HomeMy WebLinkAbout000806 Original Contract City of Port Angeles
Record # 000806
PUBLIC WORKS CONTRACT
"OR KS ❑ Request for Bid
® Contract
Contract Title: Valley Substation Fencing Repair Project Number: CL01-2013
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND S313 CONSTRUCTION INC WASHINGTON ("CONTRACTOR").
1. WORK BY CONTRACTOR
The Contractor shall perform the work as described in Attachment"A"(Attachment"A"may include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents)
which is attached hereto and by this reference is incorporated herein.
2. TERM OF CONTRACT
All work under this Contract is to be completed as indicated (check one):
® All work under this Contract is to be completed by this date: December 31, 2014
❑ All work under this Contract is to be completed 20 days from the Notice to Proceed. No work is
to be performed prior to written Notice to Proceed by the City. (See attachment A for specific
schedule for work).
❑ The performance period under this Contract commences_calendar days after notice to
proceed and ends (xx days thereafter or after contract award).
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract(check one):
❑ Force Account -Time and material, not to exceed: $
❑ Force Account-Time and actual expenses incurred, not to exceed: $
❑ Force Account- Unit prices set forth in the Contractor's bid or quote, not to exceed: $
® Firm Fixed Price set forth in Contractor bid or quote in the amount of: $ 21,463.20
The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance
with and as described in the Attachment "A".
The Contractor shall provide and bear the expense of all equipment, work and labor of any sort
whatsoever that may be required for the transfer of materials and for constructing and completing
the work provided for in this contract and every part thereof; except those indicated to be furnished by the
City of Port Angeles in Attachment A.
B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor
shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract
number. Invoices shall be in a format acceptable to the City.
C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a
properly completed invoice.
D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives
of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon
request.
Project# CL01-2013 Page 1 Rev. 8/30/2011
E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the
Contract, the Contractor shall correct or modify the required work to comply with the requirements of this
Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the
Contract Documents.
4. RESPONSIBILITY OF CONTRACTOR
A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall
comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor
shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and the public and shall post danger signs warning against
known or unusual hazards.
B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and/or
materials discovered within one year after acceptance of this work. When corrections of defects are made,
Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work
for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such
defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a
reasonable time. In emergencies where damage may result from delay or where loss of service may result, such
corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the
Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and
the cost of same shall be paid by the Contractor.
C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential
damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of
materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and
supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made
against the City as a result of any defective work and the Contractor shall defend any such claims at its own
expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the
professional judgment of the Contractor to make appropriate selections.
D. Nondiscrimination/Affirmative Action. Contractor agrees not to discriminate against any employee or applicant
for employment or any other persons in the performance of this Contract because of race, creed, color, national
origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local
law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by Contractor setting forth
the provisions of the nondiscrimination clause.
E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or
services required by the Contractor under this Contract, shall be considered employees of the Contractor only and
not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said
employees, while so engaged, and all claims made by a third party as consequence of any negligent act or
omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or
rendered herein, shall not be the obligation of the City.
S. COMPLIANCE WITH LAWS
The Contractor shall comply with all federal, state and local laws and regulations applicable to the
work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of
a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the
Contract by the City, in whole or in part, and may result in ineligibility for further work for the City.
6. TERMINATION OF CONTRACT
A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final
payment by the City.
Project# CLO1-2013 Page 2 Rev. 8/30/2011
B. The City may terminate the Contract and take possession of the premises and all materials thereon and finish
the work by whatever methods it may deem expedient, by giving 10 days written notice to the Contractor, upon
the occurrence of any one or more of the events hereafter specified.
1. The Contractor makes a general assignment for the benefit of its creditors.
2. A receiver is appointed as a result of the insolvency of the Contractor.
3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein.
4. Contractor fails to make prompt payment to subcontractors for material or labor.
5. Contractor persistently disregards federal, state or local regulations and ordinances.
6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise
substantially violates the terms of this Contract.
7. The City determines that sufficient operating funds are not available to fund completion of the work
contracted for.
C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further
amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as
scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this
Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or
which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess
shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance,
Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to
the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and
interests of the City under the Contract, provided such legal costs shall be reasonable.
