19
1 Introductory Letter Collins Lake Fire Station Kitchen RemodelThe North Mason Regional Fire Authority (NMRFA) is accepting bids for a Kitchen Remodel to be completed at its 60 NE Collins Lake Drive (Collins Lake Fire Station) located in Tahuya, WA. 98588 The scope of the proposed project is a kitchen remodel to include demolition and construction of plumbing, electrical, lighting, HVAC, insulation and sheetrock, cabinetry, finish work, painting, tilework, flooring and appliance installation. A CAD drawing of the project has been provided in addition to the bid documents but should not be used as a sole means of bidding. Prior to bid submission, the Fire Authority requires that all potential contractors to meet with the Authority’s representative, Assistant Chief Scott Cooper, at the Collins Lake Fire Station (60 NE Collins Lake Drive, Tahuya WA) to clearly define project needs and to visually inspect the projects scope of work. For scheduling of this appoint the Authority’s representative can be contacted at 360-275-6711 Ext. 201, or by email at [email protected].

Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

1

Introductory Letter

“Collins Lake Fire Station Kitchen Remodel”

The North Mason Regional Fire Authority (NMRFA) is accepting bids for a Kitchen Remodel to be completed at its 60 NE Collins Lake Drive (Collins Lake Fire Station) located in Tahuya, WA. 98588

The scope of the proposed project is a kitchen remodel to include demolition and construction of plumbing, electrical, lighting, HVAC, insulation and sheetrock, cabinetry, finish work, painting, tilework, flooring and appliance installation. A CAD drawing of the project has been provided in addition to the bid documents but should not be used as a sole means of bidding. Prior to bid submission, the Fire Authority requires that all potential contractors to meet with the Authority’s representative, Assistant Chief Scott Cooper, at the Collins Lake Fire Station (60 NE Collins Lake Drive, Tahuya WA) to clearly define project needs and to visually inspect the projects scope of work. For scheduling of this appoint the Authority’s representative can be contacted at 360-275-6711 Ext. 201, or by email at [email protected].

Page 2: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

2

INSTRUCTIONS TO BIDDERS

1. Identification of Fire Authority. The North Mason Regional Fire Authority, “Authority,” is the entity issuing this invitation for bids. The Authority is a municipal corporation and a political subdivision of the State of Washington.

The Authority mailing address is:

North Mason Regional Fire Authority PO Box 277 Belfair, WA 98528-0277

The business telephone number is: 360-275-6711 The business fax number is: 360-275-6224 The Authority representative for all matters relating to this invitation for bids is Assistant Chief Scott Cooper.

2. Definitions. The following terms shall have the meaning set forth below when used in

this instrument:

2.1. Project: Scope of work to be completed for the Authority, titled as “Collins Lake Fire Station Kitchen Project”.

2.2. Bidder. Any person or entity that submits a qualified bid in response to

the invitation for Bids by the Authority.

2.3. Bid or Bid Proposal. Any Bid submitted to the Authority in response to the invitation for bids issued by the Authority that complies with the bid requirements.

2.4. Bid Documents. The Bid Documents are identified as the Introductory

Letter, Instructions to Bidders, Project Scope of Work and Bid Submission Form.

2.5. Contract Documents. The Contract Document is identified as the

Page 3: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

3

Public Works Construction Contract. 3. Invitation for Bids. The Authority will accept Bid Proposals for the Project as follows:

3.1. Time. Bid Proposals must be received by Friday, November 18th, 2016 by 5:00pm (five pm, PST). Postmarks will not be accepted.

3.2. Place. Bid Proposals must be delivered to: North Mason Regional Fire Authority (See mailing address above for postal deliveries), 460 NE Old Belfair Highway, Belfair WA 98528.

3.3. Bid Opening. Bids will be opened at 3:00 p.m. on Monday, November 21st, at the Authority headquarters station at 460 NE Old Belfair Highway, Belfair WA 98588. The Authority reserves the right to postpone the date and time for Bid opening. Notification to Bidders will be by addenda.

3.4. Board Action. The Board of Commissioners will review the Bid

Proposals submitted at Special open public meeting t o b e h e l d at 5 : 0 0 p m o n T u e s d a y N o v e m b e r 2 2 n d , at the Authority’s Tahuya Fire station at 14880 NE Northshore Rd, Tahuya WA 98588, and may or may not take formal action at that time or at a subsequent meeting.

4. Acceptance - Rejection of Bids. The Authority reserves the right to reject any or all

Bids, to waive minor irregularities in any Bids or in the bidding procedure, and to accept any Bid presented which meets or exceeds these specifications and which the Board of Commissioners of the Authority deems to be in the best interest of the Authority.

