HomeMy WebLinkAbout000104 Original ContractCI
El
El
Project: WW -11 -036
City of Port Angeles
Public Works Utilities Dept
Operations Office
1703 South B Street
Port Angeles WA 98362
Tel: 360 417 -4541
Fax: 360 452 -4972
LIMITED PUBLIC WORKS PROCESS
Request for Quotation
Contract
Contract Title: Sanitary Sewer System Cleaning Videoinq Project Number: WW -11 -036
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
"CITY AND Pacific Concrete Services "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:
All work under this Contract is to be completed within 30 days from the Notice to Proceed on
each work phase issued under this contract. No work is to be performed prior to written Notice
to Proceed by the City. The overall performance period for this contract is 6 months from the
date of award.
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: 35,000
Firm Fixed Price set forth in Contractor bid or quote in the amount of:
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.
Page 1 Rev. 8/30/2011
f D. 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.
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.
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
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.
Project: WW -11 -036
Page 2 Rev 8/30/2011
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
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
Toss, 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. HOLD HARMLESS
A. The Contractor shall protect, defend, indemnify and save harmless the City, its officers, employees and agents
from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting from the
negligent acts or omissions of the Contractor. The Contractor agrees that its obligations under this subparagraph
extend to any claim, demand, and /or cause of action brought by, or on behalf of, any of its employees or agents.
Project: WW -11 -036
Page 3 Rev. 8/30/2011
For this purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any immunity
that would otherwise be available against such claims under the industrial insurance provision of Title 51 RCW. In
the event the City obtains any judgment or award, and /or incurs any cost arising therefrom including attorneys'
fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable form the
Contractor.
B. The City shall protect, defend, indemnify and save harmless the Contractor, its officers, employees and agents
from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting from the
negligent acts or omissions of the City. The City agrees that its obligations under this subparagraph extend to any
claim, demand, and /or cause of action brought by, or on behalf of, any of its employees or agents. For this
purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any immunity that
would otherwise be available against such claims under the industrial insurance provision of Title 51 RCW. In the
event the Contractor obtains any judgment or award, and /or incurs any cost arising therefrom including
attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable
from the City.
11. INSURANCE
The Contractor shall maintain insurance as set forth in Attachment B.
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
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,
Project: WW -11 -036
Page 4 Rev 8/30/2011
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 to 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.
19. SUBCONTRACTOR RESPONSIBILITY
A. 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.
B. 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:
Industrial insurance coverage for the subcontractor's employees working in Washington as required
in Title 51 RCW;
An employment security department number as required in Tile 50 RCW; and
A state excise tax registration number as required in Tile 82 RCW;
An electrical contractor license, if required by Chapter 19.28 RCW;
An elevator contract license, if required by Chapter 70.87 RCW.
Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).
Project: WW -11 -036
Page 5 Rev. 8/30/2011
IN WITNESS WHEREOF, the parties have executed this Contract as of d i y 70�Z
PACIFIC CONCRETE SERVICES
By:
Printed Name: let L S j4/,q-,et
Title: 4 E/t' 4 L- MA-A111-66.4_
Address: 2-6 ZZ0 7 9 7- X V. S-
CITY OF PORT ANGELES
By:
Printed Name: 1<
Title: C
City: KE/V r WA- y'e'a 3 2_ APPROVED AS TO FORM:
Tax ID 9/- 7 -/22-
Phone Number: ZS3 S,6 ZS L
Project: WW 11 036
BY:
CITY ORNEY
ATTEST:
BY:
Purchase Order
Page 6 Rev. 8/30/2011
City of Port Angeles
Operations Office
Public Works and Utilities Department
360 417 -4541
ATTACHMENT "A"
WORK BY CONTRACTOR
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: The intent of this contract is for sewer line cleaning to remove foreign materials from the
lines to facilitate the use and to perform sewer line video equipment for sewer line inspection, and to restore
the sewer line to a minimum of 95% of the original carrying capacity. This contract is an indefinite quantity
indefinite delivery contract with the expectation of executing all work on either two or three separate work
phase letters. The minimum ordering size for any individual work phase will be $10,000 or greater based on
the unit priced line items bid in the contract. The City will provide map sheets for informational purposes
with each work phase.
Location: Port Angeles, Washington.