7. OWNERSHIP OF DOCUMENTS
A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or
unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract
shall become the property of the City and shall be forwarded to the City upon its request.
B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by
the Contractor under this Contract will be kept confidential and shall not be made available to any individual or
organization by the Contractor without prior written approval of the City or by court order.
8. CLAIMS
Any claim against the City for damages, expenses, costs or extras arising out of the performance of this Contract
must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in
no event later than the time of approval by the City for final payment. Contractor, upon making application for
final payment, shall be deemed to have waived its right to claim for any other damages for which application has
not been made, unless such claim for final payment includes notice of additional claim and fully describes such
claim.
9. GENERAL ADMINISTRATION AND MANAGEMENT
The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for
the City under this Contract and shall oversee and approve all work to be performed, coordinate communications,
and review and approve all invoices, under this Contract.
10. INDEMINIFICATION / HOLD HARMLESS
A. 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.
B. 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
Project# CL01-2013 Page 3 Rev. 8/30/2011
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 this Agreement.
11. INSURANCE, BONDS, &RETAINAGE
A. The Contractor shall maintain insurance as set forth in Attachment B.
B. Payment and performance bonds and retainage will apply in accordance with Washington State law. A
retainage of 5% will then be applicable to this contract. The Contractor shall obtain payment and performance
bonds in accordance with this Contract and all Attachments incorporated herein. Copies of the Bid Security
Transmittal Form, Performance and Payment Bond form, and Escrow Agreement for Retained Percentage form
are available from the City Engineers Office of Public Works & Utilities (Telephone 360-417-4541). Performance
Bond and Retainage forms are provided in Attachment D. The party to whom the Contract is awarded will be
required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days
from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the
Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney
appointing the signatory of the bond(s) as the person authorized to execute it (them). On contracts of thirty-five
thousand dollars or less, at the option of the contractor the City may, in lieu of the bond, retain fifty percent of
the contract amount for a period of thirty days after date of final acceptance, or until receipt of all necessary
releases from the department of revenue and the department of labor and industries and settlement of any liens
filed under chapter 60.28 RCW, whichever is later: PROVIDED FURTHER, That for contracts of one hundred
thousand dollars or less, the City may accept a full payment and performance bond from an individual surety or
sureties: AND PROVIDED FURTHER, That the surety must agree to be bound by the laws of the state of
Washington and subjected to the jurisdiction of the state of Washington.
12. PREVAILING WAGE
This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to
prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws
and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE
PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE
as determined by the Industrial Statistician of the Department of Labor and Industries for the State of
Washington. The schedule of prevailing wage rates for this Contract is made a part of this contract as though
fully set forth herein.
Prior to making any payment under this Contract, the City must receive an approved copy of the "Statement
of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries.
It is the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage". The
Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that
prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance
of services rendered, Contractor shall submit an "Affidavit of Wages Paid".
For a contract award or an on-call contract work order under $2,500, and in accordance with RCW 39.12.040(2),
the contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages
&Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form
developed by the Washington State Department of Labor and Industries and available from the City of Port
Angeles Public Works and Utilities Department.
In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation
and such dispute cannot be adjusted by the parties in interest, including labor and management representatives,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his
decision shall be final, conclusive, and binding on all parties involved in the dispute.
13. INTERPRETATION AND VENUE
This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The
Project# CLO1-2013 Page 4 Rev. 8/30/2011
venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington.
14. BRANDS OR EQUAL
When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards
of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered,
provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid
containing a brand which is not of equal quality, performance, or use specified must be represented as an
alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
15. INSPECTION AND REJECTION
All goods, services, work, or materials purchased herein are subject inspection and to approval by the City. Any
rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications
of this order, whether held by the City or returned, will be at Contractor's risk and expense.
16. SUBLETTING OR ASSIGNING OF CONTRACTS
Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from
this Contract without the express prior written consent of the other.
17. INDEPENDENT CONTRACTOR
The Contractor is and shall be at all times during the term of this Contract an independent contractor and not
an employee of the City.
