Loading...
HomeMy WebLinkAbout001486 Original ContractCity of Port Angeles Public Works & Utilities Dept. Engineering 321 E. 5e" Street Port Angeles, WA 98362 Fax: 360-417-4709 Contract Title: Sidewalk Trip Hazard Removal City of Port Angeles Record #001486 LIMITED PUBLIC WORKS PROCESS M Request for Quotation r7 L,�\J Contract Project Number: CON -2018-51 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("City") AND PRECISION CONCRETE CUTTING, INC, WASHINGTON ("Contractor"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which is attached hereto and by this reference is incorporated herein. 2. TERM OF CONTRACT All work under this Contract is to be completed as indicated (check one): Z All work under this Contract is to be completed by this date: December 14`2018 F-1 All work under this Contract is to be completed —working days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. El The performance period under this Contract commences 10 calendar days after notice to proceed and ends (90 days thereafter or after contract award). 3. PAYMENT A. The City shall pay the Contractor for the work performed under this contract (check one): F] Force Account - Time and material, not to exceed: $ F-1 Force Account - Time and actual expenses incurred, not to exceed: M Unit prices set forth in the Contractor's bid or quote, not to exceed: $10,000 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 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. Reference the submittals required with invoice in Attachment "A", Work by Contractor. D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon request. Project CON -2018-51 Page I [FORM REVISED 7/2017] E.Ifduring the course of the Contract, the work rendered does not meet the requirements set forth inthe Contract, the Contractor shall correct ormodify the required work bocomply with the requirements ofthis 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 orunusual 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 ofthe corrections bythe City. The Contractor shall start work toremedy 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 atthe time specified, the work will be otherwise accomplished and the cost ofsame shall be paid by the Contractor. CWarranty. Contractor shall beliable for any costs, losses, expenses or damages including consequential damages suffered bvthe 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 bvthe City. The Contractor shall hold the City harmless from any and all claims which may bemade against the City as a result ofany defective work and the Contractor shall defend any such claims at its own expense. Where materials nr procedures are not specified inthe Contract Document, the City will rely onthe professional judgment ofthe Contractor to make appropriate selections. D. Nond/scrinnination/AffirnnativeAction. Contractor agrees not todiscriminate against any employee orapplicant for employment or any other persons in the performance of this Contract because of race, creed, color, national origin, marital status, sex, age, sexual orientation, genetic information, or handicap, mrother circumstances as may be defined by federal, state or local law Vrordinance, 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 onthe part ofthe Contractor's employees, while so engaged on any of the work or services provided or rendered herein, shall not bethe obligation ofthe City. S. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final payment by the City. B. The City may terminate the Contract and take possession ofthe premises and all materials thereon and finish the work by whatever methods it may deem expedient, by giving 10 days written notice to the Project CON -2018-51 Page 2 [FORM REVISED 7/2017] Contractor, upon the occurrence ofany one mmore of the everts hereafter specified. 1. The Contractor makes ageneral assignmentfovthebenefito/itscredUors. 2. A receiver is appointed as a result ofthe insolvency of the Contractor. 3. The Contractor persistently or repeatedly refuses orfails to complete the work required herein. 