Loading...
HomeMy WebLinkAbout12-022 Original ContractCity of Port Angeles Public Works Utilities Dept Operations Office 1703 South B Street Port Angeles WA 98362 Tel: 360 417 -4541 Fax 360- 452 -4972 Contract Title: Ground Services Project Number: PW 022 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON "CITY AND Aldergrove Construction "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: 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 June 22, 2012 calendar days after notice to proceed and ends December 31, 2012. 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. "Attachment 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. Project PW -12 -022 Page 1 LIMITED PUBLIC WORKS PROCESS Request for Quotation Contract City of Port Angeles Record #000474 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. 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 Project PW -12 -022 Page 2 Rev. 8/30/2011 s 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. 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. 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. Project PW -12 -022 Page 3 Rev. 8/30/2011 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 RCW. 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 from the City. 11. INSURANCE The Contractor shall maintain insurance as set forth in Attachment B. 12. PREVAILING WAGE This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. The schedule of prevailing wage rates for this Contract is made a part of this contract as though fully set forth herein. Prior to making any payment under this Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries. It is the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage The Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance of services rendered, Contractor shall submit an "Affidavit of Wages Paid For a contract award or an on -call contract work order 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. Project PW -12 -022 Page 4 Rev. 8/30/2011 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 /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 PW -12 -022 Page 5 Rev. 8/30/2011 IN WITNESS WHEREOF, the parties have executed this Contract as of :1Art. `9 2012. ALDERGROVE CO STRUC By: Printed Name: 0 41- L. D Kvrt et-E CITY OF PORT ANGELES By: Address: 33to geV)SC) 7 e1 City: PO ilr I,v 14 WC 3 Tax ID 60I• lO 935 Printed Name: OCvn Tc.[ lm ck -t)e'n Title: Fe- E510£Arr Title: in k.' man-01e Phone Number: 63C70) q s 7 2.406 7 Purchase Order Upri0 Project PW 12 022 Page 6 Rev. 8/30/2011 City of Port Angeles Operations Office Public Works and Utilities Department 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. Location: Various sites 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 14 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 7 Street, Port Angeles Wastewater Facility Wastewater Treatment Plant: 1509 East Columbia, Port Angeles ATTACHMENT "A" WORK BY CONTRACTOR 3. Site Point of Contact: 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 4. Work Hours and Schedule: Wastewater Treatment Plant and Light Operations substations work hours are from 7:30am to 3:OOpm, 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. 5. 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 PW -12 -022 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 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. 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. 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. 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. 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 appearance. Contractor shall catch grass clippings and dispose of along with weeds, leafs etc. at an appropriate disposal site. Project PW -12 -022 Page 8 Rev. 8/30/2011 4. Fertilizing. 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. Irrigation. 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 -D, 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. 2. Pruning. 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. Project PW -12 -022 Page 9 Rev 8/30/2011 3. Fertilizing. 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 May or early June. Fertilizer will be applied at a rate of 1 /2 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. 