Background: The wastewater collection system in Port Angeles includes various diameters of clay, CMP,
concrete, HDPE, and PVC lines. The older areas are predominantly concrete and clay, much of it dating back to
the 1920's era. The focus of this contract will be the concrete pipe; however, some of the other types may also
be cleaned or inspected. The areas being cleaned and inspected are combined sewer systems, so periodically are
flushed by inflow from stormwater sources. Consequently, accumulations of debris are often flushed out of the
system. The primary focus of this contract will be the Francis Basin wastewater collection system; however,
some selected work may be done in other areas.
Project Manager: Jeff Young, Wastewater Superintendent at 360 417 -4845 or Mike Szatlocky, Civil Engineer at
360 417 -4808.
Work Hours and Schedule: The contractor will be allowed to work from 7:00 AM to 5:00 PM, Monday through
Friday. Work outside of these hours may be requested from and is at the discretion of the Site Point of Contact.
Construction Schedule and Preconstruction Conference: The contractor shall arrange with the project
manager for a preconstruction conference as soon as practical after being awarded the contract. All relevant
supervisory personnel in charge of the operation of the contractor and subcontractors shall be made available to
attend this meeting. The contractor is urged to submit a list of agenda items to discuss, along with the
construction schedule prior to this meeting. Approval of this schedule by the city will be required prior to the
beginning of construction. The contractor shall provide a traffic control plan for the safety of job sites in the right
of -way to the project manager.
Traffic Control: The Contractor shall provide traffic control necessary to complete these services. The
Contractor shall follow all City of Port Angeles and the current Washington State Department of Transportation's
Standard Specifications for Road, Bridge and Municipal Construction referred to herein as the Standard
Specifications, as well as all conditions called out on the Right -of -Way Use Permit and by the Right -of -Way Use
official.
Confined Space Entry: The contractor shall comply with all requirements and have all necessary equipment for
confined space entry. The contractor is referred to Title 296 -62 WAC and any other applicable laws. Payment for
any equipment or labor to meet confined space entry codes will be considered incidental to the project and no
separate payment will be made. The contractor shall provide documentation or proof of contractor ability to
comply with confined space requirements outlined in the above WAC provisions prior to beginning work.
Project: WW -11 -036
Page 7 Rev. 8/30/2011
Final Acceptance: Final acceptance of the sewer line cleaning shall be made upon the successful completion of
the television inspection and shall be to the satisfaction of the project manager.
Work Requirements:
1.0 CLEANING
A. The Contractor shall select the cleaning equipment and method for cleaning based on the age, the
material, and the probable condition of the sewer. More than one type of equipment or
attachments may be required on a single reach or at a single location. The Contractor shall not damage
the sewer or any manhole during cleaning.
B. When requested by the Project Manager, the Contractor shall demonstrate the performance capabilities of
the cleaning equipment and method proposed for use. If results obtained by the demonstration are not
satisfactory, the Contractor shall select other methods or equipment that will clean the sewer line, and
shall perform another demonstration.
C. For water pressure deaning equipment, the Contractor shall install a gauge to monitor working pressure on
the discharge of high pressure water pumps.
D. The Contractor shall remove dirt, debris, roots, rags, solids, and grease from the entire dreumference of the
sewer between manholes.
E. All excessive sediments shall be removed by the Contractor from catch basins and manholes encountered
during deaning.
F. Acceptance of sewer cleaning work is contingent upon the successful completion of the video inspection.
If video inspection shows debris, solids, sand, grease, or grit remaining in the line, the cleaning will be
considered unsatisfactory, and the Contractor shall repeat cleaning and televising of the sewer line at no
increased cost to the City until cleaning is acceptable to the Project Manager.
G. The Contractor shall remove sludge, dirt, sand, rocks, grease, roots, and other solid or semisolid
material resulting from the cleaning operation at the downstream manhole of the section being cleaned. A
suitable sand trap, weir, dam, or suction in the next downstream manhole shall be installed so that solids
and debris are trapped for removal. Passing debris from one sewer section to any other sewer section shall
not be allowed. Debris from the manholes shall be loaded into a leak proof, enclosed container that is
permitted by applicable regulations for liquid waste hauling. All solids or semi -solid wastes shall be
removed from the Site at the end of each work day. Debris, liquid waste, or sludge shall not accumulate
at the Site.
