Loading...
Blackline, Inc ~ CP13008 City of Tigard 13125 S`N'Hall Blvd. CONTRACT CHANGE ORDER/ Tigard, Oregon 97223 Phone g P , {503) 639-4171 AMENDMENT SUMMARY FORM Fax (503) 684-729,, Is www.ngard-or.gov Project Title: Pavement Management—Slurry Seal Project Manager: Mike McCarthy Contractor: Blackline, Inc. Original Contract#: CP13008 Effective Dates: 7/1/13 Chane Order/Amendment Amount: $ 1,785.90 Accounting String: 640-/44-- Amendment Percentage Running Total: N/A AMENDMENT DETAILS This is a bookkeeping change order to adjust final quantities to match the amount of work actuaRy performed CHANGE ORDER DETAILS UNIT QTY UNIT$ 1 TOTAL$ Original Contract 343,823.00 Revised Contract Amount 345,608.90 Net Reduction 1,785.90 REASONING FOR CHANGE ORDER/AMENDMENT Actual quantities were slightly lower than anticipated. t U ST NG PROJET MANAGER APPRd G CITY STAFF i ature ' Signature _ - —- - - ,- 2- 2-0t-6 Date Date Contractor is hereby authorized by the City of Tigard to perform CONTRACTOR the additional work described below in accordance with the terms See Change Order No. 1 Attached and conditions detailed in the original contract along with all g applicable rules, regulations, and laws that may be in effect for the work. The unit pricing in the original contract shall apply to Signature all additional work. A copy of this form, once completed, is to be forwarded to the Purchasing Office to ensure all changes to the encumbrances are met. Remember—the cumulative total of Amendments cannot exceed 25%of the original contract. r Date CITY OF TIGARD M CHANGE ORDER NO. 1 Project/Contract No.: 2013-95001 Slurry tI CP 1160q Contractor Name & Address: 2013 Pavement Management Program—Slurry Seal Blackline, Inc. P.O. Box 28807 Work Location: Various streets around Tigard Spokane,WA 99228 Contractor and the City of Tigard agree on the quantities described below in accordance with the terms and conditions detailed in the original contract along with all applicable rules, regulations, and laws that may be in effect for the work. The unit pricing in the original contract shall apply. Description of the Work(include specification ifnon standard items): This is a bookkeeping change order to adjust final quantities to match the amount of work actually performed. Description of Additional Work Unit Quantity Unit$ Total$ Te II Slurry Seal SY 258,740 $1.30 $336,362.00 Pavement Marking—Stop Bar LF 808 $8.25 $6,666.00 Pavement Marking—Bump EA 14 $3.25 $45.50 Pavement Marking—School Crossing EA 2 $8.00 416.00 Pavement Marking—Continental Crosswalk SF 90 $8.15 $733.50 Revised Contract Amount $343,823.00 Original Contract Amount $345,608.90 Net Reduction $1,785.90 CITY OF TIGARD CONTRACTOR Signature: Signature: P , Name: Michael D. McCarthy Name: Glenn Brooks Title: Project Engineer Title: Vice President Date: August 19, 2013 Date:August 76, 2013 Approved: Date e' �j Page 1 of 1 P 13©oy- Wi r � City of Tigard 13125 SW Hall Blvd Tigard, Oregon 97223 Phone: 503-639-4171 Fax:503-684-2797 CONTRACT DOCUMENTS for the construction of FY 2013-14 PAVEMENT MANAGEMENT PROGRAM SLURRY SERI, Project No.: CIP 2013-95001 pR?°'RFs GIN,c7 sPo 58358PE V AREGOJq9 a q�C DAVID M�'P2 EXP12 ( ?+ Z� Iii Approved y: tone,P,E.,City Engineer Bid Proposals Due& Bids Open:March 12,2013-2.00 PM Version: February 27,2012 CITY OF TIGARD, OREGON CONTRACT DOCUMENTS FY 2013-14 PAVEMENT MANAGEMENT PROGRAM Slurry Seal DATE DUE: March 12, 2013 TIME DUE: 2:00 PM Envelopes must be sealed and marked with Project title. Bidders must submit one (1) original of their Bid. If a bid exceeds $100,000,Bidders must submit a First Tier Subcontractor Disclosure Form,Provided in this packet, to the City no later than 4:00 PM,March 12,2013. PROJECT MANAGER: QUESTIONS REGARDING THE BID: Mike McCarthy, P.E. Joe Barrett, Sr. Management Analyst City of Tigard, Public Works Engineering City of Tigard, Procurement Office Phone: 503-718-2462 Phone: 503-718-2477 Fax: 503-624-0752 Fax: 503-684-2797 _Email: mikem c@3i tigard-orFgov Email: joset)h&�r ov SUBMIT BIDS TO: ,doe Barrett, Sr. Management Analyst City of Tigard—Information Desk 13125 SW Hall Blvd Tigard, Oregon 97223 Page 2 CITY OF TIGARD ADVERTISEMENT FOR BIDS FY 2013-14 PAVEMENT MANAGEMENT PROGRAM SLURRY SEAL The City of Tigard will receive sealed bids from qualified firms at Tigard City Hall's Utility Billing Counter at 13125 SW Hall Blvd., Tigard, Oregon 97223 until 2:00 PM local time, March 12, 2013 for the FY 2013-14 Pavement Management Program - Slurry Seal construction project. Bids will be opened and publicly read aloud immediately after the bid's closing time and date at Tigard City Hall. The project,Slurry Seal,generally consists of the following: 1. Application of slurry seal on residential streets 2. Application of pavement striping and markings on residential streets 3. Temporary signage,protection,and traffic control 4. Performance of additional and incidental work as called for by the specifications and plans. Pursuant to Tigard Public Contracting Mule 30.055, all bidders must submit a bid security to the City along with their bid in an amount equal to ten percent (10%) of their base bid. In the event a bid exceeds $100,000, Bidders must submit a First Tier Subcontractor Disclosure Form, provided in this packet, to the City no later than 4:00 PM local dme,Match 12,2013. The City anticipates this will be a prevailing wage rate project The provisions of ORS Chapters 279A and 2790 and all other Oregon and Federal provisions pertaining to minimum salaries and wages shall be incorporated by reference as if fully set forth in any contract resulting from this Invitation to Bid. Contractor shall provide proof to the City prior to the beginning of any of the work that the Contractor has filed a public works bond with a corporate surety in the amount of $30,000 with the Construction Contractors Board as requited under Oregon P'Xa law. No bid will be considered unless fully completed in a manner provided in the bid packet. Facsimile and electronic (email) bids will not be accepted not will bids be accepted after the stated opening date and time. Bids received after the closing time will be returned to the submitting firm unopened after a contract has been awarded for the required services. Bid packets may be obtained in person at Tigard City Hall's Utility Billing Counter located at 13125 SW Hall Blvd., Tigard, Oregon 97223, or by contacting Joe Barrett, Sr. Management Analyst, at either (503) 718-2477 or joss h ti and-or, ov. The City may reject any bid not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any or all bids upon a funding of the City if it is in the public interest to do so. Published: Daily Journal of Commerce Date: February 28, 2013 and March 4,2013 Published: ward Times Date: February 28, 2013 and March 7,2013 31PLi4e TABLE OF CONTENTS TITLE PAGE TitleTage........ --------------------------------------------------- ---------------------------- l Advertisement for Bids_-------_-_----.--_—.-_--_---.-.'3 Table ofContents ---''----'---------------_---_-_-----.4 INSTRUCTIONS TO BIDDERS Section 00120 Bidding Requirementsund Procedures--- --------------------------------------- __5 Section 00130 Award and Execution of Contract—.............. ....... _______ 15 BID BOOKLET Attachment Proposal Bid Schedule).... ---------------__ ...... -------.......... Attachment Acknowledgement of Addenda---------------------------------------------------------- Attachment Bid Certifications .............. ----------------------------------------------------------------.�~ Attachment First Tier Subcontract Disclosure Form %8 Attachment Bid Bond Form ------- ........................................... -------------- .........27 CONTRACT BOOKLET Attachment Public Improvement Cooucuot-- -------------------------------------------- --------38 Attachment Performance Bond Form ------------- - ............. 43 Attachment HtBond Form\_.______._______________..___.____45 ��t�zhoueotl General Co .____...... Attachment Special Provisions-.______-----__-----------_--___.______49 A1tuchoocntM Standard Details----------------------------------------------------------------------- 55 Attachment Oregon I9(]Ll Prevailing Wage Rates------------------------ ........................5G DRAWINGS IY20I3-14Pavement Management Program - S|nrrvSeal Dated February 201� IJ i � zu�ou�� 14 ^="^"^^/ , c��zo�a�u�cm SECTION 00120- BIDDING REQUIREMENTS AND PROCEDURES This Section replaces Section 00120 of the 2008 edition of the Oregon Standard.Specifications for Construction. 00120.00 Bid Closing Time and Date-The advertisement,included in the Bid Booklet sets the deadline date and time for submitting bids. 00120.01 General Bidding Requirements-Bidders may obtain and submit Bids by paper before the deadline stated in the Advertisement for Bid and at the location stated in the Advertisement for Bid. 00120.05 Requests for Solicitation Documents - Informational Plans and Specifications (not for bidding) are available at the City of Tigard, 13125 SW Hall Blvd.Tigard, OR 97223 at no charge. Copies of the Oregon Standard Specifications may be purchased at the.ODOT Procurement Office- Construction, Contractor Plans,455 Airport Road SE,Building K,Salem, Oregon 97301-5348 (telephone (503) 986-6936). The Oregon Standard Specification can be obtained on line free of charge at: ht wv,vw.ore n, ov ODCJ'T HWY SPECS standard s ecifications,shtaril. (a) Paper Bids -Bidders must obtain Solicitation Documents from the Cit} of Tigard, 13125 SW Hall Blvd.,Tigard, OR 97223. Each request must include both the name of the person ordering or obtaining the Solicitation Documents,and the name of the Entity intending to use them. (.[be City will add the name of the Entity intending to use the Solicitation Documents to the list of Holders of Bidding Plans.) Bidders are cautioned that only Solicitation Documents obtained from the City of Tigard may be used to submit Bids. (b) Standards and Specifications-The work embraced herein shall be done in accordance with the following standards and specifications. City of Tigard Public Improvement Design Standards.........Download from the City's web site Supplementary General Conditions,,,-,.......... ------- ................... --_ Included in the Bid Booklet - Oregon Standard Specifications Version 2008------ ------------------------ ----- vailable from ODOT (See web site address above) Copies of these standards and specifications can be found at the locations stated above. 00120.10 Biel Booklet-The Bid Booklet may include,but is not limited to: • Proposal • Acknowledgement of Addenda • Bid Certifications • First Tier Subcontractor Disclosure • Bid Bond By signing the Certificate of non-collusion,Bidder certifies that this bid/proposal has been arrived at independently and has been submitted without collusion designed to limit independent bidding or competition. 511' <, : 00120.15 Examination of Work Site and Solicitation Documents;Considerations of Conditions to be Encountered -Before submitting a Bid,Bidders shall carefully examine the site of the proposed Work, the Bid Booklet, Plans, and Specifications. Bidders shall also contact Utility owners to verify all Utihties'anticipated involvement on the Project Site. Bidders are also encouraged to review any subsurface investigation material referenced in 00120.25 that may be available. Submission of a Bid will, constitute confirmation that the Bidder has examined the Project Site and Solicitation Documents, finds the Plans and Specifications to be sufficiently detailed and accurate to enable Bidder to properly perform the Fork,and understands the conditions to be encountered in performing the Fork and all requirements of the Contract. The City and its employees will not be responsible for loss or unanticipated costs suffered by the Bidder because of the Bidder's failure to become fully informed about all conditions of the Work,or failure to request clarification of Plans and Specifications Bidder believes to be erroneous or incomplete. (a) Clarifications -Any clarification of Plans and Specifications needed by the Bidder shall be requested in writing through the Procurement Office. Requests shall be made in sufficient time for the Agency's reply to reach all Bidders before Bid Closing. Oral explanations or interpretations given before receiving Bids for a Project will not be binding. To be binding, interpretation of the Plans and Specifications by the City must be made by written Addendum furnished to all Holders of Bidding Plans according to 00120.30. Notification of erroneous or incomplete Plans or Specifications shall also be submitted to the Procurement Office. Such notification shall also be made in sufficient time for the City to make any necessary modifications and issue Addenda to Bidders prior to Bid Closing. (b) Protest of Specifications or Terms -A bidder who believes any specifications or terms detailedin the bid packet or sample contract(Attachment F) are unnecessarily restrictive or limit competition may submit a protest in writing,to the Procurement Office. A protest may be submitted via facsimile. Any such protest shall include the reasons for the protest and shall detail any proposed changes to the specifications or terms. The Procurement Office shall respond to any protest and,if necessary, shall issue any appropriate revisions, substitutions,or clarification via addenda to all interested Bidders. To be considered,pretests must be received at least seven- (7) calendar days before the bid closing date. The City shall not consider any protest against award due to the content of bid specifications or contract terms submitted after the established protest deadline. fill protests should be directed to the Procurement Office and be marked as follows: Bid Specification/Term Protest FY 201.3-14 Pavement Management Program—Slurry Seal-March 12,2013 City of Tigard Attn: Joe Barrett,Sr. Management Analyst 13125 SW Hall Blvd. Tigard, Oregon 97223 If a bid protest is receivedin accordance with section above,the bid opening date may be extended if necessary to allow consideration of the protest and issuance of any necessary addenda to the bid documents. 61 i' ,r .. The City is not obligated to consider any protests unless the issue has first been submitted for clarification and a decision issued under subparagraph (a) above. 00120.16 Material,Equipment,and Method Substitutions -When the Contract specifies certain Materials,Equipment,and/or methods, the Bidder shall include those Nfaterials, Equipment,and/or methods in the Bid unless the Engineer has issued an Addendum granting approval to substitute. The procedure for requesting approval is as follows; (a) Written Request- If a Bidder proposes to use Materials, Equipment and/or methods other than those specified, the Bidder shall send a written request to the Engineer,at least seven Calendar Days prior to Bid Opening,including complete descriptive and technical information on the proposed.Materials, Equipment and/or methods. (b) Functional Similarity-Materials and Equipment proposed for substitution shall be similar in design, and equal or better in duality and function to those specified. (c) Manufacturer's Information- If manufacturers' brochures or information is needed, the Bidder shall submit three copies of each with all pertinent information clearly marked. (d) Differences -The Bidder shall specifically note all differences between the specified Materials, Equipment and/or methods and the proposed substitutes. (e) Cost - Where a substitute will result in alteration of the design or space requirements, or any other modifications to the flans, the Bidder shall include in the substitution request all items of cost for the revised design and construction. (f) Notification of Holders of Bidding Plans - If the Engineer approves any proposed substitution, such approval, and any modifications necessitated to the design and construction by the substitution,will be acknowledged by Addenda.. Unless the Engineer has approved substitutions of Materials, Equipment, and/or methods prior to opening of Bids, the Bidder shall furnish the items specified in the Contract. Substitution after Award is specified in 00180.31(b), 00180.31(c), and 00180.31(d). 