5. Plans, Instructions to Bidders and Specifications.

5.1. Bid Documents (Project Scope of Work) can be obtained for printing online

at www.northmasonrfa.com or in person at the Authority’s headquarters station (460 NE Old Belfair Highway, Belfair, WA 98528).

6. Examination of Documents and Site of Work. Before submitting a Bid, each Bidder

shall review the Scope of Work and shall visit the site of the work and meet with the Authority’s assigned representative (Assistant Chief Scott Cooper) to ensure clarity in project scope. Each Bidder shall fully inform the Bidder prior to bidding as to existing conditions and limitations under which the work is to be performed, and shall include in the Bid a sum to cover the cost of items necessary to perform the work as set forth in the Plans, Specifications and Contract. No allowance will be made to a Bidder because of lack of such examination or knowledge. The submission of a Bid will be considered as conclusive evidence that the Bidder has made such examination.

7. Inquiries/Addenda/Document Interpretations. If any person contemplating

submitting a Bid for construction of the work is in doubt as to the true meaning of any part of the proposed Contract Documents, or finds discrepancies in or omissions from any part of the proposed Contract Documents, the prospective Bidder may submit to the Authority, a written request for interpretation in accordance with the

Page 4: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

4

following:

7.1. Direct all written questions to Assistant Chief Scott Cooper.

7.2. Interpretation or correction of proposed Contract Documents will be made only by addendum and will be mailed or delivered to each general contract Bidder of record. The Authority will not be responsible for any other explanations or interpretations of the proposed Contract Documents.

8. Contents of Bid Proposal. All Bid Proposals shall contain or be accompanied by

the following:

8.1. Proposal. A written proposal to complete the project in full as described in the project scope and specifications in accordance with the instructions to Bidders submitted on the Bid Form contained in the Bid Documents.

8.2. Price. The total Bid price in the manner specified in the Bid Form.

8.3. Qualification of Bidder. Satisfactory evidence of the Bidder's qualifications

as described in paragraph 15.

8.4. Authority. The Bid must be signed by an authorized representative of the Bidder in the manner specified in Paragraph 23and 24. The Bidder shall provide with the Bid Proposal, proof of such representative's authority to contractually bind the Bidder.

9. Bid Marking. All Bidders must submit one copy of the executed offer on Company

Forms or let terhead, signed and sealed in a closed opaque envelope, clearly identified with Bidder’s name, project name and the Authority’s name on the outside.

10. Withdrawal/Modification of Bids. A Bidder may, without prejudice to the Bidder,

withdraw, modify, or correct a proposal after it has been deposited with the Authority, provided the request is filed with the Authority, in writing, before the time set for opening the Bid Proposals. The original proposal, as modified by such writing, shall be considered as a proposal submitted by the Bidder.

11. Material Considerations. Each of the requirements contained in this document are

material and the failure of a Bidder to comply with each requirement will constitute grounds for the rejection of the Bid at the discretion of the Board of Commissioners.

12. Errors and Discrepancies. Minor items of work or material omitted from the

original description and scope of work, but inferable from information shown or obviously necessary for proper completion and operation of the work with accepted good practice shall be provided and/or performed by the Contractor at no additional cost to the Authority .

13. Offer Irrevocable - Time Period. All Bid Proposals shall be deemed to be offers to enter into a contract and shall be irrevocable for a period of thirty (30) days from the date of opening of the Bids.

Page 5: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

5

14. Execution of Contract. The successful Bidder shall, within ten calendar days after receiving Notice of Award, execute a Contract with the Fire Authority.

15. Proof of Competency of Bidder. It is the intent of the Authority to award a contract to

the lowest responsible bidder. Before award, the Bidder must meet the following Bidder criteria to be considered a “responsible” Bidder. The Bidder may be required by the Authority to submit documentation demonstrating compliance with the criteria. The Bidder must:

15.1. At the time of Bid submittal, have a current certificate of registration in

compliance with Chapter 18.27 RCW proof of which must be submitted with the Bid Proposal;

15.2. Have a current Washington State Unified Business Identifier number;

15.3. Have industrial insurance coverage for the Bidder’s employees working in

Washington as required in Title 51 RCW; an employment security District number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and

15.4. Not be disqualified from bidding on any public works contract under RCW

39.06.010 or 39.12.065(3). 16. Construction Time. The agreement will include a stipulation that the work be

completed in a period of sixty (60) calendar days following receipt of the Authority’s notice to proceed. The Authority requires that the work of this contract be completed as quickly as possible. Consideration will be given at the time of completion when reviewing the submitted Bids.

