Loading...
HomeMy WebLinkAbout4.354 Original ContractTABLE OF CONTENTS Not Applicable PART II CONTRACT FORMS PROJECT MANUAL for CHLORINE CONTACT TIME PIPELINE PROJECT NO. 20 -18A ii r QORT q -0 t 111" C ORKS ANo NS47 PART I BIDDING REQUIREMENTS: May 2001 4455/ OR_ Paae No(s). Contract 11 -1 -7 Performance and Payment Bond 11 -8 Certificate of Insurance [as attached] Bid Proposal [as attached] PART III SPECIFICATIONS Specifications 111 -1 PART IV DRAWINGS Drawings IV -1 -2 This Contract is made and entered into in duplicate this Alit day of and between the City of Port Angeles, a non charter code city of the State of hereinafter referred to as "the City", and Babbitt Construction, Inc., a Washington hereinafter referred to as "the Contractor WITNESSETH: Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scone of Work. PUBLIC WORKS CONTRACT Chlorine Contact Time Pipeline Project 20 -18A 2001 by gton, orporation, The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: in accordance with and as described in this Contract and the project manual, which include the attached plans, specifications, special conditions, bid proposal, and the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached specifications and/or special conditions, hereinafter referred to as "the standard specifications and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. 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, except as may otherwise be provided in the project manual. 2. Time for Performance and Liauidated Damages. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work after notice to proceed from the City has been issued, and said work shall be physically completed by Friday, May 25. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid proposal, as incorporated in the project manual. 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. Payments for any alterations in or additions to the work provided under this Contract will only be made with the prior approval of the Project Engineer. D. The Contractor shall submit a payment request with a completed Application for Payment form, an example of which will be given to the Contractor at the pre construction conference. 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 under the Contract provisions. 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. 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by II 2 the Department of Labor Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. B. Should a court of competent jurisdiction determine that this Contract 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 Contractors 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 Contract. 7. Insurance. The Contractor shall procure and maintain for the duration of the Contract, 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. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working 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, off set against funds due the Contractor from the City. A. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: i. Automobile Liability insurance covering all owned, non owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office II 3 (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. ii. 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, 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. 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 11 85 or a substitute endorsement providing equivalent coverage. iii. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: i. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ii. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products completed operations aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. The Contractor's insurance coverage 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. ii. The Contractor's insurance shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days prior written II -4 notice by certified mail, return receipt requested, has been given to the City. D. 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 The 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 include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 8. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the project manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the project manual. 9. Non discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. II 5 10. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above stated minority status. Assimment. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City, nor shall the Contractor subcontract any part of the services to be performed hereunder without first obtaining the consent of the City. B. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. 11. Contract Administration. This Contract shall be administered by Corey Rasmussen on behalf of the Contractor and by Stephen Spur, Utility Engineer on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: Babbitt Construction, Inc. 7101 54 Ave. NW Gig Harbor, WA 98335 12. Interpretation and Venue. City: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362 -0217 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. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. II 6 CONTRACTOR: CITY OF PORT ANGELES: Babbitt Construction, Inc. By: Name of Contractor Title: C Approved as to Form: City Amey Attest: City Manager +City-go& p o-vvve `1 StO V- P �o.tc (>.)..)6,EL$S Dated at TACOMA Signed this 16Tliay of MAY FIRST NATIONAL INSURANCE COMPANY OF AMERICA Surety AT TORNEY -IN -FACT J Title C/O AENTSCHELL ASSOCIATES, INC. Surety Address p� tB3TAZ/ZIIC1t1- 'RNI'JTAgatilt WA. 98402 Surety Contact and Phone Number PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles KNOW ALL MEN BY THESE PRESENTS: That we the undersigned. BABBITT CONSTRUCTION, INC es Principal, and FIRST NATIONAL INSURANCE COMPANY OF AMERICA 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 12, 623.69 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives. as the caso 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. Washington, this 16Taday of MAY 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 BABBITT CONSTRUCTION, INC._ the above bounded Principal, a certain contract. the said contract bung numbered 20 -18A and providing for Chlorine Contact Time Pipeline (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, BABBITT CONSTRUCTION, INC. 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 shad 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 saki 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 i n that event. this obligation shall be void; but otherwise. it shall be and remain in full force and effect. 2001. II -8 BABBITT CONSTRUCTION, INC. Principal 8#%e c n rr Titid Bond 6047138 2001. HENTSCHELL ASSOCIATES, INC. Agent Address 621 PACIFIC AVE. 1400 TACOMA, WA. 98402 TOM ntlRVN (953) 7 77 -1151 Agent Contact and Phone Number FIRST NATIONAL SURETY 4333 Brooklyn Avenue N E Seattle, WA 98105 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ****************"*********************THOMAS P HENTSCHELL, KAREN J SMITH, KAREN INGRAM, Tacoma, Washington******* its true and lawful attomey(s) -In -fact, with full authonty to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents R.A. PIERSON, SECRETARY this 19th POWER OF ATTORNEY CERTIFICATE No. 9401 Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA "Article V, Section 13 FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authonty to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile On any instrument confemng such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced, provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970 "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof I, R A Pierson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation S- 1049 /FNEF 2/01 1 .40 itmce c 4. O 'a SEAL o 1 928 Az. r f r WAS O .i 3 a ^s this FIRST NATIONAL INSURANCE COMPANY OF AMERICA 4333 BROOKLYN AVE NE SEATTLE, WASHINGTON 98105 day of April 2001 MIKE MCGAVICK, PRESIDENT 16TH day of MAY 2001 R.A. PIERSON, SECRETARY 4/19/01 PDF PRODUCER (253)272 -1151 FAX (253)272 -1225 Hentschell Associates, Inc. One Pacific Building 621 Pacific Ave., Suite 400 Tacoma, WA 98402 INSURED Babbitt Construction Inc P 0 Box :366 Gig Harbor, WA 98336 I LYR I A B MAY-227.O1 01:27PM FROM HENTSCHELL ASSOC, 2532721225 T -173 ACORD,. U:htt I II I t ur LIA131LI I T inlauR/a►im•c A GENERAL LIABILIT■ X COMMERCIAL I iENERAL LIABILITY CLAIMS MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER 1 POLICY n jRI I n LOC AUTOMOBILE LIABILITY X TYPE OF INSURANCE I POLICY NUMBER S AC 8304461 ANY AUTO ALL OWNED Al ITOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO OTHER ACORD 26S (7/97) EXCESS LIABILITY OCCUR (l CLAIMS MADE DEDUCTIBLE RETENTION )0E4/aK0WGIS AXXI l; Xe XXX)I EMPLOYERS' LIABILITY PAC 8304461 CERTIFICATE HOLDER CITY OF PORT ITS OFFICERS, P 0 BOX 1150 PORT ANGELES, CAP 8304462 I ADDITIONAL INSURED; INSURER LETTER' ANGELES OFFICIALS, EMPLOYEES AGENTS WA 98362 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURERA American Alliance Ins Co INSURER B, INSURER C INSURER 0 INSURER E American National Fire Ins. Co COVERAGES THE POLICIES OF IN 3URANCE 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 RESPE;T 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, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NOLtcY EFFECTIVE POLICY EXPIRATION PATE MMIDD/YYI I C• ATEIMM /DO I LIMITS 06/02/2000 06/02/2001 EACH OCCURRENCE I FIRE DAMAGE (Any one fire) I I MED EXP (Any ono porson) II I PERSONAL A ADV INJURY I GENERAL AGGREGATE I$ PRODUCTS COMP /OP AGG I 06/02/2000 (16/02 /2001 COMBINED SINGLE LIMIT (Ea acciaent) 06/02/2000 06/02/2001 AUTHORIZED REPRESENTATIVE Tom Duren /LAV BODILY INJURY (For person) BODILY INJURY (Par Ecclaanl) EACH OCCURRENCE AGGREGATE I Wcs Iu u, 1 TORY LIM ITS I ER n E L, EACH ACCIDENT E L. DISEASE EA EMPLOYEE E L DISEASE POLICY LIMIT P 03/04 F -319 I 05/22/2001 PROPERTY DAMAGE (Per sodden!) AUTO ONLY EA ACCIDENT I OTHER THAN EA ACC I AUTO ONLY AGGI S S DESCRIPTION OF OPERA rIONS /LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS RE: CHLORINE CONTACT TIME PIPELINE PROJECT #20 -18A (16" WATER MAIN /ELWAH RIVER FISH HATCHERY) CERTIFICATE HOLDER IS ADDITIONAL INSURED AS RESPECTS WORK PERFORMED BY THE INSURED. ANY INSURANCE MAINTAINED BY THE CITY IS EXCESS AND NON CONTRIBUTORY. ?ER ATTACHED FORM "REVISED** 1,000,000 100,000 5,000 1.000,000 2.000,000 2.000,000 1.000,000 1,000,000 1,000,000 1.000.000 CANCELLATION SHOULD ANY OP THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL 101000065 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1 AX li14KX/X~ pfd 'iXOU(Xr)19olCl XXKOM 414UCKI11GX KXAM01000011(XXX:XIIXIMU (dfd4XXIOIXIXIXXAXXIOXIMXXXXXXXX OACORD CORPORATION 1988 MAY- 22 -91. 