H. The Contractor shall dispose of waste debris using a licensed waste transporter to a location licensed for
the type of waste involved. Debris resulting from cleaning may be disposed of into one of the two 25
yard Flo -trend decant boxes located at the City of Port Angeles Transfer Station at 3501 W. 18 Port
Angeles, WA. Contractor must first decant the majority of the fluid with their jet truck prior to
transferring debris to the decant boxes. Liquids may be returned to the next manhole on site or at the
oil water separator at the Transfer Station decant facility. These two decant boxes will be dedicated
for the use of this project and disposal fees in those boxes by the City shall be waived. Note that these
decant boxes require decant time and process cycle time. If boxes are filled to capacity and are
unavailable, Contractor shall make other arrangements for disposal at Contractor cost. Arrangements
for disposal shall be coordinated through the Project Manager.
I. Water for cleaning operations is available from various City hydrants at no cost to the Contractor
provided that Contractor maintains sanitary procedures and an inventory of water obtained, providing
Project: WW -11 -036 Page 8
Rev. 8/30/2011
that figure (gallons used) to the Project Manager at the end of the work phase. All connections shall have
a backflow safety device approved by the City's Water Utility. The Water Utility can be contacted at 360-
417 -4855 or coordinated through the Project Manager.
2.0 VIDEO INSPECTION
A. Equipment operators must be certified in NASSCO Standards (or equivalent).
B. Depth of flow shall not exceed twenty percent (20 of the inside pipe diameter as measured in the
manhole when performing video inspection. In the event the depth of flow of the reach being televised
exceeds twenty percent (20 of the inside pipe diameter, the Contractor shall provide the necessary flow
control or reschedule the inspection for a time when such flow is reduced to permit proceeding with the work.
If nighttime work is necessary, the Contractor shall obtain a "Noise Exception Permit" from the City if noise
levels are expected to exceed permitted thresholds during quiet hours.
C. Video equipment shall include a multi -angle television camera capable of spanning 360 degrees
circumference and 270 degrees on horizontal axis to televise sewer lines 6 -inch diameter or larger; the
purpose of the rotating head camera is to view all service connections, upstream and downstream manhole
structures, and to locate all defects, as well as questionable problem areas; focal distance shall be adjustable
through a range of one (1) inch to infinity. The television camera shall be color format and specifically
designed and constructed for operation in connection with sewer inspection, and for operation in sewers under
100% humidity conditions. Lighting and camera quality shall produce a clear, in -focus picture of the entire
periphery of the pipe for a minimum distance of six feet. Other required equipment are television monitor,
cables, power sources, lights, and other equipment necessary to do the work.
D. A full 360 degree pan of all manholes is required. This video footage shall occur at the beginning of each
pipe segment survey inspection from the bottom of the manhole panning up the manhole shaft. The
Contractor shall cover the manhole opening to prevent too much light from entering the structure and to
ensure a clear and focused view of the manhole interior. In instances when the manhole is the terminating
manhole, then the pan shall occur at the end of the pipe segment survey inspection.
E. The camera shall be moved through the pipeline in either direction at a uniform rate, stopping when
necessary to ensure proper documentation of the sewer's condition. In no case shall the television camera be
pulled or propelled at a speed greater than thirty (30) feet per minute. The camera height shall be adjusted
such that the camera lens is always centered in the pipe being inspected. The equipment shall have an
accurate footage counter, which shall display on the monitor the exact distance of the camera from the
centerline of the starting manhole. Unless otherwise approved by the Engineer, footage measurements shall
begin at the centerline of the upstream manhole.
F. If videotaping must be stopped due to a blockage in pipe that requires further cleaning, the end product
provided to the City shall be video of the continuous run of the pipe after cleaning. Lines with blockages or
defects that cannot be cleared shall be video inspected from each end of the pipe section.
G. In the event the video operator observes significant conditions showing existing pipe failure or imminent
failure, a photograph of the defect shall be taken and the Project Manager will be notified within 24 hours.