4. Contractor fails ho 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. Clnthe event this Contract is terminated by the City, Contractor shall not beentitled to receive any further amounts due under this Contract until the work specified inAttachment "A"issatisfactorily 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 bvthe 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 bvthe Contractor with funds paid bvthe 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 ormaterials given to or prepared or assembled by the Contractor under this Contract will be kept confidential and shall not be made available toany individual Vr 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 orextras arising out ofthe performancemfthis Contract must bemade |nwriting tothe City within thirty days after the discovery ofsuch 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 toclaim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for the City under this Contract and shall oversee and approve all work to be performed, coordinate communications, and review and approve all invoices, under this Contract. 10. INDEMINIFICATION / HOLD HARMLESS A. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out ofor in connection with the performance ofthis Agreement, except for injuries anddmmnagescausedbytheso|e negligence of the City. B. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event ofliability 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 beonly tothe extent ofthe 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 RCVV, solely for the purposes of this indemnification. This Project CON -2018-51 Page 3 [FORM REVISED 7/2017] waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 11. INSURANCE The Contractor shall maintain insurance as set forth in Attachment B. 12. PREVAILING WAGE This Contract is subject to Chapters 39.12 and 49.28 RCW, amendments thereto and regulations issued thereunder, relating to prevailing wages, benefits and other requirements. Workers shall receive no less than the prevailing rate of wage. Bidders shall examine and be familiar with such requirements. No claim for additional compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such requirements by the Bidder or a failure to include in Bidder's price adequate increases in such wages during the performance of this Contract. The Contractor is advised to consult the Washington State Department of Labor and Industries to determine the prevailing wages that must be paid. This public works project is being done in Clallam County. Washington State wage determinations for Clallam County Journeymen and Apprentices can be found at: httt)s://fortress.wa.aov/Ini/waaelookuD/DrvWaaelookuD.asr)x htti)s://fortress.wa.aov/Ini/waaelookuD/ADDrenticeWaaeLookuD.asDx Use the applicable wage determinations effective on the bid due date. A copy of the applicable wage rates is available for viewing at the Port Angeles Public Works and Utilities Contracts Office. In addition, this agency will mail a hard copy of the applicable wage rates upon request. For a contract award under $2,500, and in accordance with RCW 39.12.040(2), the contractor or subcontractor is authorized to submit a combined Statement of Intent to Pay Prevailing Wages & Affidavit of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form developed by the Washington State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities Department. In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his decision shall be final, conclusive, and binding on all parties involved in the dispute. 13. INTERPRETATION AND VENUE This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. 14. BRANDS OR EQUAL When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 15. INSPECTION AND RESECTION All goods, services, work, or materials purchased herein are subject to inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at Contractor's risk and expense. 16. SUBLETTING OR ASSIGNING OF CONTRACTS Project CON -2018-51 Page 4 [FORM REVISED 7/2017] Neither the City nor the Contractor shall assign, transfer, mencumber any rights, duties or interest accruing from this Contract without the express prior written consent ofthe 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, oragreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. 