Loading...
HomeMy WebLinkAbout001197 Original ContractCity of Port Angeles Record # 001197 LIMITED PUBLIC WORKS PROCESS Request for Quotation Contract Contract Ttle: 503 Valley Street Bldo. Demolition Project Number: CoN-2017-10 THIS CONTRACT is entered into the date last b€low written between the CITY oF PoRT ANGELES, WASHINGTON ("CITY") AND Kuchan Construction Companv INC. ('CONTRACToR"). 1, WORK BY COilTRACTOR The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include Contracto/s Proposal, Scope of Worl! 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: -X All work under this Contract is to be completed 3qdays from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. The performance period under this Contract commences - calendar days after notice to proceed and ends Q. Force Account - Time and material, not to exceed: $_ Force Account - llme 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: $I 262.78 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 as are mentioned in the specifications to be furnished by the City of Port Angeles. 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 # CON-2017-10 Page 1 Rev. 3/0t/2016 City of Port Angeles Public Works & Utilities Dept. Engineering 321 E. 5n SFeet Port Angeles, wA 98362 Tel:3604174541 Fax:.3604174709 trx 3. PAYUENT A. The City shall pay the Contractor for the work performed under this contract (check one): L_ltrtrX 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 meeG the requirements of the Contract Documents. 4, RESPONSIBILITY OF CONTRACTOR A, Safety. Crntractor 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, 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. 5. 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 provlsion of this Contract and shall be grounds for cancellation, termination or susp€nsion of the Contract by the City, in whole or in part, and may result in ineligibility for funher 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. 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 Project # CON-2017-10 Page 2 Rev. 3/0 I /20 I 6 9lozlto/f ^ru t eSEd 0I-r t0z-NoJ # lceford srql uone)Uruuapu! slql Jo sasodrnd aq1 :o1 ,(1a1os 'AAfU IS allll 'aluernsul leuFnpul rapun Arunurur Jo Je^reM s,Jopelluo] eql saullsuof, uralaq peprnord uo[ecu!uurapu! eql leqt poolsJepun {sse]dxa pue Allecurtreds raq}nJ sr lI 'erua6rl6eu s,rope.quoC aql Jo luaUa aql ol Aguo aq lleqs rapunaiaq Aylrqe;| s,rolleJluof, eql 'sJealunlo pue 's€Aqdua 'slpDUUo 'srarlJJo q! 'A!f, eql pue roltre4uoJ aq1 go arua6116au luarnluof, aqg ujoq 6uqnsa.r io ^q pesneo Auado.rd o1 sa6euppjo suos.rad ol funtur ^lrpoq jo lno 6ursue sa6euep loJ Allllqell Jo luaaa at{l u! 'uaql 'SII'tZ', Mf,U ot pefqns sr luaulaar6v srql leql euruxelap uo!]f,lpsunf lueladuro] Jo Inot e plnoqs 'g 'A!f aq] Jo a:uabrl6au alos aq1 [q pasne] saEpurpp pue $unfur roJ lda]xa tuauaa:6y srq11o arueturoyad aql qIM uotpeuuol u! ro Jo lno 6u!s!re 'seeJ ^aurollp 6urpnllur slns ro sassol 'saoeurep 'saunfur 'surel] ;|e pue lue uJo{ ssaluJpq e€lunlo^ pue sae,(oldtua 'sleEUJo 'srallJJo sl! '^l!f, el,ll ploq pue !;uuaput 'pueJap lleqs Jopelluof aql'v ssrlNuvH o]()H / NOITVf, IJINIhEONT'0r 'pequof, srql rapun 's3]lo ur llp e^orddp pue Mahai pue 'suolls)runuruor eleurpJooJ 'por.uJo}led eq ol lroM ||e a^ordde pue €ra^o lleqs pue pe4uol stql lepun Atf aql .ro1 {1;rqrsuodsar fueuLud areq lleqs eau6lsap leq/sltl ro lua' 'l 'edeq sellllgn pue qloi111 ltlqnd eql Jo topelt6 aq1 IN!11{lCVIrM{ ONV NOLwUJSINII{OV lVUf Nf I '6 'Japro Inol ^q ro Arf, aq1 1o le,rordde uallrita :or:d lnoqlM Jopplluo3 aql ^q uotleztuefuo ro lenpr^rpur lue o1 alqepere apeur eq lou lleqs pue lenuapuuoc Fal aq lltM ppJluo3 sr.