HomeMy WebLinkAboutResolution 09-011 Declaring Emergency - Poe Winter Maintenance Contract CITY OF SPOKANE VALLEY
SPOKANE COUNTY,WASHINGTON
RESOLUTION NO.09-011
A RESOLUTION OF THE CITY OF SPOKANE VALLEY, SPOKANE COUNTY,
WASHINGTON, DECLARING AN EMERGENCY AND PROVIDING AUTHORITY FOR THE
CITY MANAGER TO ENTER INTO A CONTRACT FOR WINTER WEATHER RESPONSE
FACILITY IMPROVEMENTS AND PREPARATION OF EQUIPMENT FOR WINTER
WEATHER RESPONSE, WITHOUT COMPLIANCE WITH THE COMPETITIVE BID
REQUIREMENTS OF RCW 39.04.
WHEREAS, the City of Spokane Valley was notified by Spokane County that the County would
no longer provide snow removal services for the City of Spokane Valley; and
WHEREAS, the City of Spokane Valley has initiated a request for qualifications as part of
establishing a long term solution for snow removal in the City of Spokane Valley; and
WHEREAS, this process cannot effectively or fairly be completed in time to provide services for
Spokane Valley by the winter season of 2009-2010; and
WHEREAS, the failure to have a snow removal program in place would result in significant risk
to the health, safety and welfare of the citizens and businesses of Spokane Valley; and
WHEREAS, the City of Spokane Valley has identified surplus equipment from the State of
Washington that can be purchased immediately and used for snow removal purposes; and
WHEREAS, the City of Spokane Valley has also identified property within the City that can,
with minor improvements, be used to house and service such a snow removal program; and
WHEREAS, the property identified requires some immediate facility improvements to be usable
for snow removal purposes, and the equipment purchased requires repairs and assembly; and
WHEREAS, the Public Works Department has determined that there is insufficient time to
prepare and comply with the competitive bidding requirements set forth in RCW 39.04 et seq. and be able
to have the snow removal program operational by this winter season; and
WHEREAS, the Public Works Department has further determined that Poe Asphalt has a
previous and ongoing contractual relationship with the City of Spokane Valley, has the experience,
manpower and equipment immediately available to assist in performing those facility improvements, and
has the equipment preparation experience necessary to establish a snow removal program for this
imminent winter season; and
WHEREAS, these circumstances constitute an emergency which, unless the City of Spokane
Valley immediately enters into the contract in question, could have an adverse effect on the health, safety
and welfare of the citizens of the City of Spokane Valley.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SPOKANE VALLEY
HEREBY RESOLVES AND DECLARES AS FOLLOWS:
Resolution 09-011 Winter Contract Page 1 of 2
Section 1. Declaration of Emergency Conditions. The above described circumstances constitute
an emergency pursuant to RCW 39.04.280 and as such further constitute an exemption to the public bid
laws set forth in Chapter 39.04, and SVMC 3.40.050.
Section 2. Authority to Contract. The City Manager is hereby authorized to execute a contract
substantially the same as that attached hereto and made a part hereof, in an amount not to exceed
$90,073.72.
Section 3. Severability. If any section, subsection, sentence or clause of this Resolution is
for any reason held to be invalid, such decision shall not affect the validity of the remaining provisions of
this Resolution.
Section 4. Effective Date. This Resolution shall be effective upon adoption.
Adopted this 18th day of August, 2009.
CRichard ►A . son
A P..
e4 f
City Clerk,Christine Bainbridge
Approved as to Form:
V
‘,./1"
Offic f the City Attorney
Resolution 09-011 Winter Contract Page 2 of 2
AGREEMENT FOR SERVICES
Poe Asphalt Paving,Inc.
Contract No.09-
THIS AGREEMENT is made by and between the City of Spokane Valley, a code City of the
State of Washington, hereinafter "City" and Poe Asphalt Paving, Inc. hereinafter "Contractor,"
jointly referred to as "parties."
IN CONSIDERATION of the terms and conditions contained herein the parties agree as follows:
1. Work to Be Performed. The Contractor shall do all work and furnish all labor, tools,
materials, supplies and equipment for winter response facility improvements and preparation of
equipment for winter response, as more specifically described in the contractor's bid attached hereto as
Exhibit 1, and dated July 21, 2009, for a total price not to exceed $90,073.72,which bid by this reference
is incorporated herein and made part hereof("Contract Documents"), and shall perform any changes in
the work in accord with the Contract Documents.
The CONTRACTOR shall, for the amount set forth in the Exhibit 1, assume and be responsible
for the cost and expense of all work required for constructing and completing the work and related
activities provided for in the Contract Plans and Contract Documents, except those items mentioned
therein to be furnished by the City of Spokane Valley.
The City Manager, or designee, shall administer and be the primary contact for Contractor. Prior
to commencement of work, Contractor shall exercise best efforts to contact the City Manager or designee
to review the scope of work, schedule, and time of completion. Upon notice from the City, Contractor
shall promptly commence work, complete the same in a timely manner, and cure any failure in
performance under this agreement.
