CONTRACT PACKET FOR:

911 Call Center Roof Replacement Project

Project #31-1614

OFFERED BY:

LEWIS COUNTY

DEPARTMENT OF CENTRAL SERVICES

FACILITIES DIVISION

571 NW Prindle Street

Chehalis, WA 98532

Mailing Address:

351 NW North Street

Chehalis WA 98532

Phone: 360-740-1192

Fax: 360-740-2720

BID PACKET CONTENTS

  1. BID ADVERTISEMENT
  2. CHECKLIST
  3. PLANS AND SPECIFICATIONS
  4. CENTRAL SERVICES CONTRACT/GENERAL CONDITIONS/SPECIAL CONDITIONS
  5. PREVAILING WAGE NOTICE
  6. PERFORMANCE BOND
  7. INSURANCE REQUIREMENTS
  8. DECLARATION OF OPTION FOR INVESTMENT OF RETAINED PERCENTAGE BID FORM

1.

CALL FOR BIDS

CALL FOR BIDS

April 3, 2016

The Lewis County Facilities Division is soliciting Small Works Roster bids for roofing removal and installation at the Historic Lewis County Courthouse, 351 NW North St., Chehalis, WA. Interested bidders should contact the:

Facilities Division Office, 571 N.W. Prindle St., Chehalis, WA. 360 740-1192

For more information and bid materials.

Or online at http://lewiscountywa.gov/centralservices/facilities-call-for-bids.

Project Name and #: 911 Center Roof Replacement Project

Location of work: 351 NW North St., Chehalis, WA

Contact Person: Matt Patana, Maintenance Supervisor

(360) 740-1192

Site Visit:By appointment. Please call Matt Patana to schedule.

Bidding Instructions:

Bid envelopes must be sealed and clearly labeled as: 911 Center Roof Replacement Project and delivered by 3:00 PM on the due date. Bids may be mailed or hand delivered to the Facilities Office:

Mailing Address:Physical Address:

Lewis County FacilitiesLewis County Facilities

351 NW North St.571 Prindle St.

Chehalis, WA 98532Chehalis, WA

Bids Due:3:00 PM April 25, 2017

SEALED BIDS MUST BE DELIVERED BY OR BEFORE

3:00 P.M. on Tuesday, April 25, 2017

(Lewis County official time is displayed on Mitel phones in the Facilities Office. Bids submitted after 3:00 PM will not be considered for this project.)

2.

DOCUMENT CHECK LIST

(Lewis County Forms Only)

The following items must be returned in the completed bid package:

  1. Signed Contract (3 Copies)
  2. Performance Bond
  3. Certificate of Insurance
  4. Signed Declaration of Option for Retained Percentage

3.

Project Scope and Specifications

SCOPE OF WORK

  1. Remove old roofing material from roof area over 911 Communication Center and corresponding areas if required for new roofing installation. (See attached drawings). Work shall be in accordance with Manufacturers Specifications.
  2. Remove structure (remnants of old radio shack assembly) located in center area above 911.
  3. Repair roof areas under said building area. One HVAC penetration and several communication and power conduits penetrations.
  4. Remove abandoned duct work and or conduit. (Verify with owner prior to demolition)
  5. Prepare parapet wall that separates old roof from membrane roofing.
  6. Repair roof area for safety, and proper installation of membrane.
  7. Install new membrane roofing materials according to manufactures specifications and guidelines. (See attached generic specifications and drawings for areas to be included in scope)
  8. Install crickets, water bars and other features around 911 roof area for proper drainage, min slope 1/8” per foot..
  9. Install new roof drains approved by manufacturer for installation with said roof system.
  10. Apply and install new and approved blocking for HVAC units and on other items identified by owner.

Contractor must evaluate and determine proper removal of existing asphalt roofing system and determine if the existing substrate can be prepared properly for the new roof according to the manufacturer’s specification. Before/after photos must be submitted with invoice upon completion.

On all bids, there must be deck square footage and a separate line item of parapet square footage. Please provide an Engineered Layout Drawing supplied by Manufacturer Engineering of the proposed section(s) to be completed. Submit photos with bid if possible.

Pull out tests are required per manufacturer specifications for wind uplift, proper fastener selection, and spacing. Please provide ASCE7 Calculations completed by Manufacturer Engineering Department with proposal.