{l Japun lope4uo3 aql Iq palquasse ro parederd .ro o1 uanr6 s;eua1pu.r Jo sluetrJnlop raqlo Jo slep 'uolleuJoJur 's]Jodel 'spiolal IUV 'g '$anbal str uodn Arf aql ol papreruoJ eq |;eqs pue,!p a$Jo ^]ledoid aql euoFq lleqs pelluof, srql Jepun A!3 aqf Iq pred spunJ qlrm rolf,e4uoC aq iQ pa:eda.d leualeul pup sluauJnlop paqstuuun Jo paqsuu llp 'pe]luof srql rapun enp uollesuaduDr lle Jo il!f, e'{ iq ropprluoC aql ol luauled uO 'V Stlrlf HnIOO lO dIHSUf NfllO'Z 'ioj pel.leJluol IroM aql Jo uoqalduol punJ ol alqelre^e lou are spunJ 6uqerado uaDlJJns leql seurtlJapp ^l!f, aql 'l 'pelluof srql Jo suual aql salelon Allerluqsqns asrMJaqlo ro 'rolprlsrufl.upv per]uof, aql Jo suorpnJlsu! spre6elsp ^Bua$rsJad JopeJluol '9 'sef,ueurpJo pue suorleln6ei leDol ro ale$ 'lerapeJ spre6eJsp AEualsrsJad Jopelluol 'S 'roqel ro lpua1eur loJ eoperluolqns ol luaur(ed lduJord alpur o] slleJ JopeJluoC ', 'uraraq pa:rnba UoM aql alalduol ol slleJ ro sasnlar Alpaleadar ro {guelsruad ropelluo] aql 'E 'Jope4uol aq1 ;o ibuan;osur aql Jo Insa e se palulodde sr ]a^later V 'Z 'srolperl str! Jo Uauaq aq1 ro; luatuu6rsse leraua6 e sa)eur roperluo3 aqj 'I 'peuDads Jauea€q qua^a aql Jo arotu .lo auo i(ue;o af,uaJntrf,o aH uodn 'JopeJluo] 'uJrell qf,ns sequtrsap 41|n1 pue u:rep leuo ppe Jo el[ou sapnl]ur luau^ed leuu roJ rllrell qlns sselun 'apeu uaeq lou seq uotleoldde qr;qr'a :o1 sa6etuep .raqlo ^ue roJ u!el: ol 1116! sl! pe^tpM a^eq ol peuaep eq lleqs 'luauJ^ed leug Jog uoqecrldde 6uo1eu uodn 'Jope4uoC 'luaui(ed leuu joJ Arf, eqt Iq ;eao:dde 1o eu.l[ eqq upql la1el lue^a ou u! pue 'ssol ro asuadxa 'a6euiep tllns ,o fue^olsrp aql reue s^ep ^urq] ulqlM ill aql ol 6uquM ut apeuJ aq $nu pelluo] srql ;o areuroyad aql Jo Uo 6ursue se4xa :o qsor 'sasuadxa 'se6euep rcJ Arf, aql $ure6e ultpp ^uVsHrtnf,'8 'elqeuoseer aq lleqs qsol 1e6e1 qrns papriro.rd 'pa1uo3 aql repun Ar3 aql Jo slsa:alur pue qq6r.r eqt pelord ol A!f, aqt Iq parrnlur slsol lebel lle apnpu! 1leqs sa6euep pue asuedxa qcn5 '{r3 aq1 ol aluareJlp q:ns Aed lgeqs pue ^If aql ol arolaraql elqerl ^llpra as pue A[urot aq lleqs Aarns srq pue roperluo] 'alueleq predun aql pealxe sa6pu.rpp pue esuadxa s,Alf aql JI 'roperluof eql ol Alj aql Aq pred aq lleqs ssalxa qlns 'lueuloldura ,o a)uenuquoxrp ro arn[pJ 'pel6eu 'lesnjal q]ns Jo uospal Iq peurslsns eq ^eu qlqM ro Arf, aql Iq peule$ns sa6eurep lle pue 'UoM aql bultlsruu u! &l: at{t ,(q punruq asuadxa aql speerxa pe4uof, srql rapun pred aq ol lunoue aql Jo alueleq p;edun aql gr 'au!l qlns lV 'uolleulural Jo elep at{l ol dn 'pelnpeqx se 'pelalduol ^luopeJslles sr ,,v,, luauqrsllv ur paur]3ds IroM aql lqun perluo3 srql rapun enp slunouJe raqyn; {ue an;acaj ol pollltua eq lou lleqs ropelluol'AtC aqf ,(q paleurural sr perluoC slql lua^a aql uI 'f waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 11. IiISURANCE The Contractor shall maintain insurance as set forth in Attachment B. 12, PREVAILING WAGE This Contract is subject to Chapters 39.12 and 49.28 RCW, amendments thereto and regulations issued thereunder, relating to prevailing wages, benefits and other requirements. Workers shall receive no less than the prevailing rate of wage. Contractor shall examine and be familiar with such requirements. No claim for additional compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such requirements by the Contractor