HomeMy WebLinkAboutContract CAG-08-055
CITY OF RENTON
CONTRACT AGREEMENT
THIS AGREEMENT is made as of the 15f day of aL& _, 2008, between the
CITY OF RENTON, a municipal corporation of the State of W hin n hereinafter referred to a "CITY"
P rp g s CITY
and TRS Mechanical, Inc., hereinafter referred to as"CONTRACTOR,"to replace two screw compressors in
the Mammoth roof top unit.Provide all labor,materials and applicable permits to achieve the following project scope:
Lock out one compressor at a time, isolate the compressor,recover the refrigerant from the compressor and remove
the compressor. Install a new compressor,evacuate the new compressor,start and test new compressor and
performing such incidental or other work as may be necessitated by these operations. The single contract bid price
includes the appropriate supervision,scheduling,and job site management. Located at Renton City Hall, 1055
South Grady Way, Renton,WA 98057
The City and Contractor agree'as set forth below.
1. Scope of Services. The Contractor will provide all material and labor necessary to perform all work
described in the Proposal which is included with this Agreement as Attachment"A."
2. Changes in Scope of Services. The City,without invalidating the Contract, may order changes in the
Services consisting of additions, deletions or modifications, the Contract Sum being adjusted
accordingly. Such changes in the work shall be authorized by written Change Order signed by the City
and the Contractor.
3. Time of Performance. The Contractor shall commence performance of the Contract no later than ten
(10)calendar days after Contract's final execution, and shall complete the full performance of the
Contract not later than 30 calendar days from the date of commencement.
4. Term Of Contract.The Term of this Agreement shall end at completion of the enclosed scope of work.
This Agreement may be extended to accomplish change orders, if required, upon mutual written
agreement of the City and the Contractor.
5. Contract Sum. The total amount of this Contract is the sum of $50,552.82 which includes
Washington State Sales Tax.
6. Method of Payment. Payment by the City for the Services will only be made after the Services have
been performed and a voucher or invoice is submitted in the form specified by the City. Payment will
be made thirty(30)days after receipt of such voucher or invoice. The City shall have the right to
withhold payment to the Contractor for any work not completed in a satisfactory manner until such time
as the Contractor modifies such work so that the same is satisfactory.
7. Employment.The Contractor's employees are not employees of the City of Renton.
8. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of this
Contract without express written consent of the City of Renton.
9. Record Keeping and Reporting_ The Contractor shall maintain accounts and records which properly
reflect all direct and indirect costs expended and services provided in the performance of this
Agreement. The Contractor agrees to provide access to any records required by the City.
10. Hold Harmless. The Contractor shall indemnify, defend and hold harmless the City, its officers,
agents, employees and volunteers,from and against any and all claims, including claims from third
parties, losses or liability, or any portion thereof, including attorneys fees and costs, arising from injury
or death to persons, including injuries, sickness,disease or death to Contractor's own employees, or
damage to property occasioned by a negligent act,omission or failure of the Contractor.
11. Insurance. The Contractor shall maintain throughout the duration of this contract the following
insurance requirements: General Liability insurance in the amount of$1,000,000 per
occurrence/$2,000,000 aggregate; Professional Liability insurance in the amount of$1,000,000 per
claim;Automobile Liability in the amount of$1,000,000 per accident; and proof of Workers'
Compensation coverage. The City of Renton will be name as an Additional Insured on the insurance
policy and an endorsement stating such shall be provided.
12. Compliance with Laws. The Contractor and all of the Contractor's employees shall perform the
services in accordance with all applicable federal, state, county and city laws,codes and ordinances.
13. Conflicts. In the event of any inconsistencies between contractor proposals and this contract, the City
of Renton contract shall prevail.
14. Prevailing Wage Rates. By executing this Contact, the Contractor agrees to comply with the State
prevailing wage requirements as set forth in the Contract Documents.
This Agreement is entered into as of the day and year written above.
