Loading...
HomeMy WebLinkAboutCP2137 Contract Plans and Specifications 2022 WSDOT C I T Y O F A U B U R N K I N G A N D P I E R C E C O U N T I E S , W A S H I N G T O N CONTRACT PROVISIONS WITH SAMPLE CONTRACT FORMS for Project Number CP2137 FRONTAGE ROAD CULVERT REPAIR, PHASE 1 Contract No. 22-02 Bid Opening Date: January 20, 2022 5:00 PM PT Engineering Division Public Works Department 25 West Main St. Auburn, WA 98001-4998 (253) 931-3010 C I T Y O F A U B U R N K I N G A N D P I E R C E C O U N T I E S , W A S H I N G T O N CONTRACT PROVISIONS WITH SAMPLE CONTRACT FORMS for Project Number CP2137 FRONTAGE ROAD CULVERT REPAIR, PHASE 1 Contract No. 22-02 Engineering Division Public Works Department 25 West Main St. Auburn, WA 98001-4998 (253) 931-3010 Approved for Construction: Jacob Sweeting, P.E., Date City Engineer Reviewed By: Project Manager Date 1/11/2022 Introduction Description of Work The work provides for the construction of Project CP2137, Frontage Road Culvert Repair, Phase 1. The major items of work include removal of curb, gutter, sidewalk, fencing and a reinforced concrete support structure. Additionally this project will remove the obstruction in the culvert and clean the culvert within permit allowances. Project Location 72nd Ave S approx. 900 feet south of S 277th St. Project Funding This project is funding with City Utility Funds. TABLE OF CONTENTS Introduction Table of Contents Invitation to Submit Quotes SAMPLE CONTRACT FORMS Contract PART 1: GENERAL SPECIAL PROVISIONS DIVISION 1 PART 2: TECHNICAL SPECIAL PROVISIONS DIVISIONS 2 through 9 APPENDIX ‘A’ Prevailing Wage Rates APPENDIX ‘B’ Contract Plans APPENDIX ‘C’ Site Photographs ENG-259, Revised 8/20 INVITATION TO SUBMIT QUOTE Non-Formally Bid Public Works Contract No. 22-02 CP2137 Frontage Road Culvert Repair Quotes are due by 5:00 p.m., Thursday, January 20, 2022 Prevailing Wages Are Required to be Paid You are invited to submit a quote for the above-named project. Please examine the attached conceptual drawings and contract documents carefully so that you will be familiar with the requirements of the contract. PROJECT TITLE: Description of Work The major items of work include the removal of curb, gutter, sidewalk, fencing and a reinforced concrete support structure above a box culvert that supports flows into Mill Creek. Additionally, this project will remove the obstruction in the box culvert and clean the culvert within permit allowances. Project Location 72nd Ave S approx. 900 feet south of S 277th St. Quote Submittal Quotes must be submitted on the attached Construction Work Quote Form for all work and materials required to produce the finished product(s). Quote forms must be signed. Alternatives, modifications, exceptions, or qualifications to the Quote Proposal will not be accepted. Quotes must be emailed to lfink@auburnwa.gov with the subject line “Quote Proposal for CP2137 Frontage Road Culvert Repair”, no later than 5:00 p.m., Thursday, January 20, 2022. A formal bid opening will not be held. Upon selection of a contractor, a summary of all quotes received for this project will be emailed to all contractors who submitted one. The City of Auburn reserves the right to reject any or all quotes, waive technicalities or irregularities, and to accept any quote if such action is believed to be in the best interest of the City. City of Auburn Business License A current City of Auburn Business License is required prior to performing work in the City of Auburn. You may obtain an application form by contacting the City’s Customer Service Center at 253-931-3090 or under Permits & Licenses at www.auburnwa.gov. Site Visit There is no scheduled site visit. SAMPLE CONTRACT FORMS for Project Number CP2137 FRONTAGE ROAD CULVERT REPAIR, PHASE 1 Contract No. 22-02 ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 1 of 15 NON-FORMALLY BID PUBLIC WORKS CONTRACT NO. 22-02 Project No. CP2137, Frontage Road Culvert Repair, Phase 1 THIS CONTRACT is entered into between the City of Auburn, a Washington Municipal Corporation ("City"), and ____________________________ ("Contractor"), whose mailing address is ____________________________________________________________________________________. RECITALS: 1. The City is in need of construction contracting services to complete the public work as described in this Contract. 2. Contractor is qualified to perform the construction contracting services described in the Scope of Work. 3. The City wishes to engage Contractor for the performances of these construction contracting services. 4. This contract was not formally bid because (check one) LIMITED PUBLIC WORKS CONTRACT: Engineer’s Estimate < $50,000.00 and this contract was awarded using the Limited Public Works process as described in RCW 39.04.155. SMALL PUBLIC WORKS CONTRACT (SINGLE TRADE WORK): Engineer’s Estimate ≤ $75,500.00 SMALL PUBLIC WORKS CONTRACT (MULTIPLE TRADE WORK): Engineer’s Estimate ≤ $116,155.00 EMERGENCY PUBLIC WORKS CONTRACT: Per RCW 39.04.280, this work is exempt from competitive bidding requirements because the work is considered an emergency, meaning unforeseen circumstances beyond the control of the City either: (a) Present a real, immediate threat to the proper performance of essential functions; or (b) will likely result in material loss or damage to property, bodily injury, or loss of life if immediate action is not taken. COOPERATIVE PURCHASING AGREEMENT: This contract is being let under (cooperative contract No. X) between (agency) and (contractor) in accordance with RCW 39.34 (Interlocal Cooperation Act). Other ___________________. ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 2 of 15 AGREEMENT 1) CONTRACTOR SERVICES The Contractor shall do all work and furnish all tools, materials and equipment for the construction of Project No. CP2137 in accordance with this Contract form. Scope of work is as follows: Remove curb, gutter, sidewalk, fencing and reinforced concrete support structure. Remove the obstruction in the culvert and clean the culvert within permit allowances. The complete Contract includes the following parts, which are by this reference incorporated herein and made a part hereof. Any inconsistency in the parts of the Contract shall be resolved by the order in which they are listed: A. Non-Formally Bid Public Works Contract (this form) B. Construction Work Quote Form C. CP2137 Plans D. City of Auburn Construction Standards, Part 2 E. City of Auburn Design Standards F. Divisions 2 – 9 of WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction and any special provisions included in the Contract G. Portions of Division 1 of WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction as specifically referenced in the Contract and any special provisions included in the contract. H. Washington State Department of Labor & Industries Prevailing Wage Rates and Benefit Key Code effective the date the Contractor submitted the Construction Work Quote Form I. On the Contract plans, working drawings, and standard plans, figured dimensions shall take precedence over scaled dimensions. J. In case of any ambiguity or dispute over interpreting the Contract, the City Engineer’s decision will be final. 