Loading...
HomeMy WebLinkAbout032612_ra02 (b) Central Services Department o Regula Agenda Jefferson County Board of Commissioners Agenda Request To: Board of Commissioners Philip Morley, County Administrator From: Loring Bemis, Facilities Maintenance Foreman Agenda Date: March 26,2012 Subject: Contract - Nordland Construction NW Statement of Issue: The Courthouse Phase 1 Stabilization Project was developed to address the life safety issues presented by the Courthouse chimney and dormer instability. The contract will enable Nordland Construction to remedy the life safety issues and meet the construction deadline of June 1, 2012 imposed by the Department of Archaeology a Historic Preservation grant. Strategic Goals: Will address life safety issues at the Courthouse. Analysis (Pro/Con): Implementing the improvements will ensure the stability of the Courthouse chimney and dormers and provide safety to Courthouse patrons and staff. Cost Benefit Analysis: N/A Alternatives: N/A Fiscal Impact: Funding is provided by a grant received from the Department of Archaeology a Historic Preservation. Revenue Budget Line: Expenditure Budget Line: 301-000-01 0 Amount: 594.10.62 Amount: $160,398. Requested Action: Approve and authorize the Board of County Commissioner Chairman to sign. Reviewed By: /"j / ,. ~/L P - . .....-; JEFFERSON COUNTY COURTHOUSE Phase 1 Stabilization Project SECfION 000500 Page 1 CONTRACf FORM CONTRACf JJil'l'lil<SON COUNTY, WASHINGTON THIS AGREEMENT, made and entered into this day of ,2012, between the COUNTY OF JEFFERSON, acting through the Jefferson County Commissioners and the Department of Central Services under and by virtue of TitIe 36, RCW, as amended and Nordland Construction NW hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: 1. The Contractor agrees to furnish all labor and equipment and do certain work, to-wit: That the Contractor herein will undertake and complete the following described work: This bid is to supply labor, equipment and materials necessmy to complete repairs and upgrsdes to the roof structure of the Jefferson County Courthouse, a National Historic Landmark. This work includes, but is not limited to, stabilization of a brick masonry chimney and anchoring of wood framing to brick masonry. This work is to be completed on the fully operational Courthouse Which is located within a residential neighborhood for the total sum of One hundred sixty thousand three hundred ninety eight dollars ($160,398) in accordance with and as described in the attached plans and specifications and in the AlA Document A201- 2007 'General Conditions of the Contract for Construction' which are by this reference incorporated herein and made a part hereof. The Contractor shall perform any alteration in or addition to the work provided in this contract and every part thereof. The Contractor shal1 complete the described work as follows: The Notice to Proceed date to be within one week of execution of this contract. Base Bid and Alternate work to be completed by June 1, 2012. The Contractor shall provide and bear the expense of all equipment, work and lahor 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. 2. The County of Jefferson hereby promises and agrees with the Contractor to employ, and does employ the Contractor to furnish the goods and equipment described and to furnish the same according to the attached specifications and the terms and conditions herein contained, and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time an in the mauner and upon the condition provided for in this contract. The County further agrees to employ the Contractor to perform any alterations in or additions to the work provided for in this contract that may be ordered and to pay for the same under the terms of this contract and the attached specifications at the time and in the mauner and upon the conditions provided for in this contract. 3. The Contractor for himself; and for his heirs, executor, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 4. Prior to commencing work, the Contractor shall obtain at its own cost and expense the following insurance from companies licensed in the State with a Best's rating of no less than A: VII. The Contractor shal1 provide to the County Risk Manager certificates of insurance with original endorsements affecting insurance required by this clause prior to the commencement of work to be performed. . ~ JEFFERSON COUNTY COURTHOUSE Phase 1 Stabilization Project The insurance policies required shall provide that thirty (30) days prior to cancellation, suspension, reductiOli or material change in the policy, notice of same shall be given to the County Risk Manager by registered mail, return receipt requested, for all of the following stated insurance policies. . If any of the insurance requirements are not complied with at the renewal date of the insurance policy, . payments to the Contractor shall be withheld Until all such requirements have been met, or at the option of the County, the County may pay the renewal premium and withhold sUch payments from the moneys due The Contractor. All notices shall name the Contractor and identify the agreement by contract number or some other fo1'lJj. of identification necessmy to inform the County of the particular contract affected. A. Workers Compensation and Employers Liability Insurance. The Contractor shall procure and maintain for the life of the contract, Workers Compensation Insurance, including Employers Liability Coverage, in accordance with the laws of the State of Washington. B. General Liability(l) - with a minimum limit per occurrence of one million dollars ($1,000,000) and an aggregate of not less than two million dollars ($2,000,000) for bodily injury, death and property damage unless otherwise specified in the contract specifications. This insurance coverage shall contain no limitations on the scope of the protection provided and indicate on the certificate of insurance the following covemge: 1. Broad Form Property Damage with no employee exclusion; 2. Personal Injury Liability, including extended bodily injury; 3. Broad Form Contmctua1lCommercial Liability including completed opemtions (contractors only) 4. Premises - Operations Liability (M&C); 5. Independent Contractors and Subcontractors; and 6. Blanket Contractual Liability. (I )Note: The County shall be named as an additional insured party under this policy. C. Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury, death and. property damage uu1ess otherwise specified in the contract specifications. This insurance shall indicate on the certificate of insurance the following coverage: I. Owned automobiles; 2. Hired automobiles; and, 3. Non-owned automobiles. (2) Note: The County shall be named as an additional insured party under this policy. Any deductibles or self-insured retention shall be declared to and approved by the County prior to the approval of the contract by the County. At the option of the County, the insurer shall reduce or elit"ninate deductibles or self-insured retention or The Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish sepamte certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of the requirements stated herein. Failure of The Contractor to take out and/or maintain any required insurance shaJI not relieve The Contractor from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations conceroing indemnification. ~. JEFFERSON COUNTY COURTHOUSE Phase 1 Stabilization Project It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and:otIier agents and agencies), it being the intention of the parties that the insurance policies so affected shall protectboth.parties and be primary coverage for any and all losses covered by the above described insurance. It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under. any form of policy. It is further agreed by the parties thilt any and all deductibles in the above descn'bed insurance policieS shall be assumed by and be at the sole risk of The Contractor. It is agreed by the parties that judgments for which the County may be liable, in excess of insured amounts provided herein, or any portion thereof, may be withheld from payment due, or to become due, to The Contractor until such time as The Contractor shall furnish additional security covering such judgment as may be determined by the County. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. S. The Contractor shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done under this Agreement. This Agreement shall be interpreted and construed in accord with the laws of the State of Washington and venue shall be in Jefferson County, WA. The Contractor shall indemnifY and hold the County, and its officers, employees, and agents harmless from and shall process and defend at its own expense, including all costs, attorney fees and expenses relating thereto, all claims, demands, or suits at law or equity arising in whole or in part, directly or indirectly, from the Contractor's negligence or breach of any of its obligations under this Agreement; provided that nothing herein shall requjre a Contractor to indemnifY the County against and hold harmless the County from claims, demands or suits based solely upon the conduct of the County, its officers, employees and agents, and; provided further that if the claims or suits are caused by or result from the concurrent negligence of. (a) the Contractor's agents or employees; and, (b) the County, its officers, employees and agents, this indemnity provision with respect to claims or suits based upon such negligence, and/or the costs to the County of defending llUch claims and suits, etc., shall be valid and enforceable only to the extent of the Contractor's negligence, or the negligence of the Contractor's agents or employees. Claims against the County shaII include, but not be limited to assertions that the use and transfer of any software, book, document, report, film, tape, or sound reproduction of material of any kind, delivered hereunder, constitutes an infringemeut of any copyright, patent, trademark, trade name, or otherwise results in an unfair trade practice or an unlawful restraint of competition. The Contractor specifically assumes potential liability for actions brought against the County by Contractor's employees, including all other persons engaged in the performance of any work or service required of the Contractor under this Agreement and, solely for the purpose of this indemnification and defense, the Contractor specifically waives any immunity under the state industrial insurance law, Title 51 R.C.W. The Contractor recognizes that this waiver was specifically entered into pursuant to provisions of R.C. W. 4.25.1 15 and was subject of mutual negotiation. 6. The Contractor's relation to the County shalllJe at all times as an independent Contractor, and nothing herein contained shall be constrUed to create a relationship of employer-employee or master-servant, and any and all employees of the Contractor or other persons engaged in the performance of any work or service required of the Contractor under this Agreement shall be considered employees of the Contractor only and any claims that may arise on behalf of or against said employees shall be the sole obligation and responsibility of the Contractor. 