00120.17 Use of City-Owned Land for Staging or Storage Areas -The Contractor may use Agency-owned property for staging or storage areas,subject to the following limitations: (a) Within Normal Right-of--Way Limits - If approved by the Engineer, the Contractor may use available property within the normal Right--of-Way limits for the purpose of constructing improvements under the Contract. Where the City owns, or has rights to, other adjacent properties in the Project area, "normal Right-of-Way" is limited to a line drawn across that property connecting the normal Right-of-Way limits on either side of the property. (b) Outside Normal Right-of-Way Limits -The Contractor may not use City-owned property outside of normal Right-of-Way limits for the Project without the approval of the City. If a Bidder obtains approval before submitting a Bid, use of the property will be at no cost to the Contractor, or at a cost stated by the Engineer upon granting approval,as confirmed by Addendum. 7 J :L If approval is not obtained before submitting a Bid,and the Contractor proposes to use City-owned property outside the normal Right-of-Way limits, then use of the property may be approved by the Engineer,but the Contractor will be assessed fair market value, as determined by the Engineer, for use of the property. (c) Restrictions on Use -Contractors shall comply with all applicable laws, ordinances, and regulations pertaining to use of City-owned property,and shall: • Not cause unreasonable impacts on traffic and other facility users. • Clean up all hazardous materials deposited by, or resulting from, Contractor operations. • Be responsible for all costs associated with use of the property. 00120.20 Interpretation of Quantities in Bid Schedule- Quantities appearing in the Bid Schedule are approximate and are provided only for comparison of Bids. The City does not warrant that the actual individual items,amount of Work,or quantities will correspond to those shown in the Bid Schedule. Payment to the Contractor will be made only for actual quantities of Work performed and accepted or Materials famished and accepted,as required by the Contract. Quantities of Work to be performed and Materials to be furnished may each be increased,decreased, or omitted as provided in 00120.30 and 00140.30. 00120.25 Subsurface Investigations -If the City or its consultant has conducted subsurface or geologic investigations of the proposed Project Site, the results of the investigations may be included in written reports. If reports have been prepared,copies will be available at the Engineer's office. If the City has retained subsurface samples, they will also be available for inspection. Bidders and the Contractor may make arrangements for viewing the samples through the City's office. The availability-of subsurface information from the City is solely for the convenience of the Bidder and shall not relieve the Bidder or the Contractor of any risk, duty"to mare exanvnations and investigations as required by 00120.15,or other responsibility under the Contract Documents. It is mutually agreed to by all parties that: • The written report(s) are reference documents and not part of the Contract Documents. • The subsurface investigations made by the City are for the purpose of obtaining data for planning and design of the Project. • The data concerning borings is intended to represent with reasonable accuracy conditions and materials found in specific borings at the time the borings were made. 00120.30 Changes to Plans, Specifications, or Quantities before Opening of Bids -The City may modify the Solicitation Documents by issuance of an"Addendum" to all prospective bidders within a reasonable time prior to bid closing to allow bidders to consider them in preparing their bids, but in no case less than 413 hours before the bid closing. If an addendum is necessary after that time, the City,at its discretion,can extend the closing date. Any Addendum issued, as a result of any change in the Solicitation Documents, must be acknowledged by submitting the "Acknowledgment of Addendum" (1kttachment B) with a proposal. 81 it Only questions that are answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 00120.40 Preparation.of Bids: (a) Bidding Considerations - Bids roust be prepared on the Bid Proposal included an Attachment A and must be completed, signed,dated,and submitted prior to the closing date and time. All bids shall be prepared and submitted in ink or typewritten. By submitting a completed Bid Form, the Bidder is stating their conformance with all requirements of the Invitation to Bid which will be incorporated into any subsequent contract. Failure to comply with all requirements set forth in the Invitation to Bid may result in the rejection of a bid. Bidders may refer to the following Subsections for requirements that may affect bidding considerations: • 00120.80, Preference for Oregon Resident Bidders 00130.80,Restrictions on Commencement of Fork 00150.55, Coordination of Work • 00150.75,Protection and Maintenance of Work • 00160.20(a), Buy America - 00160.20(b), Buy Oregon • 00180.20, Subcontracting Limitations • 00180.21,Subcontracting • 00195.50(a-1), Incidentals 00195.00(a), Cost of Insurance and Bonds (b) Paper Bids --The Bidders shall not alter, in anv manner, the paper documents bound within the Bid Section. Bidders shall complete the certifications and statements included in the Bid Section of the Bid Booklet according to the instructions. Signature of the Bidder's authorized representative thereon constitutes the Bidder's confirmation of and agreement to all certifications and statements contained in the paper Bid Booklet. Entries in the Bid Section shall be in ink or typed. Signatures and initials shall be in ink, except for changes submitted by facsimile (FAX) transmission as provided by 00120.60 (in which case FAX signatures shall be considered originals). The.Bidder shall properly complete and bind all the paper documents in the Bid Section, as specified in 00120.10,between the front and back covers of the Bid Booklet, except that the Bid Bond is not required if another permissible type of Bid guaranty is provided. (see 00120-40(e)). (c) Recyclable Products -Bidders shall use recyclable products to the maximum extent economically feasible in the performance of the contract set forth in this document. (d) Bid Schedule Entries - Using figures,Bidders shall fill in all blank spaces in the paper Bid Schedule. For each item in the paper Bid Schedule,Bidders shall enter the unit price and the product of the unit price multiplied by the quantity given. The unit price shall be greater than zero, shall contain no more than two decimal places to the right of the decimal point, 91il . t and shall be expressed in U.S. dollars and cents (for example, $150.25 or$0.37). Bidders shall also enter the total amount of the Bid obtained by adding amounts for all items in the paper Bid Schedule. Corrections or changes of item entries shall be in ink, with incorrect entry lined out and correct entry entered and initialed. (e) Bidder's Address and Signature Pages - Bidders shall include in the Bid the address to which all communications concerning the Bid and Contract should be sent. The Bid must be signed by a duly authorized representative of the Bidder. (f) Bid Guaranty-All Bids shall be accompanied by a Bid guaranty in the amount of 10% of the total amount of the Bid. The Bid guaranty shall be either a Surety bond,irrevocable letter of credit issued by an insured institution as defined in CARS 706.008 or security in the form of a cashier's check or certified check made payable to the Agency. (see ORS 2790.365(4)). If a Surety bond is submitted, Bidders shall use the Agency's standard Bid Bond form included with the paper Bid Booklet. Bidders shall submit the bond with original signatures and the Surety's seal affixed. The Bid guaranty shall be submitted by mail, delivery service, or hand delivered to the offices and addresses, and at the times given in the paper Bid Booklet .Acceptable Surety companies are limited to those authorized to do business in the State of Oregon. Forfeiture of Bid guaranties is covered by 00130.60, and return of guaranties is covered by 00130.70. A Bidders bid security shall be forfeited if the Bidder fails to execute the contract promptly and properly if so awarded. The bid security of all unsuccessful bidders shall be returned after a contract has been executed or all bids have been rejected. (g) Disclosure of First-Tier Subcontractors - I£a Bidder's Bid on a public improvement Project exceeds $100,000,the Bidder shall,within two working hours of the time Bids are due to be submitted, submit to the Agency, on a form provided by the Agency, a disclosure identifying any first-tier Subcontractors that will furnish labor or labor and Materials, and whose contract value is equal to or greater than: • 5% of the total Project Bid,but at least$15,000;or • $350,000,regardless of the percentage of the total.Project Bid. For each Subcontractor listed,Bidders shall state: • The name of the Subcontractor; • The dollar amount of the subcontract;and • The category of Work that the Subcontractor would be performing. If no subcontracts subject to the above disclosure requirements are anticipated, a Bidder shall so indicate by entering"NONE" or by filling in the appropriate check box. For each Subcontractor listed,Bidders shall provide all requested information. An incomplete form will be cause for rejection of the Bid. The Subcontractor Disclosure Forza may be submitted for a paper Bid either: 10 � i' . _ c • By filling our the Subcontractor Disclosure Formincluded in the Bid Booklet and submitting it together with the laid at the time and place designated for receipt of Bids; • By removing it from the paper Bid Booklet, filling it out and submitting it separately to the Agency Procurement Office, at the address or FAX number given in the Bid Booklet. Subcontractor Disclosure Forms submitted by any method will be considered late if not received by the Procurement Office within two working hours of the time designated for receiving Bids. Bids not in compliance with the requirements of this Subsection will be considered non-responsive. 00120.45 Submittal of Bids: (a) Paper Bids - Paper bids may be submitted by mail,parcel delivery service,or hand delivery to the offices and addresses, and at the times given in.the Bid Booklet. Submit paper Bids in a sealed envelope marked with the word "Bid", the name of the Project, and the words "To Be Opened Only by Authorized Personnel" on the outside. If a delivery or courier service is used, the Bidder shall place the sealed envelope containing the paper Bid inside the delivery or courier service's envelope. Closing time for acceptance of paper Bids is the time stated in the Advertisement on the day of Bid Opening. Paper Bids submitted after the time set for receiving paper Bids will not be opened or considered. The Agency assumes no responsibility- for the receipt and return of late paper Bids. (la) Submission 7-One (1) original and one copy of the sealed Bid must be received before the stated closing time at the address listed below. To assure that your bid receives priority treatment,please mark as follows. FY 2013-14 Pavement Management Program—Slurry Seal Due: March 12,2013 City of Tigard—Utility Billing Counter Attn: Joe Barrett,Sr. Management Analyst 13125 SW Hall Blvd. Tigard, Oregon 97223 Bidders shall include their firm name and address on the outside of the envelope. It is the bidder's responsibility to ensure that bids are received prior to the stated closing time. The City shall not be responsible for the proper identification and handling of any bids submitted incorrectly. (c) Bid Opening- Bids will be opened immediately following the deadline for receiving bids as stated in the Advertisement in Tigard City Hall. Bidders may be present;however,award decisions will not be made at the opening. tl � i 00120.60 Revision or Withdrawal of Bids: (a) Modifications To Bids - In accordance with Tigard Public Contracting Rule 30.070 (A), a Bid may be modified after submittal so long as the modification is done in writing prior to the bid's closing time and date. Any modification must be prepared on the submitting company's letterhead, signed by a company representative, and clearly state that the new modification supersedes or modifies the prior bid. To ensure integrity of the bidding process, the modification must be delivered to the City's Procurement Office in a sealed envelope that is marked "BID NfODIFICATION" and list the original bid title and closing date. (b) Withdrawal of Bids -Tigard Public Contracting Rile 30.070 (B) allows for the withdrawal of a bid so long as the bidding company- submits a withdrawal request in writing on company letterhead and signed by a company representative prior to the time and date of bid closing. The withdrawal request shall be delivered to the City's Procurement Office and the bid shall be returned, unopened, to the requesting bidder. 00120.65 Opening and Comparing Bids-Bids will be opened and the total price for each Bid will be read publicly at the time and place stated in the Advertisement for Bids. Bidders and other interested parties are invited to be present. Bids for each Project will be compared on the basis of the total amount of each Bid. The total amount of the Bid will be the total sum computed from quantities listed in all Bid Schedules tithes unit prices entered by the Bidder. In case of conflict between the unit price and the corresponding extended amount, the unit price shall govern,and the City may make arithmetic corrections on extension amounts. When an error(s)is made in extending total prices, the unit bid price will govern. Bidders are cautioned to recheck their bid for possible errors). Error(s) discovered after opening cannot be corrected by the bidder and the contractor will be required to perforin to work at the unit price if their bid is accepted. 00120.70 Rejection of Nonresponsive Bids -A Bid will be considered irregular and will be rejected if the irregularity is deemed by the City to render the Bid non-responsive. Examples of irregularities include without limitation: • The Bid Section documents provided are not properly used or contain unauthorized alterations. • The Bid is incomplete or incorrectly completed. • The Bid contains improper additions, deletions,alternate Bids, or conditions. • The Bid is submitted on documents not obtained directly from the City, or is submitted by a Bidder who has not been identified by the City as a Holder of Bidding Plans, as required by 00120.05. • A member of a joint venture and the joint venture submit Bids for the same Project. Both Bids may be rejected. • The Bid has entries not typed ori ink, or has signatures or initials not in ink (save for changes received by FAX as provided by 00120.60). Each change or correction is not individually-initialed. • White-out tape or white-out liquid is used to correct item entries. • The price per unit cannot be determined. 121 9'' • The Bid guaranty is insufficient or improper. • The original Bid Bond form is not used or is altered. • The Oregon Construction Contractors Board registration number and expiration date are not shown on the Bid if required in the Solicitation Document. This requirement applies to State-funded or locally funded Projects, with the exception of Aggregate production and landscape Projects (not required on Federal-Aid Projects). • A disclosure of first-tier Subcontractors, if required under 00120.40(0,is not received within two working hours of the time Bids are due to be submitted, or the disclosure form is not complete. • The Bidder has not complied with the DBE requirements of the solicitation. • The Bid does not acknowledge all issued Addenda. • The Bid contains entries that are not greater than zero. • The Bid entries are not expressed in U.S. dollars and cents. 