18. EXTENT OF CONTRACT/MODIFICATION
This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract
between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written
or oral. This contract may be amended, modified or added to only by written instrument properly signed by both
parties hereto.
This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract
between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written
or oral. This contract may be amended, modified or added to only by written instrument properly signed by both
parties hereto.
19. SUBCONTRACTOR RESPONSIBILITY
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 substantially the same language of this section in each of their subcontracts,
adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to
all subcontractors regardless of tier.
At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors
meets the following bidder responsibility criteria:
- At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter 18.27
RCW;
- Have a current state unified business identifier number;
- If applicable, have:
1) Industrial insurance coverage for the subcontractor's employees working in Washington as required in
Title 51 RCW;
2) An employment security department number as required in Tile 50 RCW; and
3) A state excise tax registration number as required in Tile 82 RCW;
4) An electrical contractor license, if required by Chapter 19.28 RCW;
5) An elevator contract license, if required by Chapter 70.87 RCW.
Project# CLO1-2013 Page 5 Rev. 8/30/2011
- Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).
20. COMPENSATION AND METHOD OF PAYMENT.
A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as
incorporated in the Contract.
B. Payments for work provided hereunder shall be made following the performance of such work, unless
otherwise permitted by law and approved in writing by the City. No payment shall be made for any work
rendered by the Contractor except as identified and set forth in this Contract.
C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment
request form.
D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance
with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the
Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment
request form(s).
E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of
which is included in Attachment E to this Contract. This form includes a lien waiver certification and shall be
notarized before submission. Applications for payment not signed or notarized shall be considered incomplete
and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a
satisfactorily completed payment request form and shall make payment to the Contractor within approximately
thirty (30) days thereafter. Final payment requests shall also include a Certification of Work Completion and
Acceptance located in Attachment E).
IN WITNESS WHEREOF, the parties have executed this Contract as of AVAUA -q , 2014.
SJB CONSTRUCTION, INC. CITY OF PORT ANGELES
By: C By:
Printed Name: Printed Name:
9 �
Title: Pre J (J e,-, Title:
Address: CO So, 2-c\5
City: 'Z ?V D'D 1
Tax ID #: �` �"t �
Phone Number: �L ° LA -
Project# CLO1-2013 Page 6 Rev. 8/30/2011
City of Port Angeles ATTACHMENT "A"
Engineering Office
Public Works and Utilities Department WORK BY CONTRACTOR
360-417-4541
The contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project
described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for
obtaining and paying for any and all permits required for this work.
General Scope: Replace fencing around Valley Substation
Location: Second and Valley Street, Port Angeles, Washington
Site Point of Contact: Todd Eisle at 360-460-8417.
Work Hours and Schedule: The contractor will be allowed to work from 7:00 AM to 3:30 PM, Mondat through
Friday. Work outside of these hours may be requested from and is at the discretion of the City Engineer.
Permits: None required. Refer to archaeological monitoring requirements in Specification Section 05200.
Work Requirements:
1.0 Project Description
Remove existing chain link fencing at Valley Substation and install new fence as described below.
2.0 Standard Specifications
This contract incorporates the Washington State Department of Transportation's 2008 Standard
Specifications for Road, Bridge and Municipal Construction referred to herein as the Standard
Specifications and the City of Port Angeles Urban Services Standards and Guidelines(current edition).
The following City of Port Angeles Specifications and Construction Standards are included as part of this
Contract: Section 05200 — Chain Link Fencing and gates; MS-001 —City of Port Angeles Specification of
Substation Rock.
3.0 Drawings:
N/A
4.0 Scope of Work
1.1 Remove and install approximately 1000'(feet) of 3 strands barb wire for a total of 3000'(feet).
1.2 Remove and replace approximately 170'(feet) of 7'(fee) chain link fence with 3 strand barb wire.
1.3 Remove approximately 50' (feet) of existing chain link fence.
1.4 Install approximately 60' (feet) of bottom rail on existing fence
1.5 Install 2 (two) 8'x 7' isolation panels in fence.
Project# CL01-2013 Page 7 Rev. 8/30/2011
5.0 Safety
Substation will be de-energized by City of Port Angeles Light Operations (PALO) personnel. Contractor must
coordinate with PALO and allow 2 business days for substation to be de-energized. Contractor must maintain
security at the substation during fence replacement.
