HomeMy WebLinkAbout10-033 - Green River Construction - 2010 Annual Sewer Repair (near 13050 48th Avenue South)Contractor/
Vendor Name:
Address:
Telephone:
Green River Construction, Inc.
6402 S. 144 St.
Tukwila, WA 98168 -4636
(206)246 -9456
Please initial all attachments, then sign and return copies one and two to:
City of Tukwila, !%y�7(ic C Department, 6200 Southcenter Boulevard, Tukwila, Washington
98188.
Retain copy three for your records until a fully executed copy is returned to you.
AGREEMENT
This Agreement, made and entered into this 61 day of CIre i1 20 U by
and between the City of Tukwila, hereinafter called the City, and Green River Construction, Inc.,
hereinafter called the Contractor.
The City and the Contractor hereby agree as follows:
1. SCOPE OF WORK
30 LF of existing sidewalk, curb gutter and asphalt street pavement near 13050 48 Avenue
South shall be removed and waste hauled and replaced matching the existing improvements and
grades.
The pavement is 6 feet wide and the thickness is assumed to be 6 inches. The contractor shall
over excavate existing sub -grade a minimum 15 inches and replace with compacted 5/8 inch
crushed rock and patched with asphalt per Detail RS -03.
The contractor shall provide traffic control and temporary signage during construction.
Per the specifications of the 2008 Standard Specifications for Road, Bridges, and Municipal
Construction, the contractor shall provide a new frame and cover per Detail #SS -11 for the
existing sanitary sewer manhole.
2. TIME OF COMPLETION
The work shall be commenced
CITY OF TUKWILA
Short Form Contract
Project No.
10 -033
Council Approval N/A
Budget Item: qd2- r 514. 353.5t 60
Project Name: 2010 Annual Sewer
Repair Program
iGYI a90), )(And be completed no later than L ?--,d)l D
4. PAYMENTS
The City shall make payments on account of the contract at completion of project.
3. CONTRACT SUM
The City shall pay the Contractor for the performance of the work the sum of $8,950.00 plus
applicable Washington State sales tax.
5. ACCEPTANCE AND FINAL PAYMENT
Final payment shall be due 10 days after completion of the work, provided the contract is fully
performed and accepted.
6. GENERAL CONDITIONS
The City and the Contractor agree upon the following general conditions which shall govern:
A. Contract Documents
The contract includes this Agreement, Scope of Work and Payment Exhibit.
The intent of these documents is to include all labor, materials, appliances and services of
every kind necessary for the proper execution of work, and the terms and conditions of
payment therefore.
/ga r /6 /G/ S
The documents are to be considered as one, and whatever is called for by any one of the
documents shall be as binding as if called for by all.
The Contractor agrees to verify all measurements set forth in the above documents and to
report all differences in measurements before commencing to perform any work hereunder.
B. Materials, Appliances and Employees
Except as otherwise noted, the Contractor shall provide and pay for all materials, labor, tools,
water, power and other items necessary to complete the work.
Unless otherwise specified, all material shall be new, and both workmanship and materials
shall be of good quality.
Contractor warrants that all workmen and subcontractors shall be skilled in their trades.
C. Surveys, Permits and Regulations
The City shall furnish all surveys unless otherwise specified. Permits and licenses necessary for
the prosecution of the work shall be secured and paid for by the Contractor. Easements for
peitnanent structures or permanent changes in existing facilities shall be secured and paid for by
the City unless otherwise specified. The Contractor shall comply with all laws and regulations
bearing on the conduct of the work and shall notify the City in writing if the drawings and
specifications are at variance therewith.
D. Protection of Work, Property and Persons
The Contractor shall adequately protect the work, adjacent property and the public and shall be
responsible for any damage or injury due to his act or neglect.
E. Access to Work
The Contractor shall permit and facilitate observation of the work by the City and its agents and
public authorities at all times.
F. Changes in the Work
The City may order changes in the work, the contract sum being adjusted accordingly. All such
orders and adjustments shall be in writing. Claims by the Contractor for extra cost must be
made in writing before executing the work involved.
G. Correction of Work
The Contractor shall re- execute any work that fails to conform to the requirements of the
contract and that appears during the progress of the work, and shall remedy any defects due to
faulty materials or workmanship which appear within a period of one year from date of
completion of the contract and final acceptance of the work by the City unless the manufacturer
of the equipment or materials has a warranty for a longer period of time, which warranties shall
be assigned by Contractor to City. The provisions of this article apply to work done by
subcontractors as well as to work done by direct employees of the Contractor.
