sidewalks and lawns.
3. Fertilizina. Rhododendrons, azaleas, and heathers shall be fertilized with a formulation of 5-10-5 twice
per year or when needed. Normally, fertilizing of the above plants takes place once in early March, and
again in Mayor early June. Fertilizer will be applied at a rate of V2 cup per plant for heights up to six feet,
and at a rate of one cup per plant for heights over six feet. Apply fertilizer twelve inches out and away
from trunk. Contractor shall follow manufacturers instructions in application of fertilizer.
4. Plantina 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 in quantities set forth on delivery orders from the
Public Works Operations Contracting Office at the bid unit prices. 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 plant as provided by the same product from Blakes Sand and Gravel.
This line item can be used for any Public Works activity within the City of Port Angeles including Parks
Maintenance. Any delivery orders for this item shall be additional to the monthly service in line items 1
through 3 of the contract. This line item can only be used for existing planting beds that use bark/mulch;
barking/mulching for purposes of new beds falls outside of the scope of work of the services contained in
this contract.
PW -09-004
Page 9
Rev. 03/11/2009
Table 1. Service Schedule - Occurrences Per Month
Irrigation Rough/
Lawn Lawn System Brush Fall Leaf Weed
Edfinf Mowinf Fertilizin!! Servicin!! Removal Removal Prunin!! Control
March 1 2 1
Trees &
Beds
April 1 2 1 1
May 1 3 1 1 1
Trees &
Beds
June 1 4 1
Lawn
July 1 4 1
August 1 4 1 1
Lawn
September 1 3
October 1 2 I 1
November 1 2 1 2
Lawn
December 1 1
PW-09-004
Page 10
Rev. 03/11/2009
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417 -4541
ATTACHMENT B
INSURANCE
Insurance Requirements:
The Contractor shall procure and maintain for the duration of the Contract, 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. Failure by the Contractor to
maintain the insurance as required shall constitute a material breach of contract upon which the City may, after
giving five working 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, off set against funds due the
Contractor from the City.
1. Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
a. Automobile Liabilitv 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.
b. Commercial General Liabilitv insurance shall be written on ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop gap liability, independent contractors, products-
completed operations, 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. 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.
c. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
2. Minimum Amounts of Insurance
The Contractor shall maintain the following insurance limits:
a. Automobile Liabilitv insurance with a minimum combined single limit for bodily injury and property
damage of $1,000,000 per accident.
b. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate
limit.
3. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile
Liability and Commercial General Liability insurance.
a. The Contractor's insurance coverage shall be primary insurance as respect to the City. Any insurance,
PW -09-004
Page 11
Rev. 03/11/2009
self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's
insurance and shall not contribute with it.
b. The Contractor's insurance shall not be cancelled or reduced as to coverage by either party, except
after forty-five (45) days prior written notice by certified mail, return receipt requested, has been given
to the City.
4. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VI.
5. Verification of Coverage
The 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 Automobile Liability
and Commercial General Liability insurance of the Contractor before commencement of the work.
6. Contractor's Insurance For Other Losses
The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools,
Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the
Contractor, or the Contractor's agents,. suppliers or contractors as well as to any temporary structures,
scaffolding and protective fences.
7. Waiver of Subrogation
The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors,
agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by
Builders Risk insurance or other property insurance obtain pursuant to the Insurance Requirements Section of
this Contract or other property insurance applicable to the work. The policies shall provide such waivers by
endorsement or otherwise.
PW -09-004
Page 12
Rev. 03/1112009
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417 -4541
ATTACHMENT "C"
Delivery Order Form
CONTRACT: PW-09-004, Grounds Services
Delivery Order Number: PW-09-004-_
Location of Work:
Service Tasks: Planting Bed Mulching
Performance Period:
Quantity (Cubic Yard):
Unit Price:
Total Cost:
Additional Comments:
City of Port Angeles Authorizing Agent
Date of Issuance
Contractor
Date Received
PW -09-004
Page 13
Rev. 03/11/2009
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
ATTACHMENT "0"
Quotation Form &. Supplemental Forms
PW -09-004
Page 14
Rev. 03/11/2009
QUOTA TION FORM (1 of 3)
Grounds Services
PW-09-004
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.
(la) Base Bid Year - Price for Lil!ht Operations Substations (April 2009 through December 2009)
. May, 2009
July, 2009
. $ S-OO. cro
$ 4- J.:). (P. '+0 'It-
$ ;;).~)lP.