6.0 Observance of the Law
The Contractor shall be responsible for the strict observance by his employees of the laws of the United
States and the State of Washington (including State of Washington Department of Transportation
regulations) and all local ordinances and regulations. The Contractor shall comply with said laws, ordinances,
and regulations.
7.0 Contract Amount/Cancellation
The City reserves the right to terminate the Contract at any time, for any reason.
8.0 Warranty
Contractor to repair or replace arresters that fail in workmanship within the manufacturer's standard warranty
period, but not less than one year from date of Substantial Completion.
SECTION 05200—CHAIN LINK FENCING AND GATES
PART 1 - GENERAL
1.1 SCOPE
A. The work covered by this specification includes the repair, removal, and installation of new chain
link fencing and gates around Valley Substation as described in paragraph 4.0 above. Furnish all
labor, equipment, and materials required for this project.
1.2 STANDARDS
A. Comply with the provisions of the following American Society of Testing and Materials (ASTM)
codes, specifications, and standards, except as otherwise shown or specified. The latest edition
of the code or standard shall govern:
1. ASTM A 90 Standard Test Method for Weight of Coating on Zinc-Coated
(Galvanized) Iron or Steel Articles.
2. ASTM A 121 Standard Specification for Zinc-Coated (Galvanized) Steel Barbed Wire
3. ASTM A123 Standard specification for Zinc-Coated (Hot-Dip Galvanized) Coatings on
Iron and Steel Products
4. ASTM A 392 Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric
5. ASTM A 446 Standard Specification for Zinc-Coated (Galvanized) by the Hot-Dip
Process, Structural (Physical) Quality
6. ASTM A 525 Standard Specification for General Requirements for Sheet Steel, Zinc-
Coated (Galvanized) by the Hot-Dip Process
7. ASTM A 569 Standard Specification for Steel, Carbon (0.15 Maximum, Percent), Hot-
Rolled Sheet Steel and Strip Commercial Quality.
8. ASTM A 570 Standard Specification for Steel, Sheet, and Strip, Carbon, Hot-Rolled
Structural Quality
Project# CLO1-2013 Page 8 Rev. 8/30/2011
9. ASTM A 824 Standard Specification for Metallic-Coated Steel Marcelled Tension Wire
for Use with Chain Link Fence
10. ASTM F 626 Standard Specification for Fence Fittings
11. ASTM F 669 Standard Specification for Strength Requirements of Metal Posts and
Rails for Industrial Chain Link Fence.
12. ASTM F 1083 Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated
(Galvanized)Welded for Fence Structures
13. ASTM F 1234 Standard Specification for Protective Coatings in Steel Framework for
Fences
PART 2 - PRODUCTS
2.1 WIRE
A. Fabric shall be minimum #9 USWG steel wire, helically wound and interwoven into a 2" diamond
mesh with twisted and barbed selvage at top and bottom. Minimum tensile strength of the wire
shall be 90,000 psi before zinc coating, and 80,000 psi after zinc coating. Fabric shall be
galvanized after fabrication, Class 1, with a minimum weight of 1.20 ounces of zinc per square
foot of uncoated wire surface, according to ASTM A-392, latest revision, and shall withstand a
test of galvanizing according to ASTM A-90, latest revision. Top selvage shall be twisted tight,
bottom selvage knuckle end closed. Fabric shall be 7 feet high.
B. Barbed wire shall be made of three strands of galvanized, twisted, 12'/2 gauge carbon steel wire.
Galvanizing shall be class 3, with a minimum weight of 0.80 ounces of zinc per square foot of
uncoated wire surface in accordance with ASTM designation A-121, latest revision. Barbs shall
be four-point pattern on approximately 5"centers. Barbs shall be 14 gauge carbon steel wire.
C. The tension wire shall be#7 gauge spring coil, medium-low carbon wire of hard galvanized
temper, with a type 3 weight of coating, complying with AISI specifications.