17. Guaranty. The Contractor shall and does hereby guarantee for a period of one (1) year

from date of acceptance by the Board of Commissioners all materials, workmanship and equipment installed under this contract to be as specified and of a good quality. Should any defect develop due to faulty material or workmanship within the guarantee period, the Contractor shall correct the defect and make good all damages that may have been caused by the defect. This work shall be done promptly and without cost to the Authority and at the entire expense of the Contractor. The Contractor shall provide the Authority with all manufacturer warranties at the completion of the work.

18. Prevailing Wages. The Contractor shall pay prevailing wages as currently published by

the Washington State Department of Labor and Industries and shall comply with Chapters RCW 39.12 and RCW 49.28. A Notice of Intent to Pay Prevailing Wages and prevailing wage rates for the Project must be posted for the benefit of workers. At the conclusion of the Contract, the Contractor and its subcontractors shall submit Affidavits of Wages Paid to the Department of Labor and Industries for certification by the director. Final payment on the Contract shall be withheld until certification by the director has been received by the Authority that the prevailing wage requirements of the law have been satisfied. The Contractor hereby certifies that it has not been cited for two violations within the last five (5) years, and is thus not prohibited from bidding on public works contracts. The Contractor further assures the Authority that it will

Page 6: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

6

use no sub-contractor who is thus prohibited. 19. Claims. The Contractor agrees to notify the Authority within five (5) days of the receipt

of any of the following:

19.1. Notification that a lien may be claimed by any person, firm or corporation furnishing materials, supplies or equipment to any subcontractor for work on the project in accordance with RCW 60.28.015.

19.2. Notification by the Department of Labor and Industries of any proceedings,

complaint or investigation conducted under the provisions of RCW 39.12.065.

19.3. The retained percentage may be held by the Authority until all claims and proceedings referred to above have been resolved to the satisfaction of the Authority.

20. Utilities and Trench Safety. Contractor is responsible for locating any underground

utilities affected by the work and is deemed to be an excavator for purposed of Chapter 19.122 RCW. Contractor shall be responsible for compliance with C hapter 19.122 RCW, including utilization of the "One Call" locator system before commencing any excavation activities. Contractor is also responsible for ensuring adequate trench safety and compliance as required by the Washington State Industrial and Health Act. The Contractor shall be responsible to notify, pay for and coordinate his/her work with Utility Notification Center service at 811.

21. Safety. All work shall be performed to comply with all county, state and federal

safety regulations. Barricades, signs, guards and warning lights shall be installed around the construction site necessary to protect persons from injury. Security fencing is required until the building is secure and all openings are lockable.

22. Laws and Regulations. The Bidders attention is directed to the fact that all applicable

State laws, municipal ordinances, and rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout, and they shall be deemed to be included in the Contract the same as though written out in full therein. Bidders are advised that if successful, they will be required to meet all applicable federal, state, and local laws pertaining to permits, licenses, fees and taxes, as well as laws pertaining to employment and wages. Bidders are responsible for determining the extent and applicability of such laws.

23. Bid Form Signature. The Bid Form shall be signed by the Bidder, as follows:

23.1. Sole Proprietorship: Signature of sole proprietor in the presence of a witness

who will also sign. Insert the words "Sole Proprietor" under the signature. Affix seal.

23.2. Partnership: Signature of all partners in the presence of a witness who will also sign. Insert the word "Partner" under each signature. Affix seal to each signature.

24. Corporation: Signature of a duly authorized signing officer(s) in their normal

signatures. Insert the officer's capacity in which the signing officer acts, under each

Page 7: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

7

signature. Affix the corporate seal. If the Bid is signed by officials other than the president and secretary of the company, or the president / secretary / treasurer of the company, a copy of the by-law resolution of their board of directors authorizing them to do so, must also be submitted with the Bid Form in the Bid envelope.

24.1. Joint Venture: Each party of the joint venture shall execute the Bid Form under

their respective seals in a manner appropriate to such party as described above, similar to the requirements of a Partnership.

Page 8: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

Project Scope of Work

“Collins Lake Fire Station Kitchen Remodel”

The North Mason Regional Fire Authority (NMRFA) is accepting bids for Kitchen Remodel to be completed at its 60 NE Collins Lake Drive (Collins Lake Fire Station) located in Tahuya, WA. 98588

The scope of the proposed project is demolition and removal/recycle of the kitchen area of the Collins Lake Fire Station. A floor plan drawing has been provided in addition to the bid documents, but it should not be used as a sole means of bidding. Prior to bid submission, the Fire Authority requires that all potential contractors to meet with the Authority’s representative, Assistant Chief Scott Cooper, at the Collins Lake Fire Station (60 NE Collins Lake Drive, Tahuya WA) to clearly define project needs and to visually inspect the projects scope of work. For scheduling of this appoint the Authority’s representative can be contacted at 360-275-6711 Ext. 201, or by email at [email protected]. The proposed written scope of work is as follows:

North Mason Regional Fire Authority Collins Lake Station 27 Kitchen Remodel

SCOPE OF WORK: The contractor will provide labor and/or materials for the work as outlined in the estimate and the following specification. The contractor’s estimate is based on information provided by the owner, site visit reviews, and the assumption that previous work has been performed following standard building practices, and adequate maintenance has been performed. Unforeseen conditions requiring a change to the original scope of work, may result in a change order procedure as outlined in the contract, and will be billed accordingly. PERMITS: All federal, state and local government permits required to conduct the project will be obtained and supplied by the contractor.