19.SUBCONTRACTOR RESPONSIBILITY A. The Contractor shall include the language ofthis section ineach ofits 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: - ALthe time ofsubcontract bid submittal, have a certificate of registration in compliance with chapter 18.27R[}N; - 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 51RCVV; * Anemployment security department number asrequired inTile 5URCVV;and * Astate excise tax registration number as required inTile 82 RCVV; * An electrical contractor license, if required by Chapter 19.28 RCN; * An elevator contract license, if required by Chapter 70.87 RCVV. - Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Project CON -2018-51 Page [FORM REVISED 7/20l7] IN WITNESS WHEREOF, the parties have executed this Contract as of the date of the last signature affixed below. PRECISION CONCRETE CUTTING, INC CITY OF PORT ANGELES By: -/247-. By: Printed Name: 14'ipr Date: Title: Z2�' Address: GloZq 172 t`' S -L � Tax ID #: bpi- noo-13c( 7k,hone Number: '2-S'5- '849- 1 IoSY Printed Name: % cy.'�kc-- N'r4 e + Title: Date: Project CON -2018-51 Page 6 [FORM REVISED 7/2017] City of Port Angeles Engineering Office Public Works and Utilities Department ATTACHMENT "A" WORK BY CONTRACTOR The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for obtaining and paying for any and all permits required for this work. General Description: Repair of sidewalk trip hazards Location: Reference 2.0 Locations below Site Point of Contact: Eric Wheatley at 360-417-4825. Work Hours: The Contractor will be allowed to work from 7:00 AM to 3:30 PM, Monday through Friday, excluding weekends and all legal Holidays. Work outside of these hours may be requested from and is at the discretion of the Site Point of Contact. Schedule: The Contractor shall provide the Site Point of Contact a work schedule three (3) working days prior to starting work. Work schedule must be approved before work commences. The schedule must have minimal interruptions, interferences or disturbances to the operation of stores, businesses, office buildings, hotels, schools, churches, etc., and allow access by pedestrians and emergency, delivery, and service vehicles at all times. If minimal interruptions, interferences or disturbances cannot be avoided, the Contractor must notified the party affected prior to starting work. Invoices: All invoices must show the cut depth, size, length, width, address location, and inch -feet calculations of all the repair sidewalk trip hazards. Traffic Control: Traffic control shall be maintained per MUTCD during all work within the right of way. Permits: None 1.0 Specifications for Trip Hazard Removal 1.1 The Contractor shall submit the following before work starts: 1.1.1 Provide a safety plan 1.1.2 Provide proof of an "Employee Manual" explaining instruction and giving direction on how saw cutting work is to be performed. 1.2 The Contract shall submit the following after completion of sidewalk repair: 1.2.1 Provide proof that all concrete debris is disposed in a proper, environmentally safe manner. 1.2.2 Submit an itemized summary of all repaired hazards which includes: a. The specified hazard height — both high and low side measurement — in 8ths of an inch. b. The calculated unit for measurement shall be the average depth of the trip hazard multiplied by the width resulting in an "inch -foot" total. c. The total width of actual repair to the nearest 1/2 foot. d. The physical location of each repair. e. Itemized cost for repaired trip hazards. f. A map showing GPS locations where trip hazards are located. 1.3 The Contractor shall: 1.3.1 Wear hi -viz class II apparel, at a minimum, at work sites. Project CON -2018-51 Page 7 [FORM REVISED 7/2017] 1.3.2 Secure work zones from pedestrian traffic. If sidewalk are closed to pedestrian traffic, signage directing pedestrian traffic to the opposite side must be installed at each intersection, not mid- block. 1.3.3 Store all equipment required for repair securely. Equipment shall not be left unattended or stored on the sidewalk, right-of-way, roadway, and/or private property. 1.3.4 Repair all sidewalk trip hazards from 1/4 inch and up to 2 inch in designated work areas. 1.3.5 Guarantee specified repair slope (1:8 or 1:12 base upon requirements outlined by the Americans with Disabilities act) is achieved. If defined slope is not achieved, Contractor will repair to specifications at no additional charge within 24 hours of discovery. 1.3.6 Guarantee that the removed trip hazard will have a uniform appearance and texture. The finished surface shall have a coefficient of friction of at least 0.6. 