Loading...
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