2) CITY OF AUBURN BUSINESS LICENSE The Contractor, subcontractors, and lower tier subcontractors, shall have an active City of Auburn business license. ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 3 of 15 3) NOTICE TO PROCEED A Notice to Proceed will be issued once the Contract has been fully executed by the Contractor and City, and all insurance and licensing requirements as set forth in the contract have been met. The Notice to Proceed Date shall be either the date the Contractor commenced contract work or the date the contract has been fully executed by the Contractor and City and all insurance and licensing requirements as set forth in the contract have been met, whichever occurs first. 4) TIME OF COMPLETION The Contractor shall complete the work within 15 working days from the Notice to Proceed Date. 5) LIQUIDATED DAMAGES (CHECK ONE) Liquidated damages shall not apply to this contract. Liquidated damages shall apply to this contract as follows: If said work is not completed within the time specified, the Contractor agrees to pay liquidated damages to the City as follows: A. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for physical completion, and B. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. C. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. Formula: Contract Price (without tax) x 0.15, divided by the original number of working days for completion. 6) HOURS OF WORK Allowed hours of work are as a specified in the enclosed Part 1: General Special Provisions Section 1-08.0(2) (Hours of Work). 7) COMPENSATION The Contractor shall do all work and furnish all tools, materials, and equipment for the work and services contemplated in this Contract for compensation as follows: (Check One) ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 4 of 15 Lump Sum Amount Unit Bid Prices as listed in the Construction Work Quote Form Not to Exceed Amount, paid per the Force Account method as described in Section 1- 09.6 of the current WSDOT Standard Specifications for Road, Bridge and Municipal Construction The Total Unit Bid Price, as specified above is $________________, and Washington State Sales Tax of $__________ for a total contract price of $______________ . This project is subject to use tax, which shall be included in the lump sum, unit bid, or time and material compensation amount listed herein. The City’s sales tax area is 1702 for work within King County and 2724 for work within Pierce County. No payment shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor and each and every Subcontractor, has been approved by the State Department of Labor & Industries, and is received by the City. A. Performance Bond This is a Limited Public Works Contract AND the City has waived Performance Bond requirements. The Contractor shall furnish the City with an executed performance bond for the full Contract amount, unless the contact amount is $150,000.00 or less and the Contractor has elected to have 10% retainage held by the City, in which case a performance bond is not required for this project. B. Retainage (check one) This is a Limited Public Works Contract AND the City has waived retainage requirements. This contract is $150,000.00 or less, therefore, the following applies: The Contractor may elect to furnish a performance bond, in which case the City shall hold back retainage in the amount of 5% of any and all payments made to the Contractor, OR have the City retain, in lieu of the performance bond, 10% of the total Contract amount, pursuant to RCW 39.08.010. The Contractor shall execute a “Declaration of Option for Performance Bond or Additional Retainage” to indicate his/her option. If furnishing a performance bond, the Contractor can choose to have the retainage held by the City in a non-interest bearing account, have it placed in an Escrow (interest bearing) Account, or submit a bond in lieu of retainage. Said retainage shall be held by the City for a period of 30 days after the Completion Date, or until receipt of all necessary releases from the State Department of Revenue and ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 5 of 15 State Employment Security Department, including Affidavits of Wages paid for the Contractor and each and every subcontractor, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. This contract is over, $150,000.00, therefore, the following applies: The City shall hold back retainage in the amount of 5% of any and all payments made to the Contractor pursuant to RCW 39.08.010. The Contractor can choose to have the retainage held by the City in a non-interest bearing account, have it placed in an Escrow (interest bearing) Account, or submit a bond in lieu of retainage. Said retainage shall be held by the City for a period of 30 days after the Completion Date, or until receipt of all necessary releases from the State Department of Revenue and State Employment Security Department, including Affidavits of Wages paid for the Contractor and each and every subcontractor, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. C. Defective or Unauthorized Work The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Contract; and extra work and materials furnished without the City's written approval. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any additional costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims The submittal of the Final Invoice by the Contractor shall constitute a waiver of claims, except those previously and properly made and identified by the Contractor as unsettled at the time Final Invoice is submitted by the Contractor. 