Page 9: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

DEMOLITION: The contractor shall be responsible for all demolition and debris removal needed to perform the specified work. This will include the removal and proper disposal of existing flooring, appliances, cabinetry, sink, and countertops, plumbing and electrical components and dry wall material. All hauling and disposal will be done in accordance with applicable federal, state and local law. PLUMBING: The contractor will furnish all labor and materials necessary to complete the plumbing relating to the project. All plumbing materials and fixtures are to be supplied by the contractor. Work scope includes the installation of a new drop-in deep 30” double bowl stainless steel sink and associated plumbing, pull-down spray faucet installation and plumbing, dishwasher installation and plumbing. The project will also include the plumbing in of two individual water supply lines for a refrigerator water/ice maker and for coffee maker. The project will also include the replacement of all shut off valves located under sink. ELECTRICAL: The contractor will furnish all labor and materials necessary to complete the electrical work relating to this project, as shown on drawings, and outlined as follows. This will include the installation and wiring of nine (9) 6” recessed can lights in kitchen and the adding and updating of the outlet layout as per the attached drawing. The contractor will add and provide additional appropriate amperage circuits and wall outlets for appliances to meet current electrical code. The contractor will install two (2) refrigerators (provided by the Authority), one (1) dishwasher (provided by the Authority), one (1) 30” free standing stove oven (provided by the Authority), one (1) stove oven exhaust fan (provided by the Authority), one (1) microwave (provided by the Authority). The contractor will also relocate the existing appliance “emergency shut-off” switch per the attached electrical plan. The contractor will install and provide an additional (6)110 duplex wall outlets above countertops per drawing. HVAC: The contractor will install one (1) new cabinet mounted exhaust fan (provided by the Authority) above stove. The contractor will vent properly to the exterior, providing all supplies for proper venting. The contractor will also install one (1) new contractor supplied HVAC vent cover in kitchen ceiling INSULATION: The contractor will furnish all labor and materials necessary to complete the insulation relating to this project. This will include providing and installing code specified insulation to all exterior walls that are opened up during the project. SHEETROCK: The contractor will provide, install, and complete the finishing of ½” sheetrock or green board as specified by code on all demolished or newly framed walls and ceilings, as shown in attached drawing. This will include all patchwork resulting from the opening of walls and ceilings throughout the existing building that results from electrical, plumbing and framing work. FINISH WORK: The contractor will furnish all labor and materials necessary to complete the finishing work per the attached drawing. All interior casing and trim work shall match the existing style and finish. CABINETS: All cabinets will be supplied and installed by the contractor. See drawing for cabinet

Page 10: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

layout and specifications. Cabinets shall be “like/kind/same” as installed kitchen cabinets in Station #21, Belfair. Cabinet characteristics shall be AWI Custom Grade with white melamine interiors, p-lam exteriors, Baltic Birch plywood drawer boxes, concealed hinges, full extension drawer guides, with 4” brushed aluminum wire pulls, .5 mm pvc edgebanding at cab boxes, 3 mm pvc edgebanding at doors and drawer fronts or equivalent. Glass in bi-fold lift system shall be ¼” clear tempered or equivalent. Provide and install 2 full height end panels, and approximately 50 LF of cherry lumber crown molding stained to match cabinet color. PAINTING: The contractor will be responsible for all labor and materials required for the priming and painting related to this project. Painting will be required on interior walls and ceilings in the kitchen. All Sheetrock will have a primer coat of wall primer followed by two coats latex wall or ceiling paint. All wood painted surfaces will have one primer coat, followed by 2 top coats semi-gloss enamel. Paint colors to be determined by the Authority. TILEWORK: The contractor will supply and install all tile relating to this project. This will include the entire area behind the electric stove and 8 inch tile backsplash to all laminate countertops. Color to be determined by the Authority.. COUNTER SURFACING: The contractor will furnish all labor and materials necessary to complete the surfacing relating to this project. This will include the fabrication and installation of laminate for the kitchen counter tops and tile backsplashes, as shown in the attached drawing. There will be one deep stainless steel 30” double sink provided and installed by the contractor. APPLIANCES: Will be furnished by the Authority and installed by the contractor. These appliances include two (2) refrigerators (one with ice and water combination and one without), one (1) Stove/Oven, one (1) range hood, one (1) dishwasher, one (1) microwave. FLOORING: The contractor will supply and install composite waterproof laminate. Authority to choose color. CLEAN UP: Contractor will be responsible for all construction related clean up, and debris disposal (consistent will applicable laws and codes). The contractor will isolate work areas as much as possible to minimize impact to non-work related spaces.