Unless otherwise directed by the City, all work shall be performed in conformance with the
Contract Plans, Contract Documents, City and State standards. Contractor acknowledges review of the
Contract Plans and Contract Documents and accepts the same. Contractor shall exercise best efforts,
including the selection of the highest quality materials, so that all work performed shall be in compliance
with current related industry standards.
2. Term of Contract. This agreement shall be in full force and effect upon execution and
shall remain in effect until December 31, 2009.
The City may terminate this agreement by ten (10) days' written notice to the other party. In the
event of such termination, the City shall pay the Contractor for all work previously authorized and
satisfactorily performed prior to the termination date.
3. Compensation. The City agrees to pay the Contractor for the Cost of the Work plus the
Contractor's fee for overhead and profit as defined in Schedule A attached hereto as Exhibit 2 and by this
reference is incorporated herein and made a part hereof.
4. Payment. The Contractor may elect to be paid in monthly installments, upon
presentation of an invoice to the City, or in a lump sum, upon completion of the work. Applications for
payment shall be sent to the City Clerk at the below-stated address.
Agreement for Services,Poe Asphalt Paving,Winter Response Page 1 of 7
The City reserves the right to withhold payment under this agreement which is determined, in the
reasonable judgment of the City Manager, to be noncompliant with the Contract Plans, Contract
Documents, or City or State standards.
5. Notice. Notice shall be given in writing as follows:
TO THE CITY: TO THE CONTRACTOR:
Name: Christine Bainbridge, City Clerk Name: Brad Griffith
Phone Number: (509)921-1000 Phone Number: (208)777-0498
Address: 11707 East Sprague Ave., Suite 106 Address: 2732 N Beck Road
Spokane Valley, WA 99206 Post Falls,ID 83854
6. Applicable Laws and Standards. The parties, in the performance of this agreement,
agree to comply with all applicable Federal, State and local laws, and City ordinances and regulations.
7. Prevailing Wages on Public Works. Unless otherwise required by law, if this contract
is for a "public work" which is defined as "work, construction, alteration, repair or improvement other
than ordinary maintenance executed at the cost of the City,"the following provision applies:
This agreement provides for the construction of a public work and a payment of
prevailing wages according to Washington law. All workers, laborers or mechanics shall
be paid a prevailing rate of wage that is set forth in an Exhibit to this agreement.
Before any payment may be made to Contractor a"Statement of Intent to Pay Prevailing
Wages" must be submitted to the City. Following final acceptance of the public works
project, the Contractor and each subcontractor shall submit an "Affidavit of Wages Paid"
before retained funds will be released to the Contractor. The affidavit must be certified
by the industrial statistician of the Department of Labor and Industries.
8. Relationship of the Parties. It is hereby understood, agreed and declared that the
Contractor shall be an independent Contractor and not the agent or employee of the City, that the City is
interested in only the results to be achieved, and that the right to control the particular manner, method
and means of the work is solely within the discretion of the Contractor. Any and all employees who
provide services to the City under this agreement shall be deemed employees of the Contractor. The
Contractor shall be solely responsible for the conduct and actions of all employees under this agreement
and any liability that may attach thereto.
9. Ownership of Documents. All drawings, plans, specifications, and other related
documents prepared by the Contractor under this agreement are and shall be the property of the City, and
may be subject to disclosure pursuant to RCW 42.56 or other applicable public record laws.
10. Records. The City or State Auditor or any of their representatives shall have full access
to and the right to examine during normal business hours all of the Contractor's records with respect to all
matters covered in this contract. Such representatives shall be permitted to audit, examine and make
excerpts or transcripts from such records and to make audits of all contracts, invoices, materials, payrolls
and record of matters covered by this contract for a period of three years from the date final payment is
made hereunder.
11. Warranty. Unless provided otherwise in the Contract Plans or Contract Documents,
Contractor warrants all work and materials performed or installed under this contract are free from defect
Agreement for Services,Poe Asphalt Paving, Winter Response Page 2 of 7
or failure for a period of one year following final acceptance by the City, unless a supplier or
manufacturer has a warranty for a greater period, which warranty shall be assigned to the City. In the
event a defect or failure occurs in work or materials, the Contractor shall within the warranty period
remedy the same at no cost or expense to the City.
12. Contractor to Be Licensed And Bonded. The Contractor shall be duly licensed and
bonded by the State of Washington at all times this agreement is in effect.
13. Insurance. The Contractor shall procure and maintain for the duration of the
Agreement, insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Contractor, their agents,
representatives, employees or subcontractors.
No Limitation. Contractor's maintenance of insurance as required by the agreement shall not be
construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise
limit the City's recourse to any remedy available at law or in equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types
described below:
1. Automobile Liability insurance covering all owned, non-owned, hired and
leased vehicles. Coverage shall be written on Insurance Services Office (ISO)
from CA 00 01 or a substitute form providing equivalent liability coverage. If
necessary,the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance shall be written on ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations,
independent contractors, products-completed operations, stop gap liability,
personal injury and advertising injury, and liability assumed under an insured
contract. The Commercial General Liability insurance shall be endorsed to
provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85.