01:26PM FROM- HENTSCHELL ASSOC, CITY OF PORT ANGELES :ertificate issued to CITY OF PORT ANGELES tentschell Associates, Inc. 15/22/2001 tabbitt Construction Inc THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITTONAI INSURED PRIMARY COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: City of Port Angeles It's Officers, Officials, Employees Agents P 0 Box 1150 Port Angeles WA 98362 RE: Chlorine Contact Time Pipeline Project #20 -18A WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your work for that insured by or for you. Furthermore, the following is added to SECTION IV COMMERCIAL GENERAL LIABILITY CONDITIONS paragraph 4. Other Insurance: 4, Other Insurance: d. This insurance is primary for the person or organization shown in the schedule, but only with respect to liability arising our of your work for that insured by or for you. Other insurance afforded to that insured will apply as excess and not contribute as primary to the insurance afforded by this endorsement. All other terms and conditions of this policy remain unchanged. 2532721225 T -173 P 02/04 F -319 05/22/2001 -14 -01 02:35P BABBITT CONSTRUCTION Babbitt Construction inc. P.O. Box 366 Gig Harbor; WA 98335 (253) 858 -7978 Fax 12531 858 -7979 ATTENTION: STEPHEN SPERR, P.E., CITY OF PORT ANGELES This is our best proposal for work performed at below indicated project under Div.2 SITE. and UTILITY WORK. This quotation is our interpretation of the plane, and speciticationS us supplied to us. Project: 16" Water Main Date: May 14, 2001 Location: Elwah River/ Fish Hatchery Proposal No,: 00 -1870 Port Angeles, WA Pronosal: Supply Equipment. Labor, and Materials to do the following Site and Utility work normally covered under Division 2; Section 02000, subject to mutually agreed work schedule Scone of Work: 1. Install approximately 144I,F of .16" Class 52 Ductile Iron Pipe with Field Lock Gaskets at now grade of existing 24" Main with approximately 3' of separation between each pipe. 2. Install one 16" x 2" MJ Cap with 2" Galvanized plug and 16" Mega Lug approximately I 0' from existing Water Meter and one 16" MJ Cap with 16" Mega Lug at North -End 3 Install one 16" x 2" saddle, one 2 "x 6" Brass Nipple, and one 2" Gate Valve and Valve Box approximately 1' from South-End. 4 All Spoils and Brush to Stay on Site. 5 100% Native Dackfill 6. Performance Bond and insurance. Work Excluded from this Proposal: 1. Locates 2 Testing System. 3. Blow off System 4 Mechanical Piping. 5, Thrust Blocks. 6, All permits and fees. 7. Federal, state, and local taxes, TOTAL BID PRICE 11,667.00 Sincerely, Corey Rasmussen Project Manager /Estimator P. 01 SPECIFICATIONS FOR CHLORINE CONTACT TIME PIPELINE A. OUTLINE AND TIMING OF WORK These specifications cover the installation of a 16 -inch ductile iron pipeline to provide adequate chlorine contact time for an existing 2 -inch water service line serving four customers outside the City limits. B. SCOPE OF WORK Provide all labor, supervision, materials, tools and equipment required to install the chlorine contact pipeline as required herein and on the plans. The pipeline shall be installed at the same grade as the existing City's 24 -inch Elwha Transmission Main, at the location staked in the filed and shown on the plans. Unless otherwise noted, all work shall meet the requirements of the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation Compensation shall be on a lump sum basis as outlined in the bid proposal. Washington State Prevailing Wage Rates for Clallam County shall apply for this work. C. WORK EXCLUDED The City will provide steel sheeting to cover potholes at the two connecting points. The Contractor shall install the steel sheeting to cover each hole. The City will chlorinate and pressure test the pipeline. If the pipeline does not pass the pressure test, all work to correct the deficient work and retest the pipeline shall be completed at the Contractor's own expense. Other additional work excluded are as detailed on the attached bid proposal. Plot Date' 4/5/01 PROJECT SITE CROWN Z WATER RD. CITY OF PORT ANGELES NO SCALE PUBLIC WORKS laik l os I Gvv1/4‘le ELWHA RIVER ROAD Revision Date' x SR 101 T O P ORT ANGELES PR JFCT 2C -18A CHLORINE CONTACT PIPELINE VICINITY MAP Filet CIN pORT ANGELES PUBLIC C W ORKS IsIon 0 5- rALA-11 P t.'' ,sptickFl. GHLoRalE ,ME PIPELINE C ONT ACT T Wei F