Loading...
HomeMy WebLinkAboutCOA & Rivers Edge Environmental Services Inc -. P 11(40 1 13 ?0A) NON-FORMALLY BID PUBLIC WORKS CONTRACT NO. 20-04 Project No. EM2001, A STREET LOG JAM THIS CONTRACT is entered into between the City of Auburn,a Washington Municipal Corporation("City"),and Rivers Edge Environmental Services Inc.("Contractor"),whose mailing address is PO Box 908 Black Diamond, WA 98010. RECITALS: 1. On February 5th,2020,the State of Washington proclaimed a State of Emergency existing in several counties including, but not limited to,King and Pierce counties related to a severe winter storm event that began on January 20th,2020 under State Proclamation 20-02. 2.As a direct result of the storm event,the City is in need of emergency public work as described in this Contract. 3. Emergency Proclamation 2020-1 was declared by the City of Auburn on February 2"d,2020 that waived certain contracting and budget requirements,authorized staff to implement emergency purchasing requirements,and to take other steps in response to the emergency. 3. Contractor is qualified to perform the construction contracting services described in the Scope of Work. 4. The City wishes to engage Contractor for the performances of these construction contracting services. 5. 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 ENG-059,Revised 7/19 NON-FORMALLY BID PUBLIC WORK CONTRACT NO 20-04 February 21,2020 Page 1 of 14 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 AGREEMENT 1) CONTRACTOR SERVICES The Contractor shall do all work and furnish all tools,materials and equipment for the construction of Project No.EM2001 in accordance with this Contract form. Scope of work is as follows: Remove log jam upstream of bridge pillar at A Street SE bridge over Stuck River,as detailed in Exhibit A and per the requirements of the Hydraulic Project Approval 2020-4- 141+01,attached as Exhibit B. 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. Exhibit A, Proposal D. Exhibit B, Hydraulic Project Approval 2020-4-141+01 E. City of Auburn Construction Standards F. City of Auburn Design Standards G. Divisions 2—9 of WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction as modified by the City of Auburn Construction Standards and any special provisions included in the Contract H. Portions of Division 1 of WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction as specifically referenced by the City of Auburn Construction Standards and the Contract. I. Washington State Department of Labor& Industries Prevailing Wage Rates and Benefit Key Code effective the date the Contractor submitted the Construction Work Quote Form ENG-059,Revised 7/19 NON-FORMALLY BID PUBLIC WORK CONTRACT NO.20-04 February 21,2020 Page 2 of 14 4 J. On the Contract plans,working drawings,and standard plans, figured dimensions shall take precedence over scaled dimensions. K. 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. 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 1 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. ENG-059,Revised 7/19 NON-FORMALLY BID PUBLIC WORK CONTRACT NO.20-04 February 21,2020 Page 3 of 14 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 City of Auburn Construction Standards, Part 1, Section 1-08.0(2)(Hours of Work), which by reference is incorporated is a part of this contract. 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) n 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 Not To Exceed Amount,as specified above is 15,000.00,and Washington State Sales Tax of $1,500.00 for a total of$16,000.00. This project is subject to use tax,which shall be included 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 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 ENG-059,Revised 7/19 NON-FORMALLY BID PUBLIC WORK CONTRACT NO.20-04 February 21,2020 Page 4 of 14 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 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 ENG-059,Revised 7/19 NON-FORMALLY BID PUBLIC WORK CONTRACT NO 20-04 February 21,2020 Page 5of14 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 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. ENG-059,Revised 7/19 NON-FORMALLY BID PUBLIC WORK CONTRACT NO 20-04 February 21,2020 Page 6 of 14 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. 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. ENG-059,Revised 7/19 NON-FORMALLY BID PUBLIC WORK CONTRACT NO.20-04 February 21,2020 Page 7 of 14 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. 