There shall be no endorsement or modification of the Commercial General
Liability insurance for liability arising from explosion, collapse or underground
property damage. The City shall be named as an insured under the Contractor's
Commercial General Liability insurance policy with respect to the work
performed for the City using ISO Additional Insured endorsement CG 20 10 10
01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01
or substitute endorsements providing equivalent coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws
of the State of Washington.
B. Minimum Amounts of Insurance. Contractor shall maintain the following
insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of$1,000,000 per accident.
2. Commercial General Liability insurance shall be written with limits no less
that $1,000,000 each occurrence, $2,000,000 general aggregate and a$2,000,000
products-completed operations aggregate limit.
Agreement for Services,Poe Asphalt Paving, Winter Response Page 3 of 7
C. Other Insurance Provisions. The insurance policies are to contain, or be
endorsed to contain, the following provisions for Automobile Liability and Commercial
General Liability insurance:
1. The Contractor's insurance coverage shall be primary insurance as respect the
City. Any Insurance, self-insurance, or insurance pool coverage maintained by
the City shall be excess of the Contractor's insurance and shall not contribute
with it.
2. The Contractor's insurance shall be endorsed to state that coverage shall not
be cancelled by either party, except after thirty (30) days prior written notice by
certified mail,return receipt requested,has been given to the City.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current
A.M. Best rating of not less than A:VII.
E. Verification of Coverage. Contractor shall furnish the City with original
certificates and a copy of the amendatory endorsements, including but not necessarily
limited to the additional insured endorsement, evidencing the insurance requirements of
the Contractor before commencement of the work.
14. Indemnification and Hold Harmless. The Contractor shall defend, indemnify and hold
the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries,
damages, losses or suits including attorney fees, arising out of or in connection with the performance of
this agreement, except for injuries and damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement 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 City, its officers,
officials, employees, and volunteers, 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 the 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. The provisions of this section shall survive the expiration or termination of the agreement.
15. Waiver. No officer, employee, agent, or other individual acting on behalf of either party,
has the power, right, or authority to waive any of the conditions or provisions of this agreement. No
waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance. All
remedies afforded in this agreement, or by law, shall be taken and construed as cumulative, and in
addition to every other remedy provided herein or by law. Failure of either party to enforce, at any time,
any of the provisions of this agreement, or to require, at any time, performance by the other party of any
provision hereof, shall in no way be construed to be a waiver of such provisions, nor shall it affect the
validity of this agreement,or any part thereof.
16. Assignment and Delegation. Neither party shall assign, transfer, or delegate any or all
of the responsibilities of this agreement, or the benefits received hereunder, without first obtaining the
written consent of the other party.
17. Jurisdiction and Venue. This agreement is entered into in Spokane County,
Washington. Venue shall be in Spokane County, State of Washington.
Agreement for Services,Poe Asphalt Paving,Winter Response Page 4 of 7
18. Arbitration. All disputes arising under this agreement shall be resolved through
arbitration pursuant to State law. Rules for arbitration shall be those prescribed by the American
Association of Arbitration.
19. Entire Agreement. This written agreement constitutes the entire and complete
agreement between the parties, and supersedes any prior oral or written agreements. This agreement may
not be changed,modified, or altered, except in writing and signed by the parties hereto.
20. Anti-kickback. No officer or employee of the City, having the power or duty to
perform an official act or action related to this agreement, shall have, or acquire, any interest in this
agreement, or have solicited, accepted, or granted, a present or future gift, favor, service,or other thing of
value from any person with an interest in this agreement.
21. Business Registration. Prior to commencement of work, Contractor shall register with
the City as a business.
22. Severability. If any section, sentence, clause or phrase of this agreement should be
held to be invalid for any reason by a court of competent jurisdiction, such invalidity shall not affect the
validity of any other section, sentence, clause or phrase of this agreement.
23. Exhibits. Exhibits attached and incorporated into this agreement are:
1.Contractors bid dated July 21,2009
2. Schedule A
3.Insurance Certificates
IN WITNESS WHEREOF,the parties have executed this agreement this day of
, 2009.
CITY OF SPOKANE VALLEY: CONTRACTOR:
City Manager Owner
Tax I.D.No.:
ATTEST: APPROVED AS TO FORM:
City Clerk/Deputy City Clerk Office of the City Attorney
Agreement for Services,Poe Asphalt Paving, Winter Response Page 5 of 7
•
.. ..,.
..
. .....„ . . .
..":f t7nIKYVfY:'
f:
. .ASPHALT'PAVING ANC.
• www.poeasphalt.com
To: Spokane Valley,City Of Contact: Neil Kirsten
Address: 11707 E.Sprague Avenue,Suite 106 Phone: 509-921-1000
Spokane Valley,WA 99206-6124 Fax: 509-921-1008
Project Name: Spokane Valley Winter Response Facility Bid Number: .
Project Location: Spokane Valley,WA Bid Date: 7/21/2009 .