8) INDEPENDENT CONTRACTOR The parties intend that an Independent Contractor - Employer Relationship will be created by this Contract, the City being interested only in the results obtained under this Contract. 9) SUBCONTRACTING ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 6 of 15 Work done by the Contractor’s own organization shall account for at least 30 percent of the awarded Contract price. Before computing this percentage however, the Contractor may subtract (from the awarded Contract price) the costs of any subcontracted work on items the Contract designates as specialty items. The Contractor shall not subcontract work unless the City approves in writing. Each request to subcontract shall be on the form the City provides. If the City requests, the Contractor shall provide proof that the subcontractor has the experience, ability, and equipment the work requires. The Contractor shall require each subcontractor to comply with RCW 39.12 (Prevailing Wages on Public Works) and to furnish all certificates and statements required by the Contract. No payment shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor and each and every subcontractor, has been approved by the State Department of Labor & Industries, and is received by the City. Along with the request to sublet, the Contractor shall submit the names of any contracting firms the subcontractor proposes to use as lower tier subcontractors. Collectively, these lower tier subcontractors shall not do work that exceeds 25 percent of the total amount subcontracted to a subcontractor. When a subcontractor is responsible for construction of a specific structure or structures, the following work may be performed by lower tier subcontractors without being subject to the 25 percent limitation: A. Furnishing and driving of piling, or B. Furnishing and installing concrete reinforcing and post-tensioning steel. Except for the 25 percent limit, lower tier subcontractors shall meet the same requirements as subcontractors. The City will approve the request only if satisfied with the proposed subcontractor’s record, equipment, experience and ability. Approval to subcontract shall not: 1. Relieve the Contractor of any responsibility to carry out the Contract. 2. Relieve the Contractor of any obligations or liability under the Contract and the Contractor’s bond. 3. Create any contract between the City and the subcontractor, or 4. Convey to the subcontractor any rights against the City. ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 7 of 15 The City will not consider as subcontracting: (1) purchase of sand, gravel, crushed stone, crushed slag, batched concrete aggregates, ready mix concrete, off-site fabricated structural steel, other off- site fabricated items, and any other materials supplied by established and recognized commercial plants; or (2) delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies. However, the Washington State Department of Labor and Industries may determine that RCW 39.12 applies to the employees of such firms identified in A and B above in accordance with WAC 296-127. If dissatisfied with any part of the subcontracted work, the City may request in writing that the subcontractor be removed. The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work under the Contract. This section does not create a contractual relationship between the City and any subcontractor. Also, it is not intended to bestow upon any subcontractor, the status of a third-party beneficiary to the Contract between the City and the Contractor. 10) TERMINATION The City may terminate this Contract for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly-skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Contract. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. After all the work contemplated by the Contract has been completed either by the Surety or the City, the City will calculate the total expenses and damages for the completed work. If the total expenses and damages are less than any unpaid balance due the Contractor, the excess will be paid by the City to the Contractor. If the total expenses and damages exceed the unpaid balance, the Contractor and the Surety shall be jointly and severally liable to, and shall pay the difference to, the City on demand. ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 8 of 15 11) PREVAILING WAGES Contractor shall file a "Statement of Intent to Pay Prevailing Wages" with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The prevailing wage rate revision in effect on the date the Contractor submitted the Construction Work Quote Form is attached and by this reference incorporated herein and made a part hereof. No payment shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor and each and every subcontractor, has been approved by the State Department of Labor & Industries, and is received by the City. Retainage, if applicable, shall not be released until an Affidavit of Wages Paid form for the Contractor and each and every subcontractor, has been approved by the State Department of Labor & Industries, and is received by the City. 12) CHANGES The City may issue a written change order for any change in the Contract work during the performance of this Contract. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to an authorized agent of the City within 10 calendar days of the date the facts and events giving rise to the requested change occurred. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City. If the Contractor fails to request a change order within the time allowed, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the Contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided below: A. Procedure and Protest by the Contractor If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor shall: 1. Within 2 days of receiving a written change order or oral order that the Contractor desires to protest, the Contactor shall give a signed written notice of protest to the City; and ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 9 of 15 2. Supplement the written protest within 14 calendar days with a written statement that provides the following information: a. The date of the Contractor's protest. b. The nature and circumstances that caused the protest. c. The provisions in this Contract that support the protest. d. The estimated dollar cost, if any, of the protested work and how that estimate was determined. e. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. The Contractor shall keep complete records of extra costs and time incurred as a result of the protested work. The City shall have access to any of the Contractor's records needed for evaluating the protest. 3. The City will evaluate all protests, provided the procedures in this section are followed. If the City determines that a protest is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. B. Contractor's Duty to Complete Protested Work In spite of any protest, the Contractor shall proceed promptly with the work as the City has ordered. C. Contractor's Acceptance of Changes The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for Contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. D. Failure to Protest Constitutes Waiver By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 10 of 15 13) CLAIMS The Contractor waives right to a claim if they have not followed the protest procedures outlined in this Contract. If resolution of a protest cannot be reached, and the Contractor wishes to pursue a claim, the Contractor shall give written notice of claim to the City within 15 calendar days of the City’s notice of its final decision on the Contractor’s protest. Any claim for damages, additional payment for any reason, or extension of time, whether under this Contract or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Contract. At a minimum, a Contractor's written claim must include the information set forth regarding protests in this Contract. Failure to provide a complete, written notification of claim within the time allowed shall be an absolute waiver of any claims arising in any way from the facts or events surrounding that claim or caused by that delay. The Contractor must, in any event, file any claim or bring any suit arising from or connected with this Contract prior to signing the Final Payment Form. 14) WARRANTY (CHECK ONE) No warranty applies to the Contract Work. Warranty applies to the Contract Work as follows: All defects in workmanship and materials that occur within one year of the Contract Completion date shall be corrected by the Contractor. When defects are corrected, the warranty for that portion of the work shall extend for one year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within 7 calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. 15) INDEMNIFICATION Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and 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. ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 11 of 15 The City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. 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, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that this indemnification constitutes the Contractor’s waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. The parties acknowledge that they have mutually negotiated this waiver. The provisions of this section shall survive the expiration or termination of this Contract. 16) INSURANCE Insurance requirements shall be as specified in the enclosed Part 1: General Special Provisions Section 1-07.18 (Insurance). 17) CORRESPONDENCE (CHECK ONE) Submittals and formal Requests for Information (RFI) shall not be required for this contract. Submittals and Requests for Information (RFI) shall be as follows: A. Requests for Information (RFI’s). RFI’s shall be made electronically and shall be transmitted via e-mail to PWSubmittals@auburnwa.gov. The e-mail subject line of electronic RFI’s shall include the following: Contract Number and Project Name/Number as applicable – RFI Title/Subject. Each e-mail shall be limited to 10 MB’s in size. All RFI’s shall accompany the City of Auburn “CIP Construction Request for Information” (RFI) form as a cover letter with enough information provided for the Engineer to respond accordingly. The time required to evaluate and review RFI’s is not the same for all RFI’s. The Contractor shall allow a minimum of 10 calendar days, unless otherwise noted, for the Engineer to respond. B. Submittals. All submittals shall be made electronically and shall be transmitted via e-mail to PWSubmittals@auburnwa.gov. The e-mail subject line of electronic submittals shall include the following: <<<Project Number>>>, <<<Project Name>>> - “Submittal Title”. Each electronic email shall be limited to 10 MB’s in size. All electronic submittals shall be clear, sharp high contrast electronic files in Word 2016, Excel 2016 or PDF formats. ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 12 of 15 All submittals shall accompany the City of Auburn “Request for Submittal Approval” (RSA) form. Any submittals made without the RSA form or without all of the required information on the form filled out by the Contractor shall be rejected without review. No additional compensation or time extension shall be granted for a Contractor not supplying this form as a cover letter for their submittals or for an improperly filled out form. The RSA form shall be completed by the Contractor as follows: · For any item being submitted to the City for review and approval for the first time, check the “New Submittal” box. The City will assign the item a submittal number. For items that have been previously submitted and require a re-submittal, check the “Re-submittal of No. ___” box and fill in the submittal number that was assigned by the City to the original submittal. For submittals that are providing Material Acceptance Documentation for a submittal that has been previously made, the Contractor shall check the “Material Acceptance Documentation for Submittal No.