HomeMy WebLinkAbout000423 Original ContractContract Title:
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
Request for Quotation
Contract
City of Port Angeles
Record #00423
LIMITED PUBLIC WORKS PROCESS
PALF Stormwater Utility Repair Project Number: SW -12 -020
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
"CITY AND Bruch Bruch Construction. Inc "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: Mav 11. 2012.
All work under this Contract is to be completed 10 days 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 ()a days thereafter or after contract award).
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract (check one):
n Force Account Time and material, not to exceed:
Force Account Time and actual expenses incurred, not to exceed:
Ezi
Force Account Unit prices set forth in the Contractor's bid or quote, not to exceed: 36.295.57
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.
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.
SW -12 -020 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.
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.
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
SW -12 -020 Page 2
Rev. 8/30/2011
1
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. INSURANCE
A. The Contractor shall maintain insurance as set forth in Attachment B.
B. If the total bid amount including tax exceeds $35,000, this project will be awarded as a small works roster
contract and 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 Operations 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
SW -12 -020
Page 3 Rev. 8/30/2011
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).
11. 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.
12. 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.
13. 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.
14. 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.
15. 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.
16. 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.
SW -12 -020 Page 4
Rev 8/30/2011
17. 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.
18. 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).
SW -12 -020
Page 5 Rev. 8/30/2011
IN WITNESS WHEREOF, the parties have executed this Contract as of t'nt4 4 2012.
Contractor CITY OF PORT ANGELES
By: v
Printed Name: 51 Ni Cac.e d
Title: J\kle■NJ+eGi
Address: C10 w tk wti a 1
City: {.NtC,cFS v./A G %3.03
Tax ID fI1' INSlb3
Phone Number: 34--.(cZ- 30ob
SW -12 -020 Page 6
By.
Printed Name:L I �i •P•e,i 1
Title: W r lam(I VY1 CI T +v l u-r'lcl -Q/
0 (J
Purchase Order
Rev. 8/30/2011
City of Port Angeles
Operations Office
Public Works and Utilities Department
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: Repair existing stromwater line located at the Port Angeles Landfill
Location: Port Angeles Landfill
3501 West 18 Street
Port Angeles, Washington 98363
Site Point of Contact: James Burke at 360 417 -4809
Work Hours and Schedule: The contractor will be allowed to work from 7 AM AM to 10 PM PM,
Monday through Friday Work outside of these hours must be requested in writing and will be at
the discretion of the City Engineer.
Permits: No construction permits necessary.
Work Requirements:
2.0 Standard Specifications
This contract incorporates the Washington State Department of Transportation's 2012 Standard
Specifications for Road, Bridge and Municipal Construction referred to herein as the Standard
Specifications and the City of Por 1 Angeles Urban Services Standards and Guidelines (current edition).
1.0 Project Description
This work will include repairing 20 feet of a damaged 24 -inch stormwater line between the west detention pond
and the 351- compliant cell (Figure 1). Methane gas was detected in the stormwater manhole that receives the
stormwater from the broken pipe (Figure 2). The Contractor will be responsible for removing the broken section
of stormwater pipe and replacing it with PVC pipe. During construction, the Contractor will be responsible for
monitoring the methane gas and providing a safe work environment for all workers. Any refuse removed from the
trench will be disposed of at the Port Angeles Regional Transfer Station.