Line# Item# Item Description Estimated Quantity Unit Unit Price Total Price
1 1 Winter Response Fadlity Improvements 1.00 LS $46,873.72 $46,873.72
3 2 Prepare Equipment For Winter Response 1.00 LS $43,200.00 $43,200.00
Total Bid Price: $90,073.72
Notes:
• Bid Includes: One(1)Mobilization,prep areas for stockpiles and parking,construct drainage swale and line with fabric and drain rock,2"Hot Mix
Asphalt Pavement in stockpile areas,fence removal to allow paving of stockpile areas,electrical removal along fence,electrical for new power gate,
power gate and key-pad opener, 12 remotes for vehides,patching in front of office,New address signage,exit/entry/parking signage, Ecology
blocks or jersey barriers for stock-piles and dump box stands,Prepare plow/sander units for winter response.
•
ACCEPTED: CONFIRMED:
The above prices,specifications and conditions are satisfactory and
are hereby accepted.
Buyer:
Signature: Authorized Signature:
Date of Acceptance: Estimator: Brad Griffith
8/11/2009 7:46:40 AM An Equal Opportunity Employer Page 1 of 1
CLARKSTON DIVISION ORANGEVILLE DIVISION POST FALLS DIVISION PULLMAN DIVISION
• P.O.BOX 449 Lewlston,ID 83501 Route 2,Box 862 Orangeville,ID 83530 2732 N.Beck Road Post Falls,ID 83854 P.O.Box 784 Pullman,WA 99163
Ph:509.758.5561 Fax:509.758.1754 Ph:208.983.3472 Fax:208.983.34.66 Ph:208.777.0498 Fax:208.777.0499 Ph:509.334.6400 Fax:509.334.6464
Exhibit 2
Schedule A
1. Cost of the Work. Cost of the Work means the sum of costs incurred and paid by
Contractor in the proper performance of the Work. Costs shall be in amounts no higher than
those prevailing in the locality of the Project, and shall include only the following items:
1.1 Direct Costs
1.1.1 Payroll Costs. Charges for Payroll Costs will be limited to actual costs of
Contractor's construction personnel stationed in the field. Payroll costs shall
include, but not be limited to, salaries and wages plus the cost of fringe benefits,
which shall include social security contributions, unemployment, excise, and
payroll taxes, workers' compensation, health and retirement benefits. The
expenses of performing Work outside of regular working hours, on Saturday,
Sunday, or legal holidays, shall be included in the above to the extent authorized
by Owner. The labor rates shall be per Attachment C—Part 2 of Exhibit 2.
1.1.2 Equipment Costs. Charges for Equipment Costs used by the contract to complete
the work in the field. The equipment rates are included in Attachment C—Part 3
of Exhibit 2.
1.1.3 Material Costs. Charges for Material Costs furnished by the Contractor and
incorporated in the Work. The City and Contractor agree that materials listed
under Attachment C—Part 4 of Exhibit 2 represent the maximum authorized
types of materials and unit rates which will be considered reimbursable under the
terms of the this contract unless subsequently changed for reasons approved by
the City by a formal change order to the Contract. Material rates shall be in
accordance with the material types shown in Attachment C—Part 4 of Exhibit 2.
1.2 Subcontractor Costs
1.2.1 Attachment C—Part 5 has a list of all subcontractors expected to work for you
under this contract. If required by the City,the Contractor shall obtain
competitive bids from subcontractors acceptable to the City and Contractor and
shall deliver such bids to the City, who will then determine which bids, if any,
will be acceptable.
1.2.2 Material Costs. Charges for Material Costs furnished by the Subcontractor and
incorporated in the Work. The City and Contractor agree that materials listed
under Attachment C—Part 6 of Exhibit 2 represent the maximum authorized
types of materials and unit rates which will be considered reimbursable under
the terms of the this contract unless subsequently changed for reasons approved
by the City by a formal change order to the Contract. Material rates shall be in
accordance with the material types shown in Attachment C—Part 6 of Exhibit 2.
The City and the Contractor agree that the rates listed in the Attachment include
overhead and profit for the subcontractors.
Agreement for Services,Poe Asphalt Paving, Winter Response Page 6 of 7
1.2.3 Payments made by the Contractor to Subcontracts may be based on a lump sum
price from the Subcontractor.
2 Overhead and Profit. Contractor's fee means a percentage over the direct costs (Items
1.1 and 1.2 above)to account for the contractor's overhead and profit.
2.1 Fee for overhead and Profit for the Project cots is a percentage over the direct cost
(Item 1.1 above)that includes the overhead and profit for the contractor over work
executed by the contractor. Overhead costs includes, but are not limited to,the cost
of the contractor's offices and office personnel, insurance, bonds, and any other
overhead and operating expenses not specifically included in the Cost of the Work as
defined in Section 1.1 above.
2.2 Fee for overhead and profit for subcontractor's cost is a percentage over the cost
charged by the subcontractor to the contractor(Item 1.2 above). The overhead and
profit for the operation of the subcontractor is already included in the subcontractor
cost charged by the subcontractor to the contractor.