$ ~d CD. 0
$ ~ to. ~O
$ ;)~JlA\fQ
November, 2009
Subtotal
$ J"d (,. '10
$ d-d-~<.o. 'f~
$ ;;l () 0 g If. 0
$ ~ /. l:;t
$ ;l, 77'. ') ~
June, 2009
December, 2009
August, 2009
8.4% Sales Tax
September, 2009
Total
October, 2009
"* ~"~1C.''bG' AfPLICA'r(61'J
(1 b) Base Bid Year - Price for Wastewater Treatment Plant (April 2009 through December 2009)
April, 2009 $ NA October, 2009 $ 8sl). ~
May, 2009 $ <iSSO.~ November, 2009 $ 8'SD. C()
June, 2009 $ $l).~ December, 2009 $ 8~.~
July, 2009 $ 8st).~ Subtotal $ Co CD. o-c
August, 2009 BS"D .0-0 8.4% Sales Tax $"'7/ ,~
$ $
September, 2009 $ 850.~ Total $ 7-g7/.~
(2a) Option Year One - Bid Price for Li!!ht Operations Substations (April 2010 through December 2010)
April, 201 0 $ OO"6-b October, 2010 $ ::r3~D. ~
May, 2010 $ OC.Ot) November, 2010 $
June, 20 ID $ <f300.~ December, 2010 $
July, 2010 $ ~S60,~ Subtotal $
August, 2010 $ ;;l36D. ~ 8.4% Sales Tax
$
September,20ID $~ OO.~ Total
RFQ PW -09-004 *' 1iE"1),c\~ Afltl'Ar<<~tJ PagelS Rev. 3/11/2009
QUOTA TION FORM (2 of 3)
Grounds Services
. PW-09-004
(2b) Option Year One - Bid Price for Wastewater Treatment Plant (April 2010 through December 2010)
April, 2010 $ SD.~ October, 2010 $ 8SD.bO
May, 2010 $ 8$0 .~ November, 2010 $ .~
June, 2010 $ 8Sb..~ December, 2010 $ .8Sb. ere
July, 2010 $ Sb.oo Subtotal $ 76$1).~
August, 2010 $D. 0'() 8.4% Sales Tax ~~~ . !Db
$ $
September, 2010 $ C&St>.60 Total $ %:J. ~.Co~
(3a) Option Year Two - Bid Price for Lil!ht Operations Substations (April 2011 through December 2011)
April, 2011 $ ~1ot). CSt:> October, 2011 $ ~3'b b. trt)
May, 2011 $ C)b.c:sC November, 2011 $ d-3Cb. ~
June, 2011 $ 4~t,)t>.~ December, 2011 $ 3~~.~
July, 2011 $ :l3(;;C .~ Subtotal $ C/CO.~
August, 2011 ~3c(:) . C70 8.4% Sales Tax 17 .ee
$ $
September, 2011 $ ;)3D~. ~ Total $ ~d. lf3%. 8~
(3b) Option Year Two -Bid Price for Wastewater Treatment Plant (April 2011 through December 2011)
April, 2011 $ STh,~ October, 2011 $ ~~.~
May, 2011 $ ~S"D. November, 2011 $ ~.~
June, 2011 $ st).CC December, 2011 $ gJ.OO
July, 2011 $ ~SO . 00 Subtotal $ 7<oS-(). ~
August, 20 II eso.&() 8.4% Sales Tax ~ tf;). . (gO
$ $
September, 2011 $ 8SD.~ Total $ <B~9~ . too
RFQ PW -09-004
Pagel'"
Rev. 3/11/2009
BIDDER'S LANDSCAPE EXPERIENCE
Grounds Services
PW-09-004
Answer all questions and provide clear and comprehensive information.
1. Name of bidder: fA~SIAJ~ LAtJbt<.AP~ I1AINr. I..AJ(.
2. Permanent main office address: ;J S- ) I.. ,,,~S I DC' Lb S ~(J (~
3. When organized: I Cf 8 8
4. When incorporated: ~ -I 0 - J 9'8
5. How many years have you been engaged in the contracting business under your present firm name?
:)r
6. * Contracts on hand (schedule these, showing gross amount of each contract and the approximate
anticipated dates of completion): S ~ A ~c J.l.E1)
7. * General character of work performed by your company:
COMI'\6iC.Crl'\-L l...AIJ~CAl~ MA/~r: 1.)0 1t.~1 06"'Ai'JJ:tL..