1.3.7 Ensure the method of trip hazard removal will entail precise saw cutting performed with handheld electric powered equipment, using flush mounted diamond segmented blades, capable of cutting at any angle. Pulverization of the concrete is not acceptable or allowed. The trip hazard repairs cannot leave ridges or grooves that could hold water and prevent drainage of rain water or irrigation. 1.3.8 Remove hazards completely, from one end of the raised sidewalk joint to the other if applicable, leaving an absolute zero point of differential between slabs across the full face of the raised edge. 1.3.9 Not use any type of "fill" material that deteriorates or breaks apart over time. 1.3.10 Not cause any damage or visible markings to adjacent slab(s), landscaping, retaining walls, curbs, sprinkler heads, utility covers or other objects or other objects adjacent to sidewalks. If sidewalk is damaged, the Contractor must notify the Site Point of Contact immediately and damages must be repairs at the Contractor's expense within 24 hours of the time the damage occurred. 1.3.11 Take precautions during saw cutting operations not to disfigure, scar, or impair the health of any tree, public property, and/or private property. 1.3.12 Completely and immediately clean and dispose of all debris generated after each sidewalk hazard repair. All costs incurred for disposal of debris shall be the responsibility of the Contractor. 1.3.13 Use the inch -foot calculation by multiplying the average depth of the cut by the width of the cut. • Example: if a trip hazard is cut 1" on one side and tapered to 0" on the other side of the a full 4 -foot width sidewalk, it shall be calculated as follows: (1" +0') / 2'x 4' = 2 inch -foot 2.0 Locations — the locations provided below may be revised to add or delete saw cutting locations based on budget availability. The City will provide all necessary maps pertaining to the areas. Race Street Concrete Cutting Number Size Size Lineal Feet Location Inch Feet 1 1 0 33 Corner of Race St. and 8th Street 16.5 2 0.5 0 5 Corner of Race St. and 8th Street 1.25 3 0.625 0.25 4 Corner of Race St. and 8th Street 2.19 4 1 0.375 0.25 4 Corner of Race St. and 8th Street 1.25 5 0.5 0.375 5 Corner of Race St. and 8th Street 2.19 6 1.375 1.125 5 Corner of Race St. and 8th Street 6.25 7 0.875 0.25 5 Corner of Race St. and 8th Street 2.81 8 1 1 0.5 5 Corner of Race St. and 7th Street 3.75 9 1 0.5 1 0.25 5 Corner of Race St. and 7th Street 1.88 Project CON -2018-51 Page 8 [FORM REVISED 7/2017] 10 1.75 0 5 Corner of Race St. and 7th Street - Xcut 4.38 11 2 0.875 5 Corner of Race St. and 7th Street 7.19 12 0.5 0.5 5 Corner of Race St. and 7th Street 2.5 13 0.375 0 5 Corner of Race St. and 7th Street 0.94 14 1 0.625 4 1 Corner of Race St. and 7th Street 3.25 15 0.5 0.375 5 Corner of Race St. and 7th Street 2.19 16 0.5 0.25 5 Corner of Race St. and 7th Street 1.88 17 0.5 0.5 5 Corner of Race St. and 6th Street 2.5 18 0.75 0 5 Corner of Race St. and 6th Street - Xcut 1.88 19 0.375 0.25 5 Corner of Race St. and 6th Street 1.56 20 0.75 0 1 3 Corner of Race St. and 6th Street 1.13 21 0.5 0 5 Corner of Race St. and 6th Street 1.25 22 0.5 0 19 Corner of Race St. and 6th Street 4.75 23 0.75 0 3 Corner of Race St. and 6th Street 1.13 24 0.5 0.25 5 1 Corner of Race St. and 6th Street 1.88 25 0.625 0.375 5 Corner of Race St. and 6th Street 2.5 26 0.875 0.5 5 Corner of Race St. and 4th St. 3,44 27 0.625 0 5 Corner of Race St. and 4th St. 1.56 28 0.5 0 4 Across the street from playground 1 29 0.625 0 5 Across the street from playground 1.56 30 0.5 0.25 5 Corner of Race and Second St. 1.88 31 0.375 0.375 5 Corner of Race and Second St. 1.88 32 1 0 5 Corner of Race and Second St. 2.5 33 0.5 0 5 Corner of Race and First St. in front of 76 1.25 34 1 0.375 0 5 Corner of Race and First St. in front of 76 0.94 35 0.375 0.375 5 Corner of Race and First St. in front of 76 1.88 36 0.625 0.375 5 Corner of Race and First St. in front of 76 2.5 37 0.375 0.375 4 Corner of Race and First St. in front of 76 1.5 38 0.75 0.5 5 1 Corner of Race and First St. in front of 76 3.13 39 0.5 0.375 5 Race and Front St. 2.19 40 0.5 0.5 5 Race and Front St. 2.5 41 0.75 0 39 Corner of First St. 14.63 42 0.5 0.375 9 Corner of Race and Second St. 3.94 43 1.625 1.625 5 Corner of Race and Second St. 8.13 44 0.5 0.375 5 Corner of Race and Second St. 2.19 45 0.5 0.375 5 Corner of Race