Agreement for Services,Poe Asphalt Paving,Winter Response Page 7 of 7
• i ,
ATTACHMENT A—PART 1
F
GENERAL INFORMATION
A.Legal Name of Applicant Company .
POE ASPAALT P VITIC'. TI...
B.Name of Contact Person
•
BRAD. GRIE F.1 ET • • •
• Title VICE PRESIDF
Telephone Number including area code 208-777-0498
•
e-mail address brad @poeasph at.corn •
•
C.Did outside individn 1s/agencies assist with preparation of this program? •
YES X NO
If"Yes",please describe:
D.RECEIPT OF ADDENDA:Finn acknowledges receipt of the following addenda if any:
Addendum No.. 1 Addendum No., . Addendum No. Addendum No.
.
Dated 3/1642007 Dated Dated Dated
•
I certify that to the best of my knowledge the information contained in this RFQ for
qualifications is accurate and complete and that I have the legal authority to commit this agency .
to a contractual agreement. I realize the final funding for any service is based upon funding •
levels and the approval of the Spokane Valley City Council.
.6
Print Name Title
• VM .� { y ✓ lb-Q7 •
Sign e;A'd'mini tor,or Applicant Agency Date
•
•
ATTACBMENT A—PART 2
ADMINISTRATIVE INFORMATION
A.FIRM:
1.Name of firm: POE ASPHALT PAVING INC
2.Business address including zip code: 2732 N BECK RD, POST FALLS ID 83854
3.Telephone number including area code: 208-777-0498
4.Fax number including area code: 208-777-0499 -
5.Federal Tax Identification.Number: 82-0263719
6.Washington State UBI Number if issued: 409-018-683 •
7.State Industrial Account Identification Number if issued: 1 91 1 377-00-1
• 8.Following is a listing of all engagements the company has undertaken in the last five
• years that have resulted in:
(a)Arbitration or litigation and the disposition of the cases.
NONE
(b) Claims being filed by the Federal Government or the Washington State
Departments of L&I,Employment Security or Revenue.
NONE
(c) Liens or claims recorded with the Spokane County,Auditor by suppliers or
subcontractors.List with whom,for what, and amount.
•
NONE
B.INSURANCE COMPANY:
1.Name of Insurance Company STONEBRAKER N CQUARy INS„AG
2.Name of Insurance Agent: jni Halm
3.Address including zip code:p 0 BOX 9, CLARX STON WA 99403-0009
4.Telephone number including area code: 509--758-5529
•
•
•
Attachment-II Company Experience
•
Poe Asphalt Paving,Inc.has been in business since 1953.We pride ourselves in delivering
quality projects,on tune,and under budget.Our projects range in size from private
driveways to State/Federal Highways in.Washington and Idaho.
Poe Asphalt has completed contracts with various municipalities over the years.We have
partnered with such agencies as:
• City of Spokane Valley
• City of Liberty Lake
• City of Coeur d'Alene
• City of Rathdrum
• City of Pullman
• City of Moscow
• City of Clarkston
• City of Lewiston
• Washington State University. •
See attached sheets for references.
All of our Employees have the appropriate licenses and certifications to operate the
equipment necessary to execute the work needed to complete this contract.The management
team has substantial experience and has attended various leadership seminars,quality
control classes,safety classes,and computer software classes,Below is a list of the key
personnel that will be involved in executing this contract:
• Brad Griffith --Vice President 30 years of experience
• Mike Johnson —Superintendent —15 years of experience
• Taj Anderson --Project Manager —5 years experience
• Jody Todhunter -r Contract Administration --10 years experience
• John Hines --Paving Foreman —30 years experience
• Dana I-augen --Prep Foreman --25'years experience
•
•
•
Attachment B —References
• City of Spokane Valley Asphalt Repairs 2006
$200,000
Tim.Klein-509 688-0192
Street overlays,aggregate base,patching,utility adjustments,traffic control..
• Cify of Coeur d'Alene Overlays 2004
$600,000
Dick Suchocki-208 769-2285
Asphalt removal,fabric,overlays,utility adjustments,patching,traffic control
• City of Coeur d'Alene overlays 2006
$550,000 •
Dick Suchocki-208 769-22B$
Street overlays,asphalt removal,fabric,utility adjustments,patching,traffic control.
• Minor Street Resurfacing
City of Pullman
•
$400,000
Sam Nasralla-509 338-3303 •
Overlays,patching,utility adjustments,traffic control.
• Accelerated Street Resurfacing
City of Pullman
$420,000
Saxe Nasralla-509 338-3303
Grinding,wedge milling,asphalt paving,utility adjustments,curb replacement,traffic
controL
• WSU Parking Services Repair 2003
$48,300
Ed Fisher-509 335-9050
Excavation,asphalt paving,patching,utility adjustments.
• WSU Resurface&Repair 2006
$185,000
Clyde Wilhelm-809 335-9000
Grinding,paving,patching,utility adjustments. •
• FY06 Pavement Overlay
City of Moscow
$520,000
Joe Schnacher-208 799-4233
Grinding,asphalt overlays,fabric,utility adjustments,traffic control.