H. The date, identification of sewer reach(es) by upstream and downstream manhole numbers, and manhole
to manhole footage shall be displayed on the video data view at all times. Each recording shall be permanently
labeled with the Contractor's name, date televised, project name, street name(s), identification of the sewer
reach(es) inspected, and run number. If the recordings are of such poor quality that the Engineer is unable to
evaluate the condition of the sewer, locate sewer service connections, or verify cleaning, the Contractor shall
re- televise the sanitary sewer and provide a new recording of good quality at no cost to the City. No payment
will be made for recordings that do not meet the requirements of these specifications.
Project: WW -11 -036
Page 9 Rev. 8/30/2011
I. Video inspection Togs furnished by the Contractor shall be typed or printed as a computerized report. The
Engineer will provide the log format, or a sample copy may be submitted for approval. Data of significance
includes the locations of service connections, types of upstream and downstream manhole structures, and any
pipe defects.
3.0 DOCUMENTATION OF VIDEO INSPECTION
A. The Contractor shall provide the video results in a DVD (Windows Media Player) or USB drive
compatible with City computer systems. The defects shall be listed by structure, grid number, include the
distance away from the structure, a verbal description of said defect, and a severity rating. The structure
grid number is obtained from inventory maps provided by the City upon award of contract. Include is
videoing of each tap. The following images depict the quality and information display that would typically
comply with the requirement described in this section of the contract for documentation purposes.
Close -up of Defect
2007 10 01 13: 59 L3rrC35 _?r
S tar' t;:1029 -4051, r`; 10?E 009
DIP :lifstream
Of T
'MS 'Roots Me d r arm Sarre I
8 Ottr i 'Je-d tlav
Perspective View (looking down the pipe at the defect)
200710 01
Start :1829-0
0 1r':IUpst're2m
SOFT HV
Lar!C35 t
Errd:1820 -0049
8 i c *r S: z��tav 270.Stt
Project: WW -11 -036 Page 10
Rev 8/30/2011
Image of each tap
20.07 10 '02
Start; 1028 -00S1
Oir:[Icwnstream
0 E1- SEMENT-
11.55
TEC TaG =ac tory r, appe j
8 Vitrified C IaV
Larcasttr
7nd :1628 -GO4S
201.Sft
Section Header
Running Screen Text
t aart Br2r8 Oir] 0�1 Y
D 1 r D U lll 11rSr 1'.2`,3 m.
Page 11
Pipe
Rev 8/30/2011
The information shown in the images above is not from Port Angeles, but depicts the type of information
and videoing expected to be captured. The Contractor's specific video documentation system may vary
from this, but must substantially be able to provide this information on screen.
B. The software for condition assessment must be compatible to Microsoft Windows XP operating
system and approved by the City prior to being allowed to commence work.
C. Digital Format The contractor shall have the digital capabilities using a MPEG format (or
equivalent). All MPEG files shall also have a reference number shown on written reports for easy retrieval
of defects.
D. Audio The audio portion of the composite signal shall be sufficiently free from electrical interference
and background noise to provide complete intelligibility of the oral report. Audio reports shall be
recorded on video by the operating technician as they are being produced and shall include the location
of the pipeline, numbers or the manholes or catchbasins involved direction of travel, pipe dimension,
materials, and description of the pipelines as they are encountered.
E. A title page will be shown on the video screen at the beginning of each run of pipe. The title page
shall include the location of the pipeline, numbers of the manholes or catch basins involved direction of
travel, pipe dimensions, and pipe material.
F. Reports A written report shall be prepared for each separate pipe run (structure to structure) and
shall include a title page and the location or each defect recorded in free from starting structure. Video
inspection data shall be logged. The observations from television inspections shall be considered defects and
shall be consistently noted in clear and consistent language and event codes. The event code system to be
used shall be submitted to the Project Manager for approval. The listing should include a list of the specific
codes to be used and the definitional meaning (such as PACP Codes).
G. The following examples from jurisdictions outside of Port Angeles are shown as illustrations that
depict the type of informational reports required for this contract. The actual reports may vary, but
should substantially comply:
Summary Table.
Project: WW -11 -036
ge.