and Second St. 2.19 46 0.375 0 5 Corner of Race and Second St. 0.94 47 0.875 0.875 5 Corner of Race and Second St. 4.38 48 0.5 0 5 Corner of Race and Second St. - Xcut 1.25 49 0.875 0 5 Corner of Race and Second St. 2.19 50 1.125 0.25 5 Corner of Race and Second next to playgorund 3.44 51 1 0.25 5 Corner of Race and Second next to playgorund 3.13 52 0.75 0 I 5 Corner of Race and Second next to playgorund 1.88 Project CON -2018-51 Page 9 [FORM REVISED 7/2017] 53 0.625 0 5 Corner of Race and Fourth 1.56 54 0.5 0 5 Corner of Race and Fourth 1.25 55 0.375 0 5 Corner of Race and Fourth - Xcut 0.94 56 0.5 0 4 Race and Fifth St. 1 57 0.5 0 5 Race and Fifth St. 1.25 58 0.5 0 3 Corner of Race and Sixth St. 0.75 59 0.5 0.375 6 Corner of Race and Sixth St. 2.63 60 0.375 0 5 Corner of Race and Sixth St. 0.94 61 0.75 0.75 3 Race and Sixth - House address 616 2.25 62 1.125 0 8 Race and Sixth - House address 616 4.5 63 0.5 0.25 5 Race and Sixth - House address 622 1.88 64 0.625 0.5 5 Race and Sixth - House address 622 2.81 65 0.375 0.25 5 Front of Occupational and Hand Therapy 1.56 66 1.125 0 7 Corner of Race Street and Eigth St. 3.94 Totals: 403 184.13 End of Work Requirements Project CON -2018-51 Page 10 [FORM REVISED 7/2017] ADDENDUM NO. 1 TO PROJECT MANUAL FOR SIDEWALK TRIP HAZARD REMOVAL PROJECT NO. CON -2018-51 NOTICE TO PROSPECTIVE BIDDERS Bid Opening 2:00 PM, November 01, 2018 NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: Replace the pricing instructions paragraph on the Quotation Form in the Instructions to Bidders in its entirety with the following paragraph: The bidder hereby bids the following amounts for all work (including labor, equipment, time and materials) required to perform the work in the Statement of Work and this package, up to a total project cost not to exceed $10,000. The Bid Opening date and time HAS NOT been changed. This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual that is submitted to the City. Failure to do so may result in the proposal being rejected as non-responsive. Signed Al� ames Burke Director of Public Works & Utilities City of Port Angeles Engineering Office Public Works and Utilities Department ATTACHMENT "B" INSURANCE INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Includes construction and remodeling, janitorial service, tree maintenance, road maintenance, painting, electrical work, plumbing, movers, and on site maintenance agreements. Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. No Limitation Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products - completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an equivalent endorsement. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: Project CON -2018-51 Page 11 [FORM REVISED 7/2017] 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $ 1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $ 1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit. Other Insurance Provision The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. G. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. Project CON -2018-51 Page 12 [FORM REVISED 7/2017] City of Port Angeles Engineering Office Public Works and Utilities Department ATTACHMENT "C" AWARDED BID Project CON -2018-51 Page 13 [FORM REVISED 7/2017] Project Tdle� �,Tn �H, �q Pro ef-I Nurnber: J—�M 2gL§,- 1, ,L T'he bidder hereby bids the, folloowg, wriounts tenor aH work (unchjdirwg Wbor, equipmeni, fime and materen, is) rr.xquired to perform the work in the Statement of Work and this package, Lip tom total project cost not to exceed S125,M) 1, �Pr,icing coricrate saw tuning cost, $. 'r )ental . fory, 2. bidder hereby ack,.nowWdq(-,s that ft has rec6ved Addenda No(s),,I (Eta" nter "N(A"" "i ,!Iq ,u # to Mis Requew for Quotation package 3 The name of tlip bwdder submitting this bkI arxi m,ts business ph(>t* number and address, ten which a,ddaess aH comrniurucahons concerned wRth thLs bid and with the contract shall be seryt, are iisted stow Any wntten notices rare retired by the terms of an awarded contraicl shatt be served or mailod 10 the following addres& Contractor. -Information: I . Company t0rrw: 2, Address� 3, UtY, State, Zip Code 4. Phorwrm Number-, 4 5, Cbntrwtor PXgoAration Number�� 0 6w UOI Number: V ZIP . ........ 