SW -12 -020 Page 7
ATTACHMENT "A"
WORK BY CONTRACTOR
Rev. 8/30/2011
3.0 Site Ma and Photos:
Broken
Stormwater Pipe
Figure 1: Aerial Photo of Site Area
Figure 2: Area of Excavation
SW-12-020
Page 8
Approximate Location of
Broken Storrs neater Pipe
1
350
Feet
Rev. 8/30/2011
Map Legend
SW Discharge point
SW Manhole
SW Wet well
II SW Catchbasm
SW Main
SW Culvert
SW Ditch
4.0 Description of Work
This work will include repairing 20 feet of a damaged 24 -inch (I.D.) stormwater line between the west detention
pond and the 351- compliant cell. Methane gas was detected (96 LEL) in the stormwater manhole that receives
the stormwater from the broken pipe. The Contractor will be responsible for removing the broken section of
stormwater pipe and replacing it with PVC pipe. During construction, the Contractor will be responsible for
monitoring the methane gas and providing a safe work environment for all workers. Any refuse removed from the
trench will be disposed of at the Port Angeles Regional Transfer Station. Elements of work for the PALF
Stormwater Repair Project include, but are not limited to the following:
All employees engaged in the Work shall have received the OSHA 40 -hour Hazardous Waste
Operations and Emergency Response (HAZWOPER) Training required under 29 CFR 1910.120.
Repair 20 feet of damaged 24 -inch (I.D.) concrete stormwater pipe. Depth of pipe is
approximately 8 -10 feet. (Methane gas was detected (96 LEL) in the stormwater manhole that
receives the stormwater from the broken pipe.) The Contractor will be responsible for removing
the broken section of stormwater pipe and replacing it with PVC pipe.
The Contractor shall submit a catalog cut recommending flexible couplers or fittings to the City
for approval.
Remove all refuse from excavated area and properly dispose of at Port Angeles Regional Transfer
Station. Scales at Port Angeles Regional Transfer Station are located approximately 700 feet
south of work area. The disposal area is approximately 2,000 feet south of the work area.
If excavated material from trench is determined suitable for backfill by the City Engineer, the
Contractor will stockpile the material as directed by the City Engineer. If some or all material is
suitable for backfill, quantities for Bid Items COMMON BORROW and GRAVEL BACKFILL FOR PIPE
ZONE BEDDING shall be appropriately adjusted.
The Contractor will be responsible for monitoring the methane gas and providing a safe work
environment for all workers.
Bid Item 4— HEALTH SAFETY PLAN
Contractor shall provide written documentation that all employees engaged in the Work have received
the OSHA 40 -hour Hazardous Waste Operations and Emergency Response (HAZWOPER) Training
required under 29 CFR 1910.120.
Contractor shall submit a site specific Health and Safety Plan that specifically addresses health and safety
hazards associated with the project site.
At a minimum, the Health and Safety Plan shall address the following elements: staff organization,
responsibilities, and authorities; site description and identification of hazards; hazard analysis; required
general and site specific training; personal protective equipment; standard operating safety procedures,
engineering controls, and work practices (including a prohibition of single person work crews);
communications; illumination; site control measures; personnel hygiene and decontamination; equipment
decontamination; emergency equipment and first aid; emergency response and contingency procedures;
and logs, reports, and record keeping.
It is not the responsibility of the Owner to develop and /or manage the safety and health programs of
Contractors or in any way assume the responsibility for the safety and health of their employees. It is
SW -12 -020 Page 9
Rev. 8/30/2011
SW -12 -020
required that all Contractors adhere to applicable federal, state and local safety and health standards and
requirements.
Bid Item 6— STRUCTURE EXCAVATION CLASS B, INCL. HAUL
Section 2 -09.1 Description has been supplemented with the following:
If the Contactor encounters refuse in the trench limits, the Contractor shall haul the refuse to the
City of Port Angeles Regional Transfer Station as directed by the City Engineer. The Contractor
must implement appropriate health and safety procedures to assure safe working conditions. The
volume of waste is unknown, but the contractor shall not excavate waste any deeper than one
foot below pipe or as directed by the City Engineer. All current disposal rates at the Port
Angeles Regional Landfill apply for this project.
Section 2 -09.4 Measurement, the first three sentences have been deleted and replaced as follows:
The type of material being excavated may potentially contain unsuitable material for backfill. If
the material is determined to be unsuitable, the contractor shall haul the material to the Port
Angeles Regional Transfer Station and properly dispose of the material.