• City Street Maintenance 1997,2001,and 2005
City of Lewiston
$622,000,$537,000,and$347,000
Merritt Donlon-208 746-3671 Ext 260
• Quality patching,utility adjustments,asphalt pre-level,paving fabric,overlays,chip
seal,traffic control.
You can call these Municipalities for additional references;
• City of Liberty Lake
Doug Smith
509 755-6706
• City of Clarkston •
Jim Martin
•
509 788-1662
•
•
•
•
•
Atta .. • •ant B -6 Work Plan
Preliminary Schedule:
• This schedule is a general outline of available time to be spent on the project.
April thru June: S-10 working days onsite S-7 working days offsite
July thru October: 3-S working days onsite 7-12 working days offsite
The tentative date for our asphalt plant to open is April rd.The plant typically stays open
through November.Work requirements will be accomplished by the Superintendent
communicating with Tim Klein on a regular basis to schedule work to be done.The
Superintendent will then set up the work by notifying the Project Manager of the schedule,
allowing him to order materials if needed.The Superintendent will then set up the
mobilization of the equipment and personnel needed to execute the work.The Project
Manager will track the work via the Daily Reports. He will also communicate the scope of
work to the Contracts Administration person who will then invoice work done on a monthly
basis.
Our equipment meets all federal,state,and local regulations.We pride ourselves in
maintaining clean.,up to date equipment in good working condition.We have an extensive
preventative maintenance program which keeps all of our equipment up to standards.
See attached Equipment list:
The Superintendent will be in touch with Tim Klein on a regular basis and He can be reached
by cell phone between the hours of 5:30 am-6:30 pm Monday-Friday.Messages can be left
on his cell phone after hours.He will return after hour messages at the beginning of the next •
work day.Messages left dig work hours will be returned within 2 hours.lithe
Superintendent cannot be reached due to issues beyond our control,the Project Manager can
be reached through the office and/or his cell phone.
Poe Asphalt will analyze the work activity to be done and supply labor and equipment to
complete the work in a safe manner with the least amount of impact on.the public as possible.
Poe Asphalt guarantees our workmanship and materials used to be in accordance with
specifications.We will repair or replace any of our work that may prove to be defective in its
' workmanship for one(1)•year from date of acceptance.
The safety of our personnel and the public is our biggest concern.We intend to be very
detailed in our traffic control procedures.Precautionary measures are part of our daily
operations to assure public safety i.e.:temporary ramps for access,uneven edges,etc.
The Foreman will fill out the Daily Reports,turn them into the Superintendent for review/
approval,the Project Manager will receive daily reports from the Superintendent after
approval and then organize the Daily Reports into weekly reports for delivery to the City of
Spokane Valley. •
See attached daily report:
We appreciate the opportunity the City of Spokane Valley has given us in providing this
proposal.Through the collaboration of our staff we were able•to challenge ourselves in our
communications,work flow,safety,equipment utilization,and reporting.This proposal
•
•
•
•
1
includes new ideas on how we may better serve the City of Spokane Valley with higher
quality,value,and on time delivery.We look forward to a positive partnership.
If you have any questions regarding this proposal,please contact Brad Griffith 208 660-3092,
Jody Todhunter 208 777-0498,Mae Johnson 208 660-1887,or Taj Anderson 208 660-1246.
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
3
• e
•
•
•
EQMPMENT LIST
•
page 1
UNIT# DESCRIPTION CONDITION
GOOD
38 1993 KENWORTH T800 TRACTOR GOOD
224 1985 FORD F600 DUMP TRUCK GOOD
225 2000 FORD F600 DUMP TRUCK EXCELLENT
• 22 1999 KENWORTH 1800 END DUMP EXCELLENT
29 1999 KENWORTH T800 END DUMP EXCELLENT
40 1999 KENWORTH T800 END DUMP EXCELLENT .