Properly remove and dispose of identified existing asphalt roofing system and prepare substrate for new roofing system. Install new 32 Mil Vapor Barrier over properly prepared substrate.

Install new, 20PSI, Coated Glass Polyisocyanurate Tapered Insulation system adhered over vapor barrier to drain. System to be adhered with 2-part Urethane adhesive set in ribbons or beads per roof membrane manufacturer specifications to roof deck areas. Insulation to be purchase from and part of membrane manufacturer system warranty.

Install ¼” Prime, Gypsum Coverboard directly over taper system. To be adhered with 2-part Urethane adhesive set in ribbons or beads per roof membrane manufacturer specifications to roof deck areas. Insulation to be purchase from and part of membrane manufacturer system warranty..

Contractor shall furnish and install a white minimum 40 mil, internally reinforced Custom Fabricated Roofing system including all components from Manufacturer. **Install Factory Engineered Deck Sheets to largest size possible relating to project roof deck and to reduce/minimize field welding wherever possible. Membrane to be adhered with approved adhesive to achieve manufacturer 20Y NDL Warranty. Square Footage for Deck and Parapet should be on the bid.

On all parapet locations, existing coping cap may be re utilized. If necessary build up perimeter to proper height. Wrap parapet with new pre-manufactured parapet flashings by Manufacturer and terminate up and over exterior of wall. Use new #24 Gauge, Grade 50, ES-1 Compliant, Kynar 500 Coated, Metal Parapet Cap/fascia System Terminations by Manufacturer of Roofing System, color to match existing metal as close as possible, whenever possible.

All curbs, deck sheets and parapets must be pulled tight and installed as wrinkle free as possible.

.

Contractor to insure proper drainage of the new roof system, wherever prudent and possible; however, ponding water must not affect the Roof System/Manufacturer Warranty. If necessary to ensure proper drainage, contractor should include an alternate price of installing a new tapered insulation system and new drains or scuppers. Clean out and remove any debris to insure through wall drains, gutters and downspouts are free flowing.

Install Custom pre-manufactured flashings on all roof penetrations as specified by roof membrane manufacturer, including all through wall drains. All custom curbs, drains, and stack flashings will be made of the same mil thickness and reinforcement as the deck membrane or Vinyl coated metal from membrane manufacturer.

Create a plan for walk pad to service center of roof from access door or existing walk pad. Furnish and install new 30” x 60” walkway pads at all serviceable rooftop units and skylights. Install at the entry point(s), and around a serviceable access panel. Manufacturer walk pads should be installed by welding the six inch skirts completely to the deck membrane with a full 1-1/2” weld to prevent the walk pads from dislodging.

Inspect all skylights. Provide replacement Alternate option(s) if necessary per IBC 21012 or local codes with Membrane Manufacturer total system options. Furnish and install size compatible membrane manufacturer Custom Fabricated Flashings.

Inspect HVAC Screen(s) Communicate with owner’s rep to be completed by others. Curbing to be minimum 8” and flash properly to create watertight, Code/Manufacturer approved termination.

Install new 4x4 pressure treated wood used for sleepers. E.g. gas pipes, AC units, Etc. if necessary

Contractor must install the roofing system and dispose of all debris “OFF SITE” in accordance with all local, state, and federal regulations.

Contractor is responsible for locating existing conduit to avoid penetration during installation. Contractor is solely responsible for damage caused to electrical conduit from penetration during roof installation, and related costs of repairing/replacing conduit or related equipment damaged as a result of penetrating electrical conduit.

After the installation is complete, a Membrane Manufacturer Technical Representative shall inspect the visible details of the roofing system for acceptability of warranty issuance. Any deficiencies shall be corrected by the Contractor and made ready for re-inspection within five (5) working days. Upon acceptance, the Manufacturer 20 year NDL Workmanship and Material warranty, including “Consequential Damages”, shall be promptly issued. One copy to the owner.

The contractor selected to complete the re-roofing project will be required to:

Set up final inspection with technical and call for any deviations to engineering.

Alternate Bids: Include separate alternate bids for any of the following conditions (include pictures of existing conditions that require alternate bids):

If the existing substrate requires modification or repair. Please provide time and material line in your proposal for such occurrences. Please provide a contingency within this years’ budget.