2.2 POSTS AND FITTINGS
A. Line posts shall be tubular, 2-3/8" O.D., (2" IPS weighing 3.1 lbs. minimum per linear foot). They
shall be of sufficient length to set T-0" minimum in a concrete footing.
B. Terminal posts include end, corner, and pull posts which shall be tubular, 2-7/8" O.D., (2'/2" IPS
weighing 5.79 lbs. per linear foot). Posts shall be of sufficient length to set T-0", in a concrete
footing.
1) End Posts: Provide sufficient length for three strands of barbed wire.
2) Corner Posts: Provide for 45 degree barbed wire support arms.
3) Pull Posts: Provide for 45 degree barbed wire support arms.
C. All intermediate or line posts shall be fitted with 45 degree barbed wire support arms with wire
positioned outside the fence. Arms shall be pressed steel or malleable iron designed to hold the
top rail and three strands of barbed wire, with the top strand located 12" above the fence fabric.
Arms having projections to be bent down over barbed wires will not be allowed. Tubular posts
shall be equipped with tops so designed as to exclude moisture from the posts.
D. The top rail shall be tubular, 1-5/8" O.D., (1'/" IPS weighing 2.27 lbs. per linear foot), and shall be
furnished in approximately 20 foot sections. Splices shall be 14 gauge galvanized steel,
automatic centering, and be at least 6" long.
E. Braces shall be tubular, 1-5/8" O.D., (1'/" IPS weighing 2.27 lbs per linear foot), and the truss
rods shall be 3/8" diameter with truss tightener or turnbuckle.
Project# CL01-2013 Page 9 Rev. 8/30/2011
i
F. Fittings shall be galvanized malleable iron or pressed steel of the medium size and width
specified below:
1) Thick Fabric Stretcher Bars: 3/"wide, '/"thick
2) Thick Fabric Tension Bands: 1"wide, 1/8" thick
3) Post Tops and Extension Arms: 14 gauge
4) Brace and Truss Bands: 1"wide, 1/8"thick
5) Top Rail Bands 1"wide, 1/8" thick
6) Bolts, Nuts, and Truss Rods: 3/8" diameter
2.3 MATERIAL AND GALVANIZING
A. All materials shall be of good commercial quality carbon steel. Used, re-rolled, re-galvanized, or
open seam posts or rails will not be permitted. Fabric, barbed, and tension wire shall be
galvanized as previously noted, and all remaining material shall be galvanized with a minimum of
1.8 ounces of zinc per square foot of actual surface area, and shall withstand the test for this
coating as specified by ASTM A-239.
2.4 GROUNDING
A. Connections of fencing to grounding grid will be performed by City of Port Angeles personnel.
2.5 INSULATORS
A. Insulated portions of fence shall be supported by composite or porcelain station post insulators as
detailed on the drawings. Sediver#TR-202, or equal.
PART 3 - EXECUTION
3.1 GENERAL
A. Where indicated on the drawings, this Contractor shall cut off existing fence posts flush with
concrete, and fill hollow posts with concrete so top is smooth. Existing fence fabric, post tops,
barb wire, and miscellaneous fittings shall be removed. All removed material and concrete shall
be disposed of off-site according to prevailing laws, ordinances, regulations, and rules, at no
additional cost to the City. Contractor shall have on file a copy of the disposal permits or
agreements. Excavations shall be backfilled with aggregate and compacted sufficiently to
prevent erosion or settling.
B. The new chain link fence shall be installed in compliance with the drawings and this specification.
Installation crew shall be experienced in the erection of this type of fence. The fence shall be
erected paralleling the existing lines and to the existing grades.
C. New fence shall be constructed inside or outside of existing fence to maintain security during
construction. North and east sides shall be inside the existing fence. South and West sides may
be outside the existing fence and overhead poles. Site must be supervised whenever there are
gaps in the fencing.
D. Posts shall be spaced not more than 10 feet on-centers in the line of the fence. Posts shall be
plumb, with tops properly graded and aligned. Corner posts shall be located at all angles of 20°
or greater. Pull posts shall be placed when a grade change of more than 20° in slope or a ratio of
ten to three and one half occurs.
E. Pieces of fencing or other scrap materials shall be removed. Dirt from excavations and left over
concrete shall be removed or deposited as instructed by the City, and the area shall be left clean
and orderly.