CONTRACTOR -ti CITY OF RENTON
Signature Signature
L. L60, Denis Law,Mayor
Vf-e Printed Name and Title 5�_-c retn&zi Printed Name and Tide
Business Name Attest
9OX J 3 is Bonnie Walton City Clerk
Mailing Address Printed Name and Title
J-►4A� `�)A 9 e,3
City 7 State Zip
X53. 539 -01q1
Telephone
N%wr
Attachment A
MAMMOTH COMPRESSOR
REPLACEMENT
for
RENTON CITY HALL
�Y
♦ '_-
N
CITY OF RENTON
COMMUNITY SERVICES DEPARTMENT
FACILITIES DIVISION
1055 SOUTH GRADY WAY
RENTON,WASHINGTON
April,2008
PROJECT SPECIFICATIONS
MAMMOTH COMPRESSOR REPLACEMENT - RENTON CITY HALL
TABLE OF CONTENTS
TITLE NUMBER OF PAGES
Tableof Contents.................................................................................................................................1
DIVISION 0-BIDDING REQUIREMENTS, CONTRACT FORMS,AND CONDITIONS OF THE
CONTRACT
00020 Synopsis of Bidding Information............................................................................................2
00030 Invitation To Bid.....................................................................................................................1
00040 Bid Submittal Checklist..........................................................................................................1
00100 Instructions to Bidders...........................................................................................................3
00300 Bid Form-Form Of Proposal ................................................................................................4
00400 Non-Collusion,Anti-Trust, & Minimum Wage Form...............................................................1
00500 Contract.................................................................................................................................1
00700 General Conditions................................................................................................................1
00800 Special Conditions.................................................................................................................2
00900 Fair Practices Policy Affidavit of Compliance Form...............................................................1
00910 Bond To The City Of Renton Form........................................................................................1
00920 Insurance Requirements .......................................................................................................3
DIVISON 1 -GENERAL REQUIREMENTS
01010 Summary of Work and Sequences........................................................................................1
01028 Change Orders......................................................................................................................1
01500 Construction Facilities, Utilities, and Temporary Controls.....................................................2
01700 Project Closeout......................................................................................................... ..........2
DIVISION 2-SITEWORK
02070 Selective Demolition..............................................................................................................2
ROOF REPLACEMENT CITY SHOPS TC- 1 TABLE OF CONTENTS
111 '
BIDDING REQUIREMENTS,
CONTRACT FORMS, AND
CONDITIONS OF THE CONTRACT
DIVISION 0
SECfhJ 00020-SYNOPSIS OF BIDDING INFO ATION
A. PROJECT: Mammoth Compressor Replacement
For Renton City Hall
1055 South Grady Way
Renton, WA 98057
B. OWNER: City of Renton
1055 South Grady Way
Renton, WA 98057
C. OWNERS REPRESENTATIVE:
Greg Stroh, Facilities Manager
Community Services Department
City of Renton
1101 Bronson Way North
Renton, WA 98057
Phone(425)430-6614
FAX (425)430-6603
D. BIDS DUE: Thursday, May 15,2008 2:30 P.M.
Renton City Hall - Seventh Floor-City Clerks Office
After Bids are received and time-stamped by the City Clerk, the bids
will be opened in the Conference Room
#519 on the Fifth Floor of City Hall
E. TENTATIVE SCHEDULE OF WORK:
The following dates represent the tentative schedule for the
Work to be performed under this contract:
Plans Available for Bidding Mon April 28, 2008
Pre-Bid Site Walk-Thru 10:00 AM Thurs May 8, 2008
Bids Due 2:30 PM Thurs May 15, 2008
F. TIME OF CONSTRUCTION:
Thirty(30)calendar days. Liquidated damages thereafter at one-hundred
G. BID SECURITY: dollars ($100) per day.
N/A
00020.1
COMPRESSOR REPLACEMENT RENTON CITY HALL SYNOPSIS OF BIDDING INFORMATION
H. PERFORMANCE BOND&PAYMENT BOND:
100%of contract amount
I. WAGES:
Pay state prevailing wages rates.
J. TYPE OF CONTRACT:
Single lump-sum contract encompassing all work
END OF SECTION
00020.2
COMPRESSOR REPLACEMENT RENTON CITY HALL SYNOPSIS OF BIDDING INFORMATION
SECTION 00030 - INVITATION TO BID
CITY OF RENTON
CALL FOR BIDS
RENTON CITY HALL MAMMOTH COMPRESSOR REPLACEMENT
Sealed bids will be received until 2:30 p.m.,Thursday, May 15,2008,at the City Clerk's office,7th floor, and will be
opened and publicly read in the fifth floor Conference room,4519, Renton City Hall, 1055 South Grady Way, Renton,
WA,98057,for the Mammoth Compressor Replacement for City of Renton City Hall located at 1055 South Grady
Way, Renton,Washington.
The project consists of replacing two screw compressors in the Mammoth roof top unit. Provide all labor, materials
and applicable permits to achieve the following project scope: Lock out one compressor at a time, isolate the
compressor, recover the refrigerant from the compressor and remove the compressor. Install a new compressor,
evacuate the new compressor,start and test new compressor and performing such incidental or other work as may be
necessitated by these operations. The single contract bid price includes the appropriate supervision,scheduling,and
job site management. A performance bond is required. An approximate estimated cost is$50,000.
Bid documents will be available Monday,April 28th,2008. Plans, Specifications,addenda,and plan holders list are
available on-line through Builders Exchange of Washington, Inc.,at htti)://www.bxwa.com .Click on"bxwa.com",
"Posted Projects","Public Projects","City of Renton","Projects Bidding".(Note.Bidders are encouraged to"Register
as a Bidder", in order to receive automatic e-mail notification of future addenda and to be placed on the"Bidders
List"). A pre-bid walk-thru will be held on Thursday, May 8th,at 10:00 AM,at Renton City Hall. Each bidder is fully
responsible for familiarizing themselves with the work and site conditions. Attendance by bidders is mandatory.
Questions shall be addressed to Greg Stroh, Facilities Department, 1101 Bronson Way North, Renton,WA 98057,
phone(425)430-6614. The City reserves the right to reject any and all proposals and to waive minor irregularities in
the proposal process.
Bonnie I.Walton, City Clerk
Published:
00030-1
COMPRESSOR REPLACEMENT RENTON CITY HALL INVITATION TO BID
SECTION 00040-BID SUBMITTAL CHECKLIST
The following items are required to be submitted for the Bid. Other forms not listed below but included in
these Specifications are for informational purposes and need only be executed by the successful
Contractor.