List the height and quantity of any existing curbs that are shorter than eight inches (8”) above the deck. Include a cost of raising the curbs to meet roofing manufacturer’s specifications.

Inspect all HVAC units, including ductwork, and include an alternate bid to repair or replace any HVAC equipment that is allowing water to penetrate the roofing system. Include a price to run all condensate lines to an existing drain or scupper.

WARRANTY

Manufacturer 20 year NDL Workmanship and Material warranty, including “Consequential Damages”. One copy to the owner.

4.

LEWIS COUNTY

AGREEMENT

GENERAL TERMS AND CONDITIONS

AGREEMENT

EFFECTIVE DATE: ___

Scholten Roofing, Inc., hereinafter called CONTRACTOR, and LEWIS COUNTY, hereinafter called COUNTY, agree as set forth in this Agreement, including: Scope of Work, Specifications, Certificate of Insurance, Compensation, Bid Response forms, General and Special Conditions, Non-Collusion Affidavit, copies of which are attached hereto and incorporated herein by this reference as fully as if set forth herein.

Project: 911 Call Center Roof Project Bid Price (with accepted alternates: $_137,393.00___

The term of this Agreement shall commence upon the date of execution as shown above. This agreement may be renewed or terminated upon written notice provided either by the County or the service provider thirty (30) or more days prior to the effective date of renewal or termination.

CONTRACTOR acknowledges and by signing this contract agrees that the Indemnification provisions set forth in Paragraphs 5, 15, 21, 22, 25 and 26, are totally and fully part of this contract and have been mutually negotiated by the parties.

IN WITNESS WHEREOF, the parties have executed this Agreement this ______day of ______, 2017.

CONTRACTOR:LEWIS COUNTY

I

______

Steve Walton, Director

Lewis County Central Services

______

Title of Signatory

Authorized by the firm By Laws

Mailing Address:Approved as to Form Only:

Jonathan Meyer, Prosecuting Attorney

______

______.

______By:

______

Deputy Prosecuting Attorney

UBI or Contractors License#

______

Federal Business Tax ID No.

______

GENERAL CONDITIONS

1.Scope of Contractors Services:

The Contractor agrees to provide to the County services and any material set forth in the project narrative identified as Exhibit "A” during the agreement period. No material, labor, or facilities will be furnished by County, unless otherwise provided for in the Agreement.

2.Accounting and Payment for Contractor Services:

Payment to the Contractor for services rendered under this Agreement shall be as set forth in Exhibit "B". Where Exhibit "B” requires payments by Lewis County, payment shall be based upon billings, supported unless otherwise provided in Exhibit "B", by documentation of units of work actually performed and amounts earned, including where appropriate, the actual number days worked each month, total number of hours for the month, and total dollar payment requested. Unless specifically stated in Exhibit "B" or approved in writing in advance by the official executing this Agreement for Lewis County (hereinafter referred to as the "Contracting Officer”), the County will not reimburse the Contractor for any costs or expenses incurred by the Contractor in the performance of this contract.

Where required, the County shall, upon receipt of appropriate documentation, compensate the Contractor, no more often than weekly, through the County voucher system, for the Contractor’s services pursuant to the fee schedule set forth in Exhibit "B".

3.Assignment and Subcontracting:

No portion of this contract may be assigned or subcontracted to any other individual, firm or entity without the express and prior written approval of the Contracting Officer or as set forth in Exhibit “A”.

4.Labor Standards and Contract Assistance:

The Contractor shall comply with the provisions of the Lewis County Contract and Procurement Assistance Program as applicable, attached hereto as “Special Conditions”.

5.Independent Contractor:

The Contractor’s services shall be furnished by the Contractor as an independent Contractor and nothing herein contained shall be construed to create a relationship of employer-employee or master-servant, but all payments made hereunder and all services performed shall be made and performed pursuant to this Agreement by the Contractor as an independent Contractor. The Contractor acknowledges that the entire compensation for this Agreement is specified in Exhibit "B" and the Contractor is not entitled to any County benefits including, but not limited to: vacation pay, holiday pay, sick leave pay, medical, dental, or other insurance benefits, or any other rights or privileges afforded to Lewis County employees.