00120.80 Reciprocal Preference for Oregon Resident Bidders -This Subsection applies only to Contracts for Projects financed without federal funds. Bidders shall complete the certificate of residency provided by the City in the Bid Booklet Failure to properly complete the form will be cause to reject the Bid. As used in the certificate of residency and this Subsection, "Resident Bidder"means a Bidder who has: • Paid unemployment taxes or income taxes in the State of Oregon during any of the 12 calendar months immediately preceding submission of the Bid; • A business address in the State of Oregon; and • Certified in the Bid that the Bidder qualifies as a Resident Bidder. "Nonresident Bidder" means a Bidder who is not a Resident Bidder as defined above. In determining the lowest Bid,the City will, for the purpose of awarding the Contract,add a percentage increase to the Bid of a Nonresident Bidder equal to the percentage,if any, of the preference given to that Bidder in the state in which the Bidder resides (ORS 279A.120). The percentage preference applied in each state will be published on or before January 1 of each year by the Oregon Department of Administrative Services. The City may rely on these percentages without incurring liability to any. Bidder (ORS 279A.120). This increase will only be applied to determine the lowest Bid,and will not cause an increase in payment to the Contractor after Award of the Contract. 0412090 Disqualification of Bidders -The Bid(s) of a disqualified Bidder will be rejected. Any of the following reasons is sufficient to disqualify a Bidder: • More than one Bid is submitted for the same Work by an Entity under the same or different name(s). • Evidence of collusion among Bidders. Participants in collusion will be found not responsible,and may be subject to criminal prosecution. • Any of the grounds for disqualification cited in ORS 279C.440. A Bidder will be disqualified if the Bidder has: 13� 4' ;r c • Been declared ineligible by the Commissioner of the Bureau of Labor and Industries under ORS 279C.860; • Not been registered (licensed) by the Oregon Construction Contractors Board (CCB) or been licensed by the State Landscape Contractors Board before submitting a Bid (ORS 279C_365(1)(k), ORS 701.055,and ORS 671.530). The.Bidders registration number and expiration date shall be shownin the Bid form, if requested. Failure to furnish the registration number,if requested,will render the Bid non-responsive and subject to rejection. (not required on Federal--Aid projects);or • Been determined by the CCB under ORS 701.227 not to be qualified to hold or participate in a public contract for a public improvement. 00120.91 Rejection of Bid on Grounds of Nonresponsibility of Bidder-The Bid of a Bidder who is found to be nonresponsible according to the criteria listed in 00130.10 u-il1 be rejected. Refer also to QRS 279C.375(2). 120.95 Public Records -All bid material subnvtted by bidder shall become the property of the City and is public record unless otherwise specified. A bid that contains anyinformation that is considered trade secret under ORS 192501(2) should be segregated and clearly identified as such. This information will be kept confidential and shall not be disclosed except in accordance with the Oregon Public Records Lacer,ORS 192. The above restrictions may not include cost or price information, which must be open to public inspection. 14� i' : _ SECTION 001.30-AWARD AND EXECUTION OF CONTRACT This Section replaces Section 00130 of the 2008 edition of the Oregon Standard Specifications for Construction. 00130.00 Consideration of Bids (a) The City may reject any bid not in compliance with all prescribed public bidding procedures and requirements and may reject for good cause any or all bids upon a finding of the City that it is in the public interest to do so. (b) The City reserves the right,as allowed under Tigard Public Contracting Rule 30.085 (B) to waive any and all minor informalities that may arise in relation to this bid process. Minor informalities are matters of form rather than substance that are evident from the bid documents, or insignificant mistakes that can be waived or corrected without prejudice to other bidders or the City. The informality shall not affect price,quantity, quality,delivery,or contractual conditions except an the case of informalities 'involving unit pricing. (c) After opening and reading Bids,the Agency will check them for correct extensions of unit prices and totals. (see 00120.6.5) The total of extensions, corrected where necessary,will be used by the Agency for Award purposes. (d) Bids will be considered and a Contract awarded,if at all,v7thin 60 Calendar Days from the date of Bid Opening,unless an extension beyond that time is agreed to by both parties and acknowledged in writing by the Bidder. 00130.10 Award of Contract-After the Bids are opened and a determination is made that a Contract is to be awarded,the Contract will be awarded to the lowest responsible Bidder. For the purposes of this Section, "lowest responsible Bidder" means the lowest Bidder who is not on the list created by the Construction Contractors Board according to ORS 701, and who has: • Substantially complied with all prescribed public bidding procedures and requirements. • Available the appropriate financial, Materials, Equipment, facility and personnel resources and expertise, or ability to obtain the resources and expertise,necessary to indicate the capability of the prospective Bidder to meet all contractual responsibilities. • A satisfactory record of performance. • A satisfactory record of integrity. • Qualified legally to contract with the Agency. • Supplied all necessary information in connection with the inquiry concerning responsibility. If a prospective Bidder fails to promptly supply information requested by the Agency concerning responsibility, the.Agency shall base the determination of responsibility upon any available information, or may find the prospective Bidder not to be responsible. • Not been disqualified by the public contracting agency under ORS 2790.440. If the Bidder is found not to have a satisfactory record of performance or integrity, the City will document the record and the reasons for the unsatisfactory funding. The City shall provide notice of intent to award to each bidder submitting a bid. The notice shall state the date,time,and location of the bid award decision. The notice shall include the name of the vendor that staff recommends the contract be awarded to. Any bid comparison sheets shall be included in the notice of intent to award. The Award will not be final until the later of the following: • The City has provided a written response to each timely protest, denying the protest and affirming the Award, or = The Contract is awarded by the awarding authority If the City accepts a Bid and awards a Contract,the City will send the successful Bidder written notice of acceptance and Award. Notice of Award and Contract booklets ready for execution will be sent within 60 Calendar Days of the opening of Bids or within the number of Calendar Days specified in the Special Proi isions or a W itten mutual agreement 00130.15 Right to Protest Award-In accordance with Tigard Public Contract Rule 30.135 any actual bidder who is adversely affected or aggrieved by the City's intent to award the contract resulting from this Invitation to Bid to another bidder shall have seven (7) calendar days after notice of intent to award to submit to the City a written protest of the notice of award. In order to be adversely affected or aggrieved,a bidder must claim to be eligible for award of the contract as the lowest responsible bidder and must be next in line for award;i.e. the protester must claim that all lower bidders are ineligible for award because they are non-responsive or non-responsible. The City will not entertain any protest submitted after the time period established under this Invitation to Bid document. The City shall issue a written decision denying or affirming the protest to every bidder providing an address to the City before any action is taken on the contract 00130.20 Cancellation of Award -Without liability to the City, the City may for good cause cancel Award at any time before the Contract is executed by all parties to the Contract,as provided by ORS 279C.395 for rejection of Bids,upon finding it is in the public interest to do so. 00130.30 Contract Booklet- Includes the documents listed under Section 4,"Contract Documents,"of the Public Improvement Contract(Attachment F). 00130.40 Contract Bonds, Certificates, and Registrations _Before the City will execute the Contract, the successful Bidder shall fiarnish the following bonds, certificates,and registrations: (a) Performance and Payment Bonds -When Awarded the Contract, the successful Bidder shall furnish a Performance Bond and a Payment Bond of a Surety authorized to do business in the State of Oregon as requited by Tigard Public Contracting Rule 34.190(A). The successful Bidder shall submit the standard bond forms,which are bound in the Contract booklet. Faxed or photocopied bond forms will not be accepted. The amount of each bond shall be equal to the Contract Amount. The Performance Bond and the Payment Bond must be signed by the Surety's authorized Attorney-in-Fact, and the Surety's seal must be affixed to each bond. A power of attorney for the Attorney-in-Fact shall be attached to the bonds in the Contract booklet,which must include bond numbers, and the Surety's original seal must be affixed to the power of attorney. Bonds shall not be canceled without the City's consent, nor will the City normally release there, prior to Contract completion. 161 P L When a coating system warranty is required by 00594.75, the Contractor shall furnish a supplemental warranty performance bond, in addition to the regular Performance Bond for the Contract to the City, executed by a surety authorized to do business in the State of Oregon. The supplemental warranty performance bond shall be in the sum of 80% of the full Contract Amount. The bond is to secure the performance by the Contractor of correction work on any coating system defects that the Contractor may be directed by the City to perform. The Contractor shall use the City-provided form for the bond except that if the surety is a multiple surety, a copy of the form for a bond with multiple sureties shall be obtained from the City. The supplemental warranty performance bond shall be signed by the Surety's authorized Attorney-in-Fact,and the Surety's seal shall be affixed to the bond. A power of attorney for the Attorney-in-Fact shall be attached to the bond in the Contract booklet,which shallinclude bond numbers,and the Surety's original seal shall be affixed to the power of attorney. A copy of the supplemental warranty performance bond is included near the front of the Special Provisions. Upon Third Notification, the supplemental warranty performance bond shall become effective and shall continue in full force and effect until the City has advised the Contractor that: • There are no coating system defects;or • If the Contractor has been notified that there are coating system defects, the defects have been repaired by the Contractor to the satisfaction of the City as specified under the coating system warranty and the full warranty period has expired. Supplemental warranty performance bonds cannot be canceled nor can they be released due to possible claims. (b) Certificates of Insurance-The successful Bidder shall furnish the City certificates of insurance applicable to the Project,according to 00170.70. The insurance coverages shall remain in force throughout the performance of the Contract and shall not be allowed to lapse without prior written approval of the City. Bidders may refer to 00170.70 for minimum coverage limits and other requirements. For specified Contracts, certified copies, and in some instances the original, of insurance policies may be required by the Special Provisions. (c) Workers' Compensation-To certify compliance with the workers' compensation insurance coverage required by 00170.61(a) and 00170.70(d), the successful Bidder shall complete and sign the "Certification of Workers' Compensation Coverage" form bound in the Contract booklet. (d) Registration Requirements: (1) QRS 701.055 and ORS 671.530 require that Bidders be registered with the Oregon Construction Contractors Board or licensed by the State Landscape Contractors Board prior to submission of a Bid on a Project not involving federal funds. Registration with the Construction Contractors Board or licensing by the State Landscape Contractors I71P ,i c Board is not a prerequisite to bidding on Federal-Aid Projects; however, the Agency will not execute a Contract until the Contractor is so registered or licensed. (2) Bidders must be registered with the Corporation Division, Oregon Secretary of State,if bidding as a corporation,limited liability company, joint venture, or lit ited liability partnership, or if operating under an assumed business name and the legal name of each person carrying on the business is not included in the business name. (3) A Contractor registered under ORS 701 may bid on a landscaping Project or perform a construction project that includes landscape contracting as a portion of the project if the landscape contracting is subcontracted to a licensed landscaping business as defused in ORS 671.520. (4) A landscaping business may bid on a Project or perform a Contract that includes the phase of landscape contracting for which it is not licensed if it employs a landscape contractor,or subcontracts with another licensed landscaping business,licensed for that phase. (e) Business Tax and Federal Id No. Required-The City of Tigard Business Tax is required from the successful Bidder. Chapter 5.4 of the Tigard Municipal Code:states any business doing business in the City of Tigard shall pay a City of Tigard Business Tax. No contracts shall be signed prior to the obtaining of the City of Tigard Business Tax. Upon award of proposal, contractor shall complete a Federal W-9,Request for Taxpayer Identification Number and Certification Form for the City. 00130.50 Execution of Contract and Bonds: (a) By the Bidder_The successful Bidder shall deliver the required number of Contract booklets with the properly executed Contract,Performance Bond,Payment Bond, certification of workers' compensation coverage,and the required certificates of insurance, to the Procurement Office within 15 Calendar Days after the date on which the Contract booklets are sent or otherwise conveyed to the Bidder under 40130.10. The Bidder shall return the originals of all documents received from the City and named in this Subsection, with original signatures. Certificates of insurance shall also be originals. Certificates of insurance for coverages that are permitted by the City under 00170.70(a) to be obtained by appropriate subcontractors shall be delivered by the Contractor to the City together with the Contractor's request under 00180.21 for approval of the subcontract with that subcontractor. No copies of these documents will be accepted by the City. Proper execution requires that: (1) If the Contractor is a partnership, limited liability partnership, joint venture, or limited liability company, an authorized representative of each Entity comprising it shall sign the Contract, Performance Bond,and Payment Bond, and an authorization to sign shall be attached. (2) if the Contractor is a corporation,the President and the Secretary of that corporation shall sign the Contract,Performance Bond, and Payment Bond. However,if other corporate officers are authorized to execute contracts and bonds, the successful Bidder 18� ,' . shall furnish with those documents a certified, true and correct copy of the corporate bylaws or minutes stating that authority. If only one officer is signing, then the bylaws or minutes must include the authority to sign without the signature of others. The successful Bidder shall also include the title(s) or corporate office(s) held by the signer(s). (b) By the City -Within seven Calendar Days after the City has received and verified the properly executed documents specified in 00130.50(a), and received legal sufficiency approval ,from the City Council (if required), the City will execute the Contract. The City will then send a fully-executed original Contract booklet to the successful Bidder,who then officially becomes the Contractor. (c) Contract-_After the award, the Contractor and the City will enter into a public improvement contract incorporating the terms and conditions of the Public Improv-ement Contract and the bid response. Vendors taking exception to any of the contract terms shall submit a protest or request for change in accordance with Section 00120.15(b) "Protest of Specifications or Terms„ or their exceptions will be deemed waived. 