Page 12
Rev. 8/30/2011
Date
Start MH
Stop MH
Total Pipe Length
Tot Length
Quick maint rate
Quick struct rate
Section No
1
06 /17/2005
0+00
3 +15
315
314 01
0000
1100
1
2
06/17/2005
3 +15
6 +40
325
322 02
2211
3100
2
3
06/17/2005
6+40
9 +40
300
301.01
0000
0000
3
4
06/17/2005
9+40
12 +00
320
320 99
1300
1300
4
I 1 I 1 I 1 1 I
The information shown in the images above is not from Port Angeles, but depicts the type of information
and videoing expected to be captured. The Contractor's specific video documentation system may vary
from this, but must substantially be able to provide this information on screen.
B. The software for condition assessment must be compatible to Microsoft Windows XP operating
system and approved by the City prior to being allowed to commence work.
C. Digital Format The contractor shall have the digital capabilities using a MPEG format (or
equivalent). All MPEG files shall also have a reference number shown on written reports for easy retrieval
of defects.
D. Audio The audio portion of the composite signal shall be sufficiently free from electrical interference
and background noise to provide complete intelligibility of the oral report. Audio reports shall be
recorded on video by the operating technician as they are being produced and shall include the location
of the pipeline, numbers or the manholes or catchbasins involved direction of travel, pipe dimension,
materials, and description of the pipelines as they are encountered.
E. A title page will be shown on the video screen at the beginning of each run of pipe. The title page
shall include the location of the pipeline, numbers of the manholes or catch basins involved direction of
travel, pipe dimensions, and pipe material.
F. Reports A written report shall be prepared for each separate pipe run (structure to structure) and
shall include a title page and the location or each defect recorded in free from starting structure. Video
inspection data shall be logged. The observations from television inspections shall be considered defects and
shall be consistently noted in clear and consistent language and event codes. The event code system to be
used shall be submitted to the Project Manager for approval. The listing should include a list of the specific
codes to be used and the definitional meaning (such as PACP Codes).
G. The following examples from jurisdictions outside of Port Angeles are shown as illustrations that
depict the type of informational reports required for this contract. The actual reports may vary, but
should substantially comply:
Summary Table.
Project: WW -11 -036
ge.
Page 12
Rev. 8/30/2011
Observation Table.
Page 1
Other information shall be provided as necessary to clearly associated the infrastructure to the reports.
The reports shall be submitted to the City as a Microsoft Excel 2007 spreadsheet.
H. All deliverables, either video, audio, electronic files, or documentation shall become the sole property
of the City.
4.0 ADDITIONAL RESPONSIBILITIES OF THE CONTRACTOR
A. In the event of any Contractor related overflow or interruption /backup of customer service, the
Contractor shall immediately notify the Project Manager during normal working hours, or the Wastewater
Utility On -Call number 360 461 -0111 or 360 461 -1044, and shall contain and eliminate the overflow.
B. The Contractor shall be responsible for any fines levied by others, reimbursement of any agency
incurred costs, damage, cleanup, restoration of flow, and any disruption of service costs to customers as
a result of the Contractor's work. This is in addition to any and all costs incurred by the customer.
C. The Contractor shall respect the rights of property owners, and not enter upon private property
without obtaining permission from the owner of the property.
D. For manholes located in easements of private property, the Contractor shall provide the resident with
24 -hour advanced notice for easement access prior to entering the property, unless the resident provides
immediate permission. Such manholes will be identified in the work phase letter.
5.0 WORK PHASES
A. This contract is an indefinite quantity indefinite delivery contract with the expectation of executing
all work on either two or three separate phases. The minimum order size for any individual phase will be
$10,000 or greater based on the unit priced line items bid in the contract. The performance period for
each work phase shall be 30 days. Commencement of each work phase shall be initiated by a notice -to-
proceed from the City.