Contractor will defend, indemnify and hold harmless the County, its officers, agents or employees from any loss or expense, including but not limited to settlements, judgments, setoffs, attorneys' fees or costs incurred by reason of claims or demands because of breach of the provisions of this paragraph.

6.No Guarantee of Employment:

The performance of all or part of this contract by the Contractor shall not operate to vest any employment rights whatsoever and shall not be deemed to guarantee any employment of the Contractor or any employee of the Contractor or any subcontractor or any employee of any subcontractor by the County at the present time or in the future.

7.Taxes:

The Contractor understands and acknowledges that the County will not withhold Federal or State income taxes. Where required by State or Federal law, the Contractor authorizes the County to make withholding for any taxes other than income taxes (i.e., Medicare). All compensation received by the Contractor will be reported to the Internal Revenue Service at the end of the calendar year in accordance with the applicable IRS regulations. It is the responsibility of the Contractor to make the necessary estimated tax payments throughout the year, if any, and the Contractor is solely liable for any tax obligation arising from the Contractor's performance of this Agreement. The Contractor hereby agrees to indemnify the County against any demand to pay taxes arising from the Contractor's failure to pay taxes on compensation earned pursuant to this Agreement.

The County will pay sales and use taxes imposed on goods or services acquired hereunder as required by law. The Contractor must pay all other taxes including, but not limited to: Business and Occupation Tax, taxes based on the Contractor’s gross or net income, or personal property to which the County does not hold title. The County is exempt from Federal Excise Tax.

8.Regulations and Requirement:

This Agreement shall be subject to all laws, rules, and regulations of the United States of America, the State of Washington, and political subdivisions of the State of Washington, and to any other provisions set forth in Special Conditions.

9.Prevailing Wages

Contractor shall pay the prevailing rate of wages to all workers, laborers, or mechanics employed in the performance of any part of the Work in accordance with RCW 39.12 and the rules and regulations of the Department of Labor and Industries. The schedule of prevailing wage rates for the locality or localities of the Work, is determined by the Industrial Statistician of the Department of Labor and Industries. It is the Contractor’s responsibility to verify the applicable prevailing wage rate.

Each Application for Payment submitted by Contractor shall state that prevailing wages have been paid in accordance with the pre-filed statement(s) of intent, as approved. Copies of the approved intent statement(s) shall be posted on the job site with the address and telephone number of the Industrial Statistician of the Department of Labor and Industries where a complaint or inquiry concerning prevailing wages may be made.

In compliance with chapter 296-127 WAC, Contractor shall pay to the Department of Labor and Industries the currently established fee(s) for each statement of intent and/or affidavit of wages paid submitted to the Department of Labor and Industries for certification.

10.Right to Review:

This contract is subject to review by any Federal or State auditor. The County or its designee shall have the right to review and monitor the financial and service components of this program by whatever means are deemed expedient by the Contracting Officer. Such review may occur with or without notice, and may include, but is not limited to, on-site inspection by County agents or employees, inspection of all records or other materials which the County deems pertinent to the Agreement and its performance, and any and all communications with or evaluations by service recipients under this Agreement. The Contractor shall preserve and maintain all financial records and records relating to the performance of work under this Agreement for 3 years after contract termination, and shall make them available for such review, within Lewis County, State of Washington, upon request.

11.Modifications:

Either party may request changes in the Agreement. Any and all agreed modifications shall be in writing, signed by each of the parties.

12.Termination for Default:

If the Contractor defaults by failing to perform any of the obligations of the contract or cannot perform because of regulatory order or failure to comply with regulatory requirements, including but not limited to applicable licensing laws, or becomes insolvent or is declared bankrupt or commits any act of bankruptcy- or insolvency or make an assignment for the benefit of creditors, the County may, by depositing written notice to the Contractor in the U.S. mail, postage prepaid, terminate the contract, and at the County's option, obtain performance of the work elsewhere. If the contract is terminated for default, the Contractor shall not be entitled to receive any further payments under the contract until work called for, as may be applicable under Exhibit “A”, has been fully performed. Any extra cost or damage to the County resulting from such default(s) shall be deducted from any money due or coming due to the Contractor. The Contractor shall bear any extra expenses incurred by the County in completing the work, as may be applicable under Exhibit “A”, including all increased costs for completing the work, and all damage sustained, or which may be sustained by the County by reason of such default.