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: ENG-059,Revised 7119 NON-FORMALLY BID PUBLIC WORK CONTRACT NO.20-04 February 21,2020 Page 8 of 14 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 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 ENG-059,Revised 7/19 NON-FORMALLY BID PUBLIC WORK CONTRACT NO.20-04 February 21,2020 Page 9 of 14 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). 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. n 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 ENG-059,Revised 7/19 NON-FORMALLY BID PUBLIC WORK CONTRACT NO 20-04 February 21,2020 Page 10 of 14 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. 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 City of Auburn Construction Standards, Part 1, Section 1-07.18(Insurance)which by reference is incorporated is a part of this contract. 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 7 MB's in size. All RFI's shall accompany the City of Auburn "CIP Construction Request for Information" ENG-059,Revised 7/19 NON-FORMALLY BID PUBLIC WORK CONTRACT NO.20-04 February 21,2020 Page 11 of 14 (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 PWSubmittalsa,auburnwa.gov. 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 7/19 NON-FORMALLY BID PUBLIC WORK CONTRACT NO.20-04 February 21,2020 Page 12 of 14 • 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 I 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 7/19 NON-FORMALLY BID PUBLIC WORK CONTRACT NO.20-04 February 21,2020 Page 13 of 14 IN WITNESS WHEREOF,the parties below have executed this Contract. RIVERS EDGE ENVIRONMENTAL SERVICES INC. THE CITY OF AUBURN ' 111111.. (Signat (Signae‘ICSrAl° By Clayton Mullendore By1111— Nancy Backus (Print name here) Its General Manager Its Mayor (Authorized representative) DATE: 2 zeLV Zi DATE: 42007.0 Contractor's State License No. RIVEREE855DT State Tax Registration(UBI)No. 603483-511 Federal Tax ID# 47-3328108 APPROVED AS TO FORM: Kendra Comeau, Interim City Attorney Notices to be sent to: Notices to be sent to: CONTRACTOR CITY OF AUBURN Attn: Dan Kuhn Attn: Seth Loop PO Box 908 25 West Main Street Black Diamond, WA 98010 Auburn, WA 98001 Phone:425-584-7089 Phone: 253-804-5082 E-mail: dkuhn@rivers.city E-mail: sloop@auburnwa.gov ENG-059,Revised 7/19 NON-FORMALLY BID PUBLIC WORK CONTRACT NO.20-04 February 21,2020 Page 14 of 14 • 44141 Contract No. 20-04, Exhibit B Washington Department of Fish&Wildlife HYDRAULIC PROJECT APPROVAL POBox43234 FISH ww7LDLIFL Olympia,WA 98504-3234 (360)902-2200 Issued Date: February 21, 2020 Permit Number: 2020-4-141+01 Project End Date: April 20, 2020 FPA/Public Notice Number: N/A Application ID: 20895 PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City Of Auburn ATTENTION: Scott Nutter 25 W Main St Auburn, WA 98001-4916 Project Name: A Street Bridge woody debris remediation Project Description: From the Shallow gravel bar in the center of the channel we will move woody debris to the faster flowing channel and let woody debris flow down river a piece at a time PROVISIONS 1. TIMING LIMITATION: You may begin the project immediately and you must complete the project by April 21, 2020. 2. APPROVED PLANS: You must accomplish the work as discussed on the phone February 20, 2020 with the habitat biologist as follows: Preference must be given to repositioning large wood, so it does not need to be removed from the river. Any large woody material that is removed from the river must be stockpiled for use as soon as possible in a habitat restoration project somewhere on the White River or a tributary to the White River. STAGING, JOB SITE ACCESS, AND EQUIPMENT 3. Establish staging areas (used for equipment storage, vehicle storage, fueling, servicing, and hazardous material storage) in a location and manner that will prevent contaminants such as petroleum products, hydraulic fluid, fresh concrete, sediments, sediment-laden water, chemicals, or any other toxic or harmful materials from entering waters of the state. 4. Check equipment daily for leaks and complete any required repairs in an upland location before using the equipment in or near the water. 5. Use environmentally acceptable lubricants composed of biodegradable base oils such as vegetable oils, synthetic esters, and polyalkylene glycols in equipment operated in or near the water. DEMOBILIZATION AND CLEANUP 6. Seed areas disturbed by construction activities with a native seed mix suitable for the site that has at least one quick- establishing plant species. 