H. Owner's Right to Terminate Contract
Should the Contractor neglect to prosecute the work properly, or fail to perform any provision
of the contract, the City, after seven days' written notice to the contractor, and his surety, if any,
may without prejudice to any other remedy the City may have, make good the deficiencies and
may deduct the cost thereof from the payment then or thereafter due the Contract or, at the
City's option, may telliiinate the contract and take possession of all materials, tools, appliances
and finish work by such means as the City sees fit, and if the unpaid balance of the contract
price exceeds the expense of finishing the work, such excess shall be paid to the Contractor, but
if such expense exceeds such unpaid balance, the Contractor shall pay the difference to the City.
I. Payments
Payments shall be made as provided in the Agreements. Payments otherwise due may be
withheld on account of defective work not remedied, liens filed, damage by the Contractor to
others not adjusted, or failure to make payments properly to the subcontractors.
J. Contractor's Liability Insurance
Contractor will carry public liability and property damage insurance with carriers satisfactory to
the City, in the following amounts:
$50,000 property damage
500,000 public liability (each person)
$1,000,000 public liability (each occurrence)
-2-
with endorsements naming the City as an additional insured and will provide the City with
certificates of insurance prior to start of construction and with 30 days notice prior to
cancellation.
K. Performance Bond
The Contractor shall furnish to the City prior to start of construction a performance bond in an
amount of 100% of the contract in a form acceptable to the City. In Iieu of bond for contracts
less than $25,000, the City may, at the Contractor's option, hold 5% of the contract amount as
retainage for a period of 30 days after final acceptance or until receipt of all necessary releases
from the Department of Revenue and the Department of Labor and Industries and settlement of
any liens, whichever is later.
L. Liens
The final payment shall not be due until the Contractor has delivered to the City a complete
release of all liens arising out of this contract or receipts in full covering all labor and materials
for which a lien could be filed, or a bond satisfactory to the City indemnifying the City against
any lien.
M. Separate Contracts
The City has the right to let other contracts in connection with the work and the Contractor shall
properly cooperate with any such other contracts.
N. Attorneys Fees and Costs
In the event of legal action hereunder, the prevailing party shall be entitled to recover its
reasonable attorney fees and costs.
O. Cleaning Up
The Contractor shall keep the premises free from accumulation of waste material and rubbish
and at the completion of the work he shall remove from the premises all rubbish, implements
and surplus materials and leave the building broom clean.
P. Indemnification
The Contractor shall indemnify, defend and hold harmless the City, its officers, agents and
employees, from and against any and all claims, losses or liability, including attorney's fees,
arising from injury or death to persons or damage to property occasioned by an act, omission or
failure of the Contractor, its officers, agents and employees, in performing the work required by
this Agreement. With respect to the performance of this Agreement and as to claims against the
City, its officers, agents and employees, the Contractor expressly waives its immunity under
Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its
employees and agrees that the obligation to indemnify, defend and hold harmless provided for
in this paragraph extends to any claim brought by or on behalf of any employee of the
contractor. This waiver is mutually negotiated by the parties. This paragraph shall not apply to
any damage resulting from the sole negligence of the City, its agents and employees. To the
extent any of the damages referenced by this paragraph were caused by or resulted from the
concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend
and hold harmless is valid and enforceable only to the extent of the negligence of the
Contractor, its officers, agents, and employees.
Q. Prevailing Wages
The Contractor shall pay all laborers, workmen and mechanics the prevailing wage and shall
file the required "Statement of Intent to Pay Prevailing Wages" in conformance with RCW
39.12.040.
R. Discrimination Prohibited
The Contractor shall comply with all Equal Employment Opportunity regulations and shall not
discriminate against any employee, applicant for employment, or any person seeking the
services of the Contractor on the basis of race, color, religion, creed, sex, age, national origin,
marital status or the presence of any sensory, mental or physical handicap.
MITNESS WHEREOF, the parties hereto executed this Agreement the day and year first
abo- rritten.
CI 1 OF TUKWILA
By: 31 0: /41 B k
Signatur 0 Sig *ure
n C Cf It) Printed Name:N 1 Lf Z.{
Title: Y y 1 a ti
Date: .'e- o
ATTEST /AUTHENTICATED:
City Cl'r c
APPROVED AS TO FORM:
Office of the City Attorney
BY:
Title: A
Date: '///C?