Page 11: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

PUBLIC WORKS CONSTRUCTION CONTRACT

This Contract is entered into between , Referred to herein as "Contractor”, and North Mason Regional Fire Authority (Authority), a municipal corporation, referred to as "Owner".

In consideration of the following terms and conditions and those contained in the documents

incorporated by reference and made a part of this Contract, the parties agree as follows: 1. THE WORK

1.1. The Contractor shall perform all work and furnish all tools, materials, labor and equipment

for the Owner and all work associated with the project entitled: “Collins Lake Kitchen Project”.

1.2. The work shall be performed in accordance with the following Contract Document and all

other forms and documents referenced in such documents which are hereby referred to as the Contract Documents and by this reference are made a part of this Contract.

1.3. The work shall start within 30 calendars days after the date of the written Notice to Proceed

and be substantially completed within 30 calendar days and fully completed within and additional 15 calendar days. In the event of any conflict between the provisions of this Contract and incorporated Contract Documents and other terms and conditions, the provisions of this Contract shall control. The conflict shall be brought to the attention of the Owner.

1.4. Owner agrees to use its best efforts to allow Contractor full access and use of the premises

as necessary for Contractor to perform the work with minimal interruption or interference from Owner’s personnel and activities. Contractor recognizes, however, that the station will be staffed and used for emergency responses during the construction period and that occasional and limited access issues may occur during the construction period.

1.5. Contractor is responsible for locating any underground utilities affected by the work and is

deemed to be an excavator for purposed of C hapter 19.122 RCW. Contractor shall be responsible for compliance with C hapter 19.122 RCW, including utilization of the "Utility Notification Center" locator system before commencing any excavation activities. Contractor is also responsible for ensuring adequate trench safety and compliance the Washington State Industrial and Health Act requirements of Chapter 42.17 RCW.

1.6. The Contractor shall guarantee the materials and work for a period of one year after

completion of the work.

1.7. The Contractor is responsible for complying with all Federal, State, and local regulations affecting the work including but not limited to Chapter 70.86 RCW, Chapter 296-305 WAC and Chapter 294-24WAC.

2. COMPENSATION

2.1. The Owner or Owner's representative shall determine project completion and shall issue a

Page 12: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

invoice for payment. Payment for services shall not exceed 45 days following project completion date.

2.2. The Owner will not provide any compensation for work, materials, labor, or supplies prior to project completion.

3. CONTRACT SUM

3.1. The Owner shall pay the Contractor for the full performance of the Contract the sum of

$ . This amount shall be paid in full as provided in Article 2.

4. SUBCONTRACTOR RESPONSIBILITY (RCW 39.06.020)

4.1. 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 the same language of this section I each of subcontractor subcontracts adjusting only as necessary the terms used for the contracting parties. On request of the Authority, the Contractor shall promptly provide documentation to the Authority demonstrating that each subcontractor meets the subcontractor responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier.

4.2. At the time of subcontract execution, the Contractor shall verify that each of its first tier

subcontractors meets the following bidder responsibility criteria:

4.2.1. At the time of Bid submittal, have a current certificate of registration in compliance with chapter 18.27 RCW;

4.2.2. Have a current Washington State unified business identifier number;

4.2.3. Have industrial insurance coverage for the Bidder’s employees working in

Washington as required in Title 51 RCW; an Employment Security Department number as required in Title 50 RCW; a state excise tax registration number as required in Title 82 RCW; an electrical contractor license, if required by Chapter 19.28 RCW; an elevator contractor license, if required by Chapter 70.87 RCW; and

4.2.4. Not be disqualified from bidding on any public works contract under RCW

39.06.010 or 39.12.065(3). 5. INDEMNIFICATION AND HOLD HARMLESS

5.1. The Contractor shall indemnify, defend and save the Authority and its commissioners,

manager, employees and engineers harmless from any and all claims and risks and losses, damages, demands, suits, judgments and attorney’s fees or other expenses of any kind on account of or relating to injury to or death of any and all persons or on account of all property damage of any kind, or in any manner connected with the work performed under this Contract, or caused in whole or in part by the Contractor, a subcontractor or their property, employees or agents during performance of the work or at any time before final acceptance, except only for those losses resulting from and to the extent of the negligence of the Authority with regard to activities within the Contractor’s scope of work.