___” box and fill in the submittal number that was assigned by the City for which the Contractor is supplying the acceptance documentation for. · Fill in the Contract Number (I.E. ## - ##) and Contract/Project Name; · Fill in the Project Identifying Number (I.E. CP####); · Fill in the Date the Submittal was transmitted to the City; · Provide the Contractor’s name and, if applicable, the name of Subcontractor or supplier who prepared the submittal; · The Contractor is strongly encouraged to submit only one material or item per RSA form, however if more than one material or item is listed on the form then provide a General Submittal Title that is applicable to the group. Do not group non-like materials or items on the same form; · When applicable, provide the Bid Item number the submittal is referencing; · Provide a submittal description (be specific). For material submittals, provide the Type of Material, the Manufacturer’s Product/Type, or the trade name of the product; · When applicable, provide the Name and the Location of the Fabricator or the Manufacturer’s name or the Pit Number. This should be the actual manufacturer, not the supplier or distributor, · Provide the Contract Specification section number(s) or the page number the submittal material is referencing, or you can list the Plan Sheet number; and · For material submittals, indicate whether the submittal is requesting use of the WSDOT Qualified Product List (QPL) or if the submittal is a Request for Approval ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 13 of 15 of Material (RAM) that is not in the QPL, by checking the appropriate box. For non-material submittals and for material acceptance documentation these boxes shall be left blank. If the Contractor elects to use a product listed in the QPL, the submittal documentation shall be prepared in accordance with the instructions in the WSDOT QPL program and shall be the most current list available at the time the product is proposed to be used. 18) MISCELLANEOUS A. Nondiscrimination. In the hiring of employees for the performance of work under this Contract, the Contractor, its subcontractors, or any person acting on behalf of Contractor shall not, by reason of race, religion, color, sex, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. B. Compliance with Laws. The Contractor shall comply with all federal, state and local laws, rules and regulations throughout every aspect in the performance of this Contract. C. Qualifications of Bidder. Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. D. Work Performed at Contractor's Risk. The Contractor shall take all precautions necessary and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of this Contract. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. E. Nonwaiver of Breach. The failure of the City to insist upon strict performance of any of the terms and rights contained herein, or to exercise any option herein conferred in one or more instances, shall not be construed to be a waiver or relinquishment of those terms and rights and they shall remain in full force and effect. F. Governing Law. This Contract shall be governed and construed in accordance with the laws of the State of Washington. If any dispute arises between the City and the Contractor under any of the provisions of this Contract, resolution of that dispute shall be available only through the jurisdiction, venue and rules of the King County Superior Court, King County, Washington. G. Attorney's Fees. To the extent not inconsistent with RCW 39.04.240, in any claim or lawsuit for damages arising from the parties' performance of this Contract, each party shall be responsible for payment of its own legal costs and attorney's fees incurred in ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 14 of 15 defending or bringing such claim or lawsuit; however, nothing in this subsection shall limit the City's right to indemnification under Section 10 of this Contract. H. Written Notice. All communications regarding this Contract shall be sent to the parties at the addresses listed on the signature page of this Contract, unless otherwise notified. Any written notice shall become effective upon delivery, but in any event 3 calendar days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Contract. I. Assignment. Any assignment of this Contract by the Contractor without the written consent of the City shall be void. J. Modification. No waiver, alteration, or modification of any of the provisions of this Contract shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. K. Severability. If any one or more sections, sub-sections, or sentences of this Contract are held to be unconstitutional or invalid, that decision shall not affect the validity of the remaining portion of this Contract and the remainder shall remain in full force and effect. L. Entire Contract. The written provisions and terms of this Contract, together with any referenced documents and attached Exhibits , supersede all prior verbal statements by any representative of the City, and those statements shall not be construed as forming a part of or altering in any manner this Contract. This Contract, referenced documents, and any attached Exhibits contain the entire Contract between the parties. Should any language in any referenced documents or Exhibits to this Contract conflict with any language contained in this Contract, the terms of this Contract shall prevail. ENG-059, Revised 7/20 NON-FORMALLY BID PUBLIC WORK CONTRACT NO. 22-02 December 22, 2021 Page 15 of 15 IN WITNESS WHEREOF, the parties below have executed this Contract. CONTRACTOR THE CITY OF AUBURN (Signature) (Signature) By By Nancy Backus (Print name here) Its Its Mayor (Authorized representative) DATE: DATE: APPROVED AS TO FORM: Kendra Comeau, City Attorney Notices to be sent to: Notices to be sent to: CONTRACTOR CITY OF AUBURN Attn: Attn: Jeffrey Bender Address 25 West Main Street City, State Zip Auburn, WA 98001 Phone: Phone: 253.804.5063 E-mail: E-mail: jbender@auburnwa.gov INTRODUCTION TO THE SPECIAL PROVISIONS (December 10, 2020 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2022 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (May 2013 City of Auburn GSP) Also incorporated into the Contract Documents by reference are: · Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any · Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition · City of Auburn Surface Water Management Manual (SWMM) Contractor shall obtain copies of these publications, at Contractor’s own expense. PART 1: GENERAL SPECIAL PROVISIONS for Project Number CP2137 FRONTAGE ROAD CULVERT REPAIR, PHASE 1 Contract No. 22-02 TABLE OF CONTENTS PART 1: GENERAL SPECIAL PROVISIONS Division 1 General Requirements ................................................................................. 1-1 1-04.4(1) Minor Changes 1-1 1-07.6 Permits and Licenses 1-1 1-07.15 Temporary Water Pollution Prevention 1-1 1-07.18 Public Liability and Property Damage Insurance 1-2 1-07.18(1) General Requirements 1-2 1-07.18(2) Additional Insured 1-3 1-07.18(3) Subcontractors 1-3 1-07.18(4) Verification of Coverage 1-4 1-07.18(5) Coverages and Limits 1-4 1-07.18(5)A Commercial General Liability 1-5 1-07.18(5)B Automobile Liability 1-5 1-07.18(5)C Workers’ Compensation 1-5 1-07.18(5)D Excess or Umbrella Liability 1-5 1-08 Prosecution and Progress 1-6 1-08.0 Preliminary Matters 1-6 1-08.0(1) Preconstruction Conference 1-6 1-08.0(2) Hours of Work 1-6 1-09.4 Equitable Adjustment 1-7 1-09.6 Force Account 1-8 DIVISION 1: GENERAL REQUIREMENTS CP2137 1-1 Special Provisions Frontage Road Culvert Repair, Phase 1 1 Division 1 General Requirements 1-04.4(1) Minor Changes (May 30, 2019 APWA GSP) Delete the first paragraph and replace it with the following: Payments or credits for changes amounting to $25,000 or less may be made under the Bid item “Minor Change”. At the discretion of the Contracting Agency, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes. All “Minor Change” work will be within the scope of the Contract Work and will not change Contract Time. 1-07.6 Permits and Licenses (December 2016 City of Auburn GSP) The first sentence of the first paragraph is revised to read: The Contractor shall become familiar with all permits and licenses to be obtained and shall ensure that all their requirements are met. (April 2017 City of Auburn GSP) Supplement this section with the following: The City has applied for the following Permits and has paid directly for the permit fees for these permits only: Hydraulic Project Approval The Contractor shall be responsible for identifying, obtaining, and paying for all other required Federal, State, or local permits and approvals for the work. The cost associated with obtaining any other permit, not already obtained, shall be included in the unit bid item prices. (April 2017 City of Auburn GSP) Supplement this section with the following: All required permits and licenses shall be obtained and paid for by the Contractor. The cost associated with obtaining any permit(s) shall be included in the unit bid item prices. (December 2021 City of Auburn GSP) Supplement this section with the following: If the Contractor wishes to utilize private property for a construction staging yard, depending on the use of that property and the characteristics of the property itself, the Contractor will, at a minimum, be required to obtain a Temporary Use Permit for use of the property for those purposes. 1-07.15 Temporary Water Pollution Prevention (October 2021 City of Auburn GSP) Supplement this Section with the following: The Contractor shall implement erosion and sediment control (ESC) measures as necessary to prevent erosion and to stop sediment-laden water from leaving the site and DIVISION 1: GENERAL REQUIREMENTS CP2137 1-2 Special Provisions Frontage Road Culvert Repair, Phase 1 entering the storm drain system. Measures shall be in accordance with, and conform to, the City of Auburn Surface Water Management Manual and Section 8-01 (Erosion Control and Water Pollution Control) of the Contract Specifications. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety and replace it with the following. 1-07.18 Insurance (January 4, 2016 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency DIVISION 1: GENERAL REQUIREMENTS CP2137 1-3 Special Provisions Frontage Road Culvert Repair, Phase 1 G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency 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 Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. (September 2016 City of Auburn GSP) In addition to the amount RCW 60.28 requires to be withheld from the progress or retained percentage payments to the Contractor, the City of Auburn may, at its sole discretion, withhold amounts sufficient to pay any property damage claim of which the City may have knowledge and regardless of the informalities of notice of such claim, arising out of the performance of this Contract, provided that the total amounts withheld for such purposes shall not exceed 3% of the Contract price. The term “property damage claim” shall not include any claim for personal injuries or any claim by persons furnishing supplies or materials or performing labor for the Contractor. The amount withheld will not be paid to the claimant by the City but will be held until either the Contractor secures a written release from the claimant, obtains a court decision that such claim is without merit, or satisfies any judgment in favor of the claimant on such claim. 1-07.18(2) Additional Insured (January 4, 2016 APWA GSP) All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein:  the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors (January 4, 2016 APWA GSP) The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. DIVISION 1: GENERAL REQUIREMENTS CP2137 1-4 Special Provisions Frontage Road Culvert Repair, Phase 1 The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage (January 4, 2016 APWA GSP) The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits (January 4, 2016 APWA GSP) The insurance shall provide the minimum coverages and limits set forth below. 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 Contracting Agency’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. DIVISION 1: GENERAL REQUIREMENTS CP2137 1-5 Special Provisions Frontage Road Culvert Repair, Phase 1 In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability (January 4, 2016 APWA GSP) Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers’ Liability each accident 1-07.18(5)B Automobile Liability (January 4, 2016 APWA GSP) Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation (January 4, 2016 APWA GSP) The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18(5)D Excess or Umbrella Liability (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $1 million each occurrence and annual aggregate. This excess or umbrella DIVISION 1: GENERAL REQUIREMENTS CP2137 1-6 Special Provisions Frontage Road Culvert Repair, Phase 1 liability coverage shall be excess over and as least as broad in coverage as the Contractor’s Commercial General and Auto Liability insurance All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor’s Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor’s primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1-08 Prosecution and Progress (May 25, 2006 APWA GSP) Add the following new section including subsections: 1-08.0 Preliminary Matters 1-08.0(1) Preconstruction Conference (December 2021 City of Auburn GSP) Following notice of award of the contract by the City, a preconstruction conference will be scheduled between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payments, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit electronically 1 working day prior to the preconstruction conference, the following, per Section 9-38 (Submittal Approval): 1. SPCC Plan per Section 1-07.15(1) of the Contract Documents. In addition, the Contractor shall prepare and submit electronically 1 working day prior to the preconstruction conference: 1. Emergency Call List; and 2. Schedule of equipment and labor rates, as outlined in Section 1-09.6 (Force Account). 