B. Work phases will be initiated by a letter to the Contractor from the City Engineer, fully describing the
locations of the work to be performed with proper identification of the sewer lines, lengths as determined
Project: WW -11 -036
Page 13 Rev. 8/30/2011
Section No
Position
OC
Observation
Struct Gr
0 +M Grade
1
4
0
AMH
Upstream Manhole, Survey Begins
2
4
0
M WL
Water Level, 15 of cross sectional area, from 05 to 07 o'clock
3
4
22 24
TFA
Tap Factory Made Active, at 10 o'clock, 6 within 8 inch NO
4
4
38 47
CM
Crack Multiple, from 10 to 04 o'clock within 8 inch YES
3
5
4
71 32
TFA
Tap Factory Made Active, at 03 o'clock, 6 within 8 inch. NO
6
4
114 58
TFA
Tap Factory Made Active, at 03 o'clock, 6 wrthin 8 inch NO
7
4
137 54
TFA
Tap Factory Made Active, at 03 o'clock, 6", within 8 Inch NO
8
4
245 94
AMH
Downstream Manhole, Survey Ends
9
5
0
AMH
Upstream Manhole Survey Begins
10
5
0
MWL
Water Level, 15 of cross sectional area, from 05 to 07 o'clock
11
5
10.01
TFA
Tap Factory Made Active, at 03 o'clock, 8', within 8 Inch' NO
12
5
51.02
MWM
Water Mark 10 of cross sectional area
2
13
5
100.7
TFA
Tap Factory Made Active, at 03 o'clock, 6 within 8 inch NO
14
5
115.94
AMH
Downstream Manhole, Survey Ends
Observation Table.
Page 1
Other information shall be provided as necessary to clearly associated the infrastructure to the reports.
The reports shall be submitted to the City as a Microsoft Excel 2007 spreadsheet.
H. All deliverables, either video, audio, electronic files, or documentation shall become the sole property
of the City.
4.0 ADDITIONAL RESPONSIBILITIES OF THE CONTRACTOR
A. In the event of any Contractor related overflow or interruption /backup of customer service, the
Contractor shall immediately notify the Project Manager during normal working hours, or the Wastewater
Utility On -Call number 360 461 -0111 or 360 461 -1044, and shall contain and eliminate the overflow.
B. The Contractor shall be responsible for any fines levied by others, reimbursement of any agency
incurred costs, damage, cleanup, restoration of flow, and any disruption of service costs to customers as
a result of the Contractor's work. This is in addition to any and all costs incurred by the customer.
C. The Contractor shall respect the rights of property owners, and not enter upon private property
without obtaining permission from the owner of the property.
D. For manholes located in easements of private property, the Contractor shall provide the resident with
24 -hour advanced notice for easement access prior to entering the property, unless the resident provides
immediate permission. Such manholes will be identified in the work phase letter.
5.0 WORK PHASES
A. This contract is an indefinite quantity indefinite delivery contract with the expectation of executing
all work on either two or three separate phases. The minimum order size for any individual phase will be
$10,000 or greater based on the unit priced line items bid in the contract. The performance period for
each work phase shall be 30 days. Commencement of each work phase shall be initiated by a notice -to-
proceed from the City.
B. Work phases will be initiated by a letter to the Contractor from the City Engineer, fully describing the
locations of the work to be performed with proper identification of the sewer lines, lengths as determined
Project: WW -11 -036
Page 13 Rev. 8/30/2011
by GIS, diameters, and manholes involved, and GIS map showing the locations. Included will be the unit
pricing as bid, extended, and taxes. Upon receipt of the work phase letter, the Contractor shall sign and
return one copy acknowledging its receipt.
C. The quantities of cleaning needed prior to video inspection and the quantities of inspection may be
reduced or increased depending on circumstances determined in the field by the Contractor and the
Project Manager; however, all adjustments will be made using the bid unit prices and with no increase to
the total maximum value of the work phase. Invoicing on the work phase will be for the actual quantities
of work performed.
6.0 SUBMITTALS
All submittals are considered incidental to the work performed and shall be included in the unit pricing of
the work. Prior to the commencement of work for the first phase, the Contract shall submit the following
submittals to the Project Manager for approval.
Project: WW 11 036
Sample video of a typical manhole to manhole inspection of a line section with defects and
including informational display.
Sample reports
Actual Event Code listing to be used for this project.
Video operator NASSCO certifications
Documentation or proof Confined Space Entry requirements.
Page 14 Rev. 8/30/2011
City of Port Angeles
Operations Office
Public Works and Utilities Department
360 -417 -4541
INSURANCE INDEMNITY 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 agreements.
Indemnification 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 this Agreement.
Insurance
ATTACHMENT "B"
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
Project: WW -11 -036
Page 15 Rev. 8/30/2011
endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 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.
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.