56 1993 PETERBILT 357 END DUMP . GOOD
•
60 1998 KENWORTH 1800 END DUMP GOOD
23 2007 PETERBILT 357 SUPER DUMP
•
EXCELLENT
24 2007 PETERBILT 357 SUPER DUMP EXCELLENT •
25 2007 PETERBILT 357 SUPER DUMP EXCELLENT
27 2007 PETERBILT 357 SUPER DUMP EXCELLENT
28 2007 PETERBILT 357 SUPER DUMP EXCELLENT
251 2000 FORD L8000 WATER TRUCK 2000 GALLON EXCELLENT
•257 1979 FORD L8000 WATER TRUCK 2000 GALLON GOOD
259 1998 KENWORTH T800 WATER TRUCK 4000 GALLON GOOD
284 1974 KENWORTH 0500 WATER TRUCK GOOD
205 2004 FORD F550 TACK TRUCK EXCELLENT
273 1999 FORD F450 SERVICE TRUCK EXCELLENT
219 1997 FORD RANGER GOOD
•
22i 2003 CHEVY C10 2000 FORD F250 EXCELLENT
230 2000 FORD F250 EXCELLENT
300 2007 FORD F150 EXCELLENT
303 2000 CHEVY 010 EXCELLENT
304 2008 CHEVY COLORADO
•
EXCELLENT
308 2004 GMC 1500 EXCELLENT
•
202 2004 FORD F450 EXCELLENT
• 208 2006 FORD F450 EXCELLENT
247 2003 FORD F550 EXCELLENT
75 2007 TRAILKING LOWBED EXCELLENT
102 2001 WILLIAMSEN 4 AXLE PUP EXCELLENT
103 2001 WILLIAMSEN 4 AXLE PUP EXCELLENT
187 1999 WILLIAMSEN 4 AXLE PUP EXCELLENT •
188 1999 WILLIAMSEN 4 AXLE PUP EXCELLENT
189 1999 WILLIAMSEN 4 AXLE PUP EXCELLENT
197 1997 RUNWAY BELLY DUMP TRAILER GOOD
144 2003 OLYMPIC 3 AXLE TILT TRAILER EXCELLENT •
131 1998 TRAILMAX T12UT TRAILER GOOD
132 1998 TRAILMAX T12UT TRAILER GOOD
149 2006 TRAILMAX T12UT TRAILER EXCELLENT
67 1977 SAW TRAILER GOOD
70 2004 FOX UTILITY TRAILER EXCELLENT •
127 FREUHAUF TACK TRAILER GOOD
461 1998 CAT CS563C GRADE ROLLER GOOD
406 2004 IR DD34HF ROLLER EXCELLENT
411 2004 DYNAPAC CC102 ROLLER EXCELLENT
•
• I
• I
EQUIPMENT LIST
page 2
UNIT# DESCRIPTION CONDITION
418 2006 IR DD7OHF ROLLER EXCELLENT -
416 2000 IRDD110HF ROLLER EXCELLENT
505 2005 BOMAG PAVER EXCELLENT
524 2000 BLAW KNOX PF5510 PAVER EXCELLENT
607 2002 CAT 972G1I LOADER EXCELLENT
722 2005 JOHN DEERE 210LE SKIPLOADER EXCELLENT
718 1974 HUBER M750 GRADER GOOD
711 1998 CAT 160H GRADER GOOD
828 2006 BROCE BROOM • EXCELLENT
926 1998 TACK TRAILER GOOD
946 MULTIQUIP SAW EXCELLENT
421 PLATE WACKERS GOOD
•
•
•
•
•
•
•
•
•
•
POE ASPHALT PAVING, INC. ,�tAll Rental Equlpmant ThataTaltan:
CREW CARD METER READING
DATE: END
LiraSubcontrnctors:
START
JOB NO. NAME: [nepatorsRemarius:
WEATHER FOREMAN'S TODAY
AM: P.M. SHIFT: APPROVAL VEH.#
MATERIALS
NAME EMPLOYEE START RNISH PHASE CLASS EDUIP. AC Protaval tonitonne°
NUMBER WE j LN TIME BT OT CODE COPE HRS.
AC Mainline tor<f/tmmes
Approach's° en
Concrete by
•
0550 tort(tornes
CSTC ton/tcrrne°
Scraper haul Toads
Patching °y
•
Chips tonllannus
Emulsion - ton/tonnes
Storm LF.
■��- water LF.
6awar LF
•
■ 0051CO•E 5PUBCg TYPE QN81LOADS
•
•
•
•
•
rrEnn %COMPUan JOB DIARY
•
mu KING
- COST 000 _ TY•E OWNER h ;iR HOURS
•
•
BATCH: PAGE OF TOTAL HOURS: TOTAL PRODUCTION: CHECKED RN
•
P CREWCARO 2 vr
•
A.TTACSNMENT C - COST PROPOSAL •
Contractors Overhead and Profit
ATTACHMENT C—PART 1
Item Description Overhead
and Profit
(%)
1 Contractors Fee for Overhead and Profit for Project Costs 22%
•
• 2 Contractors Fee for Overhead and Profit for Subcontractor Costs 8%
•
•
•
• i�
ATTACHMENT C - COST PROPOSAL
Contractor's Payroll Cost
•
ATTACH ENT C--PART 2
Contractor to list all personnel expected to work within the Ci
Personnel Classification and Description Hourly Rate
Reg. O.T.
. Superintendent — Primary City contact, organizes, schedules, and $52.00/$65.00
i manages contractors work
$38.00/$51.00
Foreman
$37.00/$50.00
Operator
$37.00/$50.00
Teamster .
$34.00/$46.00
•
Laborer • •
•
•
•
•
•
•
•
•
•
•
•
ATTACHMENT C - COST PROPOSAL
Contractors Materials Costs-ATTACHMENT C—PART 4
Item Description Unit Unit Cost
1 HMA Ton . $43.00
•
.: 2 CSBS Ton $6.00
•
•
•
•
•
•
•
• 4
ATTACHMENT C - COST PROPOSAL •
(SUBCONTRACTOR LIST—ATTACHMENT C--PART 5
Contractor to list all subcontractors expected to work within the City
. I
WOODY'S ASPHALT SEALCOATING,INC.