or a failure to include in Contractor's price adequate increases in such wages during the performance of this Contract. The Contractor is advised to consult the Washington State DeparEnent of Labor and Industries to determine the prevailing wages that must be paid. This public works project is being done in Clallam County. Washington State wage determinations for Clallam County Journeymen and Apprentices can be found at: httos://fortress.wa.oov/lni/waoelookup/prvWaoelooku o.asox httos: //fortress.wa.gov/ln i/wagelookup/AoorenticeWaoeLookup.aspx A copy of the applicable wage rates is available for viewing at the Port Angeles Public Works and Utilities Contracts Office. In addition, this agency will mail a hard copy of the applicable wage rates upon request. For a contract award 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 Prevaillng 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. II{TERPRETATION AND VENUE This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. 1{. BRA'{DS OR EQUAL When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the sbndards 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. 16. SUBLETTING OR ASSIGNING OF CONTRACTS Project # CON-2017-10 Page 4 Rev.3/01/2016 The applicable wage determinations to use have an effective date on the bid due date. 15. INSPECTION AND REJECTIOI{ All goods, services, work, or materials purchased herein are subject to inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specmcaffons of this order, whether held by the City or returned, will be at Contractor's risk and expense, 9l0z/t0/€'^3u g e33d 0t-zIoz-NoJ # pefo.rd '(t)S90'ZI'6e ro 010'90'68 lAfU repun perluo) qroM llqnd ^ue uo 6urpprq u.ro.q peunenbsrp eq toN - 'l f,U l.g'Ol .€ldeql Aq pajlnbar 1 'asualt lf,pjluol lole^ala uV lMf,U 8Z'6I JaldeqS ^q parlnbei J! 'asuelll .tolf,plluol leculf,ele uV il f,U Z8 al[ ur paJrnber se raqunu uo!]el1s!6al xq asExe als]s V pue lMf,U OS el[ u! paJrnbal sp ]aqunu luau]edep Aun]as lueui^olduJa uV ll fU IS eE!_t_ ur peJrnbeJ se uol6urqsp A ur 6ur4rom saeio;dula glopplluolqns aql ioJ a6ela ol af,uelnsut leulsnpul :e eq 'elqecrldde JI - laqurnu rauquapr ssaursnq pauun aleF luaJJnl e e^eH - :eualJr Arlrqrsuodser rapprq 6urMolloJ eql slsur s.rolf,e$uolqns raq lsJu sI lo qrea leql IJua lleqs roperluo] aql 'uorlnlexe peJluotqns Jo atuq aql lV 'g 'raq jo sselpreoar sroltrerluorqns lle ol ^lddp uopes srql lo quaurarnbar aql'saqred 6uqpe4uoe aq1 rog pasn su:a1 aqg fuessatrau se ^luo 6uqsnfpe 'q.lerluorqns Jraql Jo qree ur uorpes srql go a6en6uel eues aq1 ilgequepqns apnput ol sJoltrpJluolqns qt Jo qtrea arrnbar 1;eqs pue 'spe4uolqns Jeq l9U str Jo qtrea ur uorpes srql Jo a6en6upl aql apnpur lleqs roperluo] aqf 'V ArI'lISISNOdSIU UOrf, VUINOf, 8nS'6r 'o1a:aq saqed qloq ,(q peu6rs lpadord luaurn.qsu; uauuM Aq ^luo ol peppe ro peurpor.u 'papuaue eq leu perluot s!{I 'lero Jo Ua]]UM Jaqle 'quau.raer6e .ro 'suollsluasaJdal 'suorle[o6eu roud llp sepesjadns pue oF]eq seued aql ueeMlaq pelluof, palerbelur pue arlua aql quasardar 'epuappe lolpue sluaulqlslle aql q}M laqlaEol 'perluof, sull NOIl'Vf,IJIOOH/lf,vulNOf, JO rNlrrxr'8r 'A!f, eql Jo aeioldua uP lou pue rope.quo) guapuadapur ue peltuo] slr]l Jo rlllal aql 6upnp sauq llp le aq lleqs pue st lopelluo] eql U Of,rvullrlof IN:IONId3ONI 'ZI 'iaqlo eql Jo luasuol uelluM jolJd ssardxe aql lnoqlrM perluof, s[.ll ruo.q 6urn.ore lsaretur Jo sarup 'slq6u ^up Jaqtunlua Jo 'JeJsue4 'u6!sse ller.ls ropaluof, aql lou IIf aql laqlaN lMf,u tz'8I Jaldeql qIM atruprldurol