00130.60 Failure to Execute Contract and Bonds -Failure of the successful Bidder to execute the Contract and provide the required certificates, certifications,and bonds may be cause for cancellation of the Award,and may be cause for forfeiture of the Bid guaranty under ORS 279C.385. Award may then be made to the next lowest responsible Bidder, the Project may be re-advertised,or the Fork may be performed otherwise as the City decides. The forfeited Bid guaranty will become the City's property,not as a penalty but as liquidation of damages resulting from the Bidder's failure to execute the Contract and provide the certificates, certifications,and bonds as required by these Specifications. 00130.70 Release of Bid Guaranties -Bid guaranties will be released and checks returned seven Calendar Days after Bids are opened,except for those of the three apparent lowest Bidders on each Project. The guaranties of the three apparent lowest Bidders will be released and checks returned to unsuccessful Bidders within seven days of the Agency's execution of the Contract. 00130.80 Project Site Restriction-Until the City sends the Contractor written Notice to Proceed with the Work,and the Contractor has filed the public works bonds required in 00170.20, the Contractor shall not go onto the Project Site on which the Work is to be done,nor move Materials, Equipment,or workers onto that Project Site. The Contractor will not automatically be entitled to extra compensation because the commencement of Work is delayed by failure of the City to send the Contract for execution. However,if more than 30 Calendar Days elapse between the date the Bid is opened and the date the City sends the Contract to be executed,the City will consider granting an adjustment of time for completion of the Work to offset any actual delay to Contract completion resulting directly from delay in commencement. 00130.90 Notice to Proceed-Notice to Proceed will be issued within fire Calendar Days after the Contract is executed by the City. Should the City fail to issue the Notice to Proceed within fire Calendar Days of Contract execution, the Contractor may apply for an adjustment of Contract Time according to 00180.80(c). 191 !' :; .: ATTACHMENT A PROPOSAL C FY 2413-14 PAVEMENT MANAGEMENT PROGRAM Slurry Seal CITY of TtGA.RD Ties Bid must be signed in ink by an authorized representative of the Bidder; any alterations or erasures to the Bid must be initialed in ink by the undersigned authorized representative. Project: FY 2013-14 PAVENMNT MANAGEMENT PRUGIZANT-Slurry Seal Bid Due Date. March 12,2013 Name of Submitting.Firm:----- [ "l , The Undersigned (check one of the follottnng Aird proidde additaonr!irforrna ion): An individual doing business under an assumed name registered under the laws of the State of or *partnership registered under the laws of the State of or X_ A corporation organized under the laws of the State of Wasklil Oh. or * limited liability corporation organized under the laws of the State of hereby proposes to famish all material and labor and perform all work hereinafter indicated for the above project in strict accordance with the Contract Documents for the Basic Bid as follows: " w-e 1I s� lir` y bN�..-7 �0 '�4hA S 1�_ 1- . NI&ILK J eVeJA �A.�^5 and OC]Dollars and the Undersigned agrees to be bound by all documents comprising the Contract Documents as defined in the Contract. The Undersigned declares that it has carefully examined the site(s) of the work, the Contract Documents, and forms. Submission of this bid shall be conclusive evidence that the Undersigned has investigated and is satisfied as to the condition to be encountered, as to the character, quality and scop: of work to be performed, the quantities of materials to be furnished, and as to the requirement of the Contract Documents. Accompanying herewith is a laid Security which is equal to ten percent (10"o) of the total amount of the Basic laid. Page 19 BID SCHEDULE FY 2013-14 PAVEMENT MANAGEMENT PROGRAM Slurry Seal City Limits Item No Description Quantity Unit Unit Price Item Total 1 Type 11 Sluxr4 Seal 258740 SY 3.3L. 36-P� 2 Pavement Niaxking-Stop'Bar-(S) 900 I.F2li 42 3 Pavement Marking-(BLIMP) 14 Fe's 4 Pavement Marking-School Crossing- 2C3 (SCH+XNG) — C 5 Pavement ll.larl ing-Contirnen.tal Czosswalk-(0X'=- 216 SF $S SC) Project Total $ J ` `� + ti h 1tLlTl �c3l7 tr a�lre` �t,st? Jurt ��S H%fr �yy Dollars BID TOTAL IN WORDS 8A The Undersigned agrees, if -awarded the Contract, to execute and deliver to the City of Tigard, within ten (10) days after receiving the Contract forms, a satisfactory Performance Bond and a satisfactory Payment Bond each in an amount equal to one hundred percent (100%) of the Contract sum, using the forms provided by t ,e Ci The surety(ies) requested to issue the Performance Bond and Payment Bond will be The Undersigned hereby authorizes said surety(ies) company(ies) to disclose any information to the City concerning the Undersigned's ability to supply a Performance Bond and,Payment Bond each in the amount of the Contract. The Undersigned further agrees that the Bid Security accompanying the Bid is left in escrow with the City; that the amount thereof is the treasure of liquidated damages which the City will sustain by the failure of the Undersigned to execute and deliver the above-named Agreement Forma, Performance Bond, and Payment Bond, and that if the Undersigned defaults in either executing the Agreement Form or providing the Performance Bond and Payment Bond within tern (10) days after receiving the Contract forms, then the Bid Security may become the property of the City at the City's option.,but if the Bid is not accepted v ithin sixty (60) days of the time set for the opening of the Bids, or if the Undersigned executes and timely delivers said Agreement Form, Performance Bond,and Payment Bond,the Bid Security shall be returned. The Undersigned certifies that: (1) This Bid has been arrived at independently and is being submitted without collusion with and without any agreement, understanding, or planned common course of action With any other vendor of materials, supplies, equipment, or services described in the solicitation documents designed to limit independent bidding or competition; and (2) The contents of the Bid have not been communicated by the Undersigned or its employ=ees or agents to any person not an employee or agent of the Undersigned or its surety on any bond furnished with the Bid and will not be communicated to such person prior to the official opening of the Bid. The Undersigned ❑ HAS D? HAS NOT (check applicable stalrrs) paid unemployment or income taxes in Oregon within the past 12 months and ❑ HAS 9 HAS NOT (check applicable status) a business address in Oregon. The Undersigned X HAS ❑ HAS NOT (cGerk applicable stales) complied pith any Affirmative Action Requirements included within the procurement documents. The Undersigned agrees, if awarded a contract, to comply with the provisions of ORS 2790.800 through 279C.870 pertaining to the payment of the prevailing rates of wage. The Ynde igned's CCB registration number is L(to 3 2 — with an expiration date of , _. As a condition to submitting a bid,a Contractor must be registered with the Oregon Construction Contractors Board in accordance with URS 701.035 to 701.055, and disclose the registration number. Failure to register and disclose the number will make the bid unresponsive and it will be rejected unless contrary to federal law The Undersigned further certifies that Undersigned shall provide proof to the Citti-prior to the beginning of any of the work that the Undersigned has filed a public works bond with a corporate surety in the amount of $30,000 with the Construction Contractors Board as required under Oregon PWR law The successful Bidder hereby certifies that all subcontractors who uffl perform construction work as described in ORS 701.005(2) were registered with the Construction Contractors Board in Page 21 accordance with ORS 701.435 to 701.055 at the time the subcontractor(s) rnade a bid to work under the contract. The successful Bidder hereby certifies that,ui accordance with the V" k Is Compensation Law of the State of Oregon, its Worker's Compensation Insurance provider is k1 5 , policy No. X11 63-e�z and that Undersigned shall subn>it Certificates of Insurance as required. Name of Company: Company Address: jI q� 13a 2 3&L MW Federal Tax ID: Telephone: _3�(� - ?2, Fax: - (SE.rr1I.) I attest that I have the authority to commit the firm named above to this Bid amount and acknowledge that the firm meets the qualifications necessary- to perform this Work as outlined in the Invitation to Bid. I understand that I will be required to provide necessary information to verity that the firm meets these qualifications if selected for the subsequent.agreement. Authorized Signature: Printed Name &Title: Date: /� -- Payment information will be reported to the IRS under the name and federal taxpayer ID number provided above. Information not matching IRS records or not provided to the City could subject the successful Contractor to a twenty eight percent (28%) backup withholding. ATTACHMENT B ACKNOWLEDGMENT OF ADDENDA IY 2013-14 PAVEMENT MANAGEMENT PROGRAM Slurry Seal CrrY of TIGARD,OREGON 11VVE Hj"'E RECEIVED THE FOLLOWING ADDENDA: roone received write `Wam Received" 2. 4. Date Signature of Proposer h Title Corporate Name Page 23 ATTACHMENT C BID CERTIFICATIONS FY 2013-14 PAVEMENT MANAGEMENT PROGRAM Slurry Seal CITY OF TIGARD,OREGON Non-discrimination Clause The Contractor agrees not to discriminate against any client, employee or applicant for employment or for services, because of race, chlor, religion, sex, national origin, handicap or age with regard to, but not limited to, the following: employment upgrading, demotion or transfer; recruitment or recruitment advertising; layoffs or termination; rates of pay or other forms of compensation; selection for training; rendition of services. It is further understood that any contractor who is in violation of this clause shall be barred from receiving awards of any purchase order or contract from the Cit)-,unless a satisfactory- showing is made that discriminatory practices have terminated and that a recurrence of such acts is unlikely. Agreed by. Firm Name: Address: _P 1 .3oa-3 99 A7 Officer's signature: Type or punt officer's name: Page 24 ATTACHMENT D FIRST TIER SUBCONTRACTOR DISCLOSURE FORM PROJECT NAME: FY 2013-14 PAVEMENT MANAGEMENT PROGRAM Slurry Seal BID#: CII' 2013-14 95001 BID CLOSING: Date: March.l2,2013 Time; 2.00 PM This farm must be submitted at the location specified in the Invitation to Bid on the advertised bid closing date and within two working hours after the advertised bid closing time. List below the name of each subcontractor that will be furnishing labor or will be furnishing labor and materials and that is required to be disclosed, the category of work that the subcontractor will be performing and the dollar �-alue of the subcontract. Enter "NONE" if there are no subcontractors that need to be disclosed. (ATLgCH ADDITIONAL SHEETS IF NEEDED). NAME DOLLAR VALUE CAT"E+GORY OF WORK 2) 3) $ 4) $ Failure to submit this form by the disclosure deadline will result in a nonresponsive bid. A nonresponsive bid will not be considered for award. Form submitted by (bidder name): Contact name: ' c:3D Phone #: Page 25 ATTACHMENT E BID BOND I FY 2013-14 PAVEMENT MANAGEMENT PROGRAM Sl-urry Seal CITE'OF TIGARD,OREGON We,_Blackline, Inc. _� - _ ,as"Principal," (Name of Principal) and Contractors Bonding and. Insurance Company n an Washington-Corporation, (Nance of Surety) authorized to transact Surety,business in the State of Oregon, as "Surety; liereby jointly and severally bind ourselves, our respective heirs, executors, adrniiustrators, successors, and assigns to pad' unto the City .o£ Tigard (°`Obligee' the Sum of Ten Percent of The Total Amount Bid--------- ------- and ---- {100 Dollars ($ -----lot---------1. WHEREAS, the condition of the obligation of this bond is the Principal has submitted a bid or proposal to the Obligee in response to Obligee's solicitation for the project identified as FY 2013-14 PAVEMENT 1tif NA:GEmF-NT PROGRAM — Slurry Seal, which bid or proposal is made a part of this bond by reference, and Principal is required to furnish bid security in an amount equal to ten percent (109/0) of the total amount of the bid pursuant to the solicitation document. NOW, THEREFORE, if the bid or proposal submitted by Prbic pal is accepted, and if a contract pursuant to the proposal or bid is awarded to Principal, and if Principal enters into and executes such contract within the time specified in the said documents and delivers to Obligee its good and sufficient Performance Bond and Payment mond required by Obligee %rithit the rime fixed by Obligee, then this obligation shall be void,otherwise,it shall remain in full force and effect. IN 'WITNESS WHEREOF, we haze caused this instrument to be executed and sealed by our duly authorized legal representatives this 12th day of March 2013 PRINCIPAL: Blackline, Inc. SURETY;Contractors Bondin2 and Insurance Company 1 By: 41 tf—n BY ATTORNF-Y IN-FACT Signa e 10 �frSJ CL, Y C' 1` RJ Charla M. Boadle `/Printed � me&Zitle PM!,'d Name AttcSt;, '7 i?' C � [ ...� h.� C...�J Signature 818 W Riverside Avenue, Suite #800 Address Spokane FIA 99201 City, State Zip Page 26 Contractors Bonding and Insurance Company POWER OF ATTORNEY ekic 310E Western Ave.,Suite 3 0 Seattle,wn 98121 +n Ru cnmaanr Contractors Bonding and Insurance Company Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That Contractors Bonding and Insurance Company,a Washington corporation,does hereby make,constitute and appoint: Mark L Roll Lisa A Tatham Cathie Hamlin,Janet M Fenton,Charla M Boadle Tim Brinson,�'atricia M Wachter.Jeff O'Neill jointly— Qr severally in the City of Spokane State of Washington its true and lawful Agent and Attorney in Fact,with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds,undertakings,and recognixances in an amount not to exceed Ten Million and 00/100 Dollars( $10,000,000.00 }for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of Contractors Bonding and Insurance Company,and now to force to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in ]Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings,Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF,the Contractors Bonding and Insurance Company has caused these presents to be executed by its 'ce Presiagnt with its corporate seal affixed this 24th day of August 2012 5 yll OWrr,rr k��G AAID'IV . '-f Contractors Bonding and Insurance Company VY 114, �rCIO b State of Washington • � Roy C.Die Vice President SS �'rrrrrk'ASHING'Vok%`�`w: County of Icing tolliklil CERTIFICATE On this 24th day of August 2012 I, the undersigned officer of Contractors Bonding and Insurance before me, a Notary Public, personally appeared Roy C. Die , who Company,a stock corporation of the State of Washington,do hereby being by me duly sworn, acknowledged that he signed the above Power of certify that the attached Power of Attorney is in full force and effect Attorney as the aforesaid officer of the Contractors Bonding and and is irrevocable; and furthermore, that the Resolution of the Insurance Company and acknowledged said instrument to be the voluntary Company as set forth in the Power of Attorney, is now in force. In act and deed of said corporation. testimony whereof, I have hereunto set my hand and the jeal of the Contractors Bonding and Insurance Company this day of&ALL , W i 3 . Contractors Bonding and Insurance Company Joseph B. uller Notary Public Notary Public _ L State of Washington /toy C.Die Vice President JOSEPH B.MULLER MY COMMISSION EXPIRES March 29.2018 4575444032972 A00S95II ATTACHMENT F PUBLIC IMPROVEMENT CONTRACT FY 2013-14 PAVEMENT MANAGEMENT PROGRAM i SLURRY SEAL CITY OF TIGARD,OREGON THIS CONTRACT, made and entered into this 24th day of Aptil, 2013,by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called "City" and Blackline, Inc hereinafter called "Contractor", duly authorized to perform such services in Oregon. RECITALS WHEREAS, the City rewires services which Contractor is capable of providing,under terms and conditions hereinafter described;and WHEREAS, time is of the essence in this contract and all work under this contract shall be completed within the time period stated in the Bid Proposal; THEREFORE,in consideration of the promises and covenants contained herein,the parties hereby agree as follows: TERMS OF AGREEMENT 1. Services Contractor's services under this Agreement shall consist of the following- A. ollowingA. Application of slurry seal on residential streets B. Application of pavement striping and markings on residential streets C. Temporary signage,protection,and traffic control D. Performance of additional and incidental work as called for by the specifications and plans. 