7, WA State Industrial Ins'urance Account Numberen 8,, WA State Empkiyment Sf.,,curity rXtpt Numbowc E��S4 9,State Lxdse 7ax Regastrabort Nurnber; The bidder represents that it ms qualified and possesses suffiaent skifis al XJ the necessaf�v capabdt*s to perforrn th*swviris set foilh m thts Contract, Spqned by P6nted Name� ntle: Date ayv %,1141 v F I ) 7 201 Certification of Compliance with Wage Payment Statutes The bidder hiereby certifies thal, Mthtn tht, three-year pehod 8mmed4ately tar pcede ng the bid soficftation date, October 24, 2018, the bidder i5 not a "willful" v�o4ator, as defined `sn RC W 49.rt 8,082, of any pirovispog"t of chapters 49 46, 49.48, or 49,SI RCW, as deterrnined by a Nnaand bind4% citation and notGce of assessiment, issued by the Department of Labor, and Industries or through a civH judgment entered by a court of firnited or gerrera�juhsducfiort Y certify undtv penalty of perjury under the laws of the State of Washington Otat the foregoang �^r true and All Sip OfficW* ,nature of ithor�7, � �olf't �' r -11 printed, I N4t I % title -JL I ztgj 'z v Date City state Check O,rw: of Proprietof'ship I Partrier'ship Jomnt Ven:ture J, CorpoiraDRi on State of Vncorporat�on, or it not a carporat�on, State wheire husane�,,s entqy wjorn'led: all if a COPdrtnership, give ftirrn. namie uindprwhrh buso-nesrs is tgansjcted� * Ija corporabon, pry" pasal must be, eta' ruted rn the e,',orporate norne by Ifit, prc�idtnr or vice-president (or any rater co'(pe"'vote Offx"er Occornpcarne d by inudence of ourhority ro sign, . if o c4i proposoj mu�t be exec'uted by o partner Vvo"Ncz (()N-.N'JIK-5I 4, (I-CWMarra ', 114 1) - ZM,7� PRECCON-04 CERTIFICATE OF LIABILITY INSURANCE DATE (MIWDD1YYYY) 11/07/2018 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(les) must have ADDITIONAL INSURED provisions or 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). N M Gardner PRODUCER -ON . . .. . ........... . InfiniTearn Insurance PHONE 39 W 9000 S A Sandy, UT 84070 1 D is C rdner@infteam.com INSURER A: I raveiers; lI . . .. ........... ZOO 11+ — ----- - - --------- . ..... - ---- insurance ompani INSURED INSURER B: — --------­-- --------- - -- ---- . ..... ..... .. . .. . ­ .. ........ - Precision Concrete Cutting - — ------ 3191 N. Canyon Rd. -INSURER.D.'­,­, .... .-- - -------------- — ----- Provo, UT 84604 INSURERE: . . ...... . .... . .... ......... INSURER F: COVERAGFS rFRTIFICATF NLJMRFR- 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 SUCHPOLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. -- -- ---------- . ..... ... .... NSR TYPE OF INSURANCE LTR AD6-LI POLICY NUMBER LIMITS INS0 SUBR WVD POLICY EFF POLICY EXP )ayyyl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000'DOO CLAIMS -MADE X OCCUR X CO -91(03804-6 05/21/2018 05/21/2019 DAMAGE TO RENTED -PREMLSES­tE.a-QcwnrenQ@) $ 300,000 MED EXP- An orie-pqrsonj­ A.-- 10,000 - PERSONAL .& ADV INJURY - $ ---- I - '000,000 GEN'L . . ........ AGGREGATE LIMIT APPLIES PER: � POLICYLX ] jppef [___] LOC GENERAL AGGREGATE -PRODUCTS - COMP/OP AGG $ 2,000,000 $ 2,000,000 OTHER: $ A -AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT AEaaccldentl $ 1,000,000 X ANY AUTO 810OL025921 05/21/2018 05/21/2019 BODILY INJURY JPerpersor $ . ......... OWNED SCHEDULED AUTOS ONLY AUTOS -BODI.L..Y.. ....IN...J.. R accident) AUTOS ONLY NON TED . . ...... AUTO ONLY POe6aOEc AGE $ ... . ...... A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 EXCESS LIAB CLAIMS -MADE CLIP91<050059 05/21/2018 05/21/2019 -DED-11—RETENTION $ 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS'LIABILITY R Y/N ANY P OPRIETOR/PARTNER/EXECUTIVE WaFl� ER/M n atoryJMW� EXCLU'E' In N/A UB8K743862 05/21/2018 05/21/2019 --- GRH_.,_ X_JPER --5,1ATUTE � ------ LE E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE . ............ . .......... . $ 1,000,000 $ 1 1 0()0,000 If yes, describe under DESCRIPTION OF OPERATIONS below DISEASE -POLICY LIMIT - $ 1,000,000 I ---E.L. I I DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) Sidewalk Trip Hazard Removal The State of Washington Is excluded for all work comp coverage. City of Port Angeles Is additional Insured on general liability with written contract. Subject to policy terms and conditions. See attached forms. City of Port Angeles 321 East Fifth Street Port Angeles, WA 98362 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 ACORD 25 (2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD