Loading...
HomeMy WebLinkAbout001165 Original Contract 0 City of Port Angeles e JR I City of Port Angeles Record#001165 Public Works&Utilities Dept. Engineering Office 'a-, 321 E.Fifth Street PUBLIC WORKS CONTRACT Port Angeles WA 98362 Tel:360417-4541 ❑ Request for Bid Fax: 360-417-4709 Contract Contract Title: 9TH and Race Street Water Main Repair Project Number: CON 2017-02 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND Interwest 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): 0 All work under this Contract is to be completed by this date: January 6th, 201T F-1 All work under this Contract is to be completed 20 days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. (See attachment A for specific schedule for work). D 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: $55,000 (see Attachment E Breakdown Sheets 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: $ 0 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 those indicated to be furnished by the City of Port Angeles in Attachment A. B. The Contractor shall maintain time and expense records, which may be requested by the City.The Contractor shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract number. Invoices shall be in a format acceptable to the City. C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a properly completed invoice. D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon request, CON 2017-02 Page 1 Rev.4/8/2015 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. CON 2017-02 Page 2 Rev.4!8/2015 51 OZ/g/t,'A-)'d & OSud ZO-L I OZ NOD s,jo:pejjuo:) aql sajnj!jsuo:) upiati pap!Aoid uotleoUpwapui aql 1eqj pocqsjapun Alssajdxa pue Alle:)ij!Dads jaj4)pnj si II -aoua6tl6au sio:pej4uo:)at4j jo juaixa aqj of Aluo aq Reqs japunaia4 A4!1!qeil sjopeiluo:) aql lsjaa4unloA pue 'saaAoIdwa lslepL4o 1sjaD!j4o s4! 'A4!:) a4l pue jopeiluoD a jo aoua61115au juaunmoD aql woij builinsaj jo Aq pasneo A:padoid of sa6ewep jo suosiad of Ainfui Appoq jo 1no 6uisue sa6ewep jol Al!l!qeil 10 Juana a4l ui lua4i AA:),d of pafqns st juawaakV siLp 4e4l auiwja4ap uoip!ps!jnf jua4adwo:)jo:pno:) e pInoqS 'q .Al!:)aql jo aDua6libau tilos a44 Aq pasne:)sa6ewep pue satinfut.sol Ida:)xa 'juawaaj6V siql jo aouewjojjad at4l qj!m uoipauuo:) ui jo to Ino 6uispe 'saaj Aaujo:pe 6uipnl:)ui dins jo sassol 'sa6ewep Isajinfui 1swiep Ile pue Aue wojj ssalwjeq sjaajunIOA pue saaAoldwa 'Sje13L4o Isia:)!.4o sj! 'A4!D aq:l ploy pue A4!uwapui 'puajap lleqs joPejIuo0 a4l -V SS31wuvH aioH / N0IJLV:)UINw3aN1 *01 *pei4uo:)siq japun IsaoioAut Ile aAoidde pue maiAaj pue Isualmiunwwa)aleupom 'pawjojjad aq of Njom Ile aAoidde pue aaSJaAO lleqs pue pej4uo:)siq japun A41:)aql joj A4!1!q!suodsai ewild aAe4 lleqs aau61sap JaWslq jo juaw:peda(] samimpue"jo M ailqnd atA JO JOT)WIG a4J- IN3W39VNVW aNV NOILVdJLSINIWCIV IV'83N39 *6 .wield Lpns saciposap Allnj pue wield leuo!l!ppe to wqou sapniout juawAed leuU joj wield gens ssalun lapew uaaq IOU seq uo!lmtldde p4m joj sa6ewep ja4jo Aue joj wield of jq6u sji paA!em aAeq of pawaap aq Ilet4s 'juawAed jeuij jol uo!lm!ldde bu!New uodn 'jopejjuo:) -4uawAed IeuU joj A4!:)aql Aq leAoidde to awil a4l ueqj jajel Juana ou ui pue Issol jo asuadxa labewep q:)ns to AjaAoasip aql jape s4ep A:p!ql uiq:pm 4aqj of 6w4mui spew isnw IDej4uoD stqj jo a:)uewjojjad a4l jo ino 6uispe sei4xa jo slso:) Isasuadxa 'sa6ewep joj A4!:)aql 4suie6e wield AuV SWM3 Is -japio:pnoo Aq jo A4!:) aq jo leAoidde uaU!jm joud Inopm jopejjuo:) a4l Aq uoi4ezlue6jo jo Ienp!A1PU1 Aue of alqel!eAe apew aq jou Reqs pue lei4uapUuco jda)l aq ll!m:pejluo:) siq japun jopeiluco a44 Aq palqwasse jo paiedaid jo of uamb slepajew jo sjuawnoop jaq4o jo elep luoqewjojui Is:podai 'spio:)aj AuV -9 ,Isanbai s4! uodn A4!:) aq of papiemjoj aq Ile4s pue A4!0 a44 jo kpadojcl a4l awwaq Reqs :pejjuoD s'44 japun A4!:) aq Aq pled spunj 41!m jopej4uo:)aq4 Aq paiedaid lepajew pue quawmop paqsiuUun Jo paqstu!j Ile 'pejjuo:) siql japun anp uoijesuadwa) Ile jo A4!:) aql Aq joPejjuOD a(41 of juawAed up -V SIN3wn:)oa :10d1HSH3NM0 'L -alqeuospai aq Ile4s sIsOD le6al pns pap!Aoid 1pejjuo:) ;a4I japun All:)a4i jo sisaialui pue s4q61j aql pajoid of/4!:) aq4 Aq paiin:)ui s4soD le6al Ile apnpui Reqs sa6ewep pue asuadxa PnS '14!D a4l of a3uajag!p pns Aed lleqs pue