The Contractor shall provide all documentation for equipment, labor, and materials. The
Contractor and City Engineer will reconcile time and material measures daily. Unresolved
measures will be identified for continued discussion. City of Port Angeles Landfill scales shall be
used prior to disposing the waste at the transfer station.
Section 2 -09.5 Payment has been revised as follows:
Delete the forth sentence and replace with the following:
"Structure Excavation Class B per force account
If excavated material is suitable for backfill, the City Engineer may direct the Contractor to
stockpile the material onsite and use as trench backfill. If the material is determined to be
unsuitable, the contractor shall haul the material to the Port Angeles Regional Transfer
Station and properly dispose of the material.
Disputed items will be resolved through continued reconciliation, then dispute resolution in
accordance with the Contract. Payment shall constitute full compensation for all labor,
equipment, tools, materials and incidentals necessary to accomplish the Work as specified.
Bid Item 8— SOLID WALL PVC STORM SEWER PIPE 24 IN. DIAM
Section 7 -04.5 Payment is supplemented as follows:
The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be
full payment for road restoration and restoration of any other existing facilities damaged or
destroyed during construction.
In addition, Bid Item SOLID WALL PVC STORM SEWER PIPE 24 IN. DIAM shall include payment
for two flexible couplers attaching the PVC storm sewer pipe to the existing concrete pipe. The
Contractor shaiisubmita catalog cut recommending flexible couplers or fittings to the City for
approval.
Page 10 Rev. 8/30/2011
City of Port Angeles
Operations Office
Public Works and Utilities Department
360- 417 -4541
ATTACHMENT "B"
INSURANCE
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
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 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
SW -12 -020
Page 11 Rev. 8/30/2011
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.
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.
SW -12 -020 Page 12
Rev. 8/30/2011
City of Port Angeles
Operations Office
Public Works and Utilities Department
360- 417 -4541
See attached listing:
ATTACHMENT "C"
PREVAILING WAGE RATES
1. Washington State Prevailing Wage Rates For Public Works Contracts Journey Level and Apprentices,
Clallam County, effective May 2, 2012.
2. To access applicable prevailing rate(s) of wages rates for the describe work by trade, use the following Labor
and Industries website link: htto:// www. lni. wa. oov/ TradesLicensina /PrevWaae /WaaeRates /default.aso
3. A copy of the applicable prevailing wage rates can be obtain by contacting Lucy Hanley at 360 417 -4541 or by
email, Ihanlevecitvofoa.us. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles,
WA. 98363.
SW -12 -020 Page 13
Rev. 8/30/2011
City of Port Angeles
Engineering Office
Public Works and Utilities Department
360 417 -4700
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned, as Principal, and
a corporation, organized and existing under the laws of the State of Washington, as a surety corporation, and qualified under
the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are
jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of
for the payment of which sum on demand we bind ourselves and our successors,
heirs, administrators or personal representatives, as the case may be.
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port
Angeles.
Dated at
The conditions of the above obligation are such that:
WHEREAS, the City of Port Angeles has let or is about to let to the said
the above bounded Principal, a certain contract, the said contract being numbered SW -12 -020, and providing for PALF
Stormwater Utility Repair (which contract is referred to herein and is made a part hereof as though attached hereto), and
WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work
therein provided for in the manner and within the time set forth; now, therefore,
If the said Principal, shall faithfully perform all of the provisions
of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under
said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said
Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the
City of Port Angeles harmless from any damage or expense by reason of failure of performance as specified in said contract
or from defects appearing or developing in the material or workmanship provided or performed under said contract within a
period of one year after its acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be
void; but otherwise, it shall be and remain in full force and effect.