3.2 ARCHAEOLOGICAL MONITORING
Project# CLO1-2013 Page 10 Rev. 8/30/2011
A. The project will require archaeological monitoring. All excavation (ground-disturbing) activities
shall require the presence of a City provided qualified archaeologist unless prior permission to
excavate without archaeological monitoring is received in writing from the City Department of
Community and Economic Development(DCED). Scheduling of ground disturbing activities with
shall begin during the Pre-Construction Phase and clearly identified on the Contractor's schedule.
The Contractor shall request archaeological monitoring through the City Project Manager at least
3 days in advance of ground disturbing activities. In order to identify, record, and protect items of
archaeological, historical, or cultural importance. The on-site Archaeological Monitor(the City's
designated qualified archaeologist) shall have the same powers to temporarily halt or delay
construction activities for archaeological purposes as ascribed to the City Project Manager. The
sum of$480 per day will be deducted from the total amount owed to the Contractor for each day
of additional archaeological service that is required beyond the Contractor's number of days
quoted on the bid form, exclusive of days where the discovery of items of archaeological,
historical, or cultural importance extend this time.
3.3 EXCAVATION AND CONCRETE WORK
A. All foundations for posts and gate catches shall be concrete with the top 6"formed. If the ground
is firm enough to permit excavation of the post hole to neat lines, the concrete may be placed
without forms.
B. Ready-mix concrete shall have a minimum 28-day compressive strength of 3000 psi, maximum
slump of four(4) inches, air content of 5% ± 1%, and water-cement ratio at time of placement of
0.53 by weight. Site-mixed concrete shall be 1:2:3 mix(one-cement, two sand, and three gravel).
Maximum slump for ready-mix or site-mixed concrete shall be 4 inches.
C. The top exposed surface of the concrete shall be crowned to shed water and troweled smooth.
Top of concrete shall be formed in line with the sides of hole to avoid "mushrooming" of the
concrete.
D. Where solid rock is encountered, a hole two inches larger than the post diameter may be drilled
and the post grouted into the hole with a fine mix of concrete. Minimum depth of holes in solid
rock shall be 12 inches for line posts and 18 inches for end, corner, gate, and pull posts. Where
solid rock is covered with an overburden of soil, the post shall be set in the solid rock to the depth
as listed above and the upper portion of the hole shall be complete as a standard concrete
footing.
3.4 EXTENSION ARMS AND BARBED WIRE
A. All extension arms shall be firmly seated on the top of the posts with the blade portion of the arm
slanting outward at forty-five degrees (45°). Three strands of barbed wire shall be installed with
sufficient tension to maintain tautness during temperature changes, and shall be securely
fastened to the extension arms.
3.5 TOP RAIL
A. The top rail shall pass through the base of the line post tops and shall be securely fastened to
terminal posts. Every fifth coupling, in 100 foot sections or longer, shall have an integral spring to
compensate for contraction and expansion.
3.6 BRACING
A. Braces shall be installed midway between the finished grade line and the top rail on all corner,
pull, terminal, and gate posts. Bracing shall extend from these designated posts to the adjacent
line posts, and be diagonally trussed from the line posts back to the base of these designated
posts. The three-eighth inch (3/8")diameter truss rod shall be tensioned properly.
3.7 TENSION WIRE
Project# CLO1-2013 Page 11 Rev. 8/30/2011
A. The tension wire shall be installed with sufficient tension to maintain tautness during temperature
changes and installed two inches above finished grade. The tension wire shall be secured to the
fabric and each line post, and shall be terminated at each corner, gate, terminal, and pull post.
3.8 FABRIC
A. The fabric shall be installed only after the concrete has sufficiently cured (minimum seven days
after placing), and after all framework and braces have been installed. The fabric shall be
stretched taut, with its lower edge no more than two inches above finished grade. Panels of
fabric shall be stretched between all terminal posts and terminated on stretcher bars, which are
held by fabric bands spaced not more than 15 inches.