LIST OF REQUIRED SUBMITTALS
❑ Bid Proposal Form (Section 00300)
❑ Combined Affidavit and Certification (Section 00400)
❑ Contractor's Certificate of Insurance(Section 00920)
COMPRESSOR REPLACEMENT REPLACEMENT RENTON CITY HALL 00040.1 INVITATION TO BID
SECTION 00100 - INSTRUCTIONS TO BID RS
A. BIDDERS REPRESENTATIONS
The Bidder, by making a Bid represents that he has read and understands the Bidding
Documents and the Bid is made in accordance therewith. He has also visited the site,
become familiar with local conditions under which the Work is to be performed and has
correlated the bidders personal observations with the requirements of the proposed
Contract Documents.
Bid shall include Work in conformance with all applicable State Laws, Municipal
Ordinances, and the rules and regulations of all authorities having jurisdiction over the
construction of the Project.
B. BIDDING DOCUMENT INTERPRETATIONS
Bidders requiring clarification or interpretation of the Bidding Documents shall contact the
City's Representative at least four days prior to the date of bids due. Interpretations,
corrections, and changes to the Bidding Documents will be made by Addendum issued no
later than three days before bids due.
C. SUBSTITUTIONS
Substitutions not accepted.
D. BID FORMS
• Bids shall be submitted on forms identical to the form included with the Bidding
Documents. All blanks on the bid form shall be filled in by typewriter or manually in
ink.
• Bid shall be accompanied by a signed Non-Collusion,Anti-Trust, and Minimum Wage
Form (Specifications Section 00400).
• Bid shall be accompanied by Contractor's Certificate of Insurance per
Specifications Section 00920. Bids lacking these insurance documents will be
considered non-responsive.
E. SUBMISSION OF BIDS
Bids shall be submitted in a sealed envelope and marked with the words"Sealed Bid
Enclosed". The envelope shall also identify the project name, bidders name, and the
name of the person designated to receive the bid.
COMPRESOR REPLACEMENT RENTON CITY HALL 00100-1 INSTRUCTIONS TO BIDDERS
Bids shall be deposited at the designated location up to the time and date for receipt of
Bids. Bids received after the time and date for receipt of Bids will be returned unopened.
F. OPENING OF BIDS
Bids shall be publicly opened and an abstract of the Bids made available to the Bidders.
The City reserves the right to reject any and all bids and waive any informalities or
irregularities in the bids received. The City further reserves the right to Award a Contract
in whatever manner is in the City's best interest.
G. AWARD OF BID
It is the intent of the Owner to award a Contract to the lowest responsible Bidder provided
the Bid has been submitted in accordance with the requirements of the Bidding
Documents and does not exceed the funds available.
H. POST-BID INFORMATION AND DOCUMENT SUBMITTAL
After Bids are opened, the Bidder to whom award of a Contract is under consideration
shall submit to the City's Representative, additional documents requested in the
specifications including:
City of Renton Small Works Contract(provided to awarded bidder)
City of Renton Business License
Performance Bond and Payment Bond (Section 00910)
City of Renton Affidavit of Compliance (Section 00900)
The following document must be submitted prior to commencement of the Work and no
later than 10 days after receipt of Notification of Intent To Award Contract:
Statement of Intent to Pay Prevailing Wages
I. NOTICE TO PROCEED
A Notice To Proceed shall be given after the building permit is approved, the City Council,
City Attorney, Risk Manager approves the Contract, and the Contract is signed by the
Mayor.
J. TIME OF CONSTRUCTION
After the designated date of Start of Work, Contractor shall proceed with promptness and
dispatch and shall be fully complete within thirty(30)calendar days.
COMPRESSOR REPLACEMENT RENTON CITY HALL 00100.2 INSTRUCTIONS TO BIDDERS
K. LIQUIDATED DAMAGES
For each calendar day after date established by the above allowed time that any portion of
the work remains incomplete(in the City's sole judgment)the sum of Four Hundred
Dollars ($400.00) not to be construed in any sense a penalty, but as fixed, agreed
liquidated damages incurred by the City for failure of the Contractor to meet the scheduled
completion dates.
L. CHANGE ORDER
When extra work is performed under an approved Change Order and paid for by
acceptable lump sum or mutually agreed prices, the contractor will be limited to a markup
of 10%overhead and profit.
When extra work is performed as above by a subcontractor to the general contractor, the
general contractor shall be limited to a 10% markup on the subcontractors work. No
further markup shall be permitted to cover any other miscellaneous costs.
COMPRESSOR REPLACEMENT RENTON CITY HALL 00100-3 INSTRUCTIONS TO BIDDERS
SECTION 00300- BID FORM
FORM OF PROPOSAL ( BID )
for the
MAMMOTH COMPRESSOR REPLACEMENT FOR RENTON CITY HALL
1055 South Grady Way
Renton,Washington
Bids Due: 2:30 P.M. Thursday, May 15, 2008
To: City Clerk, Room#728
Seventh Floor of City Hall
1055 South Grady Way
Renton, WA 98055
The undersigned hereby certifies that they have carefully examined the Contract Documents as defined in
the General Conditions entitled "Mammoth Compressor Replacement For Renton City Hall, 1055 South
Grady Way, Renton, WA and have examined the site of the work and the location where said work is to
be done, and fully understands the manner in which payment is proposed to be made for the cost thereof,
hereby proposes to furnish all materials and to perform all labor which may be required to complete said
work within the time fixed, and upon the terms and conditions provided in said Contract Documents for
consideration of the following amount:
A. BASE BID
Remove and Replace Two Hitachi Screw Compressors in Mammoth Roof Top Unit
For all work shown in the Contract Documents, the sum of. $
Washington State Sales Tax: $
Grand Total Base Bid: $
B. CONDITIONS OF PROPOSAL
1. Determination of Low Bidder:
The owner reserves the right to'Award a Contract' based on the Contractor's Proposal
Amounts for Base Bid and/or Breakdown , in whatever manner is in the Owner's best
interest.