2. Prevailing Wage The provisions of ORS Chapters 279A and 2790 and all other Oregon and Federal provisions pertaining to minimum salaries and wages are incorporated herein by reference as if fully set forth. The Contractor agrees that the workmen in each trade or occupation required for the work to be done pursuant to the contract, employed in the performance of the Contract, either by the Contractor or Subcontractor or other person doing or contracting to do any part of the work contemplated by the Contractor shall be paid not less than the prevailing, minimum hourly rate of wage specified by the Commissioner of the Bureau of Labor, and attached hereto. If this project is subject to both Federal Davis-Bacon Act requirement and State of Oregon Prevailing Wage Rate requirements, the Contractor must ensure that workers will be paid the higher of the applicable federal or state rate. If the Contractor fails to pay for labor or seri-ices, the City may pay for those labor and services and withhold these amounts from payment s that are due the Contractor in accordance with ORS 279C.515 Contractor shall provide proof as requested to the City prior to the beginning of any of the work that the Contractor has filed a public works bond with a corporate surety in the amount of$30,000 with the Construction Contractors Board as required under Oregon. PWR lay.-. Contractor shall also require in every subcontract to this Agreement that the subcontractor file a public works bond with the 281 f' Construction Contractors Board in the amount of$30,000 prior to starting work on this project unless otherwise exempt. For contracts $50,000 or greater,the City shall pay-a fee equal to one-tenth of one percent(001) of the price of the contract to the Bureau of Labor and Industries. The fee shall be paid on or before the first progress payment or sixty (60) days from the date work first began,whichever comes first. 3. Pre-Construction Conference Contractor and listed subcontractors shall attend and participate in any pre-construction conferences described or listed in the general conditions before any work is started on the project site. 4. Contract Documents The Contractor is hereby bound to comply with all requirements of the Contract Documents prepared by the City and performance pertaining to this Agreement, in the City of Tigard, Oregon, and by this reference made a part hereof to the same legal force and effect as if set forth hereinin full. The contract documentsinclude the documents with the following titles that are bound in the solicitation documents and the standard documents comprised of the Oregon Standard Specification for Construction,2008,Volume 1 and Volume 2. Solicitation Documents Advertisement for Bids Bidding Requirements and Procedures Award and Execution of Contract Proposal Acknowledgement of Addenda Bid Certifications—Non-Discrimination Clause First Tier Subcontract Disclosure Foran Bid Bond Form Public Improvement Contract Performance Bond Payment Bond Supplementary General Conditions Special Provisions Drawings Standard Documents General Conditions (Oregon Standard Specification for Construction, 2008, Volume 1 as amended by the Special Proisions) Standard Specifications (Oregon Standard Specification for Construction,2008,Volume 2 as amended by Technical Specifications) City of Tigard Public Improvement Design Standards 5. City's Representative For purposes hereof, the City's authorized representative will be Mike McCarthy, P.E., Senior Project Engineer, who can be reached by mail at 13125 SW Hall Blvd., Tigard, Oregon 97223; by telephone: (503) 718-2462,or via email at mikemtiga d-oror.,gov. 29 1 f' 6. Contractor's Representative For purpose hereof, the Contractor's authorized representative will. be Glenn Brooks, who can be reached by mail at 13023 NE Hwy 99, Suite 7, TTI$ 196,Vancouver,Washington 98686,by telephone at(360) 225-1080,or via email at blacklinelQ trcrlaol.com. 7. Contractor Identification Contractor shall furnish to the City the Contractor's employer identification number, as designated by the Internal Revenue Service,or Contractors social security number,as City deems applicable. 8. Compensation A. Progress Payments: City agrees to pay Contractor Three Hundred Forty Five Thousand Six Hundred Eight and 90/100 Dollars ($345,608.94) for performance of those services provided hereunder,which payment shall be based upon the following applicable terms: The City will pay only for measured Pay Item quantities incorporated into the Work or performed according to the terms of the Agreement. The Contractor understands and agrees that Pay Item quantities listed in the Schedule of Items do not govern payment. Payment constitutes full compensation to the Contractor for furnishing all materials, equipment, labor, and incidentals necessary to complete the Work; and for risk, loss, damage, and expense arising from the nature or prosecution of the Fork or from the action of the elements, subject to the provisions of 00170.80. The Contractor shall include the costs of bonds and insurance for the Project in the unit price for each Pay Item of Work to be performed. When the specifications state that the unit price for a Pay Item is compensation for certain. materials or work essential or incidental to the Pay Item, the same materials or work will not be measured or paid under any other Pay Item. Contractor shall prepare and submit each month to the City Engineer at 13125 SW Hall Blvd, Tigard, Oregon 97223, a statement of services rendered, indicating the description of each service used in the proposal and the dollar amount of each service completed through the state date, together with a request for payment duly verified by the Contractor's Representative and copies of certified payroll statements. Payment by the City shall release the City from any further obligation for payment to Contractor for services performed or expenses incurred as of the date of the statement of services. Payment of installments shall not be considered acceptance or approval of any work or waiver of any defects therein,. City certifies that sufficient funds are available and authorized for expenditure to finance costs of this contract during the current fiscal year. Funding in future fiscal years skull be contingent upon budgetary approval by the Tigard City Council. Contractor shall include proof of payment to any and all subcontractors and suppliers with each statement submitted to the City. The City shall retain the right to withhold payments if required proof of payment to subcontractor and suppliers is not included with a statement. As required under State of Oregon Prevailing Wage Rate (PWR) Law, the City shall withhold 25% of any progress payment amounts owed to Contractor if Contractor has failed to file certified statements with the City. 301P B. Tinning of Payments: Progress payments, less a five percent retainage as authorized by DRS 279C.555, shall be made to the Contractor-within twenty (20) days of the City's receipt of the statement of services. The Contractor agrees that the "Time of Completion" is defined in the Bid Proposal, and agrees to complete the work by said date. The Contractor and City agree that the City will suffer damages each day the work remains uncompleted after the Time of Completion and that the amount of those damages are difficult to calculate. Contractor and City agree that a reasonable amount of damages for late completion is $500.00 per day and Contractor agrees to pay damages in that amount if the work is not completed by the Time of Completion. C. Final Payment; The Contractor shall notify the City in writing when the Contractor considers the project complete, and the City shall,within 15 days after receiving the written notice,either accept the work or notify the Contractor of work yet to be performed on the contract. Upon acceptance by the City, the entire balance due to the Contractor, including the retained percentage, shall be paid to the Contractor, by the City ,k,-ithin 30 days after the date of said final acceptance. The City shall pay to the Contractor interest at the rate of one and one-half percent per month on the final payment due the Contractor, to commence 30 days after the work under the Contract has been completed and accepted and to run until the date when final payment is tendered to the Contractor. If the City does not, u-ithin 15 days after receiving written notice of completion, notify the Contractor of work yet to be performed to fulfill contractual obligations, the interest provided by this subsection shall commence to run 30 days after the end of the 15-day period. As a further conditions of final acceptance, the City may require the Contractor to submit evidence, satisfactory- to the City's Representative, that all payrolls, material bills, and other indebtedness connected with the project have been paid, except that in case of any disputed indebtedness or liens, the Contractor may submit in lieu of evidence of payment,a surety-bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. 9. Status Of Contractor As Independent Contractor Contractor certifies that: A. Contractor acknowledges that for all purposes related to this .Agreement, Contractor is and shall be deemed to be an independent Contractor as defined by DRS 670.600 and not an employee of City, shall not be entitled to benefits of any kind to which an employee of City is entitled and shall be solely responsible for all payments and taxes required by law. Furthermore, in the event that Contractor is found by a court of law or any administrative agency- to be an employee of City for any purpose, City shall be entitled to offset compensation due, or to demand repayment of any amounts paid to Contractor under the terms of this Agreement, to the frill extent of any benefits or other remuneration Contractor receives (from City or third party) as a result of said finding and to the full extent of anv payments that City is required to make (to Contractor or to a third party) as a result of said finding. B. The undersigned Contractor hereby represents that no employee of the City, or any partnership or corporation in which a City employee has an interest, has or will receive any 31 E' _. remuneration of any description from Contractor, either directly or indirectly, in connection with the letting or performance of this Agreement,except as specifically declared in writing. C. If this payment is to be charged against Federal fiands,Contractor certifies that he or she is not currently employed by the Federal Government and the amount charged does not exceed his or her normal charge for the type of service provided. D. Contractor and its employees,if any, are not active members of the Oregon Public Employees Retirement System and are not employed for a total of 600 hours or more in the calendar year by any public employer participating in the Retirement System. & Contractor certifies that it currently has a City business license or will obtain one prior to deliveting services under this Agrcernent. F. Contractor is not an officer, employee, or agent of the City as those terms are used in ORS 30.265. 10. Subcontracts -Assignment& Delegation Contractor shall submit a list of Subcontractors for approval by the City, and Contractor shall be fully responsible for the acts or omissions of any Subcontractors and of all persons employed by them, and neither the approval by City of any Subcontractor nor anything contained herein shall be deemed to create any contractual relation between the Subcontractor and City. This agreement, and all of the covenants and conditions hereof, shall inure to the benefit of and be binding upon the City and the Contractor respectively and their legal representatives. Contractor shall not assign any rights not delegate any duties incurred by this contract, or any part hereof without the written consent of City,and any assignment or delegation in violation hereof shall be void. Any and all subcontracts issued by the contractor shall contain a provision that workers shall be paid not less that the PWR Law specified minimum wage. 11. Contractor- Payment of Benefits - Hours of Work A. The Contractor shall: 1) Make payment promptly, as due, to all persons supplying to such Contractor labor or material for the prosecution of the work provided for in this contract; 2) Pay all contributions or amounts due the under the Industrial Accident Fund form the Contractor or subcontractor incurred in the performance of this Agreement; 3) Pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. 4) Not permit any lien or claim to be filed or prosecuted against the City of Tigard, on account of any labor or material furnished; B. The Contractor or the Contractor's Surety and every Subcontractor or the Subcontractor's Surety shall file certified statements with the City in writing in farm prescribed by the Commissioner of the Bureau of Labor and Industries, certifying the hourly crate of wage paid each worker which the Contractor or the Subcontractor has employed upon such public work, and further certifying that no worker employed upon such public work has been paid less than the applicable prevailing rate of wage, which certificate and statement shall be verified by the 321Pai-, .. oath of the Contractor or the Contractor's Surety or Subcontractor or the Subcontractor's Surety that the Contractor or Subcontractor has read such statement and certificate and knows the contents thereof and that the same is true to the Contractor's or Subcontractor's knowledge. 