(1) 1" DIAMETER
PICKHOLE
COVER PLAN
2 -1/2 f
25"
MACHINE
GROUND
SEAT.
NOTES:
SECTION A -A
GRAY IRON LOCKING
COVER
City of
Tukwila
3 BOLTHOLES
J
A B
314" LETTERING
1 -1/4" LETTERING
1-1/2" f
1" 26 -3/4"
3/4"
FRAME PLAN
25 -1/4"
34 -1/8"
SECTION B -B
GRAY IRON FRAME
1. FRAME TO BE GROUTED
2. COVER TO BE EJIW CATALOG NUMBER 3717C1PT, AND PRODUCT NUMBER
NCR07- 2775B, WITH THE SEAL OF TUKWILA, AND LEGENDS 1908, 2008, AND SEWER.
3. FRAME TO BE EJIW CATALOG NUMBER 3705CPT, OR EQUAL.
4. INSTALL SO THAT BOLT HOLES ALIGN WITH CENTER OF LADDER.
4 WEBS, 3/4" THICK
1 24"
r 1 1
1/ MACHINE GROUND SEAT.
V ////1
5"
SEWER MANHOLE
24" FRAME WITH COVER
SHEET: SS -11
REVISION #1: 08.03 1 LAST REVISION: 03.08
APPROVAL: 13. GIBERSON
NOT TO SCALE
112' R (TYP.)
DRIVEWAY^
NOTES:
6' -0'
F
VARIES
.0'
RAMP WITH 12H:1V
SLOPE (TYP.) JJJ
VARIES: 14' MIN.1
6' -0' 6 6
RAMP RAMP
6'
318' EXPANSION JOINT (TYP.)
SECTION
City of
Tukwila
2% MAX
CEMENT
CONCRETE
SIDEWALK
6' -0'
316' EXPANSION
VARIES: 14' MIN.
i
r I
M I
CEMENT CONCRETE
CURB AND GUTTER
PLAN VIEW
CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 1
CEMENT C DNCRETE PEDESTRIAN J. 6' 6" r
y CURB (T YP.) l I 4.
6 .J L
CEMENT CONCRETE 6' 316' EXPANSION JOINT (TYP.)
SIDEWALK SECTION
CEMENT CONCRETE
PEDESTRIAN CURB (TYP.)
DRIVEWAY
FLUSH
DEPRESSED
CURB AND GUTTER
CEMI NT CONCRETE
PED :STRIAN CURB (TYP.)
DEPRESSED
CURB AND GUTTER
CEMENT CONCRETE
SIDEWALK
CEMENT CONCRETE
CURB AND GUTTER
RAMP WITH 12H:1V
SLOPE (TYP.)
TYPE 1 ISOMETRIC VIEW
1. THIS ALTERNATE SHOULD BE USED ONLY AFTER STUDYING CLOSENESS OF DRIVEWAYS,
DRAINAGE, TOPOGRAPHY, DRIVEWAY GRADES, ETC.
2. CONCRETE SHALL BE CLASS 4000.
3. INSPECTION REQURED BEFORE PLACING CONCRETE. AT LEAST 24 HOUR NOTICE MUST BE
GIVEN TO TUKWILA PUBLIC WORKS DEPARTMENT.
4. ALL DRIVEWAY APRONS SHALL BE A MINIMUM OF 6" THICK.
5. WHERE DRIVEWAY WIDTHS EXCEED 15', A 3/8" X 5 -1/2" EXPANSION JOINT SHALL BE PLACED
LONGITUDINALLY ALONG THE CENTERLINE.
6. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH APWA/WSDOT PLANS AND
SPECIFICATIONS OR AS DIRECTED BY THE CITY OF TUKWILA.
7. AN ASPHALT APRON MAY BE USED IN AREAS WHERE NO CURB EXISTS.
8. REMOVAL OF EXISTING CONCRETE CURB, GUTTER OR SIDEWALK SHALL BE SAW CUT TO THE
NEXT CONSTRUCTION JOINT.
NOT TO SCALE
RESIDENTIAL DRIVEWAY
ALTERNATE 1 OF 3
SHEET: RS -08A
REVISION #1: 08.03 I LAST REVISION: 04.08
APPROVAL: BOB GIBERSON, CITY ENGINEER
A
ti
A
3" WIDE EDGER FINISH
3/8" FULL DEPTH
EXPANSION JOINT
CURB 8 GUTTER
(SEE RS -08A)
V /YXX/YXX,
NOTES:
SEE TMC 9.48.040
2% MAX.