2. Overhead and Profit:
All of the above Bid Prices shall include overhead and profit.
3. Sales Tax:
All of the above Bid Prices shall include Washington State Sales Tax.
00300.1
COMPRESSOR REPLACEMENT RENTON CITY HALL BID FORM
C. PERIOD OF BID VALIDITY/ACCEPTANCE OF BID
1. BASE BID
The undersigned hereby agrees that this BID as described in paragraph "A" shall be a
valid and firm offering for the period of sixty(60) days from closing time for the"Receipt Of
Bids."
Acceptance of Bid: Within sixty(60)days after the opening of Form Of Proposal, the City
will act either to accept the Proposal from the lowest responsive, responsible Bidder, or to
reject all Bids. The City reserves the right to request extensions of such Bid acceptance
period.
The acceptance of a Bid will be evidenced by a written Notice of Intent to Award Contract
to the Bidder whose Bid is under consideration for acceptance, together with a request to
furnish a bond (if required), evidence of insurance to execute the agreement set forth in
the Contract Documents, and other designated documents.
D. EXECUTION OF CONTRACT
If written "Notice of Intent to Award Contract" is mailed,telegraphed,facsimile,or delivered
to the undersigned within the"period of Bid Validity" noted above, or any time thereafter
before this Bid is withdrawn, the undersigned will, within ten (10)days after the date of
such notification, execute a Contract in the form of the AIA Document A101 "STANDARD
FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR-STIPULATED
SUM", 1997 edition
E. TIME FOR COMPLETION
The undersigned hereby agrees to"FINAL COMPLETION"of all Work outlined in the
Contract Documents within Thirty(30)calendar days after receipt of Notice to Proceed
with established Start Date.
F. LIQUIDATED DAMAGES
If the Contractor fails to complete the Work by the FINAL COMPLETION DATE (or such
extension of that date which might be granted by the Owner), he agrees to abide by all
provisions of the Contract. In addition, Liquidated Damages in the amount of One
Hundred Dollars ($ 100.00)will be assessed for each calendar day that the Contractor
exceeds the"FINAL COMPLETION DATE."
G. ADDENDUM RECEIPT
00300.2
COMPRESSOR REPLACEMENT RENTON CITY HALL BID FORM
Receipt of the following "ADDENDA"to the CONTRACT DOCUMENTS is acknowledged:
Addendum No. Date
Addendum No. Date
00300.3
COMPRESSOR REPLACEMENT RENTON CITY HALL BID FORM
H. EXECUTION OF PROPOSAL
Name of Firm
State License Registration No.
Address
City State Zip Code
Telephone ( ) FAX ( )
The undersigned designates the above as the firm and address to which "NOTICE OF CONTRACT
AWARD" may be mailed, hand delivered or delivered via facsimile.
NOTE: If a Bidder is a corporation, write state of incorporation; and if a partnership,give full names and
addresses of all partners below:
The undersigned certifies that the above is a firm and valid BID to accomplish all Work and comply with all
requirements of the Contract Documents.
Date
Signature
Sgned Printed
Title
t. ENCLOSURES PROVIDED BY CONTRACTOR
The Contractor shall provide the following enclosure with this Form of Proposal:
1. Non-Collusion Affidavit,Assignment of Antitrust Claims To Purchaser, Minimum Wage
Affidavit Form, which is located in this Specification Section 00400.
2. Certificate of Insurance as specified in Section 00920.
END OF BID FORM
00300-4
COMPRESSOR REPLACEMENT RENTON CITY HALL BID FORM
SECTION 00400 - N -COLLUSION, ANTI-TRUST, ANDIVIINIMUM WAGE FORM
NON-COLLUSION AFFIDAVIT
Being duly sworn,deposes and says,that he is the identical person who submitted the forgoing proposal or bid,and
that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein
named,and further,that the deponent has not directly induced or solicited any other Bidder on the foregoing work or
equipment to put in a sham bid,or any other person or corporation to refrain from bidding,and that deponent has not
in any manner sought by collusion to secure to himself or to any other person any advantage over the other Bidder
or Bidders.
AND
CERTIFICATION RE:ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are
in fact usually bome by the purchaser. Therefor,vendor hereby assigns to purchaser any and all claims for such
overcharges as to goods and materials purchased in connection with this order or contract,except as to overcharges
resulting from anti-trust violations commencing after the date of the bid,quotation,or other event establishing the
price under this order or contract. In addition,vendor warrants and represents that such of his suppliers and
subcontractors shall assign any and all such claims to purchaser,subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
I,the undersigned,having been duly swom,deposed,say and certify that in connection with the performance of the
work of this project, I will pay each classification of laborer,workman,or mechanic employed in the performance of
such work;not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the
principal contract:that I have read the above and foregoing statement and certificate, know the contents thereof and
the substance as set forth therein is true to my knowledge and belief.
