City of La Center. Small Works REQUEST FOR BID Landscape Maintenance Services

Similar documents
CITY OF TACOMA Water Supply

REQUEST FOR PROPOSALS

Contractor s Insurance Requirements

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

CCIP ADDENDUM. Blasting or any blasting operations;

Insurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.

ADM.21 INSURANCE AND INDEMNITY REQUIREMENTS FOR CONTRACTS

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

Park, and. WHEREASțhere are adequate funds budgeted for the Lake Boren PlayArea Improvements (Capital Improvements Plan Project Number P008), and

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

SMALL WORKS ROSTER PUBLIC WORKS CONTRACT

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

City of Normandy Park. Recreation Center. Sidewalk Replacement INVITATION TO BID 2018

EXHIBIT G. Insurance Requirements. [with CCIP]

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

PUBLIC WORKS PROJECT REQUEST FOR BIDS

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

QUOTATION ONLY -- NOT AN ORDER

General Contract Comments The contract s Insurance Requirements should include the following terms or similar wording: It is understood and agreed tha

EXHIBIT B. Insurance Requirements for Construction Contracts

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

MASTER SUBCONTRACT AGREEMENT

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

OCIP Contract Language

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY.

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PROPOSAL LIQUID CALCIUM CHLORIDE

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work

NEVADA IRRIGATION DISTRICT. Appendix B

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

Required Insurance Language for PRF Construction Contracts

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

Telemetry Upgrade Project: Phase-3

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

Sacramento Regional Solid Waste Authority (SWA)

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

W.E. O Neil Construction Co. of Arizona c/o (Project Coordinator) 4511 E. Kerby Avenue Phoenix, AZ Fax (480)

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

Sacramento Regional Solid Waste Authority (SWA)

Bernards (Project Name) CCIP Insurance Manual

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

INTERLOCAL AGREEMENT BETWEEN CITY OF LYNNWOOD AND EDMONDS SCHOOL DISTRICT NO. 15 USE OF CITY AQUATIC FACILITIES

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF CLYDE HILL PUBLIC WORKS CONTRACT ON-CALL STORMWATER CATCHBASIN CLEANING SERVICES

BUILDING SERVICES AGREEMENT

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

MTERLOCAL AGREEMENT REGARDING PROCESSING OF AUTO HULKS AT THE CITY OF PORT ANGELES REGIONAL TRANSFER STATION

INVITATION TO BID (ITB)

Snow Removal Services Request for Proposals December 1, April 30, 2019

City of Loveland, Ohio

Lane County Health & Human Services Youth Services Division Motivational Interviewing REQUEST FOR QUOTES

Proposal No:

CONTRACT FOR SERVICES RECITALS

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

ARTICLE V Indemnification; Insurance

SECTION AGREEMENT BETWEEN OWNER AND CONTRACTOR

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

Exhibit 1 to Part 3 Project-Specific Terms

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section General Conditions

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

SUBCONTRACT (SHORT FORM)

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

OGC-S Owner-Contractor Construction Agreement

Transcription:

City of La Center Small Works REQUEST FOR BID 2011 Landscape Maintenance Services Notice is hereby given that sealed bids will be received by the City Clerk at the La Center City Hall, until 2:00 p.m. August 18, 2011 for the: (Proposals received after this time will not be considered) 2011 Landscape Maintenance Services Bid proposals shall be received only at La Center City Hall, 214 E. 4th Street, La Center Washington 98629. The contract provides for landscape maintenance services for approximately 6 properties deemed to be in violation of the City of La Center nuisance code and has an unlawful accumulation of unmaintained and uncut tall grass, weeds and other vegetation that constituted a nuisance and a fire hazard in violation of Chapter 8.45 (Removal of Vegetation and Litter) and 8.55.030 (Duty to Maintain Property) of the La Center Municipal Code. Items of work may include, but not limited to, weeding, mowing, brushing, removal and disposal of debris and associated maintenance activities. Bidders must be on the City of Vancouver Small Works Roster and possess a City of La Center business license prior to bid award. State of Washington Prevailing Wage is applicable to this work. The bidder shall provide an itemized and detailed cost to abate each property on the list. A pre-bid meeting for interested bidders will be held at the City of La Center, Public Works Maintenance Facility, located at 291 E. Ivy Ave, La Center, WA. 98629, 10:00 am August 11, 2011. For further information contact, Jeromy Wirkus, City of La Center, Public Works Supervisor, 360.518.1756 (cell).