Page 13: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

5.2. Should a court of competent jurisdiction determine that this Contract 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 Authority, its members, officers, employees and agents, 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 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.

5.3. In an arbitration or lawsuit with respect to this hold harmless provision, the Contractor shall

prepare and defend that lawsuit at its own cost and expense. If judgment is rendered or settlement made requiring payment of damages by the Authority, its officers, agents, employees and volunteers, the Contractor shall pay the same.

5.4. The Contractor shall be solely and completely responsible for safety and safety conditions

on the job site, including the safety of all persons and property during performance of the work. The services of Authority employees or the engineer's personnel in conducting construction review of the Contractor's performance is not intended to include review of the adequacy of the Contractor's work methods, equipment, bracing, scaffolding or trenching, or safety measures in, on or near the construction site. The Contractor shall provide safe access for the Authority and its inspectors to adequately inspect the quality of work and the conformance with project specifications.

6. INSURANCE

6.1. The Contractor shall obtain and keep in force during the term of this Contract Commercial

General Liability and Automobile Liability insurance policies with insurance companies which have an A.M. Best’s rating of A VII or better, and which are approved by the Washington Insurance Commissioner pursuant to Title 48 RCW.

6.2. The Contractor shall file with the Authority a certified copy of all policies or a certificate

of insurance evidencing that the policies are in force. The certificate shall be accompanied by policy endorsements as are necessary to comply with these requirements. The Contractor’s Department of Labor & Industries’ account number shall be noted on the certificate of insurance. Failure of the Contractor to fully comply with the requirements regarding insurance will be considered a material breach of contract and shall be cause for immediate termination of the Contract.

6.3. The Contractor shall not begin work under the Contract until all required insurance has

been obtained and until such insurance policies have been received by the Authority. The insurance shall provide coverage for the Contractor, Contractor’s subcontractors and the Authority.

6.4. The coverage provided by the Contractor's insurance policies shall be primary to any

insurance maintained by the Authority, except as respects losses attributable to the sole negligence of the Authority. Any insurance that might cover this Contractor which is maintained by the Authority shall be in excess of the Contractor's insurance and shall not contribute with the Contractor's insurance.

Page 14: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

6.5. The General Aggregate provision of the Contractor's insurance policies shall be amended to show that the General Aggregate Limit of the policies applies separately to this Contract.

6.6. All costs for insurance shall be incidental to and included in the unit contract prices of the

Contract and no additional payment will be made. 7. TYPES AND LIMITS OF INSURANCE REQUIREMENTS

7.1. A policy of Commercial General Liability Insurance, written on an insurance industry

standard occurrence form: (CG 00 01) or equivalent, with a minimum limit of $1,000,000 each occurrence and $2,000,000 annual aggregate. Such insurance shall including the following standard coverages:

7.1.1. Per project aggregate endorsement (CG2503) 7.1.2. Premises/Operations Liability 7.1.3. Products/Completed Operations 7.1.4. Personal/Advertising Injury 7.1.5. Contractual Liability 7.1.6. Independent Contractors Liability 7.1.7. Stop Gap or Employers Contingent Liability 7.1.8. Explosion, Collapse, or Underground (XCU), if applicable

7.2. Commercial Automobile Liability insurance with a minimum $250,000 7.3. Combined single limit on owned, hired and now owned automobiles.

8. CHANGE ORDERS

8.1. The Owner reserves the right to make, at any time during the work, such changes in

quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the Contractor agrees to perform the work as altered. Among others, these changes and alterations may include:

8.1.1. Deleting any part of the work, 8.1.2. Increasing or decreasing quantities, 8.1.3. Altering specifications, designs, or both, 8.1.4. Altering the way the work is to be done, 8.1.5. Adding new work, 8.1.6. Altering facilities, equipment, materials, services, or sites, provided by the Owner. 8.1.7. Ordering the Contractor to speed up or delay the work.

8.2. The Owner will issue a written change order for any change. If the alterations or changes in

quantities significantly change the character of the work under the contract, whether or not changed by any such different quantities or alterations, an adjustment, excluding loss of anticipated profits, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the Contractor in such amount as the Owner may determine to be fair and equitable.