1) The certified statements shall set out accurately and completely the payroll records for the prior week, including the same and address of each worker, the worker's correct classification,rate of pay, daily and weekly number of hours worked, deductions ;made and actual wages paid. 2) Each certified statement required herein shall be delivered or mailed by the Contractor or Subcontractor to the City. A true copy of the certified statements shall also be filed at the same time with the Commissioner of the Bureau of Labor and Industries. Certified statements shall be submitted as follows: a) Each Contractor or Subcontractor shall preserve certified statements for a period of three years from the date of completion of the contract. C. The Contractor agrees that if the Contractor fails,neglects or refuses to make prompt payment of any claim for labor or serv=ices furnished to the Contractor or a Subcontractor by any person in connection with this contract as such claim becomes due, the proper office of the City of Tigard may pay such claim to the person furnishing the labor or services and charge the amount of the payment against funds due or to become due to the Contractor by reason of such contract. Payment of a claim in this manner shall not relieve the Contractor or the Contractor's Surety from obligation with respect to any unpaid claims. D. Contractor agrees that no person shall be employed for more than ten (10) hours in any one Clay, or 40 hours in any one week, except in cases of necessity or emergency or when the City deems it in the best interest of the public or policy absolutely- requires it, in which event, the person so employed for excessive hours shall receive at least time and a half pay for the following: 1) For all overtime in excess of eight hours in any one day or 40 hours in any one week when the work week is five consecutive days,Monday through Friday;or 2) For all overtime in excess of 10 hours in any one day or 40 hours in any one week when the work week is four consecutive days,Monday through Friday;and 3) For all work performed on Saturday and on the legal holidays specified in ORS 2790.540. E. The Contractor agrees to provide a written schedule to all employees shou subcontractor, the Contractor or first-tier subcontractor shall owe the person the amount due plus interest commending at the end of the 10 day period that the payment is due under ORS 2790.580, unless payment is subject to a good-faith dispute. The interest rate shall be as specified in ORS 279C.515(2). If the Contractor or any subcontractor fails,neglects,or refuses to pay a person furnishing labor or material, the person may file a complaint with the Construction Contractors Board, unless the payment is subject to a good faith dispute as defined in QRS 2790.580. H. Contractor shall include a clause in each contact with a subcontractor a requirement that the contractor pay the subcontractor for satisfactory performance within 10 days of receipt of payment from the City for the work. Contractor shall include in contracts with subcontractors an interest provision for such payments in compliance with QRS 2790.580. Contractor shall include a clause in each contract with a subcontractor requiring the subcontractor to meet the same payment and interest standards as required by ORS 2790.580 (4). 12. Drug Testing Program. QRS 2790.505 requires that all public improvement contracts contain a provision requiring contractors to demonstrate that an employee drug-testing program is in place. The Contractor demonstrates that a drug-testing program is in place by signing of the contact. The drug testing program will apply to all employees and will be maintained for the duration of the Contract awarded. Failure to maintain a program shall constitute a material breach of contract. 13. Contractor's Employee Medical Payments Contractor agrees to pay promptly as due, to any person, co-partnership, association or corporation furnishing medical, surgical, and hospital care or other needed care and attention incident to sickness or injury to the Contractor's employees, all sums which the Contractor agreed to pay for such services and all money and sums which the Contractor collected or deducted from employee wages pursuant to any law, contract or agreement for providing or paying for such service as referenced in QRS 279C.530. 14. Early Termination A. This agreement may be terminated without cause prior to the expiration of the agreed upon term by mutual written consent of the parties and for the following reasons: 1) If work under the Contract is suspended by an order of a public agency for any reason considered to be in the public interest other than by a labor dispute or by reason of any third party judicial proceeding relating to the work other than a suit or action filed in regard to a labor dispute;or 2) If the circumstances or conditions are such that it is impracticable within a reasonable time to proceed with a substantial portion of the Contract. B. Payment of Contractor shall be as provided by CARS 2790.660 and shall be prorated to and include the day of termination and shall be in full satisfaction of all claims by Contractor against City under this Agreement. C. Termination under any provision of this paragraph shall not affect any right, obligation, or liability of Contractor or City which accrued prier to such termination. 3411' .: 15. Cancellation with Cause A. City may terminate this Agreement effective upon delivery of written notice to Contractor, or at such later date as may be established by City,under any of the following conditions: 1) If City funding from federal, state, local, or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services. This Agreement may be modified to accommodate a reduction in funds, 2) If Federal or State regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this Agreement, 3) If any license or certificate required by lain or regulation to be held by Contractor, its subcontractors, agents, and employees to provide the services requited by this :Agreement is for any reason denied,revoked,or not renewed,or 4) If Contractor becomes insolvent, if voluntary or involuntary petition in bankruptcy is filed by or against Contractor, if a receiver or trustee is appointed for Contractor, or if there is an assignment for the benefit of creditors of Contractor. Any such termination of this agreement under paragraph (a) shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination. B. City, by written notice of default (including breach of contract) to Contractor, may terrtninate the whole or any part of this Agreement: 1) If Contractor fails to provide services called for by this agreement within the time specified herein or any extension thereof, or 2) If Contractor fails to perforin any of the other provisions of this Agreement,or so fails to pursue the work as to endanger performance of this agreement in accordance with its terms, and after receipt of written notice from City, fails to correct such failures within ten (10) days or such other period as City may authorize. The rights and remedies of City provided in the above clause relaxed to defaults (including breach of contract) by Contractor shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Agreement. If City terminates this Agreement under paragraph (h), Contractor shall be entitled to receive as full payment for all services satisfactorily rendered and expenses incurred, an amount which bears the same ratio to the total fees specified in this Agreement as the services satisfactorily rendered by Contractor bear to the total services otherwise required to be performed for such total fee; provided, that there shall be deducted from such amount the amount of damages, if any,sustained by City due to breach of contract by Contractor. Damages for breach of contract shall be those allowed by Oregon law, reasonable and necessary attorney fees, and other costs of litigation at trial and upon appeal. 16. Access to Records City shall have access to such book, documents, papers and records of Contractor as are directly pertinent to this Agreement for the purpose of making audit, examination,excerpts,and transcripts. 351P w. 17. 'Fork is Property of Citi All work performed by Contractor under this Agreement shall be the property of the City. 18. Adherence to Law A. Contractor shall adhere to all applicable laws governing its relationship with its employees, including but not limited to laws, rules, regulations, and policies concerning workers' compensation, and minimum and prevailing wage requirements. B. To the extent applicable, the Contractor represents that it will comply with Executive Order 11246 as amended, Executive Order 1.1141, Section 503 of the Vocational Rehabilitation Act of 1973 as amended and the Age Discrimination Act of 1975, and all rules and regulations issued pursuant to the Acts. C. As provided by ORS 279C.525, all applicable proNrisions of federal, state or local statutes, ordinances and regulations dealing with the prevention of environmental pollution and the preservation of natural resources that affect the work under this contract are by reference incorporated herein to the same force and affect as if set forth herein in full. If the Contractor must undertake additional work due to the enactment of new or the amendment of existing statutes, ordinances or regulations occurring after the submission of the successful bid, the Cite shall issue a Change Order setting forth the additional work that must be undertaken. The Change Order shall not invalidate the Contract and there shall be, in addition to a reasonable extension,if necessary, of the contract time,a reasonable adjustment in the contract price, if necessary, to compensate the Contractor for all costs and expenses 'incurred, including overhead and profits, as a result of the delay or additional work. Pursuant to ORS 279C.525(1', the following list identifies Governmental Agencies of which the City has knowledge that have enacted Environmental Laws which may affect the performance of the work: FEDERAL AGENCIES i> Agriculture • Department of Forest Service • Soil Conservation Service Y Defense • Department ofArmy Corps of Engineers Y Energy • Department of Federal Energy Regulatory Commission Y Environmental Protection Agency Y Department of Health and Human Services r Housing and Urban Development • Department of Solar Energy Conservation Bank i� Interior,Department of • Bureau of Sports Fisheries and Wildlife • Bureau of Outdoor Recreation • Bureau of Land Management • Bureau of Mines • Bureau of Indian Affairs 36� _ • Bureau of Reclamation • Geological Survey • Minerals Management Service Labor,Department of • Mane Safety and Health Administration • Occupational Safety and Health Administration Transportation, Department of • Coast Guard • Federal Highway Administration y' Water Resources Council STATE AGENCIES Administrative Services,Department of A Agriculture,Department of +' Columbia River Gorge Commission t' Consumer&Business Services,Department of Oregon Occupational Safety&Health Y Division i' Energy,Department of 5' Environmental Quality,Department of i' Fish and Wildlife,Department of Forestry,Department of i? Geology and Mineral Industries,Department of i' Human Resources,Department of Land Conservation and Development Commission i�- Parks and Recreation,Department of Soil and Water Conservation Commission i> State Engineer State Land Board Water Resources Board LOCAL AGENCIES i0 City Council Y County Court County Commissioners,Board of Port Districts Metropolitan Services Districts County Service Districts Sanitary Distracts Water Districts Y Fire Protection Districts 19. Changes City may at any time, and without notice, issue a written. Change Order requiring additional work within the general scope of this Contract, or any amendment thereto, or directing the omission of or variation in work. If such Change Order results in a material change in the amount or character of the ,work, an equitable adjustment in the Contract price and other provisions of this Contract as may be affected may be made. Any claim by Contractor for and adjustment under this section shall be asserted in writing within thirty (30) days from the date of receipt by Contractor of the notification of 371 }' . change or the claim will not be allowed. Whether made pursuant to this section or by mutual agreement, no change shall be binding upon City until a Change Order is executed by the Authorized Representative of City,which expressly states that it constitutes a Change Order to this Contract. The issuance of information, ad-,ice, approvals, or instructions by City's Representative or other City personnel shall not constitute an authorized change pursuant to this section. Nothing contained in this section shall excuse the Contractor from proceeding with the prosecution of the work in accordance with the Contract,as changed. 20. Force Ma`eure Neither City nor Contractor shall be considered in default because of any delays in completion of responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the party so disenabled, including, but not restricted to, an act of God or of a public enemy, volcano, earthquake, fire, flood, epidemic, quarantine, restriction, area-wide stupe, freight embargo, unusually severe weather or delay of Subcontractor or suppliers due to such cause; provided that the parts- so disenabled shall within ten (1.0) drays froze the beginning of such delay, notify the other party in writing of the causes of delay and its probable extent. Such notification shall not be the basis for a claim for additional compensation. Each party shall, however, make all reasonable efforts to remove or eliminate such a cause of delay or default and shall, upon cessation of the cause, diligently pursue performance of its obligation under Contract. 21. Nonwaiver The failure of the City to insist upon or enforce strict performance by Contractor of any of the terms of this contract or to exercise any rights hereunder shall not be construed as a waiver or relinquishment to any extent of its right to assert or rely upon such terms or rights on any future occasion. 22. Warranties All work shall be guaranteed by the Contractor for a period of one year after the date of final acceptance of the work by the Qwvner. Contractor warrants that all practices and procedures, workmanship, and materials shall be the best available unless otherwise specified in the profession. Neither acceptance of the work not payment therefore shall relieve Contractor from liability under warranties contained in or implied by this contract. 23. Attorney's Fees In case suit or action, is instituted to enforce the provisions of this contract, the parties agree that the losing party shall pay such sum as the Court may adjudge reasonable attorney's fees and court costs including attorney's fees and court costs on appeal. 24. Governing Law The provisions of this Agreement shall be construed in accordance with the provisions of the laws of the State of Oregon. Any action or suits involving any questions arising under this Agreement must be brought in the appropriate court of the State of Oregon. 25. Conflict Between Terms It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the proposal of the Contractor, this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. 381P 26. Indemnification Contractor warrants that all its work will be performed in accordance with generally accepted professional practices and standards as well as the requirements of applicable federal, state and. local laws,it being understood that acceptance of a contractor's work by City shall not operate as a waiver or release. Contractor agrees to indemnify and defend the City, its officers, agents and employees and hold them harmless from any and all liability, causes of action, claims,losses, damages, judgments or other costs or expenses including attorney's fees and witness costs and (at both trial and appeal level, whether or not a trial or appeal ever takes place) that may be asserted by any person or entity which in any way arise from, during or in connection with the performance of the work described in this contract, except liability arising out of the negligence of the City and its employees. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this indemnification. 