7. Replace native riparian zone vegetation damaged or destroyed by the project with native trees and native shrubs. Plant trees a maximum10 feet on center, and shrubs a maximum five feet on center. LOCATION #1: Site Name: A Street Bridge 4500 A street SE, Auburn, WA WORK START: February 24, 2020 WORK END: February 28, 2020 WRIA Waterbody: Tributary to: Page 1of4 r Washington Department of Fish&Wildlife HYDRAULIC PROJECT APPROVAL PO Box 43234 f7SHo.e137LDLlFE Olympia. WA 98504-3234 (360)902-2200 Issued Date: February 21, 2020 Permit Number: 2020-4-141+01 Project End Date: April 20, 2020 FPA/Public Notice Number: N/A Application ID: 20895 10- Puyallup-White White River Puyallup River 1/4 SEC: Section: Township: Range: Latitude: Longitude: County: NE 1/4 36 21 N 04 E 47.266271 -122.229378 King Location #1 Driving Directions Upstream of A street SE Bridge APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW. Additional authorization from other public agencies may be necessary for this project. The person(s)to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies (local, state and/or federal)that may be necessary for this project. This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person (s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work. This Hydraulic Project Approval does not authorize trespass. The person(s)to whom this Hydraulic Project Approval is issued and operator(s) performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Failure to comply with the provisions of this Hydraulic Project Approval could result in civil action against you, including, but not limited to, a stop work order or notice to comply, and/or a gross misdemeanor criminal charge, possibly punishable by fine and/or imprisonment. All Hydraulic Project Approvals issued under RCW 77.55.021 are subject to additional restrictions, conditions, or revocation if the Department of Fish and Wildlife determines that changed conditions require such action. The person(s) to whom this Hydraulic Project Approval is issued has the right to appeal those decisions. Procedures for filing appeals are listed below. Page 2 of 4 Washington Department of Fish&Wildlife `•d HYDRAULIC PROJECT APPROVAL POBox43234 FTSNa. tt71DG(FE Olympia,WA 98504-3234 (360)902-2200 Issued Date: February 21, 2020 Permit Number: 2020-4-141+01 Project End Date: April 20, 2020 FPA/Public Notice Number: N/A Application ID: 20895 MINOR MODIFICATIONS TO THIS HPA: You may request approval of minor modifications to the required work timing or to the plans and specifications approved in this HPA unless this is a General HPA. If this is a General HPA you must use the Major Modification process described below. Any approved minor modification will require issuance of a letter documenting the approval. A minor modification to the required work timing means any change to the work start or end dates of the current work season to enable project or work phase completion. Minor modifications will be approved only if spawning or incubating fish are not present within the vicinity of the project. You may request subsequent minor modifications to the required work timing. A minor modification of the plans and specifications means any changes in the materials, characteristics or construction of your project that does not alter the project's impact to fish life or habitat and does not require a change in the provisions of the HPA to mitigate the impacts of the modification. If you originally applied for your HPA through the online Aquatic Protection Permitting System (APPS), you may request a minor modification through APPS. A link to APPS is at http://wdfw.wa.gov/licensing/hpa/. If you did not use APPS you must submit a written request that clearly indicates you are seeking a minor modification to an existing HPA. Written requests must include the name of the applicant, the name of the authorized agent if one is acting for the applicant, the APP ID number of the HPA, the date issued, the permitting biologist, the requested changes to the HPA, the reason for the requested change, the date of the request, and the requestor's signature. Send by mail to: Washington Department of Fish and Wildlife, PO Box 43234, Olympia, Washington 98504-3234, or by email to HPAapplications@dfw.wa.gov. You should allow up to 45 days for the department to process your request. MAJOR MODIFICATIONS TO THIS HPA: You may request approval of major modifications to any aspect of your HPA. Any approved change other than a minor modification to your HPA will require