RESOLUTION 10-336, DECLARING A VIOLATION OF LCMC CHAPTER 8.45 (REMOVAL OF VEGETATION AND LITTER), DECLARING A NUISANCE AND FIRE HAZARD, AUTHORIZING CITY ACTION TO ABATE THE NUISANCE, AND TO CHARGE ALL OF THE CITY S DIRECT AND INDIRECT COSTS OF THE ABATEMENT ACTION AGAINST THE PROPERTY OWNERS, WHICH MAY BE COLLECTED IN THE SAME MANNER AS ANY OTHER LAWFUL DEBT AND RECORDED AS A LIEN ON THE RESPONDENT S PROPERTY. WHEREAS, the City s Code Enforcement Official, through visual inspection, determine that the properties located at: 1. 525 E 17 th Circle, La Center, WA, parcel no. 258991066 2. 2243 E Gaither Ave, La Center, WA, parcel no. 63472836 3. 1535 W E Place, La Center, WA, parcel no. 258905030 4. 1251 E Lucas Street, La Center, WA, parcel no. 63472836 5. 827 E 7th Street, La Center, WA, parcel no. 63472212 6. JDL Development Southview Heights, La Center, WA, parcel no. 25899144 in La Center Washington (the Property), has an unlawful accumulation of unmaintained and uncut tall grass, weeds and other vegetation that constituted a nuisance and a fire hazard in violation of Chapter 8.45 (Removal of Vegetation and Litter) and 8.55.030 (Duty to Maintain Property) of the La Center Municipal Code. The City has complied with the procedural requirements of LCMC Chapter 8.45, and the Respondents have failed to respond or to otherwise remedy or remove the identified nuisance and fire hazard. City Abatement Ordered: The Public Works Director shall, without further notice or process, take all necessary actions to abate the above-identified nuisance and fire hazard and remove the vegetation and/or litter from the Respondents above listed property in La Center Washington. Cost Recovery Allowed: The Public Works Director shall compile an itemization and documentation of all of the City s direct and indirect costs associated with the abatement of the nuisance on the Respondents property and shall present a certified statement of all such costs to the Respondents. The Respondents shall pay in full the City s certified cost statement within 30 days of presentment. If Respondents do not pay the City s cost bill within 30 days of presentment, the Public Works Director may, without further notice record the bill with the Clark County property deed records as a lien on the Property, with annual interest to accrue at 9% until paid in full.

SERVICE CONTRACT Contract made this day of, 2011 between of hereinafter referred to as CONTRACTOR, and The City of La Center, of 214 East 4 th Street, La Center, WA 98629, hereinafter referred to as LA CENTER. RECITALS LA CENTER desires to have the following services performed: The contract provides for landscape maintenance services for approximately five properties, all located within the City of La Center city limits. CONTRACTOR agrees to perform these services for LA CENTER under the terms and conditions set forth in this contract; and CONTRACTOR agrees to provide all material, equipment and labor to provide services set forth in the contract; and CONTRACTOR further agrees to provide an itemized accounting of costs individually for each property. In consideration of the mutual promises set forth in this contract, it is agreed by and between LA CENTER and CONTRACTOR. DESCRIPTION OF WORK The work to be performed by CONTRACTOR includes all services generally performed by CONTRACTOR in the CONTRACTOR S usual line of business, including, but not limited to, the following: Items of work may include, but not limited to, weeding, mowing, brushing, removal and disposal of debris and associated maintenance activities. PAYMENT The successful bidder is the most responsible contractor who provides the lowest aggregate bid. The City of La Center reserves the right to reject any or all bids or to hire in the City s sole opinion the most qualified contractor to perform the work.

LA CENTER will pay CONTRACTOR the total sum of Dollars ($ work to be performed under this contract, according to prevailing wage laws. ) for the No payment will be made until the contractor has an approved intent to pay prevailing wage on file with Labor and Industries and certified payroll has been provided for the work completed. Retainage of 5% of the project cost will be withheld until the work is complete, an affidavit of prevailing wages has been approved by Labor and Industries, and all certified payrolls have been submitted. RELATIONSHIP OF PARTIES The parties intend that an independent CONTRACTOR-LA CENTER relationship will be created by this contract. LA CENTER is interested only in the results to be achieved and the conduct and control of the work will lie solely with CONTRACTOR. CONTRACTOR is not to be considered an agent or employee of LA CENTER for any purpose, and the employees of CONTRACTOR are not entitled to any of the benefits that LA CENTER provides for LA CENTER S employees. It is understood that LA CENTER does not agree to use CONTRACTOR exclusively. It is further understood that CONTRACTOR is free to contract for similar services to be performed for other jurisdictions while under contract with LA CENTER. REQUIRED DOCUMENTATION LA CENTER requires the following documentation: Complete and Signed Service Contract Certificate of Insurance naming the City of La Center as an additional insured L and I proof of Registration as a contractor Documentation of the company s Employment Security Department Number Verification of approved Intent and Prevailing Wage Affidavit from L and I City of La Center Business License LIABILITY The work to be performed under this contract will be performed entirely at CONTRACTOR S risk, and CONTRACTOR assumes all responsibility for the condition of tools and equipment used in the performance of this contract. CONTRACTOR will carry, for the duration of this contract, public liability insurance meeting the following requirements: General Insurance Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best s Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage

shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( tail ) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a cross liability provision. E. The Contractor s and all subcontractors insurance coverage shall be primary and noncontributory insurance as respects the Contracting Agency s insurance, self-insurance, or insurance pool coverage. F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency 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 Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): City of La Center and its officers, elected officials, employees, agents, and volunteers The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverage listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance.

Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor s work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee Automobile Liability

Automobile Liability for owned, non-owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if pollutants are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit Workers Compensation The Contractor shall comply with Workers Compensation coverage as required by the Industrial Insurance laws of the state of Washington. CONTRACTOR will provide proof of Insurance prior to beginning work. CONTRACTOR agrees to indemnify LA CENTER for any and all liability or loss arising in any way out of the performance of this contract. IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AGREEMENT ON DAY OF, 2011. Contractor Signature Title City Signature Title