Signed this day of 20_
Surety
By
SW 12 202
Title
Surety Address
Surety Contact and Phone Number
ATTACHMENT "D"
PERFORMANCE BOND
RETAINAGE
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles Bond
Washington, this day of 20�
Principal
By
Title
Agent Address
Agent Contact and Phone Number
Page 1 Rev.4 /11 /2012
TO
ESCROW AGREEMENT for RETAINED PERCENTAGE
PALF Stormwater Utility Repair, SW 020
THIS ESCROW AGREEMENT is for the investment of the retained
percentage of the above contract, in accordance with chapter 60 28 of
the Revised Code of Washington It is limited to FDIC insured
Washington State Chartered Banks who are covered by the State of
Washington Public Deposit Protection Act.
The undersigned. (as "Contractor has
directed the CITY OF PORT ANGELES (as "City"), to deliver to
you its warrants which shall be payable to you and/or the contractor
The warrants are to be held and disposed of by you in accordance
with the following instruction
INSTRUCTIONS
1. Upon delivery the warrants shall be endorsed by you and
forwarded to the City for collection You shall use the monies
to purchase investments selected by the Contractor and
approved by the City You may follow the last wntten
direction received by you from the Contractor, for each
purchase, provided the direction otherwise conforms with this
agreement Acceptable investments are
A. Bills, certificates, notes or bonds of the United
States;
B. Other obligations of the United States or its
agencies;
C. Obligations of any corporation wholly owned by
the Government of the United States;
D. Indebtedness of the Federal National Mortgage
Association;
E. Time deposits in commercial banks;
F. Other investments, except stocks, selected by the
Contractor, subject to express prior written
consent of the City.
2 The investments shall be in a form which allows you alone to
reconvert them into money if you are required to do so by the
City.
3 The investments must mature on or prior to the date set for the
completion of the contract, including extension there of or
thirty (30) days following the final acceptance of the work.
4 When interest on the investments accrues and
is paid, you shall collect the interest and forward it to the
Contractor unless otherwise directed by the Contractor
5. You are not authorized to deliver to the Contractor all or any
part of the investments held by you pursuant to this agreement
(or any monies derived from the sale of such investments, or
the negotiation of the City's warrants) except in accordance
with the written instructions from the City Compliance with
such instructions shall relieve you of any further liability
related thereto
6 In the event the City orders you, in writing, to reconvert the
investments and retum all monies, you shall do so within thirty
(30) days of receipt of the order
7 The Contractor agrees to compensate you for your services in
accordance with your current published schedule of applicable
escrow fees Payment of all fees shall be the sole responsibility
of the Contractor and shall not be deducted from any monies
placed with you pursuant to this agreement until and unless the
City directs the release to the Contractor of the investments and
monies held hereunder, whereupon you shall be entitled to
reimburse yourself from such monies for the entire amount of
your fee
8 This agreement shall not be binding until signed by both parties
and accepted by you
SW -12 -202
Escrow No.:
City of Port Angeles Contract No. SW -12 -020
Completion Date:
9 This document contains the entire agreement between you, the
Contractor, and the City, with respect to this Escrow, and you
are not a party to, nor bound by any instrument or agreement
other than this You shall not be required to take notice of any
default or any other matter, nor be bound by nor required to
give notice or demand, nor required to take any action whatever
except as herein expressly provided. You shall not be liable for
any loss or damage not caused by your own negligence or
willful misconduct
CONTRACTOR
Federal Tax I.D No
By
Title:
Address
DATE
CITY OF PORT ANGELES
By
Title
DATE
THE ABOVE ESCROW AGREEMENT RECEIVED AND
ACCEPTED on the day of 20
BANK
By
Title
Address
DISTRIBUTION
City Clerk Contractor
Financial Institution File Copy
Page 2 Rev. 4/11/2012
City of Port Angeles
Engineering Office
Public Works and Utilities Department
360-417-4700
KNOW ALL MEN BY 'DAM PRESENTS:
Dated at Tacoma
The conditions of the above obligation are such that:
Signed this 3rd day of Mav 2012
Travelers Casualty and Surety Company of Amenca
SW-12-202
Jeni tfer nvder- Attorney -in -Fact
Tit
5 1 Fourth Ave, Suite 1650
Seattle WA 9R1(11
Surety Address
Maggie Hogan, 206 326 -4290
Surety Contact and Phone Number
ATTACHMENT "D"
PERFORMANCE BOND
RETAINAOE
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles Bond 105761677
That we, the undersigned, Bruch Bruch Construction. Inc as Principal, and Travelers Casualty and Surety Company of Amenca
a corporation, organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under
the laws of the State of Washington to become surety upon bonds or contractors with municipal corporations as surety, are
jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of S Thirty Six Thousand Two Hundred
Ninety Five and 57/100THS ($36,295.57) for the payment of which suln on demand we bind ourselves and our successors,
heirs, administrators or personal representatives, as the case may be.