issuance of a new HPA. If you originally applied for your HPA through the online Aquatic Protection Permitting System (APPS), you may request a major modification through APPS. A link to APPS is at http://wdfw.wa.gov/licensing/hpa/. If you did not use APPS you must submit a written request that clearly indicates you are requesting a major modification to an existing HPA. Written requests must include the name of the applicant, the name of the authorized agent if one is acting for the applicant, the APP ID number of the HPA, the date issued, the permitting biologist, the requested changes to the HPA, the reason for the requested change, the date of the request, and the requestor's signature. Send your written request by mail to: Washington Department of Fish and Wildlife, PO Box 43234, Olympia, Washington 98504-3234. You may email your request for a major modification to HPAapplications@dfw.wa.gov. You should allow up to 45 days for the department to process your request. APPEALS INFORMATION If you wish to appeal the issuance, denial, conditioning, or modification of a Hydraulic Project Approval (HPA), Washington Department of Fish and Wildlife (WDFW) recommends that you first contact the department employee who issued or denied the HPA to discuss your concerns. Such a discussion may resolve your concerns without the need for further appeal action. If you proceed with an appeal, you may request an informal or formal appeal. WDFW encourages you to take advantage of the informal appeal process before initiating a formal appeal. The informal appeal process includes a review by department management of the HPA or denial and often resolves issues faster and with less legal complexity than the formal appeal process. If the informal appeal process does not resolve your concerns. you may advance your appeal to the formal process. You may contact the HPA Appeals Coordinator at(360) 902-2534 for more information. A. INFORMAL APPEALS: WAC 220-660-460 is the rule describing how to request an informal appeal of WDFW actions taken under Chapter 77.55 RCW. Please refer to that rule for complete informal appeal procedures. The following information summarizes that rule. Page 3 of 4 I a Washington Department of Fish&Wildlife •cam HYDRAULIC PROJECT APPROVAL PO Box 43234 - •,• < Olympia,WA 98504-3234 FISH 117LDUFE (360)902-2200 Issued Date: February 21, 2020 Permit Number: 2020-4-141+01 Project End Date: April 20, 2020 FPA/Public Notice Number: N/A Application ID: 20895 A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request an informal appeal of that action. You must send your request to WDFW by mail to the HPA Appeals Coordinator, Department of Fish and Wildlife, Habitat Program, PO Box 43234. Olympia, Washington 98504-3234; e-mail to HPAapplications@dfw.wa.gov; fax to (360) 902-2946; or hand-delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. WDFW must receive your request within 30 days from the date you receive notice of the decision. If you agree, and you applied for the HPA, resolution of the appeal may be facilitated through an informal conference with the WDFW employee responsible for the decision and a supervisor. If a resolution is not reached through the informal conference, or you are not the person who applied for the HPA, the HPA Appeals Coordinator or designee may conduct an informal hearing or review and recommend a decision to the Director or designee. If you are not satisfied with the results of the informal appeal, you may file a request for a formal appeal. B. FORMAL APPEALS: WAC 220-660-470 is the rule describing how to request a formal appeal of WDFW actions taken under Chapter 77.55 RCW. Please refer to that rule for complete formal appeal procedures. The following information summarizes that rule. A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request a formal appeal of that action. You must send your request for a formal appeal to the clerk of the Pollution Control Hearings Boards and serve a copy on WDFW within 30 days from the date you receive notice of the decision. You may serve WDFW by mail to the HPA Appeals Coordinator, Department of Fish and Wildlife, Habitat Program, PO Box 43234, Olympia, Washington 98504-3234; e-mail to HPAapplications@dfw.wa.gov; fax to (360) 902-2946; or hand-delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal, you may request a formal appeal within 30 days from the date you receive the Director's or designee's written decision in response to the informal appeal. C. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS: If there is no timely request for an appeal, the WDFW action shall be final and unappealable. Habitat Biologist Larry.Fisher@dfw.wa.gov for Director Larry Fisher 425-449-6790 WDFW Page 4 of 4 Exhibit A PROPOSAL - Rivers Edge Environmental Service, Inc PO Box 908 •.• s Black Diamond, WA 98010 M 425/584-7089 Eye E Contractor Registration No RIVEREE855DT ENNR f ` 1 1 1,1)4,14Ili Estimate# 19-902 Submitted to Date 2:'20,2020 Project Name "A"St.Bridge Log Jam Cite of Auburn(C) "A"Street Bridge Job Site Mike Kamenzind 25 West Main Street Auburn,WA 98001 Email mkamenzind(i auburnwa.gov Phone 253-931-3010 Description Qty Rate Total Rivers Edge Environmental Services Inc.(REES)proposes the following costs and scope of work: Equipment cleaning and degreasing prior to entering waterway 1,265.00 1,265.001' Mobilization of equipment to site. 1,500.00 1,500.00T Portable bridge rental,mobilization and demobilization. 1,000.00 1,000.00T Excavator with operator and laborer, 10 hours. 3,300.00 3,300.00T Demobilization of equipment from site. 1,500.00 1,500.00T Project Management and administration, 10 hours. 950.00 950.00'1 Exclusions: Permits,Traffic Control Plan,TESC and river hank restoration,Silt Curtains.Water Diversion Assumptions:In water work can be done in 10 hours or less.REES will have access to adjacent driveway for equipment drop off and loading.REES is not responsible for any down river damage resulting from logs once removed from log jam/area of concern. Phone: 425/584-7089 Sales Tax(10.0%) $951.50 Dan Kuhn,Estimator Total 510,466.50 E-mail. DKUHN@RIVERS.CITY We propose to furnish labor and materials in a complete accordance with the above specifications for the stated Total Sum plus unit price if applicable Terms of payment are net 30 days from invoice date All work and materials are presented with limitations as specified All work is to he completed in a workmanlike manner according to standard practices. Any deviation from above specifications involving extra work and additional costs will be executed only upon written change orders and will become an extra cost over and above the quoted price. The total quoted price do not include all applicated taxes unless noted Price is good for 30 days Signature of Authorized Representative Printed Name TITLE/COMPANY Date CITY OF Declaration of Option UBT T For Performance Bond or U Additional Retainage WASHINGTON (Contracts Under $150,000 only) Project No. EM2001, A Street Log Jam Contract No. 20-04 Note: This form must be submitted at the time the Contractor executes the Contract. The Contractor shall designate the option desired by checking the appropriate space. Rivers Edge Environmental Service, Inc. PO Box 908 Black Diamond, WA, 98010 The Contractor elects to: 1. Furnish a performance bond in the amount of the total contract sum, in which case the City shall hold back retainage in the amount of five percent (5%.) An executed performance bond on the required sum is included with the executed contract / documents. 0 2. Have the City retain, in lieu of performance bond, ten percent (10%) of the total contract amount for a period of thirty (30) days after final acceptance or until receipt of all necessary releases from the State Department of Revenue and the Department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW, whichever is later. In choosing Option 2, the Contractor agrees that if the Contractor, its heirs, executors, administrators, successors, or assigns shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract, and shall faithfully perform all the provisions of such contract and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of the Contract that may hereafter be made, at the time and in the manner therein specified, and shall pay all laborers, mechanics, subcontractors, and materialmen, and all persons who shall supply such person or persons, or subcontractors, with provisions and supplies for the carrying on of such work, on his or her part, and shall indemnify, defend and hold harmless the City of Auburn and its officials, agents, and employees from any claim for such payment, then the funds retained in lieu of a performance bond shall be released at the time provided in said Option 2; otherwise, the funds shall be retained until the Contractor fulfills the said obligations. Contractor Signature(/sr-- k Printed Name (ck riv✓1 Vti\ (oft Title C-1 I/1/k Date 2 2411 ITT ENG-114, Revised 11/18 I • CITY O,AijF F _J jg Nancy Backus, Mayor WASH I NGTON 25 West Main