FOR: NON-COLLUSION AFFIDAVIT,ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND
MINIMUM WAGE AFFIDAVIT
MAMMOTH COMPRESSOR REPLACEMENT FOR RENTON CITY HALL
Name of Bidders Finn
Signature of Authorized Representative of Bidder
Subscribed and sworn to before me on this day of ,20
Notary Public in and for the State of Washington
Residing at:
00400-1
COMPRESSOR REPLACEMENT RENTON CITY HALL NON-COLLUSION,ANTI-TRUST,
MINIMUM WAGE FORM
*Ave SECTION 00500 -CONTRACT
City of Renton Small Works contract Form to be provided to awarded Contractor
00500-1
COMPRESSOR REPLACEMENT RENTON CITY HALL GENERAL CONDITIONS
SECTION 00700-GENERAL CONDITIO
N/A for this Contract
00700-1
COMPRESSOR REPLACEMENT RENTON CITY HALL GENERAL CONDITIONS
SECTION 00800 - SPECIAL CONDITIONS
ARTICLE 1 -COMPLIANCE WITH WAGE RATES AND FILING OF "INTENT TO PAY
PREVAILING WAGES" HEREINAFTER CALLED"INTENT"AND
"AFFIDAVIT OF WAGES PAID"
2.1 "Prevailing Wages on Public Works"-The Contractor and Subcontractors shall comply
with 39.12 RCW and amendments "Prevailing Wages on Public Works."The prevailing rate wages
to be paid to all workers, laborers, or mechanics employed in the performance of any part of this
Contract shall be in accordance therewith.
2.2 Current prevailing wage data will be furnished by the Industrial Statistician upon request.
Requests shall be made to the State of Washington Department of Labor and Industries. The
Contractor is responsible for paying the appropriate wage rates.
2.3 The Contractor, and all Subcontractors,on or before the date of commencement of work,
shall file a statement under oath with the City and with the Director of Labor and Industries
certifying the rate of hourly wages paid to each classification of laborers, workers, or mechanics
employed to perform work under this Contract shall not be less than the prevailing rate of wages
determined by the Washington State Labor and Industries. Such statement and any supplemental
statements which may be necessary shall be filed in accordance with the practices and procedures
required by the Department of Labor and Industries.
2.4 Copies of all"Intents" shall be on file with the Contractor, the Industrial Statistician, and
the City.
2.5 "Affidavits of Wages Paid"-upon completion of project, the Contractor shall fully execute
and file"Affidavit of Wages Paid"with the Washington State Department of Labor and Industries
and any other agencies required by law. Sample copy enclosed herein.
Copies shall be provided to the City prior to Final Completion, Final Payment and release of
Retainage. Each affidavit of wages paid must be certified by the Industrial Statistician of the
Department of Labor and Industries before it is submitted.
2.6 All costs and fees for and associated with the"Intent to Pay Prevailing Wages" and
"Affidavits of Wages Paid" are to be paid by the Contractor.
ARTICLE 2-STATE LICENSING LAW
The Contractor agrees to comply with all requirements of Chapter 18.27 RCW. The Contractor
agrees and covenants to furnish unto the Owner proper evidence that the Contractor has fully
complied with the State Licensing Law of the State of Washington, Chapter 18.27 RCW, and a
Contractor's Certificate of Registration shall be in full force and effect throughout the work project
herein above enumerated, prior to starting work.
00800.1
COMPRESSOR REPLACEMENT RENTON CITY HALL SPECIAL CONDITIONS
ARTICLE 3-NON-DISCRIMINATION
The Contractor shall offer equal opportunity to all qualified employees and applicants for
employment without regard to the race, creed, color, sex, national origin, age, or disability.
Successful designated bidder shall fill out and complete the AFFIDAVIT OF COMPLIANCE FORM
included herein and submit with the signed Contract.
ARTICLE 4-CITY OF RENTON BUSINESS LICENSE
Prior to signing a contract the contractor agrees to purchase a City of Renton Business License
and maintain the license in full force and effect throughout the work of the project. License may be
purchased from the City Finance Department located on the First Floor of the City Hall Building,
1055 South Grady Way, Renton, WA.
END OF SECTION
00800-2
COMPRESSOR REPLACEMENT RENTON CITY HALL SPECIAL CONDITIONS
CTION 00900-AFFIDAVIT OF COMPLIANCE
CITY OF RENTON
AFFIDAVIT OF COMPLIANCE
herby confirms and declares that:
I. It is the company policy to offer equal opportunity to all qualified employees and
applicants for employment without regard to the race, creed,color,sex, national origin, age, or
disability.
II. The company complies with all applicable federal, state, and local laws governing non-
discrimination in employment.
III. When applicable,the company will seek out and negotiate with minority and women
contractors for the award of subcontracts.