27. Insurance Contractor and its subcontractors shall maintain insurance acceptable to City in full force and effect throughout the term of this contract. Such insurance shall cover all risks arising directly or indirectly out of Contractor's activities or work hereunder, including the operations of its subcontractors of any tier. Such insurance shall include provisions that such insurance is primary insurance with respect to the interests of City and that any other insurance maintained by City is excess and not contributory insurance with the insurance required hereunder. The policy or policies of insurance maintained by the Contractor and its subcontractor shall provide at least the following limits and coverages: A. Commercial General Liability' Insurance: Contractor shall obtain, at contractor's expense,and keep in effect during the term of this contract, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (1996 ISO or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this contract. The following insurance will be carried: Coverage _ Limit General Aggregate $4,000,000 Products-Completed Operations Aggregate $1,000,000 Personal&Advertising Injury $1,000,000 Each Occurrence $2,000,000 Fire Damage (Any one fixe) $50,000 Medical Expense (Any one person) $5,000 B. Commercial Automobile Insurance: Contractor shall also obtain, at contractor's expense, and keep in effect during the term of the contract, "Symbol 1" Commercial Automobile Liability coverage including coverage for all owned, hired, and non-owned vehicles. The Combined Single Limit per occurrence shall not be less than $2,000,000. C. Workers' Compensation Insurance: The Contractor, its subcontractors, if any, and all employers providing work, labor or materials under this Contract are subject employers under the Oregon Workers' Compensation ].saw and shall comply with URS 656.017,which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject 391Pi workers. Out-off-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for 1-note than 30 days in a calendar year. Contractors who perform work without the assistance or labor of any employee need not to obtain such coverage." This shall include Employer's Liability Insurance with coverage limits of not less than$100,000 each accident. D. Additional Insured Provision: The City of Tigard, Oregon, its officers, directors, and employees shall be added as additional insureds with respect to this contract. All Liability Insurance policies will be endorsed to show this additional coverage. E. Insurance Carrier Rating: Coverage provided by the Contractor must be underwritten by an insurance company deemed acceptable by the City. The City reserves the right to reject all or any insurance camer(s)with an unacceptable financial rating. F. Certificates of Insurance: As evidence of the insurance coverage required by the contract, the contractor shall furnish a Certificate of Insurance to the City. No contract shall be effected until the required certificates have been received and approved by the City. The certificate will specify and document all provisions within this contract. A renewal certificate will be sent to the above address 10 days prior to coverage expiration. G. Independent Contractor Status: The senice or services to be rendered under this contract are those of an independent contractor. Contractor is not an officer, employee or agent of the Cite as those terms are used in ORS 301.265. H. Primary Coverage Clarification. All parties to this contract hereby agree that the contractor's coverage will be primary in the event of a loss. I. Cross-Li.abiW Clause: A cross-liability clause or separation of insureds clause will be included in all general liability, professional liability,pollution and errors and omissions policies required by this contract. A copy of each insurance policy,certified as a true copy by an authorized representative of the issuing insurance company, or at the discretion of City,in lieu thereof, a certificate in form satisfactory to City certifying to the issuance of such insurance shall be forwarded to: City of Tigard Attn: Office of Risk lilanagement 13125 SW Hall Blvd Tigard, Oregon 97223 Such policies or certificates must be delivered prior to commencement of the work. Ten days cancellation notice shall be provided City by certified mail to the name at the address listed above in event of cancellation or non-renewal of the insurance. The procuring of such required insurance shall not be construed to limit contractor's liability- hereunder. Notwithstanding said insurance, Contractor shall be obligated for the total amount of any damage, injury, or loss caused by negligence or neglect connected-%vith this contract. 28. Method and Place of Giving]Notice,Submitting Bills and Making Payments All notices, bills and payments shall be made in writing and may be given by personal delivery or by mail. Notices,bills and payments sent by mail should be addressed as followw s: 401 Va .L, c CITY of'TIGA.RD BLACKI.INE,INC Atte: Mike McCarthy,P.E.,Sr Proj Engineer Attn: Glenn Brooks Address: 13125 SW Hall Blvd Address: 130123 NEE Hwy 99 #7 PMB 196 Tigard,Oregon 97223 Vancouver WA 98656 Phone: (503) 718-2462 — Phone: 3601-225-1080 Fax: (503) 624-0752 c rax: 360-225-6472 Email: mike rn a-?tigard-or.gy Email: blacklinel O a aol.com and when so addressed, shall be deemed given upon deposit in the United States mail,postage prepaid. In all other instances, notices, bills and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices, bills and payments are to be given by giving written notice pursuant to this paragraph. 29. Hazardous Materials Contractor shah supply City with a list of any and all hazardous substances used in performance of this Agreement. That list shall identify the location of storage and use of all such hazardous substances and identify the amounts stored and used at each location. Contractor shall provide City with material safety data sheets for all hazardous substances brought onto City property, created on City property or delivered to City pursuant to this Agreement_ For the purpose of this section, "hazardous substance" means hazardous substance as defined by 07RS 453.3017(5). Contractor shall complete the State Fire Marshall's hazardous substance survey as required by CARS 453.317 and shall assist City to complete any such survey that it may be required to complete because of substances used in the performance of this Agreement. 30. Hazardous Waste If, as a result of performance of this Agreement, Contractor generates any hazardous wastes, Contractor shall be responsible for disposal of any such hazardous wastes in compliance with all applicable federal and state requirements. Contractors shall provide City with documentation, including all required manifests, demonstrating proper transportation and disposal of any such hazardous wastes.. Contractor shall defend, indemnify, and hold harmtess City for any disposal or storage of hazardous wastes generated pursuant to this Contract and any releases or discharges of hazardous materials. 31. Severability In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction, the remainder of this Agreement shall remain in full force and effect and shall in no way be affected or invalidated thereby. 32. Demolition—Salvage and Recycling As required by CPRS 279C.51O, Contractor shall salvage or recycle any construction and demolition debris if feasible and cost-effective. 33. Complete Agreement This Agreement and attached exhibits constitutes the entire Agreement between the parties. No waiver, consent, modification, or change of terms of this Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent, modification, or change if made, shall be effective only in specific instances and for the specific purpose given. There are no understandings, agreements, or representations, oral or written, not specified herein regarding this Agreement. 41p i Contractor,by the signature of its authorized representative,hereby acknowledges that he has read this Agreement,understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF, City has caused this Agreement to be executed by its duly authored undersigned officer and Architect has executed this Agreement on the date hereinabove first written. Approved by Tigard's Local Contract Review Board on April 23,2013, CITY OF'TIGARD BLACKLINE,INC Signature Signature r��,l-t��. l����►� �'� �,�c�.M� �- � ��,. �-c�� �� rte. Printed Name&Title { Printed Name&Title Date Date 421 i _ ATTACHMENT G PERFORMANCE BOND Fy 2013-14 PAVEMENT MANAGEMENT PROGRAM Slurry Seal Grt Y OF TiGARI),OREGON Bond Number CSS4404634 ProjectNaxne. FX 2013-14 Pavement Mana ement Program Slurry Seal Contractors Bonding an Insurance omraanv (Surely#1) Bond Amount No. 1: 345 608.90 (Surety#2)* Bond Amount No.2:* 5 If wing mm#k sureties Total Penal Sum of Bond: $ 345,608.90 We, Blackl ine, Inc. as Principal, and rhe above identified Surety(ies), authorized to transact surety business in Oregon, as Surety, hereby jointly and severally bind ourselves,our respective heirs,executors,administrators,successors,and assigns firmly by these presents to pay unto the City of Tigard, a municipality of the State of Oregon, the sura of (total Penal Sum of Bond) Three Hundred Forty-Five Thousand Six Hundred Eight and .901100 -- (Provided, that we the Sureties bind ourselves is such sum "jointly and severally" as well as "severally' only for the purpose of allowing a joint action or actions against any or all of us, and for all other purposed each Surety binds itself, jointly and severally with the Principal, for the payment of such sung only as is set forth apposite the name of such Surety),and WHEREAS, the Principal has entered intoa.contract with the City of Tigard,the plans, specifications,terms, and conditions of which axe contoured in the above-referenced project solicitation; WHEREAS,the terms and conditions of the contract, together with applicable plasms, standard specifications, special provisions, schedule of performance, and schedule of contract prices, are made a part of this Performance Bond by reference,whether or not attached to.the contract(all hereafter called"Contract"};and WHEREAS, the Principal has agreed to perform the Contract in accordance with the terms, conditions, r,equ=rnents, plans, and specifications, and all authorized modifications of the Contract which increase the amount of the work, the amount of the Contract, or .constitute an authorized extension of the time for performance,notice of any such modifications hereby being waived by the Surety. NOW,THEREFORE,THE CONDITION OF THIS BOND IS SUCH that if the Principal herein shall faithfully and truly observe and comply with the terms, conditions, and provisions of the Contract, in all respects,and shall well and truly and fully do and perform all matters and things undertaken by Contractor to be performed under the contract,upon time terms set forth therein,and within the time prescribed therein,or as extended as provided in the Contract, with or without notice to the Sureties, and shall indemnify and save harmless the City of Tigard,its officers,agents,and employees against any direct or indirect damages or claim of every kind and description that shall be suffered or claimed to be suffered in connection with or arising out of theperformance of the Contract by the Principal or its subcontractors, and shall in all respects perform said contract according to law,then this obligation is to be void;other%x ise,it shall remain in full force and effect. Nonpayment of the bond premium will not invalidate this bond nor shall the City of Tigard be obligated for the paymr-nr of any pzerniunms. Page 41 This bond is given and received under the authority of CARS Chapter 2790 and Tigard Public Contrac6n,g Rules,the provisions of which ate incorporated into this bond and made a part hereof IN WITNESS WHEREOF, WE HAVE CAUSED THIS INSTRUMENT TO BE EXECUTED AND SEALED BY OUR DULY AUTHORIZED LEGAL.REPRESENTA'T'IVES. Dated this 2nd day of Mav 2013 PRINCIVAL, Blackline . Inc. By-. �•- S' tote Printed Name&title Contractors Bonding and SURETY: Insurance ComDan (Add srgrr w?-for each sure#if Suing rrrreltrpie bonds) BY ATORNEY-IN-F,-s..CT; (Power-of-Aarimg must accompany each.rurrt,aofrd) Charla M. Beadle Attorney-in-Fact Name Signatme 818 West Riverside Avenue, ##B00 Address Spokane _- _ WA -_-99201 City State Zip 509-325-3024 509- 325-1803 Phone Fax Page 42 ATTACHMENT H PAYMENT BOND F5Y 2413-14 PAVEMENT T MANAGEMENT PROGRAM Skumy Seal CITY OF TIGARD,OREGON Bond Number C'SB0004634 Project Name: FY 2013-14 Pavement Management Program Slurry Seal Contractors Bonding and Insurance Company (Stuety#1) Bond mountNo. 1_ 34^5,606.90 (Surety#2)* Bond Amount No.2:* S,, Af ins mmbt 5k-sarefier Total penal Sum of Frond: $ 345,608.9 0 We, Blackline, Inc. _ — -- as Principal, and the above identified Surety(ies), authorized to transact surety business in Oregon, as Surety, hereby jointly and severally bind ourselves,our respective heirs,executors,administrators,successors,and assigns firmly by these presents to pay- unto the City of Tigard, a municipality of the State of 0tegon, the stem of (total Penal Surra. of Bond)Three Hundred Forty-Five Thousand Six Hundred Eight and 9tLLL1 o----- (provided, that we the Sureties bind ourselves in such sum "jointly and severally' as well as "severally" only for the purpose of allowing a joint action or actions against any or all, of us, and for all other purposed each Surety binds itself, jointly and severally with the Principal, for the payment of such surn only as is set forth opposite the name of such Surety),and WHEREAS, the Principal has entered into a contracr with the City of Tigard, The plans,specifications, terms, and conditions of which are contained in above-referenced project solicitation; WHEREAS, the terms and.conditions of the contract,together vwith applicable plans,standard specifications, special provisions,schedule of perfotinance, and schedule of contract prices, are made a part of this Payment bond by reference,whether or not attached to the contract(all hereafter called"Cantracf ;and WHEREAS, the principal has agreed t4 perform the Contract in accordance with the terms, conditions, requirements,plans, and specifications,and schedule of contract prices which are set forth in the Contract and any attachments,and all authorized modifications of the Contract which increase the amount of the work, or the cost of the Contract,or constitute authorized extensions of time for perforniance of the Contract,notice of any such modifications hereby being waived by the Surety:. NOW,THEREFORE,THE CONDITION OF THIS BOND IS SUCH that if the Principal shall faithfLv and truly* observe and comply with the terrns, conditions, and provisions of the Contract, in all respects, and shall well and truly and fully do and perform all matters and things by it undertaken to be performed under said Contract and any duly authored modifications that are made,upon the terms set forth therein,and within the time prescribed therein,.or as extended therein as provided in the Contract,with or without notice to the Sureties,and shall indemnify and save:harmless the City of Tigard its officers,agents,and employees against any claim for direct or Indirect damages of every kind and description that shall be suffered or claimed to be suffered in connection with or arising out of the performance of the Contract by the Contractor or its subcontractors, and shall promptly pay all persons supplying labor, materials, or both to the principal or its subcontractors for prosecution of the work provided in the Contract; and shall promptly=pay all contributions due the state Industrial.Accident Fund and the State Unemployment Compensation Fund from the Principal or its subcontractors in connection u th the performance of the Contract; and shall pay over to the Oregon Page 43 Department of Revenue all sums -required to be deducted and retained from the wages of employees of the Principal and its subcontractors pursuant to ORS 316.167, and shall permit no lien nor claire to be filed of prosecuted against the City on account of any labor or materials furnished;and shall do all things required of the Principal by the laws of the State of Oregon, then this obligation shall be void, otherwise,it shall remain in full force and effect. Nonpayment of the bond premium will not invalidate this bond nor shall the City of Tigard be obligated for the payment of any premiums. `ll.-lis bond is given and received under the authority of ORS Chapter 2790 and Tigard Public Contracting Rules,the provisions of which are incorporated into this frond and made a part hereof. INWITNESS WHEREOF, 'AVE I11"M CAUSER THIS INSTRUMENT To BE EXECUTED AND SEALED BY OUR DULY AUTHORIZED LEGAL REPRESE.N ATIN,"ES. Dated this 2nd day of May , 2413 . PELWCIM: Blackline, Inc. - S' azure Printed Name&Ti0e Attest» �✓ +; v t � - Contractors Bonding and SURETY: Insurance cam an (Add simatrfres for eark surer fusing mullok bands) BY ATTORIN Y-INFACT_ (Prrrvcr-q�{-.