18 -18
THICKENED EDGE
ON RADIUS
SECTION A -A
City of
Tukwila
MINOR PRINICIPAL TUKWILA
ARTERIAL* ARTERIAL* URBAN CENTER
(SEE NOTE 1)
5'
CURB RAMP MIN. 4' LANDING
(SEE RS -12)
s 2
5/8° MINUS
CRUSHED ROCK
SHEET:
REVISION #1:
APPROVAL:
SIDEWALK WIDTHS
SCORE JOINTS EVERY 5'
S' -r 5'
PLAN VIEW
6' 6'
I i
1 15'
EXPANSION JOINTS EVERY 15'
1' WIDE X 3/8" DEEP SCORE JOINTS
4"
9I 771
`-3/8" X 3.5" EXPANSION JOINT
ELEVATION
1. SIDEWALKS SHALL BE A MINIMUM OF 8 FEET WIDE AT BUS STOPS AND PULLOUTS, OR
WHERE THE SPEED LIMIT IS OVER 35 MPH, OR WHERE A TRAIL AND SIDEWALK ARE
COMBINED.
2. PLACE CEMENT CONCRETE OVER 2" OF 5/8" MINUS CRUSHED ROCK OR AS SPECIFIED
IN THE CURRENT APWANUSDOT STANDARD SPECIFICATIONS.
3. REMOVE EXISTING CONCRETE CURB, GUTTER OR SIDEWALK TO THE NEAREST JOINT;
SCORE JOINTS MUST BE SAW CUT AND REPLACED WITH NEW.
SIDEWALK
RS -11
08.03 I LAST REVISION: 04.08
BOB GIBERSON, CITY ENGINEER
NOT TO SCALE
4
EXISTING ASPHALT PAVEMENT
NOTES:
ASPHALT CONCRETE OR BITUMINOUS
PLANT MIX REPLACEMENT PATCH
CUT WITH PNEUMATIC
PAVEMENT CUTTER
EXTRA RIGID BASE
518' MINUS COMPACTED
CRUSHED ROCK UNLESS
OTHERWISE ORDERED BY
THE CITY
SAW CUT
EXISTING OIL MAT
518" MINUS COMPACTED
CRUSHED ROCK UNLESS
OTHERWISE ORDERED BY
THE CITY
DEPTH DETERMINED
BY CITY
City of
Tukwila
CONCRETE 150% OF
EXISTING DEPTH
TYPICAL PATCH FOR RIGID PAVEMENT
ASPHALT CONCRETE OR BITUMINOUS
PLANT MIX REPLACEMENT PATCH
150% OF EXISTING DEPTH
TYPICAL PATCH FOR FLEXIBLE PAVEMENT
SHEET: RS -03
REVISION #1: 08.03
I APPROVAL: B. SHELTON
SAW CUT
EXISTING CONCRETE PAVEMENT
518" MINUS COMPACTED
CRUSHED ROCK UNLESS
OTHERWISE ORDERED BY
THE CITY
SAW CUT
EXISTING ASPHALT
PAVEMENT
518" MINUS COMPACTED
CRUSHED ROCK UNLESS
OTHERWISE ORDERED BY
THE CITY
1. ALL WORK TO CONFORM TO THE CURRENT WSDOT /APWA STANDARD SPECIFICATIONS FOR
ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION.
2. A MINIMUM OF A ONE YEAR GUARANTEE IS REQUIRED ON ALL PAVEMENT PATCHING AND
OVERLAYS.
3. CONTROLLED DENSITY ALL IN PLACE OF CRUSHED ROCK MATERIAL MAY BE REQUIRED IN
CASES OF RECENT PAVEMENT OVERLAY, OR AS DIRECTED BY CITY ENGINEER.
PAVEMENT RESTORATION
NOT TO SCALE
Jr
LOCATION OF
SIDEWALK REPAIR N CityGIS
517 ft
Copyright 2006 All Rights Reserved The information contained herein is the prorrietary property of the
contributor supplied under license and may not be approved except as licensed by Digital Map Products.
http://maps.digitalmapeentral.com/production/CityGIS/v07_01_062/index.html 01/27/2010