8.3. The Contractor shall proceed with the work upon receiving:

Page 15: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

8.3.1. A written change order approved by the Owner.

8.4. The Contractor may protest the change order as provided below:

8.4.1. If the Contractor is in disagreement with anything required in a change order or another written order from the Owner, including any direction, instruction, interpretation, or determination by the Owner, the Contractor shall:

8.4.2. Immediately give a signed written notice of protest to the Owner before doing the

work;

8.4.3. Supplement the written protest within 15 calendar days with a written statement providing the following:

(a) The date of the protested order; (b) The nature and circumstances which caused the protest; (c) The contract provisions that support the protest; (d) The estimated dollar cost, if any, of the protested work and how that estimate

was determined; and (e) An analysis of the progress schedule showing the schedule change or disruption

if the Contractor is asserting a schedule change or disruption; and

8.5. If the protest is continuing, the information required above, shall be supplemented as requested by the Owner. In addition, the Contractor shall provide the Owner, before final payment, a written statement of the actual adjustment requested. Throughout any protested work, the Contractor shall keep complete records of extra costs and time incurred. The Contractor shall permit the Owner access to these and any other records needed for evaluating the protest as determined by the Owner. The Owner will evaluate all protests provided the procedures in this section are followed. If the Owner determines that a protest is valid, the Owner will adjust payment for work or time. No adjustment will be made for an invalid protest.

8.6. In spite of any protest, the Contractor shall proceed promptly with the work as the Owner

orders.

8.7. The Contractor accepts all requirements of a change order by:

8.7.1. Endorsing it, 8.7.2. Writing a separate acceptance, or 8.7.3. Not protesting in the way this section provides.

8.8. A change order that is not protested as provided in this section shall be full payment and

final settlement of all claims for contract time and for all costs of any kind, including costs of delays, related to any work either covered or affected by the change. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the Owner any written or oral order (including directions, instructions, interpretations, and determinations). By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work.

9. TERMINATION

Page 16: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

9.1. If Contractor breaches any of its obligations under this Contract, and fails to cure the same within five (5) days of written notice to do so, the Owner may terminate this Contract, in which case the Owner shall pay the Contractor cost incurred to date of written notice.

9.2. The Owner may terminate this Contract upon ten (10) days written notice to the Contractor

for any reason and without cause in which case the Owner shall pay the Contractor for costs incurred to the date of written notice.

10. CONTRACTOR RECORDS

10.1. Contractor agrees to make all project related books and records available to the Owner for

inspection, review, photocopying and audit in the event of a Contract related dispute, claim, modification or other Contract related action at reasonable times and at places designated by the Owner.

11. MISCELLANEOUS PROVISIONS

11.1. This Contract shall be governed by the laws, regulations and ordinances of Mason

County, the State of Washington, and, where applicable, Federal laws.

11.2. Neither the Owner nor the Contractor shall assign or transfer any interest in this Contract without prior written consent of the other.

11.3. This Contract supersedes all prior negotiations, representations or Contracts, either written

or oral. This Contract may be amended only by written instrument signed by both Owner and Contractor.

12. PREVAILING WAGES

12.1. The Contractor shall pay prevailing wages and shall comply with chapter RCW 39.12 and

chapter 49.28 RCW. A Notice of Intent to Pay Prevailing Wages and prevailing wage rates for the work must be posted on the work site. At the conclusion of the Contract, the Contractor and its subcontractors shall submit Affidavits of Wages Paid to the Department of Labor and Industries for certification by the director. Final payment on the Contract shall be withheld until certification by the director has been received by the Owner that the prevailing wage requirements of the statute have been satisfied. The Contractor certifies that it has not been cited for two violations within the last five (5) years, and is not prohibited from bidding on public works contract. The Contractor further certifies that it will use no sub-contractor who is prohibited.

13. DISPUTE RESOLUTION

13.1. Mediation. If any dispute, controversy or claim arises out of or relates to this Contract, the

parties agree first to try to settle the dispute by non-binding mediation with the assistance of a recognized professional mediation service. The parties shall each designate a representative with full settlement authority who will participate for at least four hours in the mediation. The parties shall bear equally all mediation expenses, exclusive of attorneys’ fees and each party’s independent mediation preparation costs.

Page 17: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

13.2. Attorney Fees and Costs. In the event of litigation concerning the terms of or performance under this agreement, the prevailing party, in addition to costs, shall be entitled to reasonable attorney's fees as determined by the arbitrator or court.

Dated: Dated: Owner Contractor

By: _________________________________

By:

Page 18: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

BID FORM TO: North Mason Regional Fire Authority Mailing: PO BOX 277, Belfair, WA 98528-0277 Physical: 460 NE Old Belfair Hwy, Belfair, WA 98528 CONTACT: Scott Cooper, Assistant Fire Chief 360-275-6711 Ext. 201 A. The undersigned bidder declares that they have read the Project Scope, understands the conditions, has examined the site, and has determined for itself all situations affecting the work herein bid upon. And, bidder proposes and agrees, if this proposal is accepted, to provide at bidder's own expense, all labor, machinery, tools, materials, etc. including all work incidental to, or described or implied as incidental to such items, according to the Project Scope, and that the bidder will complete the work within the time stated and further, the bidder will accept in full payment for the unit price(s) and/or lump sum price indicated for the work as set forth in the bid below. The work under this contract shall be fully completed within the working days specified in the Project Scope. NOTE: Show unit prices in figures only. Prices for all items, all extensions and the total amount of bid must be shown for each bid schedule included. Any incomplete bid schedule(s) shall be considered non-responsive. BASE BID