A4!,:) aql of ajojaiatp alqeil AllejaAaS pue Alluiol aq lleqs A4ains sig pue jopejqucr) laoueleq pedun a4l pawxa sa6ewep pue asuadxa s,A4!:)a4l R 'JO:PeJluO:)a44 01 A41D a4l Aq Ped aq Heys ssaDxa q:)ns 'juawAoldwa to wuenupuoosip jo ajnl!e4 'pal6au 'IesnJaJ 4:)ns jo uoseaj Aq paute4sns aq AM 4:)Iqm jo,44!:) aql Aq pauieIsns sa6ewep Ile pue 11jom a41 6utqsiu!j ui A4!:)aqj Aq pajinxi asuadxa a4l sPaa:)xa PeJluOD siq4 japun ped aq of 4unowe aql jo aoueleq pedun aLp p lawi4 q3ns IV *uqjeuwja4 jo alep a4l of do 'PaInpaps se lipajaidwoo Alpopeples s' V. IuaLU4ae:pV ui pagpads jjom aql pun pej4uo:)siql japun anp sjunowe ja4linj Aue aAla3al of palIqua aq jou pegs JOPeJIuoD IA4!:)atij Aq paleuiwja4 si peilucr)siql Juana a4l uj .Joj pa:pej4uoo Niom aql to uoilaidwoo punt of alqel!eAe jou aie spunj 6u!lejado juat:)!jjns 4eq4 saupialap A4!:)aql -peiluo:) siqj to swial a4i sajejOIA Allequejsqns asimjaq4o jo 1jo4ej4s!utwpV IDe4uo:)aql jo suoipnilsui spie6aisip Allua4sisiad jopejjucrj -9 -saDueupo pue suo!jeln6;u leDol jo aje4s Ilejapaj spie6aisip Allua4sisiad jopej4uoD -S ,joqel jo lepa4ew joj siopeilumcins of juawAed Idwojd aNew of spej jope1juO:) *t, -u[aJa4 paj!nbai�jom at4i ajajdwoD of spej.to sasnjaj Alpaleadai jo Allua4sisiad jopejjuo:) ;a4j -E -jopeu4uo:) aql jo AouaAjosui a4l JO jInsaj e se palutodde si JaA1a3;u V -Z *sjol!paj:)sI!jo 41jauaq aqj joj juawu6isse IL>jaua6 e saNew jo:pejjuo:),qLLL -T -pa!j!:)ads ja)jeajaq SjUaAa a4l 40 WOLU jo auo Aue to a:)uajjnxo aql uodn 'jo:peilucr)aql of a:)qOu ua:p!jm sleep 01 6UIA16 Aq 'juaipadxa waap Aew 1! spoqlaw jaAaleqm Aq Niom aql qstuU pue uoaja44 slepa4ew lie pue saspaid aLp jo uoissassod aNej pue:pej4uo:) aql ajeuiwja:l Aew A4!:)at4j_ -9 gjoZ/8/t,'A-1'H t, abed ZO-L I OZ NOD 'uoj6uiqseM 'A4unoD wellelD aq lleqs pejjucrj si44 6upe6aj sailied a4l uaampq uoije6pl Aue jo anUaA a4i *uo46u!4seMjoale!Saq4josneer a4441!ma:>uepico:)eutpanilsuo-.) pue pa4aidia4uiaq !legs pej4uoDsi4j_ 3nN3A(INV N0IJ.VI3VdII31NI TT *,alndsip aq4 UI PaAJOAUI sapped Ile uo 6utpuiq pUe 'aAtsnpum 'jeu!j aq lleqs uolspap srq pue Isauisnpul pue joqel jo 4uaur4jeda(] a44 10 JOPaJ!(] aq4 04 u04ej4!qje sol pajjajai aq !legs jagew aqj 'S9AiIejuasajdaj juawa6euew pue joqel 6upnixi 14saja4w ui sarped atp Aq pa4sn(pe aq jouueD aindsip guns pue uoi,ledn:>Do jo 4ex) 'apej4:>!jpads e sol sa6em jo sales 6uil!eAajd at4l ase jet4m of se saspe a4ndsip Aue ase:> ul -:luaw:peda,(j samilin pue s)lioM:)ilqnd sala6uV:POd JO 4Z) aqj wojj alqel!eAe pue sap4snpul pue joqel jo 4uaw:peda(l ajejS uo46ui4seM aqj Aq padOlaAap WJOJ aqj uo apew aq Ile4s uoissiwqnS '6uiDIOAUI JeUI)W sal l5uV Pod jo A4!:) a4l 01 Alpamp saBeAA 10 I!Aep!.4V V'sa6eAA 6uil!eAaJd Aed of 4ua4ul 10 juawajejS pauiqwo:) e 1!wqns of pazpo44ne S! jopeiluo:)qns jo jopeiluco a44 '(Z)OtO'ZT"K AA:)*d 44!m aouepico:)e ui pue 100SIZ$ japun pieme peiluoD e joj -4sanibaj uodn sales a6em alclm!Idde a44 jo Ado:) pie4 e pew Ipm A:>ua6e si44 luo!l!ppe ul *a:)yjo spej4uco satimin pue "ioMD!Iqnd sala6uV IJOd a44 W 6UIMaIA sol alqel!eAe sr sales ahem alqe:)tldde aql jo Ado:)V ,ZjoZ It,A3Fn-u-V-r aqj uo ampa.4a ue aAeq asn of suoileupialap a6em alclmlidde a4i :4e p4inol aq ue:)saoiluaiddV pue uawAauinor A4uno:) wellelD jioj suotwupialap ahem a4e4S uo46uiqseM -A4uno:) wellel:) ui auop 6uiaq sipa(bid sNiom:)ilqnd si4i °ped aq isms IeL14 sa6em 6uq!eAajd all aupjapp of sapisnpul pue joqel to:luawpeda(] aje4S uo46u'4s2M aqj 11,nsum 01 PaStApe sr jopeilucr)aUpej4uo:)si4j jo axiewippad a44 6uijnp sa6em Bons ui saseanui ajenbape wtid sjapps ut appui of ajnl!ej e jo jappq a4i Aq s4uawaiinbai guns Aue jo 6upuelsiapunsp e jo a6palmouN jo pel e uodn paseq si 4:)iqm pamolle aq 111m uo!4esuadwm jeuopppe sol w1eP ON -sluawaiinbai guns pm jeil!wej aq pue auiwexa Ile4s sjappq -ahem jo ales 6uil!eAajd aqj ue4j ssal ou amaoaj lleqs siaNioM -quawaiinbai jaq4o pue s4!jauaq 'sa6em 6utl!eAajd of 6ulletai 'JapunaiD44 panssi suoileln6ai pue o4aja44 sluawpuawe 'M:Y8 8Z'6 ,pue Zi'6£ sia4deq:)of pa(qns sl pej4uo:) si4J- 39VM DNnIVA3Hd IT *(wag!)1l a4n,*3axa of pazpotgne uosiad aqj se (s)puoq aj44 jo Ajo4eubs at4 6uquiodde Aaujope to jamod e apnpui lIeLls pue 'Alains a44 jo ssaippe pue lauo4d pe4uoo laweu a44 Ajpads 'iaumo aqj Aq pp!Aoid wjoj ai4i uo aq II Ms (s)puoq