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the DIVISION 1: GENERAL REQUIREMENTS CP2137 1-7 Special Provisions Frontage Road Culvert Repair, Phase 1 Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than 5 working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. (February 2016 City of Auburn GSP) If the requested working hour deviation is approved by the Engineer, it may be revoked at any time the City receives complaints from the public or adjoining property owners regarding the noise from the Contractor’s operations. The Contractor shall have no claim for damages or delays should such permission be revoked for any reason. Reimbursements by the Contractor to the Contracting Agency for overtime work will be deducted from amounts due, or to become due, to the Contractor. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1-09.4 Equitable Adjustment (April 2006 City of Auburn GSP) The first paragraph, Item 2b is revised to read as follows: b. 1-09.6 (Force Account) DIVISION 1: GENERAL REQUIREMENTS CP2137 1-8 Special Provisions Frontage Road Culvert Repair, Phase 1 1-09.6 Force Account (October 10 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor’s total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the Engineer. (February 2017 City of Auburn GSP) Supplement this section with the following: All force account work shall be accounted for daily and entered by the Contractor onto the City of Auburn ‘Daily Report of Force Account Worked’ form (Force Account form). The City Inspector will sign the Force Account form in the field, however compensation for the work indicated is subject to Engineer approval. The signature on the form from the Inspector does not constitute Engineer approval. The contractor shall provide labor and equipment details for force account work to the City before work begins. END OF DIVISION 1 PART 2: TECHNICAL SPECIAL PROVISIONS for Project Number CP2137 FRONTAGE ROAD CULVERT REPAIR, PHASE 1 Contract No. 22-02 TABLE OF CONTENTS PART 2: TECHNICAL SPECIAL PROVISIONS DIVISION 2 Earthwork ..................................................................................................... 2-1 2-02 Removal of Structures and Obstructions .................................................................................. 2-1 2-02.3 Construction Requirements ...................................................................... 2-1 2-02.3(3) Removal of Pavement, Sidewalks, Curbs and Gutters .......................... 2-1 2-02.3(4) Remove and Reset Fencing ...................................................................... 2-1 2-02.3(5) Removal of Reinforced Concrete Support Structure ............................. 2-1 2-02.5 Measurement .............................................................................................. 2-1 2-02.5 Payment ...................................................................................................... 2-1 2-04 Haul .......................................................................................................................... 2-2 2-04.2 Hauling on other than City Streets ........................................................... 2-2 2-04.4 Measurement .............................................................................................. 2-2 2-04.5 Payment ...................................................................................................... 2-2 DIVISION 3 Aggregate Production and Acceptance ........................................................ 3-1 DIVISION 4 Bases ........................................................................................................... 4-1 DIVISION 5 Surface Treatments and Pavements .......................................................... 5-1 DIVISION 6 Structures .................................................................................................. 6-1 DIVISION 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains and Conduits ......................................................................... 7-1 DIVISION 8 Miscellaneous Construction ........................................................................... 8-1 8-02 Roadside Restoration ............................................................................................................... 8-1 8-02.1 Description ................................................................................................. 8-1 8-02.4 Measurement .............................................................................................. 8-1 8-02.5 Payment ...................................................................................................... 8-1 Division 9 Materials.......................................................................................................... 9-1 DIVISION 2: EARTHWORK CP2137 2-1 Special Provisions Frontage Road Culvert Repair, Phase 1 DIVISION 2 Earthwork 2-02 Removal of Structures and Obstructions 2-02.3 Construction Requirements 2-02.3(3) Removal of Pavement, Sidewalks, Curbs and Gutters (December 2016 City of Auburn GSP) Supplement this section with the following: Saw cutting costs shall be included in the bid item for which the sawcut is being made and no separate payment for saw cutting shall be made. (*****) Add the following new section including subsections: 2-02.3(4) Remove and Reset Fencing This work consists of removing fencing as shown on the Plans. The Contractor shall repair any damage to items identified to remain to be protected caused by the Contractor’s negligence at no additional cost to the City. (*****) Add the following new section including subsections: 2-02.3(5) Removal of Reinforced Concrete Support Structure This work consists of detaching the reinforced concrete support structure from its foundations and removing the reinforced concrete support structure as shown on the Plans. (*****) Replace the following section in its entirety. 