8. * Have you ever failed to complete any work awarded to you? JJ6
9. * Have you ever defaulted on a contract? JJ (:)
10. * List the more important projects recently completed by your company, stating approximate cost
for each and the month and year completed: OkJ C\. b J )..) u
l~'bS'c~~ M411J~,uC.f"' Cbf.S\\4\.<!'t J - Sft A"tf16t~ l)
11. * List your major equipment available for this contract: Fl..A.TB rb ~ c fo,( €'llvJ!'hnJl)
bvtJ\P ~C.K, (j, ~ ~ 7\JaUJ C~ 111'\ lU, M.. JC, 'i)~ S. If Co 1-11\ ~ IJ~"._ ~ 4Uc: ~ a.Ju-J{) j ..,.. Jt1.SSare7'.
12. * Experience in construction work similar in importance to this project:
N/A
13. Will you, upon request, fill out 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
information requested by the City of Port Angeles.
~~
BIdder's gnature
any person, firm or corporation to furnish any
Gt6fF fA~IPJ~1J
Print Name
~-1 Lf - Ot:t
Date
p ~ {;J t f)E"'NT
Title
RFQ PW -09-004
Page 11-
Rev. 3111/2009
REFERENCES
Grounds Services
PW-09-004
PMJlJJ~fJ L..~VSC"'e Mft/l.ff. IIJ(.
Name of Landscape Contractor
~ Coe3 ~eeJ.. - S~~
Phone #
Fax #
PLEASE PROVIDE THREE (3) VERIFIABLE REFERENCES
1) (. '~I-tTOff-~A.DbJ'l~ S uRS.
Project Name
/99.) - .J~~
Date of Completion
3,:) 1 E". F=i,c114 fOI.T M(9.~~ f..r.J(.l. 7~3Q;:2
Address City State Zip Code .
Tt=>l>J> f;",SrLte (3G,G. ) y.(,e- ~lf/7
Name of Responsible Contact Phone Number
C'bMkg..C,tl'l ~tAPc HA-r#J\
Description of Project
2)
W~S~U~ 11ZFJt.T,-.,QJ i
Project Name
I S6C( ~ Cac..u 1-\61 A
Address
dcco -
~&
Date of Completion
~rr~ELFJ wA
City State
7'~3&:t
Zip Code
:5"t::F F '1 avfJ G..
Name of Responsible Contact
(.%0 ) LJ.~/ -/0 1I 'f
Phone Number
COJotME1trJ4\... (.~1)S'AI'€" t-t4,Uf
Description of Project
3) D6k,1..J16N "jt:;C4\CF' J-lt:i"'f"(JWIJ~"flJ
Project Name
1'198 -
. Date of Completion
17>of S. ~~ Au€"
Address
S~V(I\.
City
(~b~) 683 1/38
Phone Number
WtLt
State
19~~
5o~ ..s~~
Name of Responsible Contact
IC() r~~~\JS~
Zip Code
~ () ~-:s .f--
Description of Project
RFQ PW -09-004
PagelS
Rev. 3/11/2009
Supplemental Information Form
Grounds Services
PW-09-004
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 $ 8~/S-8LA Bo $ '1~~
2. Sales Tax (8.4%) $ /~:ll.\~
f
3. Total Bid $ 9b/c6~q~
,
4. Contractor Availability Dates: '''f\d)/q;rt~
5. The bidder hereby acknowledges that it has received Addenda No(s).
(Enter "N/A" if none were issued) to this Request for Quotation package.
JUJA
,
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:
fAes,~E1U L~\)ScAlf" MIJ.JJJT: :rtJC.
'RO. ~x '3,,33
S~\11 M. wA 9 81&~
3~ (093 SB~;)'" - ~o ).<.(-30
PA~SI. LM O.,:J3NM
&0\-- ~ If-'tO$
~o~~ S-Cf3 -0 f
,
olf-S I 0 16D <.0
.
~.
2. Address:
3. City, State, Zip Code:
4. Phone Number:
5. Contractor Registration Number:
6. UBI Number:
7. WA State Industrial Insurance Account Number:
Printed Name:
Date
RFQ PW -09-004
Page \ Gl
Rev. 3111/2009