q,:)ns, jappq all 01 PaJaAIPp s' plea e Jo a:)14ou a(41 alep a4l w,oll sAep iepuale:) (01) ual uitl4!m puoig juawAed pue aouewJOPad atil ute4qo pue:pej4uo:)a4i almaxa of paj!nbai aq jpm papieme sr peiluoo atp wot4m of Aved ,94.L -:) 4u;aw4:)e:aV ui pap!Aoid ase swjoj a6euiepd pue puog aouewjojjad -(TtSt,-/Tv-09E auot4daial) samuin*q qjoM Dilqnd 10 a:U0 SuOile'ado aqj wojj alqel!eAe ase wAoj a6e4ua:)jad pauie4ad joj 4uawaaj6V mOj:)s3 pue Iwjoj PuO9 luawAed pue aOuewJOJJad lwjoj leU!wsuej_L A4!jnDaS pig aq4 jo saldo:) -uiajaq pajejoclioxi s4uaw4:)eUV lle pue peiluoD s!44 Qm a:)uepioDoe ul spuoq aouewjojjad pue 4uawAed u!e4qo !legs joppiluo-) all*p,ej4uoo si4i of alqe:)tldde aq ua44 Ipm %S jo a6euie4aj V -mel ajejS uo46uiqseM 44!m xwepimoe ui Aidde jpm a6euie4ai pue spuoq a:)uewjojjad pue juawAed pue peilum ja4soj sliom Ileus e se papieme aq Ipm paloid siql '6 'S, spaaDxa xq 6utpnl:)ut 4unowe pq Tejo at4i jj *9 ,q 4uawpepV ui qjjoj las se a:)uejnsui uiquiew !legs joloei4uo:) *v 3E)VNIVJL3V V'SGN0G '3:)N"nsNi 'Ti .4uawaaj6V siq4 jo uoqeuiwja4 jo uoi4ejidxa aq:l amens !legs uo.tpas siql jo suoistAoid aq.L 'sarpecl aqj Aq pajei4o6au Allenjnw uaN seg JaAim si4j_ -uoi4e:)U!uwapui sit44 jo sasoclind aq4 sol Alajos TS alILL laouejnsui leii4snpuj japuin A4!unwwi jo jaAiem 14. BRANDS OR EQUAL When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 1S. INSPECTION AND RESECTION All goods, services, work, or materials purchased herein are subject inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at Contractor's risk and expense. 16. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from this Contract without the express prior written consent of the other. 17.INDEPENDENT CONTRACTOR The Contractor is and shall be at all times during the term of this Contract an independent contractor and not an employee of the City. 18. EXTENT OF CONTRACT/MODIFICATION This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. 19. SUBCONTRACTOR RESPONSIBILITY The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include substantially the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to all subcontractors regardless of tier. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: - At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; - Have a current state unified business identifier number; - If applicable, have: 1) Industrial insurance coverage for the subcontractor's employees working in Washington as required in Title 51 RCW; 2)An employment security department number as required in Tile 50 RCW; and 3)A state excise tax registration number as required in-rite 82 RCW; 4)An electrical contractor license, if required by Chapter 19.28 RCW; 5)An elevator contract license, if required by Chapter 70.87 RCW. - Not be disqualified from bidding on any public works contract under RCW 39,06.010 or 39.12.065(3). CON 2017-02 Page 5 Rev.4/8/2015 20. COMPENSATION AND METHOD OF PAYMENT. A. The City shall pay the Contractor for work performed under this Contract as detailed in Attachment E, as incorporated in the Contract. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Exhibit D. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request form(s). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in Attachment D to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. Final payment requests shall also include a Certification of Work Completion and Acceptance located in Attachment D). IN WITNESS WHEREOF, the parties have executed this Contract as of January 4 2017. CONTRACTOR CITY OF PORT ANGELES 11 By: C)LIX By: Printed Name: 77�/a Printed Name: Title: i awTitle: Address: City: APPROVED AS TO FORM: Tax ID #: 14 13 o o 3 BY: Phone Number: 7 5 CITY ATTORNEY ATTEST: BY: mW �Mxyjz,� Lk .6TY CLRK CON 2017-02 Page 6 Rev.4/8/2015 City of Port Angeles ATTACHMENT "A" Engineering Office Public Works and Utilities Department WORK BY CONTRACTOR 360-417-4541 The contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for obtaining and paying for any and all permits required for this work. General Scope: Water main repair and slope restoration. Location: At the end of 9th Street,just west of the 91h and Race Street intersection, Site Point of Contact: 3ames Burke at 360-417-4855. Work Hours and Schedule: The contractor will be allowed to work from 7 AM to 10 PM, Monday through Friday. Work outside of these hours may be requested from and is at the discretion of the Deputy Director of Operations. Permits: None. Work Requirements: 1.0 Project Description This contract is for the repair of a 14-inch cast iron water main near the intersection of 91h and Race Street. The work zone is outlined in red on Attachment A. This scope of work includes replacing the failed section of water main with 14-inch ductile iron pipe, installing an 8-inch air vacuum relief valve, and restoring the failed hillside slope. 