Street * Auburn WA 98001-4998 * www auburnwa gov * 253-931-3000 EMERGENCY PROCLAMATION 2020-01 A PROCLAMATION OF EMERGENCY; WAIVING CERTAIN CONTRACTING AND BUDGET REQUIREMENTS, AUTHORIZING STAFF TO IMPLMENT EMERGENCY PURCHASING REQUIREMENTS, AND TO TAKE OTHER STEPS IN RESPONSE TO THE EMERGENCY WHEREAS, on February 5, 2020, the State of Washington proclaimed a State of Emergency existed in several counties including but not limited to King and Pierce counties related to a severe winter storm event that began on January 20, 2020 under State Proclamation 20-02; and WHEREAS, the storm affected City of Auburn roads, causing temporary closures of roads due to road conditions, and depositing significant debris in the White River upstream of the City's A Street SE Bridge with the potential to cause further flooding, and resulting in the need to enter into emergency contracts; and WHEREAS, the impact of the storm affects life, health, property, or the public peace; and WHEREAS, I have determined that it is necessary for the City to take actions authorized under Chapters 2.75 (Emergency Preparedness) and 3.10.050 (Emergency Purchases-Authorization) of the Auburn City Code ("ACC") and Chapter 38.52 (Emergency Management) of the Revised Code of Washington ("RCW") including, but Proclamation 2020-01 February 20,2020 1 Page 1 of 4 A not limited to, the definitions in RCW 38.52.010, the authorizations in RCW 38.52.070 and RCW 38.52.110, the liability, immunity, and indemnification provisions of RCW 38.52.180, et. seq. NOW THEREFORE I, Nancy Backus, Mayor of the City of Auburn, Proclaim as follows: Section 1. I declare there an emergency has been caused by a severe rain and flooding storm in Western Washington that had a significant impact to the City of Auburn. Section 2. As authorized by ACC 2.75.090, I assume the authority to enter into contracts and incur obligations, and to take any other appropriate action necessary to address and respond to the emergency to protect the health and safety of persons and properties, and to provide emergency assistance to persons affected by this emergency. Section 3. These powers will be exercised in light of the exigencies of the situation without regard to time-consuming procedures and formalities prescribed by State statutes and rules, or by City ordinance (except for mandatory constitutional requirements). These include but are not limited to budget law limitations, requirements for competitive bidding, publication of notices related to the performance of public work, entering into contracts, incurring of obligations, employment of temporary workers, rental of equipment, purchase of supplies and equipment, levying of taxes, City- performed or directed work in areas of the City that are subject to moratoria, and the appropriation and expenditure of funds. Proclamation 2020-01 February 20,2020 Page 2 of 4 Section 4. I delegate to Department heads and their designees the authority to solicit quotes and estimates for contracts necessary to combat the emergency and any emergency condition. Department heads may enter into contracts in an amount not to exceed Twenty-Five Thousand Dollars ($25,000). Contracts over this amount will be signed by the Mayor. Section 5. City staff will take whatever action is determined to be appropriate to respond to the emergency conditions. Department heads and their designees are directed to implement the emergency purchasing procedures in ACC 2.75.110 for any supplies, materials, and equipment necessary to combat the emergency. Section 6. I declare that the actions authorized by this Proclamation are necessary to avoid an imminent threat to the public health or safety, to prevent an imminent danger to public and private property, and to prevent an imminent threat of serious environmental degradation, and these actions must be taken within an appropriate time to respond to the emergency. Section 7. As soon as practicable I will advise and consult with the City Council with respect to all actions taken under the authority of this Proclamation. Any contract entered into under the authority of this Proclamation will be presented to the City Council at the earliest practical time for review and appropriate legislation. Section 8. This Proclamation will take effect on my signature, and will remain in effect until I rescind it in writing. Dated and signed: 2 ' Ld ` 2.6 Proclamation 2020-01 February 20,2020 Page 3 of 4 CITY OF AUBURN • J lark.— .) ANCY : ' S, A'OR Proclamation 2020-01 February 20,2020 Page 4 of 4