ur uo11e.rp16ar yo elecuqJe) p e^eq ls]ltuqns plq perluof,qns Jo aull aql lV - IN WrTNESS WHEREOF, the parties have executed this Contract as the date of the last signature affixed below. CITY OF PORT ANGELES ByBy F-tPrinted Name: Trtle: Ott)tlPf Date eddress: 30 Llal E Flt<-Vrrul Printed Name:c Tltle:b.. P.f,llc Uorb.. Date: I Y J City City o Angeles Tax ID #:6ct - asg-q'l2-By: Phone Number: Z{fr- qSn-Ar+Z'Printed Name:Oaalet tncLt-c,r:,, 4ao- /o32 cel Title: A r4ara a Date:''t);tlt --) Project # CON-2017-10 Page 6 Rev. 3/0 I /20 I 6 9lozlto/f ^5u L e8ed 0I-tIoz-Nol # rceford (uorlrpa luerrnr) sauppng pue spJepuels seo! eS ueqn sapbuv uod lo hD eql pue suorleculreds pJepuels aql se ulereq 07 parreld uofi)nrlsuo2 PdplunU pue e6pug 'peoa toJ suofiolllteds p.repuels gloz quoqelodsue4 Jo luauledec alels uol6urqseM eql saleiodrolur perluol sI-[I suolIsJUlfeds pJepuels 'Jopequo) eql Jo ,(]!llqlsuodsaj aql aq lleqs (perlnbar Jr) so$aqse 6urureluo: sleualpur;o asodsrp Apedo.rd o1 fuessareu UoMJadpd ||y 'uoaareded fuessalau p 6urlpueq pue seeJ lesodsrp lle ioJ elqlsuodser aq lleqs ropelluol eqL '/ 'a1a;duo: sr uorlrlourap raue seare paqrn$rp llp pees pup apeig '9 'uoqepunoJ aql 6urpnpul leualeu: lleJo esods;p {rador6 'ernpruls aJrlua aql alotla pue qsllotuao 'S 'uorlrlouap ero;aq:rlqnd 1aaua6 aql uro4 els aql arn)as lleqs rollprluor eqa 't 'sarnseaur uolpalord releMlujo$ rado]d llelsul 't 'uor}louiep ejoJaq aJn}lnJls aql punoJP salelol uuolad 'z 'peford srql roJ parnber qruJad lle pue ^ue ulelqo 'I :6urMolloJ aql ro] elqrsuodsa.r aq lJeqs roperluoS eql '.ropelluo3 aql ol alqelle e epet! qlnsar qIM ^t!f a{.|l Iq auop eq IIM lured peel roJ Euqsal'(uodar peqle$e aas) solsaqsy al[osfuqf o/ol> petl q]rqM eare a6e:o1s qyou aql ut leualeul Itror laaqs :o1 ldecxa lnoq6norql ltrelap uou sem so$eqsv 'que{nsuof, so$eqsv lsaMqlioN ^q pepnpuol uaeq eleq soFaqse roJ slsal 'le^ou.reJ pue uortrlourap satlnbel Fatls ^allen q oS EoS le eJnpruls pooM aql ;squeruer!nbau lrorn 'IroM 6ullueuuof, o1 .ro;.rd s{ep (g) ang anoqe pelsrl peluof, Jo lulod alls aqt 4tlou lleqs ropeJluoC aqL 'eloqe pe5n peluof, Jo elrs eql Jo uoqeJlsrp aql le s! pue uo{ pelsenber eq Aeul slnoq eseql Jo aplqno lloilif i(eptt3 qonorql ^epuot/{ 'Nd OE:, ol t/{V Z ruo4 lroM ol paMollp eq llrM.rolf,e4uof, eql :alnpaqfs pue sJno}l Irom 'sn'edJoAfrorurazdl to Tggy-/Iyggg le lrlurazod ^urarat :pstuo] Jo lulod alls VIA 'sale6uv ]lod '1aa45 Aa|1e1 qlnos EOS :uollero'l uollepunol pue aJnpnJls Jo uorlrlourao :edors lEraueo ')roM sfl.lljoJ parrnber s;rtu:ad lle pue Aue roj 6u!r(ed pue Eururelqo ,ro1 alqrsuodsa: aq llrM iopeiluo3 eql lJol Jo luautelels aql ur roJ pephord asrMreqlo sselun 'Moleq paqp)sap pa[ord aql qsrlduof,]e ol repro u! ]uarudlnba pue 'sleueleur 'slool lle qsruJnJ pue IloM lle op lleqs roperluotr aql uorSwlNof, As ruol ,,V,, lNl,,lHf,VILV tvgt- Ltt-09t, luauledac saul[n pue slJoM eUqnd acrgg 6uuaeur6u3 salaouv lod p flrC Photo 1: Location of site Photo 2: Street level Project # CON-2017-10 Page 8 Rev. 3/01/2016 ! I , "i I 30' 503 SOUTH VALLEY ST. 6', z 22', t200 sQ FEET H Oa C\ cr) Project # CON-2017-10 Page 9 Rev.3/01/2016 Buildinq Footprint 40' City of Port Angeles Engineering Office Public Works and Utilities Department 3604174541 ATTACHMENT "8" INSURANCE INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Includes construction and remodeling, janitorial service, tree maintenance, road maintenance, painting, electrical work, plumbing, movers, and on site maintenance agreemenls. 