2.0 Standard Specifications This contract incorporates the current Washington State Department of Transportation's Standard Specifications for Road, Bridge and Municipal Construction referred to herein as the Standard Specifications and the City of PortAngeles Urban Services Standards and Guidelines(current edition). This contract incorporates the current City of Port Angeles Urban Service Standards and Guideline Contractor shall follow the WSOOT Specification 1-09.6 Force Account for all work. Concrete Thrust Blocking Section 7-09.3(21) shall be supplemented with the following: Thrust blocks for mains, tees, crosses, valves, and dead ends shall be as shown in the table provided in the plans. The soil type will be determined by the Engineer upon observation of the excavation, Hydrostatic Pressure Test Section 7-09.3(23) shall be supplemented by the following: The contractor shall submit a testing plan to the Engineer for approval. The contractor shall provide all temporary drains, air vents, plugs, caps, and thrust restraint as needed for testing of the water mains. CON 2017-02 Page 7 Rev.4/8/2015 VALVES FOR WATER MAINS Materials Section 7-12.2 shall be supplemented by the following: All valves and fittings shall be ductile iron with ANSI flanges or mechanical joint ends. All existing valves are to be operated only by City employees. Valves shall open counterclockwise and shall be equipped with a 2-inch square AWWA standard operating nut. Valves shall be installed in accordance with APWA/WSDOT 7-12. a. Gate valves shall conform with the requirements of AWWA 0509-09 for gate valves for ordinary water works service, except as superseded by the following: They shall be iron body with epoxy coating inside and out, resilient seat rubber attached to gate. The valves shall be non-rising stem, open by turning counterclockwise, and shall be equipped with standard 2-inch square operating nuts unless otherwise shown. Valves shall be equipped with double "O-ring" packing, Valves to be Mueller, M&H Kennedy, Clow R/W or Waterous Series 500, b. Butterfly valves shall conform to AWWA 0504, Class 150B, Pratt Groundhog, Dresser 450, Mueller Lineseal III, or approved equal. Butterfly valves shall be used on all lines 14 inches and larger. Megalugs shall be installed at all mechanical joint ends. C. Valve Boxes shall be cast iron valve boxes, Olympic Foundry VB2B, VB2C, RICH 940A, 940E or equal. Valve box"ears" shall be installed on valve box lids in line with the main or hydrant lead. d. Air/vacuum relief valves (ARV) shall be 2-inch APCO combination air relief valve as shown on the City Standard Drawings. The installation shall be set at the high point of the line when required. Where possible, pipes are to be graded to prevent the need for an air relief valve. SERVICE CONNECTIONS Section 7-15.1 shall be supplemented by the following: 7-15.1 General Work in this section includes the connection of existing services to the new water main, as directed by the City. Materials Section 7-15,2 is supplemented with the following: For 1"Water Service: A. Water service lines shall be one inch high density polyethylene pipe, copper tube size, minimum pressure class 200 psi Phillips Drisco 5100 Ultra-Line. No glued joints will be accepted on 1"service lines. 