Print Representative Name and Tide
Representative's Signature
(Successful contractor shall submit this signed form with sgned contract)
00900.1
COMPRESSOR REPLACEMENT RENTON CITY HALL AFFIDAVIT OF COMPLIANCE
SECTION 00910-BOND TO THE CITY OF RENT FORM
KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned
as principal,and
corporation organized and existing under the laws of the State of as a
surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of
contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of
Renton in the penal sum$ for the payment of which sum on
demand we bind ourselves and our successors,heirs,administrators or person representatives,as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City of
Renton.
Dated at ,Washington,this day of ,2008
Nevertheless,the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG- providing for construction
of
Project Name
the principal is required to furnish a bond for the faithful performance of the contract;and
WHEREAS,the principal has accepted,or is about to accept,the contract,the undertake to perform the work therein
provided for in the manner and within the time set forth;
NOW,THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and
within the time therein set forth,or within such extensions of time as may be granted under said contract, and shall
pay all laborers, mechanics,subcontractors and materialmen,and all persons who shall supply said'principal or
subcontractors with provisions and supplies for the carrying on of said work,and shall hold said City of Renton
harmless from any damage or expense by reason of failure of performance as specified in the contract or from
defects appearing or developing in the material or workmanship provided or performed under the contract within a
period of one year after its acceptance thereof by the City of Renton,then and in that event this obligation shall be
void; but otherwise it shall be and remain in full force and effect.
Principal Surety
Signature Surety's Address
Name and Title Agent's Signature
Name and Title
00910.1
COMPRESSOR REPLACEMENT RENTON CITY HALL BOND TO THE CITY OF RENTON FORM
SECTION 00920*-tONTRACTORS INSURANCE AND RELATED REQUIREMENTS
MINIMUM INSURANCE COVERAGE AND REQUIREMENTS
The CONTRACTOR shall obtain and maintain the minimum insurance coverage set forth below. By
requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have
assessed the risks that may be applicable to the CONTRACTOR under the Contract. The CONTRACTOR
shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader
coverage.
(1) Commercial General Liability-Acord Form or equivalent, written on an occurrence basis,
including:
• Premises and Operations
( Including CG 2503 general aggregate to apply per project if applicable)
• Explosion, Collapse and Underground Hazards
• Products/Completed Operations
• Contractual Liability(including Amendatory Endorsement CG 0043 or equivalent which
includes defense coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
(2) Automobile Liability including all
• Owned Vehicles
• Non-Owned Vehicles
• Hired Vehicles
(3) Workers'Compensation
• Statutory Benefits -Show Washington Labor& Industries Number
(4) Umbrella Liability
• Excess of Commercial General Liability and Automobile Liability. Coverage should be as
broad as primary.
00920-1
COMPRESSOR REPLACEMENT RENTON CITY HALL INSURANCE REQUIREMENTS
CONTRACTORS INSURANCE REQUIREMENTS
The CONTRACTOR shall carry the following limits of liability as required below:
Commercial General Liability
General Aggregate* $2,000,000
Products/Completed Operations Aggregate $2,00 ,000
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage(Any One Fire) $ 50,000
Medical Payments (Any One Person) $ 5,000
Stop Gap Liability $1,000,000
*General Aggregate to apply per project
Automobile Liability
Bodily Injury/Property Damage $1,000,000
(Each Accident)
Workers'Compensation
Statutory Benefits-Show Washington Labor& Industries Number
Umbrella Liability
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations Aggregate $1,000,000
Pollution I iahi` If ro i—
;ref-Less $ 1 0001 ow
Aggregate $ 11,000i
Tl���uty
00920-2
COMPRESSOR REPLACEMENT RENTON CITY HALL INSURANCE REQUIREMENTS
ADDITIONAL REQUIREMENTS
CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents,employees and
volunteers as Additional Insureds(ISO Form CG 2010 or equivalent). CONTRACTOR shall provide CITY
OF RENTON Certificates of Insurance and copies of policies, if at our sole discretion it is deemed
appropriate Further, all policies of insurance described above shall:
1) Be on a primary basis nor contributory with any other insurance coverage and/or self-insurance
carried by CITY OF RENTON.
2) Include a Waiver of Subrogation Clause.
3) Severability of Interest Clause (Cross Liability)
4) Policy may not be non-renewed, canceled or materially changed or altered unless forty-five (45)
days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY
OF RENTON by certified mail.
An example of an acceptable cancellation clause is as follows:
"Should any of the above described policies be canceled before the expiration date thereof, the
issuing company will eats mail 45 days written notice to the certificate holder named to the
left. But-failefe-to ma+l suGh netiGe shall impose no obligation OF liability of any kind upon the
u
The CONTRACTOR shall promptly advise the CITY OF RENTON in the event any general aggregate or
other aggregate limits are reduced below the required per occurrence limit. At his or her own expense the
CONTRACTOR will reinstate the aggregate limits to comply with the minimum requirements and shall
furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force.
Required insurance coverage shall be maintained throughout the term of this contract,except Automobile
Liability and Workers' Compensation,for a period of two(2)years after the date of substantial completion
of the project.