Project: WW -11 -036
Page 16 Rev. 8/30/2011
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: WW -11 -036
Page 17 Rev 8/30/2011
Cify of Port Angeles
Operations Office
Public Works and Utilities Department
360- 417 -4541
See attached listing:
ATTACH M ENT "C"
PREVAILING WAGE RATES
1. Washington State Prevailing Wage Rates For Public Works Contracts Journey Level and Apprentices,
Clallam County, effective December 5, 2011.
2. To access applicable prevailing rate(s) of wages rates for the describe work by trade, use the following 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 obtain by contacting Lucy Hanley at 360 417 -4541 or by
email, lhanley @cityofpa.us. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles,
WA. 98363.
Project: WW -11 -036
Page 18 Rev. 8/30/2011
Eify of Port Angeles
Operations Office
Public Works and Utilities Department
360 -417 -4541
See attached quote:
Project: WW -11 -036
ATTACHMENT "D"
QUOTE
Page 19 Rev. 8/30/2011
Line
Item
Description
Unit
Estimated
Quantity
Unit
Price
Extended
Price
1
6" Pipe Cleaning
LF
1,000
0, 6 0
6 op. 00
2
8" Pipe Cleaning
LF
2,000
0.. 6 0
2 0 o, o o
3
10" Pipe Cleaning
LF
2,500
0 6 0
re 0.029
4
12" Pipe Cleaning
LF
3,250
0 b 0
00
5
15" Pipe Cleaning
LF
2,525
0 6 d
/3757 0 0
6
18" Pipe Cleaning
LF
1,145
D 62 D
68 00
7
21" Pipe Cleaning
LF
1,835
0. 6 0
//0/. 0 4
8
24" Pipe Cleaning
LF
1,655
h 0
993. 00
9
30" Pipe Cleaning
LF
1,337
0. 6 D
50a 20
10
36" Pipe Cleaning'
LF
0
0 7 S
6 0 0
11
6" Pipe Videoing_
LF
2,000
D ..5
1 0 0
12
8 "Pibe Videoin•
LF
4000
0- S
ZZo 0• °O
13
10" Pipe Videoing
LF
5,000
0 5- f
2 -75 0 00
14
12" Pi.e Videoin
LF
6 500
0 ..r-S
3575:
15
15" Pipe Videoinq
LF
5,050
0 Ss"
Z777.3
16
18" Pipe Videoing
LF
2,290
0 .5"5
1.2-5
17
21" Pipe Videoing
LF
3,670
0 .-r
2 d 19,.5'0
18
24" Pipe Videoing
LF
3,310
0 MZ0.
6
19
30" Pipe Videoing
LF
2,674
p r-s
/¢70.70
20
36" Pipe Videoing*
LF
0
0 G 5
0. 0 0
12/08/2011 101:18. 25385,95087 JAC PCS
QUOTATION FORM
SANITARY SEWER SYSTEM CLEANING VIDEOING
WW -11 -036
Bidders shall bid on all Bid Items below for a bid to be valid. 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.
Project: WW-11-036
For pricing purposes only)
1. Total Price: Z 317.9V
2 Sales Tax (8.4 Z4 2 87
3. Total Bid: 311,9_2
Page 3
Rev 8/30f2O11
PAGE 04/05
.12/18/2011 19:18 2538595087
4. The bidder hereby acknowledges that it has received Addenda No(s).
(Enter "N/ itnone weLe issued) to this Request for Quotation package
5. 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:
CQf KAlflfQrmatiO
1. Company Name: P,1t Zdr"ZC. eoNeee __,41eVr t r
2. Address: 7. G 2 Z (I 9 U• S
3. City, State, Zip Code: >kCNT 144 9,4.? Z
4. Phone Number: z fi g Jr6 2,4 2
5. Contractor Registration Number: �f C..,c S 29/ �Q
6.UBINumber:� /L6
7. WA State Industrial Insurance Account Number: 0 /1 00 7 4
8_ WA State Employment Security Dept Number: f 3 A 0 0
9. State Excise Tax Registration Number: Z l 2 Z 99.0
The bidder represents that it is qualified and possesses sufficient skills and the necessary capabilities
to perform the services set forth in this Contract.
Signed by
Title
Printed Name:
Date
rolect: 11-036
‘6114F-0-11 /w,yNr
JAC PCS PAGE 05/05
Page 4 Rev 8/30/2011