1.5"and 2"PVC services may be glued. Service lines shall be installed 45 degrees off the main. Tracer tape and wire wrapped around the pipe shall be installed on all HDPE service lines. B. Service saddles shall be painted ductile iron or nylon coated ductile iron with stainless steel straps and shall be Romac style IOIS on I" tap, 202S on 1.5" or larger tap. Romac 202N Rockwell 313 or approved equal will be required for hot or corrosive soils. All clamps shall have rubber gasket and iron pipe threaded outlets. C. Corporation stops shall be all bronze and shall be Ford Type F-500 or approved equal with iron pipe threads conforming to AWWA 0800. Stainless steel inserts shall be used with pack joints and polyethylene pipe. D. 1"meter setters shall be Ford VH74-12 (Male swivel end) with Mid States Plastics MSBCF-1324-18 meter box and MSCBC-1324-R lid. E. 3"diameter schedule 80 PVC service sleeves shall be installed for all street crossings of 1"service lines. The service sleeve shall extend from as near as is practical to the main to outside the existing curb line. Fittings for Ductile Iron Pipe Section 9-30.2(1) is supplemented with the following: Transition couplings for connecting ductile iron pipe to existing asbestos concrete (AC) pipe shall be bolted, sleeve-type couplings conforming to the requirements of Section 9-30.2(7'). CON 2017-02 Page 8 Rev.4/8/2015 Transition couplings for connecting ductile iron pipe (DIP) to existing concrete cylinder pipe (CCP) shall be bolted, sleeve-type couplings conforming to the requirements of Section 9-30,2(7). Couplings connecting DIP and CCP shall be furnished with an insulating boot. Mechanical joint(MJ) transition sleeves for joining ductile iron pipe to existing cast iron pipe shall conform to the requirements of AWWA 0153. Measure diameter of existing cast iron pipe and provide transition gaskets if required. Couplings 1. Bolted, sleeve-type coupling, in accordance with AWWA 0219. 2. Coupling linings for use in potable water systems shall be in conformance with NSF 61. 3. Couplings shall be rated for appropriate operating pressure and hydrostatic test pressure. 4. Buried, bolted, sleeve-type couplings shall be lined and coated with fusion-bonded epoxy in accordance with AWWA 0213 or liquid epoxy in accordance with AWWA 0210 and shall be wrapped with petroleum wax tape in accordance with AWWA 0217. Restrained 3o!nts Section 9-30.2(6) is supplemented with the following: Where the Drawings show Megalugs, other products incorporating mechanical wedge action type joints may be substituted if approved by the Owner. 3.0 Drawings: Drawings and other related documents will be provide to the contractor in the field. CON 2017-02 Page 9 Rev.4/8/2015 City of Port Angeles ATTACHMENT "B" Engineering Office INSURANCE Public Works and Utilities Department 360-417-4541 INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS 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 Contractors 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 LkWW insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall — be written on Insurance Services Office(ISO)form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2, Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1185 or an equivalent endorsement. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers'ComDensation 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 Labilitv 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 Contractors 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 CON 2017-02 Page 10 Rcv�4/8/2015 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. CON 2017-02 Page I I Rev.4/8/2015 City of Port Angeles ATTACHMENT "C" Engineering Office PERFORMANCE BOND Public Works and Utilities Department 360-417-4541 & RETAINAGE PERFORMANCE BOND to City of Port Angeles or Clallarn County,WA Bond No, The City of Port Angeles or Clallarn County,Washington,has awarded to (Principal),a contract for the construction of the project designated as 91h and Race Street Water Main Repair,Project No.CON 2017-02, in Port Angeles,Washington,and said Principal is required to furnish a bond for performance of all obligations under the Contract. `rhe Principal,and (Surety), a corporation,organized under the laws of the State of and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S. Treasury Dept.,are jointly and severally held and firmly bound to the City of Port Angeles or Clallain County in the surn of US Dollars($ )'rotal Contract Amount,subject to the provisions herein. This statutory performance bond shall become null and void, it' and when the Principal,its heirs,executors, administrators,successors,or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications,additions,and changes to said (,.'ontract that may hereafter be made,at the time and in the manner therein specified;and if such performance obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two(2)original counterparts,and shall be signed by the parties"duly authorized officers,. `nis bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL SURETY Irina pa&Signature Date Surety Siptature Date Printed Name Printed Name "f; . ............ ... . ....... Itle 'rifle Name,address,and telephone of local office/agent of Surety Company is: ............ ...... CON 2017-02 Page 12 Rev.4/8/2015 PAYLENT BOND to City of`Peart Angeles or Clallarn County,WA Bond No. The City of Port Angeles or Clallam County, Washington,has awarded to (Principal),a contract for the construction of the project designated as 91h and Race Street Water Main Repair Project No.CON 2017-02 in Port Angeles, Washington, and said Principal is required under the terms of that Contract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington(RCW)and(where applicable)60.28 RCW. The Principal,and (Surety),a corporation,organized under the laws of the State of and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept.,are jointly and severally held and firmly bound to the City of Port Angeles in the sum of US Dollars(S Total Contract Amount,subject to the provisions herein. This statutory payment bond shall become null and void,if and when the Principal,its heirs,executors,administrators, successors,or assigns shall pay all persons in accordance with Titles 60.28,39.08, and 39.12 RC1 including all workers, laborers,mechanics, subcontractors, and rnaterialmen,and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work,and all taxes incurred on said Contract under Title 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled,this bond shall remain in force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work, to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2)original counterparts,and shall be signed by the parties"duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL, SURETY Ptincipid Signature Date Surety Signature 1)ate Printed Same Name— -­­­-- fide Titte Name,address,and telephone of local office/agent of Surety Company is- .............. ................. ...... CON 2017-02 Pap;, 13 Rev.4/8/2015 ESCROW AGREEMENT for RETAINED PERCENTAGE IVI and Cedar Street Water Main Repair Escrow No.: City of Port Angeles Contract No.- CON 20.1.7-0-2 Completion Date: 'TO: G. In the event the City orders you,in writing,to reconvert the investments and return all monies,you shall do so within thirty I;30)days of receipt of the order. 7, 'rhe 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 TIT IS ESCROW AGREEM ENT is for the investment of the retained of the Contractor and shall not be deductexi from any monies Percentage of the above contract,in accordance with chapter 60.28 of placed with you pursuant to this agreement until and unless the the Revised Code of Washington, It is limited to FDIC insured City directs the release to the Contractor of the invkstments and Washington State ChatiLred Banks who are covered by the State of monies held hereunder,whereupon you shall be,entitled to Washington Public Deposit Protection Act, reimburse yourself from such monies for the entire amount of your fee. The undemigned, (as"Contractor"),has & This agreement shall not be binding until signed by both parties, dace tcd tbe crri,OF PORT ANGELES(as"City"),to deliver to and accepted by you, you its warrants which shall be payable to you and/or the contractor. 9. This document contains the entire agreLment between you,the flic warrants are to be held and disposed of by you in accordance Contractor,and the City,with respect to this Escrow,and you with the following instruction: are not a party to,nor bound by any itistrument or agreement other than this. You shall not be required to Like notice of any INSTRUMONS default or any other matter,nor be bound by nor nquilvd to, give notice or demand,nor required to take any action whatever Upon delivery the warrants shall be endorsed by you and except as herein expressly provided- You shall not be liable for forward(A to the City for collection, You shall use,the.monics, any loss or damage not caused by your own negligence or to purchase investments selected by the Contractor and willful misconduct, approved by the City. You may follow the last written direction received by you from the Contractor,for each CONTRACTOR purchase,provided the direction otherwise conforms with this agreement. Acceptable investments are: Federal Tax LD.No, A. Bills, certificates, notes or bonds of the By: ...........................