On all Certificates of Insurance,the Certificate Holder shall be listed as"City of Renton, Washington,
Attention: Greg Stroh Facilities Manager"
00920-3
COMPRESSOR REPLACEMENT RENTON CITY HALL INSURANCE REQUIREMENTS
GENERAL REQUIREMENTS
DIVISION 1
SECTION 01010 -SUMMARY OF WORK
PART 1 - GENERAL
1.01 WORK COVERED BY CONTRACT DOCUMENTS
A. The work to be performed within 30 calendar days from the date of
commencement under this contract shall include, but not be limited to: Replacing two screw
compressors in the Mammoth roof top unit. Lock out one compressor at a time, isolate the
compressor, recover the refrigerant from the compressor and remove the compressor. Install a
new compressor, evacuate the new compressor, start and test new compressor per
Manufacturers specifications and quality assurance parameters. Installation shall be
complete including performing such incidental or other work as may be necessitated by
these operations. Work shall include a manufacturer and contractor's warranty for the work
required by the contract documents and includes all labor necessary to produce such
work, and all materials and equipment incorporated in such work. Contractor's work shall
be performed as indicated, specified herein and as necessary to provide a complete
project.
B. Unless otherwise indicated, the work includes, but is not limited to the following:
1. Providing and payment for labor, materials, equipment, tools, machines,
facilities, and services necessary for proper execution and completion of
work.
2. Paying required taxes.
3. Maintaining required egress in accordance with governing Codes and
Ordinances throughout the work.
C. Do not employ on work:
1. Unfit persons or persons not skilled in assigned tasks.
1.02 CONTRACT
A. Construct work under a single fixed-price Contract. See Bid Form.
1.03 WORK SEQUENCE
A. All efforts shall be made to perform all work without abnormally disturbing,
inconveniencing,or interrupting the usage of the building, pedestrians, and
vehicular traffic.
1.04 OBJECTIONS TO APPLICATION OF PRODUCTS
Contractor and subcontractors submitting bids for this Project are required to thoroughly
familiarize themselves with specified products and installation procedures and submit to
Architect any objection in writing no later than seven (7)days prior to Bid Date. Submittal
of Bid constitutes acceptance of products and procedures specified.
END OF SECTION
01010-1
COMPRESSOR REPLACEMENT RENTON CITY HALL SUMMARY OF WORK
SECTION 01028-CHANGE ORDERS
PART 1 -GENERAL
1.01 SUBMITTALS
A. Change Order Forms: AIA G701 to be completed by City's Representative.
1.02 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME
A. Submit detailed records of work to be done including time and materials. Provide
full information required for evaluation of proposed changes, and to substantiate
costs of changes in the Work. Document each quotation for a change in cost or
time with sufficient data to allow evaluation of the quotation.
B. On request, provide additional data to support computations:
1. Quantities of products, labor, and equipment.
2. Taxes, insurance and bonds.
3. Overhead and profit.
4. Justification for any change in Contract Time.
5. Credit for deletions from Contract, similarly documented.
C. When extra work is performed under an approved Change Order and paid for by
acceptable lump sum or mutually agreed prices, the contractor will be limited to a
markup of 10%overhead and profit.
When extra work is performed as above by a subcontractor to the general
contractor, the general contractor shall be limited to a 10%markup on the
subcontractors work. No further markup shall be permitted to cover any other
miscellaneous costs.
1.03 CHANGE PROCEDURES
A. The City's Representative may issue a Proposal Request which includes a
detailed description of a proposed change with supplementary or revised
Drawings and specifications, a change in Contract Time for executing the change
and the period of time during which the requested price will be considered valid.
Contractor will prepare and submit an estimate within 5 days.
B. The Contractor may propose a change by submitting a request for change to the
City's Representative,describing the proposed change and its full effect on the
Work, with a statement describing the reason for the change, and the effect of the
Contract/Sum Price and contract.
01028-1
COMPRESSOR REPLACEMENT RENTON CITY HALL CHANGE ORDERS
1.04 CORRELATION OF CONTRACTOR SUBMITTALS
A. Promptly revise Construction Schedule and Application for Payment forms to
record each authorized Change Order as a separate line item and adjust the
Contract Sum.
END OF SECTION
01028-2
COMPRESSOR REPLACEMENT RENTON CITY HALL CHANGE ORDERS
SECTION 01500 -CONSTRUCTION FACILITIES,TJTILITIES,
AND TEMPORARY CONTROLS
PART 1 -GENERAL
1.01 ELECTRICAL SERVICE
A. Arrangements may be made to obtain electrical power from the existing building system.
City will pay for cost of electricity.
1.02 WATER
A. Arrangements may be made to obtain water from the existing building system. City will
pay for cost of water.
1.03 SANITARY FACILITIES
A. Usage of facilities in the Renton Community Center building is acceptable.
1.04 BARRIERS&FENCE
A. Protect existing sidewalks, plantings, building, and adjacent properties from damage by
operations.
B. Fenced area shall be located over hard-surfaced areas only.
1.05 CLEANING DURING DEMOLITION
A. Control accumulation of waste materials and rubbish dumping. Periodically dispose off-
site in authorized dump sites.
1.06 STAGING AREA
A. Staging will be addressed during a pre-construction walk through,to be scheduled after
award of contract.
B. Protect the existing building from any marring,scrapes, holes,or damage of any kind.
Any damaged area due to the contractors work shall be replaced by the contractor.