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 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. Project PW -12 -022 Page 10 Rev. 8/30/2011 Table 1. Service Schedule Occurrences Per Month Project PW -12 -022 Page 11 Rev. 8/30/2011 Lawn Edging Lawn Mowing Fertilizing Irrigation System Servicing Rough/ Brush Removal Fall Leaf Removal Pruning Weed Control March 1 2 1 Trees Beds April 1 2 1 1 May 1 3 1 Trees Beds 1 1 June 1 4 1 Lawn July 1 4 1 August 1 4 1 Lawn 1 September 1 3 October 1 2 1 1 November 1 2 1 Lawn 2 December 1 1 Table 1. Service Schedule Occurrences Per Month Project PW -12 -022 Page 11 Rev. 8/30/2011 City of Port Angeles Operations Office Public Works and Utilities Department 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. Indemnification Hold Harmless 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. 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 waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 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 ATTACHMENT "B" INSURANCE 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 Project PW -12 -022 Page 12 Rev. 8/30/2011 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 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. Project PW -12 -022 Page 13 Rev. 8/30/2011 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 PW -12 -022 Page 14 Rev. 8/30/2011 City of Port Angeles Operations Office Public Works and Utilities Department 360- 417 -4541 See attached listing: ATTACHMENT "C" PREVAILING WAGE RATES 1. Washington State Prevailing Wage Rates For Public Works Contracts Journey Level and Apprentices, Clallam County, effective 5/2/2012. 2. To access applicable prevailing rate(s) of wages rates for the describe work by trade, use the following Labor and Industries website link: http: /www.lni.wa.gov/ TradesLicensing /PrevWage/WageRates /default.asp 3. A copy of the applicable prevailing wage rates can be obtain by contacting Lucy Hanley at 360 417 -4541 or by email, lhanley @,cityofpa.us. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles, WA. 98363. Project PW -12 -022 Page 15 Rev. 8/30/2011 City of Port Angeles Operations Office Public Works and Utilities Department 360- 417 -4541 See attached Contractor's bid /quote: Project PW -12 -022 ATTACHMENT "D" CONTRACTOR'S BID /QUOTE Page 16 Rev. 8/30/2011 MAY -09 -2012 WED 08:32 AM ALDERGROVE FAX 110. 360 457 6765 P. 02 QUOTATION FORM 1—)LvEO_GRoV C1*I519..0ei 10 Project Title: Ground Scrvicr s Project Number: PW -12 -022 The bidder hereby bids the following amounts for all work (Including labor, equipment, time and i materials) required to perform the work in tho Statement of Work and this package. (hi) Nisi; 13111 it Price for I,jh) er.ttious Substations (,tune 20121hroogh December 7012) nail, 2012 May, 2012 June, 2012 July, 2012 Au'sul, 2012 September 2012 April, 2012 May, 2012 June, 2012 July, 2012 August, 2012 Sciatc;nuher, 2012 March, 2013 April, 2013 May, 2013 June, 2013 July, 20E3 Augir,;1, 2013 (1h) 11 itid Year Price for \V.astervater Trealmenl Plant (Julie 2012 lhruul;h Ili' ember 2012) Sao Project: ['W- 12-022 Pogo 3 October, 2012 November, 2012 December, 2012 Subtotal g,4% Sales TaIc Tol n1 October, 2012 November, 2012 December, 2012 Subtotal 8A% Sales 'fax Total Soprcinbct, 2013 Octoh,,t, 2013 November, 2013 1kecml a, 2013 Subtotal E.4% Sines Tax Total S15 X95° (20) Option Year One I3id Price for 1.Iehl Operations Suhstatira' (tpri12013 through December 2013) Rev 8/30/21)11 MAY-09-2012 WED 08:32 AM ALDERGROVE LP WO Option d Year One BiCe for Waqit Tr rwaier eaPro 2013) March, 2013 Apill, 2013 May, 2(113 June, 2013 July, 2013 Aue.us1, 2013 (3a) ()Mimi )(ear TIN 0 ltid 'Price for Liglagoenitions Substations pri1 2014 Ihrough Decvmher 2014) 1\1,n al 2014 April, 2014 M4y, 2014 June, 2014 2,014 AuguM, 2014 March, 201-4 April, 2014 May, 2014 Julio, 2014 July, 2014 Au4;ust, 2011 Scptemb4.T, 2014 October, 7.014 November, 2014 1)con3uer, 2014 Subtotal 8,4% Sales Ta)c Totil scriember, 2014 0■:tober, 2014 November, 2014 Mccother, 2014 Sublo1711 SA% Salc, Tax Total Project; PW-12-022 Page. 4 Sol eluber, 2013 October, 2013 November, 2013 Decembet, 201:3 Subtotal 8,4% Salch Tax 'rota! FAX NO. 360 457 6765 P. 03 (MO Option Year Two -Rid Price for WaS(("A liter Trealmeal Plant (April 2014 through December 2014) Rev S130/2011 MAY -09 -2012 WED 08:33 AM ALDERGROVE FAX N0. 