7. The Contractor shall not sublet or assign any of the services covered by this contract without the express written consent of the CoUIlty or its authorized representative. Assignment does not include printing or other customary reimbursable expenses that may be provided in an agreement. .... . ,~'" .. JEFFERSON COUNTY COURTIfOUSE Phase 1 Stabilization Project 8. Nothing shall prevent the County. at its option,.from additionally requesting the Contractor deliver to the County an executed bond as security for the faithful performanCe of this contract and for payment of all obligations of The Contractor. . 9. The-Contractor will declare management option of the statutory retained percentage on Section 000650. IN WITNESS WHEREOf. the Contractor has executed this instrument on the day and year fIrst below written, and the Board of County Commissioners has caused this instrument to he executed by and in the name of said Couxity of Jefferson the day and year first above written. Executed by the Contractor MAf!4t l':'iTtr .2012 Nordland Construction NW Contractor By: ~~""""'~~f/)E:.kT NORDLCN953NT State of Washington, Contractor Registration Numher SEAL ATTEST: Raina Randall Deputy Clerk of the Board COUNTY OF JEFFERSON BOARD OF COMMISSIONERS John Austin, Chair Phil Johnson, Member Cen ices J I.; ',.. <<, I I ] ) ! I I I I I ~ ~ II I I I Jefferson County Courthouse PHASE 1 STABILIZATION PROJECT PORT TOWNSEND, WASHINGTON 11 . PROJECT MANUAL February 13, 2012 __ ARCHITECTURe + PLANNING 159 w..tfl. A".O' w,rat, $.'" 486 "A"" WA 98119 tn aOIlL441.<t74' 'AX :&Q6.447.6462. WlI WWW.IQlAtCH.COM , . . . . . . . . . . II II . . . . II II II ., i t,; ,t... " -~ Jtll'l'1iL<SONCQUNTY COURTHOUSE ~ 1 Stabilization Project (' .:~/~ Division 0 T.-\RJ.F. OF CONTENTS ',: :pMSIONO sPECIFIC <;9NDrnO~ INVITATION TO BID. INSTRUCI10NS 1:0 inon:ERS BID FORM BID GUARANTEE and PROPOSAL BOND CONTRACT FORM CONTRACT BOND FORM MANAGEMENT OF STATlJTORY RETAINED PERCENTAGE PAGE 2 3-9 i" 10 -12 13 -14 '15-18 19 20 SAMPLE CLOSEOUT FORMS PREVAILING WAGE RATES CONDmONS OF TIlE CONTRACTI GENERAL AND sUPPLEMENTARY CONDITlONS (AlA AWl-2oo7) 21 22, Insert. 23 24-35 , 1 I I I I I I I I I I j . .' . JEFFERSON COUNTY COURTHOUSE Phase 1 Stabilization Proiect TABLE OF CONTENTS rnM; #OFPAGES Technical Speclfications: Division 1- General Requirements 000950 Drawing List .........................,....................................................1 011000 Summary ofWork.....................................................................8 012100 Project Meetings .......................................................................3 012500 Substitution Procedures ............................................................5 012613 Requests for Jnfonnation ..........................................................2 012660 Schedule ofValues....................................................................2 012670 Application for Payment ...........................................................2 013100 Project Management & Coordination .......................................3 '013300 Submittals .................................................................................6 013591 Historic Treatment Procedures..................................................8 014219 Reference Standards..................................................................6 014500 Quality Control.........................................................................3 015000 Temporary Facilities ................................................................7 016000 Product Requirements ...............................................................2 017329 Cutting and Patching.................................................................2 017400 Construction Waste Management .............................................3 017432 Final Cleaning...........................................................................2 '017700 Cl()seout Procedures..................................................................2 017800 Warranties and Bonds ...............................................................2 017839 Project Record Documents........................................................3 Division 2 ~ Existing Conditions 024119 Selective Demolition...................................,.............................2 Division 4 - Masonry 042500 Chimney Reinforcing and Grouting .........................................4 045200 Masonry Repair ........................................................................9 Division 5 - Metal 050523 Metal Fasteners .........................................................................2 051200 Structural Steel and Fabrications ..............................................6 Division 6 - Woods, Plastics & Composites 061000 Rough Carpentry ......................................................................5 Division 7- Thermal and Moisture Protection 073126 Slate Roofing Shingles............................................................... 7 076200 Copper anll Sheet MetlIl Repair .....~..........................................6 079200 Sealants and Caulk:ing.........................................................~.....6 . Division 9 - Finishes , 099100 Painting .....:..........~.....;......................................;.......................8 Appendix A Good Faith Inspection for Asbestos Containing Materials ..................................14 BOLA Architecture + Planning February 13, 2012 TII\lI\l'IiIf,~-t. ~. : " : ~ " 'f.' c :J J'