1.07 POLLUTION CONTROL
A. Provide methods, means, and facilities to prevent contamination of soil,water, and
atmosphere from discharge of noxious,toxic substances, and pollutants produced by
any construction operations.
END OF SECTION
01500-1
'COMPRESSOR REPLACEMENT RENTON CITY HALL CONSTRUCTION FACILITIES,UTILITIES
AND TEMPORARY CONTROLS
�..SECTION 01700- PROJECT CLOSEOUT
PART 1 -GENERAL
1.01 SUBMISSIONS FOR FINAL COMPLETION
A. General: Submit the following documents:
1. In progress payment request coincident with or first following date claimed,
show either 100%completion for portion of Work claimed as"Final
Completion",or list incomplete items, value of incompletion,and reasons for
being incomplete.
2. Include supporting documentation for completion as indicated in these
Contract Documents,
3. Submit statement showing accounting of changes to the Contract Sum.
4. Complete final cleaning up requirements, including touch-up of marred
surfaces.
5. Submit updated final statement, accounting for additional(final)changes to
Contract Sum.
6. Submit final payment request with final releases and supporting
documentation not previously submitted and accepted.
7. Submit certified copy of City Representative's final punch list of itemized
work to be completed or corrected,stating that each item has been
completed or otherwise resolved for acceptance,endorsed and dated by
City's Representative.
8. Payment and Release of Liens
B. Inspection Procedures: Upon receipt of Contractor's request, City's Representative
will either proceed with inspection or advise Contractor of prerequisites not fulfilled.
Following initial inspection, City's Representative will either prepare certificate of
Final Completion,or advise Contractor of work which must be performed prior to
issuance of certificate;and repeat inspection when requested and assured that work
has been substantially completed. Results of completed inspection will form initial
"punch list"for final acceptance.
1.02 FINAL ADJUSTMENT OF ACCOUNTS
A. Submit a final statement of accounting to City's Representative.
B. Reflect all adjustments to Contract Sum. Indicate following:
1. The original Contract Sum.
2. Additions and deductions resulting from:
a. Previous Change Orders.
b. Deductions of uncorrected Work.
C. Other adjustments.
01700-1
COMPRESSOR REPLACEMENT RENTON CITY HALL PROJECT CLOSEOUT
3. Total Contract Sum,as adjusted.
4. Previous Payments.
5. Sum remaining due.
1.03 FINAL APPLICATION FOR PAYMENT
A. Submit final Application for Payment in accordance with procedures and
requirements of Owner.
1. Submit"Affidavit of Wages Paid"from Contractor and all subcontractors.
2. Lien waiver from General Contractor for entire contract.
3. Proof of Payment of taxes from the State Dept of Revenue
END OF SECTION
01700-2
COMPRESSOR REPLACEMENT RENTO CITY HALL PROJECT CLOSEOUT
"*r'
TECHNICAL
SPECIFICATIONS
DIVISIONS 2 THROUGH 16
SECTION 02070 - SELECTIVE DEMOLITION
PART 1 -GENERAL
1.01 SECTION INCLUDES
A Remove existing Hitachi Screw Compressors.
B. Disposal and or recycle as necessary.
1.02 RELATED SECTIONS
A. Coordinate related work specified in other parts of the Project Manual, including but not
limited to following:
1.03 QUALITY ASSURANCE
A. Special Requirements of Regulatory Agencies:
1. Comply with all governing requirements and regulations regarding dust, dirt
tracking, noise, routing of trucks and similar regulations.
1.04 SALVAGE STORAGE, TRANSPORTATION,AND HANDLING
A. Truck all debris from the demolition work off the project site to a location approved by the
State and Federal agencies which have jurisdiction. The demolition contractor shall utilize
an agency approved dumpsite and shall hold the Owner harmless in the event the
dumpsite is challenged.
1.05 JOB CONDITIONS
A. Protection:
1. Erect barriers,fences, overhead protection,walkways,guard rails, chutes, shoring
and the like to protect personnel, construction to remain, if applicable.
2. Do not damage adjacent existing construction.
B. Maintain safety of existing mechanical, electrical systems at all times.
PART 2-PRODUCTS
2.01 SALVAGE
COMPRESSOR REPLACEMENT RENTON CITY HALL 02070- 1 SELECTIVE DEMOLITION
A. Demolished material shall be considered to be property of the contractor and shall be
completely removed from the job site.
PART 3- EXECUTION
3.01 EXAMINATION
A. Verify demolition may safely and appropriately begin.
B. Obtain required permits and permission from local governing authorities and Owner prior
to commencing work.
3.02 PREPARATION
A. Protection of existing structure:
1. Do not interfere with existing or neighboring buildings, normal activities, in-so-far
as possible..
a. Protect existing and adjacent structures and facilities from damage.
2. Cooperate with occupants in maintaining their continuous operations.
3. Perform demolition by methods that will protect persons, existing materials, and
adjacent structures.
3.03 DISPOSAL
A. Remove demolition debris.
B. Transport demolition/debris off-site and legally dispose of. Maintain hauling routes clean
and free of any debris resulting from work of this Section.
3.04 DAMAGED WORK
A. Repair or replace entirely, as required by Architect, any portion of work damaged during
demolition.
END SECTION
COMPRESSOR REPLACEMENT RENTON CITY HALL 02070-2 SELECTIVE DEMOLITION