----------------------------........................ United States; B. Other obligations of the United States Title.......... or its agencies; Address: C. Obligations of any corporation wholly owned by the Government of the United States; DATE: D. Indebtedness of the Federal National Mortgage Association; CITY OF PORT ANGELES E Time deposits in commercial banks; By ......... ..................... F. Other investments, except stocks, ... selected by the Contractor, subject to Title�................................... express prior written consent of the DATE: City. - 11-1-1-------- 2, The investments shall be in a form which allows you alone to TIME ABOVE ESCROW AGREEMENTRECEIVED AND reconvert them into money if you are required to do so by the ACCEPTED on the of ........... 20­­­• City. 1 The investments must mature on or prior to the date set for the BANK completion of the contract,including extension there of or thirty(30)days following the final acceptance of the work. By: 4. When interest Oil the investments accrues and is paid, you Title:_ ......................... ................................ shall collect the interest and forward it Addrcss:. to the Contractor unless otherwise directed by the Contractor. ........................................... A. )'on are not authorized to deliver to the Contractor all or any DISTRIBUTION: part of the investments held by you pursuant to this agreement City Clerk, Contractor (or any morrics derived from the sale of such investments,or Financial Institution File Copy 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. CON 2017-02 Page 14 Rev.4/8/2015 City of Port Angeles ATTACHMENT "D" Engineering Office FORMS Public Works and Utilities Department 360-417-4541 REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: .......... PROJECT/CONTRACT NUMBER: ORIGINATOR:- Owner Contractor ITEM: --.................... ........... REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION/REQUEST: ............ ...... .................. ........... ................. ------ ................... .......... .......... ........ ..................................... DAFE,REPLY REQUESTED:- CRn'ICAL TO SCHEDULEI: YES NO ORIGINATOR SIGNAXURE-: DATE: COMMENTS: RFI Number: CON 2017-02 Page 15 Rev.8/30/2011 av� CONTRACT CHANGE ORDER (CCO) NO. Project Name._. _.___..�_.._.. ..... ........__ _ _ Date Contractor ....,.......... __.____... . ....._......._. ._....._ Project No. DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: 1. Describe work here 2. Additional work, etc..,. Such work,will be compensated by:check one or more of the follotwing us applicable [ J Increase or Decrease in bid items; j force Account; [ ]Negotiated Price: The described work affects the existing contract items an&or adds and/or deletes bid items as follows: Item Description Rf I 0 Qty. Unit S Cast Per Unit S Cost Net S Cost EjD,:ys] No. i I oris, Rev, 2 Orig. Rev. ORIGINAL CURRENT" EST.NET CHANGE TOTAL.CHANGE ORDERS, EST.CONTRACT AETER CONTRACT CONTRACT MIS CHANCE ORDER INCLUDING THIS ONE THIS C14ANGE GIRDER DAYS:XX DAYS- ff DAYS: ZZ DAYS:;KX+ZZI"Y DAYS: 3°Y+ZZ *Amount with applicable sales tax included All work,materials and measurements to be in accordance with the pnavisions of the,original contract aiv&or the standard specifications and special provisions for the type of construction invoiv & fila payments and/or additional time specified and agreed to in this order incltule every claim by the Contractor 1br any extra payment or extension of time with respect to the work described herein,inc lLkling delays to the overall pn�ject, APPROVED BY: SIGNATURE: DA'TB: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLICWORKS&UTILMES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE: CON 2017-02 Page 16 Rew, 8/30/2011 CONTRACTOR'S APPLICATION FOR PAYMENT Page I of 2 PROJECT PROJECT NO. TO: City of Port Angeles DATE: Public Works& Utilities Department P.O.Box 1150 Port Angeles, WA 98362 FROM: PAYMENT REQUEST NO. PERIOD From: to [end of period]: STATEMENT OF CONTRACT ACCOUNT I Original Contract Amount(Excluding Sales Tax) 2 Total Value of Approved Change Order No(s). (Excluding Sales'Tax) 3 Adjusted Contract Amount[1-4-2] 4 Value of Work Completed to Date (per attached breakdown) 5 Material Stored on Site(per attached breakdown and material receipts) 6 Subtotal[4+51 7 8.4%Sales Tax(at 8.4%of Subtotal),As Applicable 8 Less Amount Retained(at 5%of subtotal) 9 Subtotal[6+7-8] 10 Total Previously Paid $ 11 AMOUNT DUE THIS REQUEST[9-101 $ WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes)between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. Continued on Page 2 CON 2017-02 Page 12 Rev. 8/3002011 CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 1 also certify that all lower-tier payments, less applicable retention,have been made by the Applicant for the periods covered by previous payment(s)received by the Applicant to(1)all lower-tier subcontractors/suppliers, and(2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all federal, state and local tax laws,including Social Security laws and Unemployment Compensation laws and Workrnen's Compensation laws, insofar as applicable to the performance of this work,and have paid all such taxes,premiums and/or assessments arising out of the performance of the work. I further certify that,to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors,material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven(7) days of receipt of the payment requested herein,all payments, less applicable retention,will be made through the period covered by this pay request to all my lower-tier subcontractors/suppliers and for all materials,equipment, labor, taxes and assessments arising out of the perforniance of all said lower-tire work. DAJ'ED: CON'FRAC'fOR: ............---------– ­­......... ............ ... ........- ........... SIGNA'T'URE: ...................... PRIN'rED NAME AND SUBSCRIBED AND SWORN to before me this—,................_day of 20—, Notary Public in and for the State of ....... residing at My appointment expires APPROVAL Project Manager ................. Date City Engineer ............................... Date CON 2017-02 Page 18 Rev.8/30/2011 pops CERTIFICATION OF WORK COMPLETION AND ACCEPTANCE PROJECT; PROJECT NO.: All work on the wave referenced project has been completed in accordance with the contract documents and the final inspection and the warranty provision included therein or relating thereto. The final estimate in the amount of$ , including any applicable taxes, has been reviewed and is in agreement with our records. I further certify that the final estimate amount shown above is a true and correct statement showing all the monies due me from the City of Port Angeles for work performed and material furnished under this contract. City Council acceptance and final payment, including retained percentages, is hereby respectfully requested. Contractor, hereby releases the City of Port Angelus, Washington, from any and all liens arising out of this Contract or is, herewith, providing a bond covering all unpaid obligations for work, materials, equipment or any other liens outstanding on this Contract. CONTRACTOR: ADDRESS: AUTHORIZED OFFICIAL: DATE: CON 2017-02 Page 19 Rev. 8/30/2011 City of Port Angeles ATTACHMENT "E" Engineering Office Equipment Rates Public Works and Utilities Department 360-417-4541 CON 2017-02 Page 20 Rev. 8/30/2011 INTER0121,01' TNTZRWVST CONSTRUCTION 331INIC'. 9th Street Emergency water line repair COPA Current rates for equipment and labor Foremen $68.10 Operator $65.83 Laborer $5231 Truck Driver $47M 2014 Cat 305.5 Excavator $27.82 2014 Cat 314EL Excavator $104.21 Cat 324D Long Reach, Excavator $101.48 2015 WA320-7 Loader $5644 2008 Cat CB24 Double drum Roller $24.73 2015 Chevrolet WT 3500 $32.68 2007 Kenworth T800 B Dump Truck $91.62 Lowboy Tractor and Trailer $130.001 Trailmiax Tilt deck 3 axle trailer $10.72 ICI Job#1133