360 457 6765 P. 04 n i_or-7:11.Gftovz:: Carts-riz■x-51 or,/ (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) 2012 Unit Price: 31 (including tax) (4a2) 2013 Unit Price: ,a (including tax) (4n3) 2014 Unit Price: 1 10 11 (including tax) Note: Unit Pricing shall include all costs including labor, tools, equipment, transportation, and material. Project: PW -12 -022 l'agc 5 Rcv R /3012011 MAY -09 -2012 WED 08:33 AM ALDERGROVE Answer all cpteslions and provide Clear and Contprelien information. Name of hWder: (..10114G�e,V Cogs.,,. ?C•1 0)4 1,4c 2. permanent main c) l ire tidddtess: tr3 jtiScsra 3- When organized: -_I 9 1 Wlrat incorporate!: c. 5. 1(uw many years have you bctrl engaged in the con Intel ing business under your present firm name? 6. Contracts on hand (schedule these, showing gross amottnt of each contract and the approximate anticipated dates of completion):., ,1�?ttx C tc.. �,,lr r 5i'y .0 t50ts 1A ritt c L Y1 1!?l� lµ.?.6 cafe_ kl .._1 T �a f'tc�_ �L�er�! 7. General rlt.uactcr of work perfitrmrd by your company: trio j4 �`r to L L 6CI Pt 8. 1 love you ever tailed to compote any work awarded to yon? jc 9. [lave you ever de (hutted on a contract? 10. List the more important projects recently completed by your company, stating approximate cost for each and the month Lind year completed: pyynrf\c.Ep 11. List your major equipment available for this contract: aivko►!e.•rts. t 64" Mow 45 648 "M01,4°- 01.'12.ut pS 14 _0.�I -,0-i l_t f MAILER t-nratsciT1 1,R4iLCR.,6 eLowErts AC 1/4Ca 12. .k Experience in construction work similar in importance to this project: t i3ch}I vaP,`10A- t Y tr���y t Lfttatt.LaA t" x n ►+�c r .a 1 t n t... A14, nes- t/6M 1 13.� Will you, upon request, till out a detailed iinnnCial Statement and ftun any oilier tfortnattcm that may be required by the City? VV.'S Add separate sheets 1I'necessary. The, unclersil! t�.tl Hereby anthoL and requests ally poison, Iii in or corporation to Iuinisli any infon ation r quest d b 1 ity hf ['ort Angeles. 1'riltt Name, YLGSt 13iciclrt's Signature: r5at� Project: l' W 1 2 022 MIMICS i,ANf4CAhE EXPERIENCE Grounds Services PVY /2 -022 Tice Kto l Page 6 FAX NO, 360 457 6765 P. 05 Rev fi /30/20! 1 MAY-09-2012 WED 08:33 AM ALDERGROVE 2) A) Name of fte coin act fl)prr er.)6cf Mune of kes.poNble Contact Projec1; PW-I2-022 REFERENCES Grounds Services PW-12-022 L.D6Aoss Co 1- 161 ?-06 1 SCoo 1-15 Ntirm, of Landscape Contractor Phone Fax PLEASE PROVIDE THREE (3) VERIFIABLI?, REFERENCES Fop, 1-44651e §etz\Itc1615 1) Go)pc, Project Naiu Date of('ompletion OposicLes4-)4.1" Qot!4cr ?ofg...7.S.V4ACP1b_301)"75,130 AkIr City Cchl 3L:c) (Of) :-344g) g.Rto- rbon Numbec Doseliptioil of Project 66)4K- Go_1146 Project Nanie Date of Complction Acklress City FAX NO. 360 457 6765 P. 06 f-)p-V,iEte-5, tit') 363(.02- Zip ('ad L-1 5 1 43 1 B c t Nimic DC Renvonible Numbei t _Y-NSAP EAT rr$ itjE/51— )-4'56(sioiM 5escripber) (if Project F 141,4054,yomr st;t4v.-6 (1P_91TA?- Proj ect Mine Date of Completioa 0 9 4." 9),t( ouLS(10, L ess Ctty Stab 211) Code 5 w• -:163) l. 19 4-0046 Nutribet Dehetiption of Piejeet OCIA CO gq,Act To 051 iittilcE5 Ortd,I1M tli3X ?DR- Page 7 Rev 8/30/2011 MAY -09 -2012 WED 08:33 AM ALDERGROVE The bidder hereby bids the following amounts for all work (including labor, equipment, time and i materials) required to perform the work In the Statement of Work and this package. 1, lump Sum 2. Sales Tax (8,4 3. Total Bid 4, Contractor Availability Dates: 5, The bidder hereby acknowledges that it has received Addenda No(s). u (enter °N /A” if none were issueri1 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 ,hall be sent, are listed below. Any written notices required by the terrns of an awarded contract si tall be served or mailed to tiro following address: Contractor Information: I. Company Name: 4 -1)CRr izr)V r t P.F5t1 g kOi4) )1 2. Address; 3, City, state, Zip Cocle: do t..g t k 93(3 4. Phone Number: f1t, U 4 1 LY4:1 5. Contractor Registration Number: out Number: (966., °ci 35" 7. WA State Industrial Insurance Account Number: (..).0_ 8. WA State Employment Security Dept Number: 9, State Excise Tax Registration Number: r1e)ov The bidder represents that it is qui ified or -pus esses sufficient skills and the necessary capabilities to perform the services set i r this ,ontraac Signori by Titio Ze-g Printed Nan): 1' c rein.. DALR`U/-1('Le Carte Piojcdt: PW -12 -022 5/9/a. Supplemental Information Form Grounds Services P W -12 -022 FAX NO, 360 457 6765 P. 07 Page 8 Rey 8/3 0, i t