This obligation is entered into pursuant to tho statutes of the State of Washington and the ordinances of the City of Port
Angeles,
Washington, this 3rd day of May 2012
wifERRAS, the City of Port Angeles has let or is about to let to the said Bruch Bruch Construction, Inc.
the above bounded Principal, a certaln contract, the said contract being numbered SW -12 -020, and providing for PALE
Stormwater Utility Rely (which contract is referred to herein and is made apart hereof as though attachedhereto), and
WHJIRI;AS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work
therein provided for in the manner and within the time set forth; now therefore,
If the said Principal, Bruch Bruch Construction. Inc. shall faithfully perform all of the provisions
of said contract in the ratiiurer and within tho time therein sot forth, or within' such extensions of time as may be granted under
said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said
Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the
City of Port Angeles harmless from any damage or expense by reason offailuro ofperformance as apecifled in said contract
or from defects appearing or developing in the material or workmanship provided or performed under said contract within a
period of one yeareller its aeceptnnaethereofby the City ofP'ort Angeles, then and in that event, this obligation shall be
void; but otherwise, it shall be and remain in full force and effect.
Bruch Bruch Construction, Inc.
Principal,
Page 1
Title
PO Box 2940 Tacoma, WA 98401
.Agent Address
Brent Heilesen, 253 759 2200
Agent Contact and Phone Number
Rev. rt /11/2012
TRAVELERS
State of Connecticut
City of Hartford ss
In Witness Whereof, I hereunto set my hand and official seal
My Commission expires the 30th day of June, 2016
58440-6-11 Printed in U S A.
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. 223961 Certificate No. 0 0 4 4 9 5 7 0 6
KNOW ALL MEN BY THESE PRESENTS That St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance
Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and
Travelers Casualty and Surety Company of Amenca are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under
the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwnters, Inc is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the "Companies and that the Companies do hereby make, constitute and appoint
Eric Zimmerman, Karen Swanson, Brent E Heilesen, Anne E Strieby, James B Binder, Peter J Comfort, Jennifer L Snyder, Julie R Truitt,
Peggy A Firth, Tamane Ellingsen, Steve Marenkovich, Christopher Kenyon, Jamie Deemer, and Brady Moriarty
of the City of T State of Wachingtnn their true and lawful Attorney(s) -in -Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other wntings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or peruutted-in any or-proceedings allowed by law
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
r
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed:and their corporate seals to be hereto affixed, this
day of August 2011
Farmington Casualty Company'
Fidelity and GuarantyInsurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
SSAL
ols r; ,e
By
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
On this the 30th day of August 2011 before me personally appeared George W Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters,
Inc St. Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety
Company, Travelers Casualty and Surety Company of Amenca, and United States Fidelity and Guaranty Company, and that he, as such, being authonzed so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
Georg6 Thompson, emorf/ice President
30th
a N/‘ C
Marie C Tetreault, Notary Public
1
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance
Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authonty as his or her certificate of authonty may prescnbe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other wntings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in wntmg and a copy
thereof is filed in the office of the Secretary, and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or wnting obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescnbed in his or her certificate or their certificates of authonty or by one or more Company officers pursuant to a wntten delegation of authonty, and it is
FURTHER RESOLVED, that the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other wntings obligatory in the nature thereof, and any such Power of Attorney or certificate beanng such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached
I, Kevin E Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of Amenca, and United'States Fidelity,and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies' which'is in'fiill force,aiid'effect and has not been revoked
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed th seals of sard•;Companies this .V day of
:t b> '::J y .cam y ay
l y
pl NS(
i
4 08 4,
Z
o4. SSA.L
T
leg■^
E Hughes, Assistant Sec tary
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
Vfl (A io
J
To verify the authenticity of this Power of Attorney, call 1- 800 421 -3880 or contact us at www travelersbond com Please refer to the Attorney -In -Fact number, the
above -named individuals and the details of the bond to which the power is attached
Client#: 57170 BRUCBRUCI
ACORDT. CERTIFICATE OF LIABILITY INSURANCE
DATE (MM /DD/YYYY)
5/11/2012
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Propel Insurance
Tacoma Commercial Insurance
1201 Pacific Ave, Suite 1000
Tacoma, WA 98402
INSURER(S) AFFORDING COVERAGE
1 INSURER A: Valley Forge Insurance Company
1 INSURER B: Continental Casualty Company
1 INSURER c American Casualty Company
I INSURER D
I INSURER E
1 INSURER F
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSURED
LTR I TYPE OF INSURANCE I NSRL B RI POLICY NUMBER
A 1 GENERAL LIABILITY X X 2083361476
7 COMMERCIAL GENERAL LIABILITY
C
B
A
Bruch Bruch Construction Inc.
1706 Highway 101 West
Port Angeles, WA 98362
-I CLAIMS -MADE X OCCUR
X PD Ded:3,000
GEN'L AGGREGATE LIMIT APPLIES PER
POLICY I XI P n LOC
AUTOMOBILE LIABILITY
X
X
ANY AUTO
ALL OWNED
AUTOS
HIRED AUTOS
x UMBRELLA LIAB X OCCUR
I EXCESS LIAB CLAIMS -MADE
1 DED 1 'RETENTION 1
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y IN
ANY PROPRIETOR/PARTNER /EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
If yes, descnbe under
DESCRIPTION OF OPERATIONS below
CERTIFICATE HOLDER
ACORD 25 (2010/051
X
SCHEDULED
AUTOS
NON -OWNED
AUTOS
N
City of Port Angeles
PO Box 1150
Port Angeles, WA 98362
N/A
2083361493
4029254009
Re: All operations performed by the Named Insured
2083361476
WA Stop Gap ONLY
CONTACT A
NAME nna Reid
I
PHONE 800 499 -0933
(A/C, No. Ext):
E-MAIL ADDRESS: amr@propelinsurance.com
p
DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
POLICY EFF POLICY EXP
(MM /DD/YYYY) (MM /DD/YYYY)
05/14/2012 05/14/20131 EACH OCCURRENCE
DAMAGE TO RENTED
PREMISES (Ea occurrence)
D5/14/2012 05/14/20131 CEa OMBINED accldentl SINGLE LIMIT
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
PROPERTY DAMAGE
(Per accident)
05/14/2012 05/14/2013 EACH OCCURRENCE
AGGREGATE
05/14/2012 05/14/20131 WC STATU- OTH-
ITDRYIIMITR I FR
E L EACH ACCIDENT
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
oa zi33
FAX 866.577.1326
20443
LIMITS
1,000,000
300,000
MED EXP (Any one person) $5,000
PERSONAL ADV INJURY $1,000,000
GENERAL AGGREGATE 2,000,000
PRODUCTS COMP/OP AGG $2,000,000
$1,000,000
$3.000.000
$3.000.000
$1,000,000
E L DISEASE EA EMPLOYEE $1.000.000
E L DISEASE POLICY LIMIT $1,000,000
NAIC
1988-2010 ACORD CORPORATION. All rights reserved.
1 of 1 The ACORD name and Joao are reaistered marks of ACORD