BID ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 1 Collins Lake Fire Station Kitchen 1 $ _____________ $________________ Applicable WA State Sales Tax (8.5%) $________________ TOTAL BASE BID $

B. All Bidders shall complete all Bid Items on the Bid Form in their entirety. Failure to do so may result in the Owner's rejection of the Bid as not being responsive to the advertisement. C. The Owner reserves the right to delete any or all portions of the work. D. Notice of Acceptance of this Proposal or requests for additional information should be addressed to the undersigned at the address stated below: Signature: Printed Name:

Company Name:

Address:

Phone:

Fax:

Email:

Page 19: Introductory Letter - northmasonrfa.com€¦ · Introductory Letter “Collins Lake Fire Station Kitchen Remodel ” The North Mason Regional Fire Authority (NMRFA) is accepting bids

11'-9

"

2'-3"

6'-0"

3'-6"

15'-6"

10

/10

/16

A2SHEET NO.

DATE

PHASE

DES

IGN W

ORKS

HO

P

(pho

ne)

360-

271-

5540

1398

6 Lo

ne M

aple

Lane

NW

Pou

lsbo,

WA

9837

0

JOB N

O.

-PL

ANS B

Y

ALL

RIG

HTS

RES

ERVED

20

16

C

MASO

N C

OUNTY

FIR

E D

IST.

60 N

E CO

LLIN

S LA

KE D

RTA

HUYA

, WA

9858

8

CHARLE

S R

ITTE

R

(ema

il) d

esign

works

hop@

rock

etma

il.com

CO

LLIN

S L

K. F

IRE

STA

TIO

NPR

ELIM

INARY

PLANS

AutoCAD SHX Text
10-20-16
AutoCAD SHX Text
36" REFR. w/ Water & Ice Maker/Disp.
AutoCAD SHX Text
(E) Sliding Glass Door to Remain
AutoCAD SHX Text
36" REFR. w/ Freezer
AutoCAD SHX Text
S
AutoCAD SHX Text
D 3
AutoCAD SHX Text
S
AutoCAD SHX Text
3
AutoCAD SHX Text
COFFEE BAR
AutoCAD SHX Text
Cold Water Supply, Typ.
AutoCAD SHX Text
Duplex 110v Outlet, Typ.
AutoCAD SHX Text
30" Elec. Range w/ Hood & Exhaust Fan
AutoCAD SHX Text
DW
AutoCAD SHX Text
Micro-Wave
AutoCAD SHX Text
(E) Electric Range/Oven Alarm Manual Shutoff to be Relocated Verify Alt. Location w/ Fire Marshall
AutoCAD SHX Text
30" Sink
AutoCAD SHX Text
EXTERIOR WALL
AutoCAD SHX Text
INTERIOR WALL
AutoCAD SHX Text
INTERIOR WALL
AutoCAD SHX Text
EXHAUST FAN VENTED TO OUTSIDE
AutoCAD SHX Text
ALL New Cabinets. New Counter Tops to be Composite Laminate w/ 8" Grouted Tile Backsplash
AutoCAD SHX Text
New 30" x 16" x 10"D drop-in double bowl S/S sink w/ pull-down spray faucet. Replace all shut off valves with new valves.
AutoCAD SHX Text
S
AutoCAD SHX Text
Exist'g switch to porch light to remain
AutoCAD SHX Text
Tall Cabinet
AutoCAD SHX Text
All interior wall covering to be 5/8" G.W.B. water resistant "green board". Verify Exterior Walls min. R-21 Insulation
AutoCAD SHX Text
Relocate existing dish washer as shown
AutoCAD SHX Text
Cab. Abv.
AutoCAD SHX Text
Upper Cabinets, Typ.
AutoCAD SHX Text
Lower Cabinets, Typ.
AutoCAD SHX Text
New Location for Elec. Range/Oven Station Alarm Manual Shutoff Verify New Location w/ Fire Marshall
AutoCAD SHX Text
EXTERIOR WALL
AutoCAD SHX Text
Can Lights, Typ.
AutoCAD SHX Text
Replace existing light switch w/ dimmer switch
AutoCAD SHX Text
FLOOR PLAN
AutoCAD SHX Text
SCALE: 1/4" = 1'-0"
AutoCAD SHX Text
NORTH
AutoCAD SHX Text
182.13 S.F.