B. Contractor shall attach fabric to the fence structure with the type of galvanized fastenings and
maximum spacing listed as follows:
1. Top of Fabric to Top Rail: #9 gauge galvanized steel tie wire, 24 inch spacing.
2. Center of Fabric to Bracing: #9 gauge galvanized steel tie wire, 18 inch spacing.
3. Width of Fabric to Line Posts: #9 gauge galvanized steel tie wire, 15 inch spacing.
4. Bottom of Fabric to Tension Wire: #12 gauge galvanized steel tie wire or#11 gauge
galvanized steel wire hog rings, 24 inch spacing.
END OF SECTION 05200
Project# CLO1-2013 Page 12 Rev. 8/30/2011
City of Port Angeles ATTACHMENT "B"
Engineering Office
Public Works and Utilities Department INSURANCE
360-417-4541
INSURANCE & INDEMNITY REQUIREMENTS FOR
CONSTRUCTION AND SERVICE CONTRACTS
Inc ludes construction and remodeling,janitorial service, tree maintenance, road maintenance, painting, electrical
work,plumbing, movers, and on site maintenance agreements.
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, its scope of coverage and limits as required herein 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.
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) form 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 1185 or an equivalent endorsement. 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.
Project# CLO1-2013 Page 13 Rev. 8/30/2011
3. Workers'Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
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 than $1,000,000 each
occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate
limit.
Other Insurance Provision
The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be
endorsed to contain that they 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.
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.
F. Subcontractors
The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to
be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent
business practices.
G. Notice of Cancellation
The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy
cancellation, within two business days of their receipt of such notice.
H. Failure to Maintain Insurance
Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of
contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all
premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole
discretion of the City, offset against funds due the Contractor from the City.
Project# CLOI-2013 Page 14 Rev. 8/30/2011
City of Port Angeles ATTACHMENT "C"
Engineering Office
Public Works and Utilities Department PREVAILING WAGE RATES
360-417-4541
Prevailing Wage Rates Information Below:
1. Washington State Prevailing Wage Rates For Public Works Contracts —Journey Level and Apprentices,
Clallam County, effective 8/15/2014.
2. To access applicable prevailing rate of wage by trade, use the following Department Labor and Industries
website link: http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp
3. A copy of the applicable prevailing wage rates can be obtained by contacting Lucy Hanley at 360-417-4541 or
by email, IhanleyO)cityofpa.us. A hard copy is available for viewing in person at 1703 South B Street, Port
Angeles, WA. 98363.
Project# CLO1-2013 Page 15 Rev. 8/30/2011
PROjJUCT 118T
To Reorder: 1-800-?258380 or www.nebs.com
Page No. of Pages
SJB CONSTRUCTION INC.
P.O. Box 2015 1139
FORKS, WA 98331
(360) 374.6001 FAX (360) 374-6002
Gan. Cont. Lie. #SJBCOi 995KN
PROPOSAL SMAITTED TO PHONE DATE
STRC._T JOB
CITY.STATE and LIP CODE JOB LOCATI d
CIA
I DATE OF PLANS JOB PHONE
We hereby s/u�brnit(sp cifications and estimates to
0
i\��-,.cam✓'� is � � �.r,r��, _ .�L` 4%�" .. '£�-r�_E�`'�'ti � �°��t�_ ----
F � a
We Propose hereby to furnish material and labor — complete in accordance with above specifications, for the sum of:
,s-
---- — — t^e��e �.�� ----- — dollars($ _ ).
Payment to be made as follows: ---- ®t
All material is guaranteed to be as specified, All v ork to be corrc'et d in a workmanlike
marine! accoraino to standard practices. Any alteration or deviation from above specifications Authorized -l
ntoh•mg extr.. costs Will CO BXw,uteJ only upon Written orders. and wili become an extra Signature
chance over and above the estimate. All agreements contingent upon strikes. accidents or
delays beyond our control. Oraner to carry fire, tornado and other necessary insurance. Our Note:This proposal may be
workers are fully covered by Workman's Compensation Insurance. withdrawn by us if not accepted within days.
Acceptance Proposal —The above prices,specifications
and conditions are satisfactory and are hereby accepted.You are authorized to do the Signature
work as specified.Payment will be made as outlined above.