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. Contractor's maintenance of insurance, its scope ofcoverage 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. No Limitation Minimum Scope of Insurance Contractor shall obtain insurance ofthe types described below: 1. Automobile Liabilitv insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 0l 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 0l 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 conkact. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 I I 85 or an equivalent endorsernent. There shall be no endorsement or modification ofthe 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 perlormed for the City using ISO Additional Insured endorsernent CG 20 10 10 01 and Additional Insured-Completed Operations endorsernent CG 20 37 10 01 or substitute endorsernents providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Minimum Amounts of Insurence Contractor shall maintain the following insurance limits: Project # CON-2017-10 Page l0 Rev.3/01/2016 1. Automobile Liability insurance with a minimum combined si ngle 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. The Contractor shall have sole responsibility for determining the insurance coverage and limits required, ifany, 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 oftheir receipt ofsuch notice. H. Failure to Maintain Insurance Failure on the part ofthe 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 # CON-2017-10 Page I 1 Rev. 3i0l /2016 Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VIL E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsernents, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors City of Port Angeles Engineering Office Public Works and Utilities Department 3604174541 ATTACHMENT "C" Lowest Responsive/Responsible Bid Project # CON-2017-10 Page 12 Rev. 3/0112016 QUOTATION FORM (Page 1-2) Project Title 503 Vallev et De litionmo Proiect Number: CON-2017- 10 1. Bid ltems 2. The bidder hereby acknowledges that it has received Addenda No(s) (Enter "N/A" if none were issued) to this Request for Quotation package 3. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent, are listed below. Any written notices required by the terms of an awarded contract shall be served or mailed to the following address: Contractor Information: 1. Company Name: 2. Address;3o E l*ctc,l Jt- LT lJ ?t*t The bidder hereby bids the following amounts for all work (including labor, equipment, time and materials) required to perform the work in the Statement of Work and this package. i*omn 1ennt+. tl.hu F 3. City, State, Zip Code: 4. Phone Number: 5. Contractor Registration Number: 6. UBI Number: 7. WA State Industrial InsuGnce Account Number: 8. WA State Employment Security Dept Number: 9, State Excise Tax Regiskation Number: 3bo - qe o^/o3a- Kuc*t Acc- wG 6. / 74 "+^?a 7, a91 -o €L a a.ES 86 - oo-4 L,o r 75A ?+-a- Extended AmountUnits Enter Unit Price Item No.Sec No.Description of ltem $ 1,000EST$ 1,000111-04 Minor Change r ror'u1Lump Sum t<,ffSPCC Plan21-07 'r^ rl4<*t / "r/,/<e- 1 Lump Sum 2-02 Removal of Structure3 Lump Sum q /"aood S148-01 7 D^r79 SSales tax (8.4%) -q ,2G2,,1 Project: CON-2017-10 Page 3 Rev 3/0t/2017 I Ent", I Quantity I Erosion/Water Pollution Control rt QUOTATION FORM (Page 2-2) The bidder represents that it is and possesses nt and the necessary capabilities to perform the services set Signed by Tifle Printed Name: Date forth in this Project: CON-2017- l0 Page 4 Rev J/01/2017