2-02.5 Measurement Removal of existing reinforce concrete support structure will be measured by the square yard as “Removal of Reinforced Concrete Support Structure” Removal of fencing will be measured by the linear foot as “Remove Fence” Removal of existing cement concrete pavement (driveways, sidewalks, curb ramps, asphalt pavement) will be measured by the square yard as “Removal of Concrete Flat Work”. Removal of existing concrete curb and gutter will be measured by the linear foot as “Removal of Concrete Curb and Gutter”. 2-02.5 Payment (*****) Supplement this section with the following: Fencing nd Fen DIVISION 2: EARTHWORK CP2137 2-2 Special Provisions Frontage Road Culvert Repair, Phase 1 Payment will be made for each of the following Bid items that are included in the Proposal: “Removal of Reinforced Concrete Support Structure”, Per Square Yard “Remove Box Culvert Obstruction”, by force account as provided in Section 1-09.6 “Remove Fence”, Per Linear Foot “Removal of Concrete Flat Work”, Per Square Yard “Removal of Concrete Curb and Gutter”, Per Lineal Foot The unit Contract price for “Removal of Reinforced Concrete Support Structure” shall be full pay for all labor, tools, and equipment to remove and dispose of the reinforced concrete support structure including dowel bars or reinforcing steel. The unit Contract price for “Remove Fence” shall be full pay for all labor, tools, and equipment to remove and dispose of the fencing including but not limited to fence material, posts, and concrete. The unit Contract price for “Removal of Concrete Flat Work” shall be full pay for all labor, tools, and equipment to remove and dispose of the concrete flatwork, including any sidewalks, curb ramps, and driveway entrances. The unit Contract price for “Removal of Concrete Curb and Gutter” shall be full pay for all labor, tools, and equipment to remove and dispose of the curb and gutter including dowel bars or reinforcing steel. 2-04 Haul 2-04.2 Hauling on other than City Streets (January 2017 City of Auburn GSP) Supplement this section with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than City of Auburn streets, the Contractor shall, at the Contractor’s expense, make all arrangements for the use and cleaning, if necessary, of the haul routes. 2-04.4 Measurement (December 2016 City of Auburn GSP) Delete this section and replace it with the following: No measurement shall be made for hauling. 2-04.5 Payment (December 2016 City of Auburn GSP) Delete this section and replace it with the following: All costs associated with hauling materials of any description to, from, and within the project site shall be included in the appropriate unit Bid prices in the Proposal and no further compensation will be paid. END OF DIVISION 2 DIVISION 3: AGGREGATE PRODUCTION AND ACCEPTANCE CP2137 3-1 Special Provisions Frontage Road Culvert Repair, Phase 1 DIVISION 3 Aggregate Production and Acceptance No Revisions. END OF DIVISION 3 DIVISION 3: AGGREGATE PRODUCTION AND ACCEPTANCE CP2137 3-2 Special Provisions Frontage Road Culvert Repair, Phase 1 THIS PAGE WAS INTENTIALLY LEFT BLANK DIVISION 4: BASES CP2137 4-1 Special Provisions Frontage Road Culvert Repair, Phase 1 DIVISION 4 Bases No Revisions. END OF DIVISION 4 DIVISION 4: BASES CP2137 4-2 Special Provisions Frontage Road Culvert Repair, Phase 1 THIS PAGE WAS INTENTIALLY LEFT BLANK DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP2137 5-1 Special Provisions Frontage Road Culvert Repair, Phase 1 DIVISION 5 Surface Treatments and Pavements No Revisions. END OF DIVISION 5 DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS CP2137 5-2 Special Provisions Frontage Road Culvert Repair, Phase 1 THIS PAGE WAS INTENTIALLY LEFT BLANK DIVISION 6: STRUCTURES CP2137 6-1 Special Provisions Frontage Road Culvert Repair, Phase 1 DIVISION 6 Structures No Revisions. END OF DIVISION 6 DIVISION 6: STRUCTURES CP2137 6-2 Special Provisions Frontage Road Culvert Repair, Phase 1 THIS PAGE WAS INTENTIALLY LEFT BLANK DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP2137 7-1 Special Provisions Frontage Road Culvert Repair, Phase 1 DIVISION 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains and Conduits No Revisions. END OF DIVISION 7 DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS CP2137 7-2 Special Provisions Frontage Road Culvert Repair, Phase 1 THIS PAGE WAS INTENTIALLY LEFT BLANK DIVISION 8: MISCELLANEOUS CONSTRUCTION CP2137 8-1 Special Provisions Frontage Road Culvert Repair, Phase 1 DIVISION 8 Miscellaneous Construction 8-02 Roadside Restoration 8-02.1 Description (January 2017, City of Auburn GSP) Supplement this section with the following: This work also involves any minor repair or replacement work to restore roadside features the Engineer discovers during construction. 8-02.4 Measurement (January 2017, City of Auburn GSP) Supplement this section with the following: No unit of measure shall apply to “Roadside Restoration”. 8-02.5 Payment (April 2017, City of Auburn GSP) Supplement this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: “Roadside Restoration”, by force account as provided in Section 1-09.6. END OF DIVISION 8 DIVISION 8: MISCELLANEOUS CONSTRUCTION CP2137 8-2 Special Provisions Frontage Road Culvert Repair, Phase 1 THIS PAGE WAS INTENTIALLY LEFT BLANK DIVISION 9: MATERIALS CP2137 9-1 Special Provisions Frontage Road Culvert Repair, Phase 1 Division 9 Materials No Revisions. END OF DIVISION 9 DIVISION 9: MATERIALS CP2137 9-2 Special Provisions Frontage Road Culvert Repair, Phase 1 THIS PAGE WAS INTENTIALLY LEFT BLANK APPENDIX A PREVAILING WAGE RATES APPENDIX B CONTRACT PLANS 09/16/2021 Remove reinforced concrete support structure. Footings for support structure are to remain. (approximately 8 feet wide by 38 feet long) Remove existing sidewalk. (50 square yards) Protect the existing storm until it is relocated in Phase 2. Remove existing fence. (40 lineal feet) Remove obstruction from box culvert and clean culvert. PHASE 1 Remove existing curb and gutter. (50 lineal feet) REINFORCED CONCRETE SUPPORT STRUCTURE CONCRETE SIDEWALK FENCE CURB AND GUTTER WEST VALLEY HWY NWURN WAY NTS167 B ST NWI ST NEAUBURN WAY NWEST VALLEY HWY NS 277TH ST 15TH ST NW 37TH ST NWDSTNW C ST NE2 4 9 T H ST NE 28TH ST NE 30TH ST NE29TH ST NW 85TH AVE S4 92N D S T 45TH S T NE 66TH AVE SJ PL NEPROJECT SITE PROJECT LOCATION MAP APPENDIX C SITE PHOTOGRAPHS