FRANK GURNEY,INC.
MDM CONSTRUCTION,INC.
NORZHWEST FENCE •
NORTHWEST LANDSCAPE •
. . CAMERON CONTRACTING,INC.
ECLIPSE TRAFFIC CONTROL&FLAGGIN,INC. •
•
•
•
•
•
•
•
•
•
•
Subcontractors—Contractor to provide a list of all subcontractors anticipated to be
used for performing the described services. Contractor to list the overhead and
profit on subcontractors in Item 2,Part 1 of Attachment C.
•
- t
ATTACHMENT C - COST PROPOSAL
Subcontractors Materials Costs-ATTACHMENT C—PART6
Item Description . Unit Unit Cost*
1 Quarry Spalls Ton $14.00
2 Crack Sealant Pound $4.00
3 PCC Cubic Yard $92.00
4 Guardrail LF $12.80
5 ' 6`Chain link Fencing LF $1 2.00 •
6 8 `Chain link Fencing LF $14.25
7 Type A Drywell In Road Prism EA $620.00
8 Type B Drywell In Road Prism EA $850.00
9 Type A Drywell In Swale EA $620.00
10 Type B Drywell In Swale EA $850.00
11 Catchbasin Type 1 EA $490.00
12 Catchbasin Type 1 w/Oil Water Separator EA $820.00
}
13 Pipe Sumps EA $145.00
• 14 10"SDR-35 PVC Pipe j,F $5.70
1 15 12"SDR-35 PVC Pipe LF $8.20
16 12"CMP LF .$14.03
17 12"RCP LF $20.00
18 Drain Rock Cubic Yard • $10.83
19 Filter Fabric • Sq Yard $0.84
20 Seeding,Mulching&Fertilizing Sq Ft $0.10
•21 Sod .Sq Ft $0.40
T Unit costs include overhead and profit for the subcontractor. •
ATTACHMENT C = COST PROPOSAL
Contractor's Equipment Cost
ATTACHMENT C -PART 3
Contractor to list all equipment expected to work within the City
Equipment Description Hourly Rate
•
#38 1993 KW T800 Tractor $55.00
#224 1985 Ford F600 Dump Truck $40.00
#22 1999 KW T800 End Dump $55.00
•
' 9 1999 KW T800 End Dump $55.00
#40 1999 KW T800 End Dtanp $55.00
#56• 1993 Pete 357 End Dump $55.00
#60 1998 KW T800 End Dump $55.00
#23 2007 Pete 357 Steer Dump $75.00
#24 2007 Pete 357 Super Dump $75.00
#25 2007 Pete 357 Super Dump $75.00
•
#27 2007 Pete 3$7 Super Dump $75.00
#28' 2007 Pete 357 Super Dump $75.00
. 4257 1979 Ford L8000 Water Truck,2000 Gallon $40.00
259 1988 KW T800 Water Truck,4000 Gallon $55.00
#284 1974 KW C500 Water Truck $55.00
#205 2004 Ford F550 Tack Track $40.00
#273 1999 Ford F450 Service Truck $35.00
#219 1997 Ford Ranger $10.00
#221 2003 Chevy C10 $15.00
#230 2000 Ford F250 $15.00
#300.2007 Ford F150 $15.00
• #303 2000 Chevy C10 $15.00
#304 2006 Chevy Colorado $10.00
#306 2004 GMC 1500 $15.00
#202 2004 Ford F450 $25.00
#208 2006 Ford F450 $25.00
#247 2003 Ford F550 $25.00
#75 2007 Trailking Lowbed $35.00
#102 2001 Williamsen 4 Axle Pug $20.00
#103 2001 Williamsen 4 Axle Pup $20.00
•
•
Equipment Description Cont'd Hourly'Rate
#187 1999 Wlliamsen 4 Axle Pup $20.00
#188 '1999 Williar sen 4 Axle Pup $20.00
#189 1999 Wi liamsen 4 Axle Pup $20.00
.. Rway Belly Dump-Trailer — — — — -- — - $20.00 •
7144 2003 Olympic 3 Axle Tilt Trafler $25.00
1998 Trallmax $15.00
••; Traihriax T1ZUT nailer $15.00
2006 $15.00
. $15.00
604 .. $15.00
#127 Fre-Lilian/.Tack Trailer $15.00
#4-61 1998 C.at CS563C Grade Roller $50.00
.406 2004 I• DD • .i $40.00
004 Dyriapac CC 102 •. $40.00
006 lR DD701IF •. $55.00
000 IR DD110HF •. $70.00
#5.24 2000 Blaw-KnoxPF5510 $150.00
.07 2002 0.
#722-2005 John Deere 210LE $45.00 . •
#718 1974 Huber M750 $45.00
#711 1998 Cat 160H • $80.00 •
#828 2006•Broce Broom $50.00 •
#926 1995 Tack Trailer $15.00
#946 Multiquip Saw $25.00
#421 Plate Wackers $5.00
Broom -pickup AAA $150.00 •
:ackhoe 310- Rental. $50.00
•