�lltv1-n9,must acaloVrrrry each.smD!bona) Charla M. Boadle Attorney-In-Fact Name' Signature 818 West Riverside Avenue, ##800 Address Spokane WA 99201 City State Lip 509-325-3024 509-325-1803 Phone Fax Page 44 0wwBonding and Insurance Company POWER OF ATTORNEY 311 Weskem Ave., ekle Suite 300 Seattle,WA gslak rn at7 cema—Y Contractors Bonding and Insurance Company Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed,but may be detached by the approving officer if desired. That Contractors Bonding and Insurance Company,a Washington corporation,does hereby make,constitute and appoint: Mark L.Roff,Lisa A.Latham.Cathie Hamlin.Janet M.Fenton, e Tun Brinson,P tri W ht O'Neill,jointly or Severally in the City of Spokane .State of_ Washington its true and lawful Agent and Attorney in Fact,with full power and authority hereby conferred,to sign, execute, acknowledge and deliver for and on its behalf as Surety,the following described bond. Any and all bonds,undertakings,and recognizances in an amount not to exceed Ten Million and 00/100 Dollars( S10,000,000.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of Contractors Bonding and Insurance Company,and now in force to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings,Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF,the Contractors Bonding and Insurance Company has caused these presents to be executed by its Pigg President with its corporate seal affixed this 24th day of August 2012 +++y,+,tii AND "s +' •••N%, Contractors Bonding and Insurance Company Ci • y SEAL � = State of Washington `• I X79 • • Z Roy C.Die Vice President SS County o-King CERTIFICATE On this 24th day of_ August 2012 I, the undersigned officer of Contractors Bonding and Insurance before me, a Notary Public, personally appeared Ray C. Die ,, who Company,a stock corporation of the State of Washington,do hereby being by nae duly swom, acknowledged that he signed the above Power of certify that the attached Power of Attorney is in full force and effect Attorney as the aforesaid officer of the Contractors Bonding and and is irrevocable; and furthermore, that the Resolution of the Insurance Company and acknowledged said instrument to be the voluntary Company as set forth in the Power of Attomey, is now in force. In act and deed of said corporation. testimony whereof, I have hereunto set my hand and the seal of the Contractors Bonding and Insurance Company this F day 7 of ` �- Contractors Bonding and Insurance Company Joseph B.Vuller Notary Public Notary Pabltc State of Washington Roy C.Die Vice President JOSEPH 6 MULLER __) MY COMMISSION EXPIRES March 28,2418 4675444032972 A00595II ATTACHMENT I SUPPLEMENTARY GENERAL.CONDITIONS FY 2013-14 PAVEMENT MANAGEMENT PROGRAM SLURRY SEAt. - CITY OF TIGARD,OREGON The fallowing provisions supplement and amend the General Conditions (defined in the Agreement). Section 00120, Bidding Requirements and Procedures -- Note that this section has been modified earlier in these bid documents Section 00130,Award and Execution of Contract— Note that this section has been modified earlier in these bid documents Section 00150.10(a) Order of Precedence Delete-- Delete the entire subsection and replace it with the words "(a) subsection not used." Section 00150.40(x) Cooperation and Superintendence by the Contractor,!General--Add the words, "within the limitations in Oregon Law regarding public records." to the end of the sentence in bullet item 7. Section 00160.10 Ordering,Producing and Furnishing Materials Delete the last two sentences in the opening paragraph. Section 160.10(b)Approval of Quantity of Materials Ordered-- Delete the sentence,"Therefore, the Contractor is cautioned to order or produce Materials only after having received the approval of the Engineer. " Delete the sentence,"Excess Materials,ordered or produced by the Contractor,without approval of the Engineer,may be purchased by the?agency at the sole discretion of the Agency. (see 00195.80)" Section 165.03 Testing by Agency--Delete the words "its central laboratory, field laboratories,or other" from the first sentence. Section 170.10(d) Agency's Payment of the Contractor's Prompt Payment Obligations -- change the word "ODOT"to"Agency-" Section 170.70, Insurance -- Delete entire section. Section 170.72 Indemnity/Hold Harmless -- Delete entire section. Section 170.94 Use of Explosives -- Change the first sentence to read, "The Contractor shall obtain the Engineer's approval and shall comply with all Laws pertaining to the use of explosives." Section 180.20(a) Subcontracting Limitations, General-- Delete the first sentence. Section 180.22 Payments to Subcontractors and Agents of the Contractor--Delete the second paragraph. 471Pa4ge Section 180.31 (b)(1) Reason for Substitution--Add the following word to the beginning of the first bullet "In the judgment of the Engineer". Section 180.50(c) Beginning of Contract Time-- change the paragraph to read,"When the Contract Time is stated in Calendar Days,counting of Contract Calendar Days will begin with the first Calendar Day following the date of the Notice to Proceed." Section 195.10 Payment for Changes in Materials Costs,Delete entire section. Section 195.12 Steel.Material Price Escalation/De-Escalation Clause--Delete entire section. Section 195.50(a)(2)Value of Materials on Hand -- Delete paragraph. Section 195.50(b) Retainage: Change the first paragraph to read. "The amount to be retained from progress payments will be 5% of the value of Work accomplished,and will be retained in one of the forms specified in Subsection (c) below. Section 195.60 Advance Allowance for Materials on Hand: Delete entire section. Section 195.80 Allowance for Materials Left on Hand: Delete entire section. Section 199.40 Claims Decision Review,Delete entire section. 481P -, ATTACHMENT J SPECIAL PROVISIONS FY 2013-14 PAVEMENT MANAGEMENT PROGRAM Slurry Seal CITY OF TiGARn,OREGON The Special Provisions contained herein have been prepared by or under the direction of the following Registered Engineer. INiichael D. McCarthy,P.E. PRQ��� Z q[ r4838PE OREGON y DAVID IA EXPIRES:iT/)r1J-6;)1tJJ WORK TO BE DONE The Work to be done under this Contract consists of applying slurry seal and other associated work on the streets as shown on plans entitled: CITY OF TIGARD OREGON FY 2013-14 PAVEMENT MANAGEMENT PROGRAM Slurry Seal APPLICABLE SPECIFICATIONS The Specification that is applicable to the Work on this Project is the 2008 edition of the "Oregon Standard Specifications for Construction". For this project, when the specification says `Agency' it rnay typically be understood to mean `City' in project-specific cases, but may refer to the Oregon Department of Transportation,especially in cases of standards and testing. All number references in these Special Provisions shall be understood to refer to the sections and subsections of the Standard Specifications and Supplemental Specifications bearing like numbers and to sections and subsections contained in these Special Provisions in their entirety. Page 47 SECTION 00130 -AWARD AND EXECUTION OF CONTRACT Comply with Section 00130 of the Standard Specifications, modified earlier in this document, and modified as follows: 00130.90 Notice to Proceed Add the following: No work shall commence prior to receiving the Notice to Proceed and attending a pre- construction meeting conducted by the City. SECTION 40150- CONTROL OF WORK Comply with Section. 00150 of the Standard Specifications modified as follows: The Contractor's attention is directed to Section 105.55, "Cooperation with Other Contractors," of the Standard Specifications. Certain work within this contract requires coordination with the work of other agencies or contractors. The Contractor shall cooperate fully with other agencies/ contractors and carefully fit his own work to such other work as may be directed by the Engineer. The Contractor shall not commit or permit any act to be committed which will interfere with the performance of work by any other agency/contractor. SECTION 00170 - LEGAL RELATIONS AND RESPONSIBILITIES Comply with Section 00170 of the Standard Specifications modified as follows: 00170.80(x) Responsibility for Damage in General - The Contractor shall perform Work, and furnish Materials and Equipment for incorporation into the Work, at the Contractor's own risk, until the entire Project has been completed and accepted by the City. The Contractor shall provide adequate protection for property, trees, landscaping, and other items adjacent to the work area. Existing trees, property, shrubs, plants, or other items that are not to be removed but are injured or damaged by reason of the Contractor's operations shall be replaced in kind at the Contractor's expense. Contractor shall repair all damages to Work performed, Materials supplied, and Equipment incorporated into the Work, except as otherwise provided:in this Section. SECTION 00180- PROSECUTION AND PROGRESS 00180.41 Project Work Schedules - add the following: The contractor shall provide a work schedule acceptable to the engineer a minimum of 14 days in advance of street closures indicating the date closure is planned for each section of each street. Should rescheduling become necessary for reasons beyond the contractor's control (such as weather delays), no work shall be done until the City approves the revised schedule and residents are provided notice with adequate time (13pically 24 hours) before the work commences. If rescheduling is necessary, it shall be done in a way that minimizes schedule changes on the rest of the 501 9° it ,_ w project. This is often done by rescheduling a canceled day at the end of the project, and leaving the other days as originally scheduled. Add the following subsection: 00180.50(h) Contract Time— No work on this project is allowed to commence before July 1",2013. All work on this project must be substantially complete on or before August 15'', 2013. .rill `punch list' items and cleanup must be complete by August 31st,2013. 00180.85(b) Liquidated Damages -Add the following paragraph. The liquidated damages for failure to complete the Work on time required by 00180.50(h) will be $500 per Calendar Day, and applies to both substantial completion and completion of`punch list'and cleanup work. SECTION 00195 —PAYMENT Comply with Section 00195 of the Standard Specifications modified as follows: 00195.20(a) Insignificant Changed Work--Add the following: The City may add streets or extend work along streets if funds are available,up to 25% of the estimated quantity. The City may delete streets from this project and/or reduce the length of work along streets, up to 25% of the estimated quantity. Striping and pavement markings may be added or deleted without limit at the discretion of the engineer. SECTION 00220-ACCOMMODATIONS FOR PUBLIC TRAFFIC Comply with Section 00220 of the Standard Specifications modified as follows: 00220.02 Public Safety and Mobility—Add the following: 1) 'Mork shall be staggered through the project area in order to minimize the impact of street closures on public mobility and maintain local access as much as possible. 2) The contractor shall provide a detailed work schedule acceptable to the engineer a minimum of 14 days in advance of street closures indicating the date closure is planned for each section of each street. Should rescheduling become necessary for reasons beyond the contractor's control (such as weather delays), no work shall be done until the City approves the revised schedule and residents are provided notice with adequate time (typically 24 hours) before the work commences. 3) If rescheduling is necessary,it shall be done in a way that minimizes schedule changes on the rest of the project. This is often done by rescheduling a canceled day at the end of the project, and leaving the other days as originally scheduled. 4) The contractor must inform the engineer and inspectors in writing (electronic copy acceptable) and obtain their approval of any proposed changes to the schedule as soon as possible after the change is 511P known, and at least 48 hours before work commences on changed dates. This is essential for the city's public notification efforts. 5) Streets shall not be closed prior to 7:30 A.M and shall be opened (and in proper condition for public traffic) by 5:00 PM each day. 6) In the event the slurry seal does not cure in a timely manner and remains trackable when a street is to be reopened for traffic, the Contractor shall apply a covering of clean 1/4" - 0" aggregate material to prevent tracking prior to permitting traffic on the streets. This covering_ shall be removed and the area fully cleaned by the contractor as soon as possible. 7) The contractor shall provide site-specific temporary signage to notify residents and street users of the specific schedule for work on that street. The City will provide sign facings (typically 12"x18") to be mounted (typically on A-boards) by the contractor. Signs shall be placed a minimum of 48 hours and a maximum of 7 days before any work affecting use of the street. 8) The Contractor shall notify the applicable following agencies and organizations at least five (5) working days in advance that their services will be affected by the work,including lane/road closures or other restrictions which could cause delay to emergency, delivery or transit vehicles. The information below is provided for the contractor's convenience; it is the contractor's responsibility to make sure each entity is properly notified. • Emergency services 911 ■ City-of Tigard Police Department (Non-Emergency) 503-629-0111 ■ Tualatin'Valley-Fixe& Rescue {Jerry Renfro) 503-612-7000 " United States Post Office (Non-Emergency=Services) 503-968-0753 or 503-968-2991 ■ United States Post Office (Emergency Services) 866-261-6412 ■ Tigard-Tualatin School District {Jean Devenport) 503-431-4046 ■ First Student (Joanne Kirkbride) 503-431-2345 ■ Tri-Met—Road Operations 503-962-8117 ■ Pride Disposal (Lottie Schmidt) 503-625-6177 Ext 129 9) Cost for all work under this section shall be considered as incidental to application of the slurry-seal. SECTION 00225 -WORK ZONE TRAFFIC CONTROL Comply with Section 00225 of the Standard Specifications modified as follows: 00225.91 Ternporaiy Signing-Add the following: All temporary traffic signs are considered incidental to the work being performed. SEC'T'ION 00280 - EROSION ANIS SEDIMENT CONTROL Comply with Section 00280 of the Standard Specifications. SECTION 00290 -ENVIRONMENTAL PROTECTION Comply with Section 00290 of the Standard Specifications modified as follows: 521P 00290.32 Noise Control—Change work hours to 7.30 am to 7:00 pm in I" paragraph. SECTION 00706—EMULSIFIED ASPHALT SLURRY SEAL SURFACING Comply with Section 00706 of the Standard Specifications modified as follows: 00706.11 Polymer Modified Emulsion-The polymer modifier shall be latex material (LNfCQS1-h). 00706.12 Aggregate—Aggregate gradation shall be TYPE II (Urban and residential streets). 00706.17 Quality Control- Provide Quality Control in accordance with this subsection. 00706.41 Preparation of Surface—Replace this subsection with the following: Immediately prior to applying the slurry seal, the surface shall be cleaned of all loose material, silt spots, vegetation, oil spots, and other objectionable materials. Hand clean where necessary to reach areas, such as dead-end streets, not reached by machine. If there is a delay between sweeping and slurry sealing, or if any appreciable material accumulates on the street, re-sweep as necessary. Slurry seal mixture shall not be applied until the surface has been approved by the Engineer. Protect manholes, valve boxes, drop inlets, and other service entrances from the slurq- seal by a suitable method. Clean these covers as quickly as possible after the application of the slurry seal and definitely prior to the final set. Clean any slurry seal from the interior of the utilities. Cover or remove (as directed by the engineer) all pavement buttons, reflectors, and other items attached to the pavement before slurry seal is to be applied in that area. 00706.42 General—.,.dd the following: Adjust techniques as necessary to properly apply (iso the judgment of the engineer) slurry seal on sloped streets and account for other varying conditions. 00706.48 Rolling—Delete this subsection 00706.51—Provision for traffic—Add the following: Clean off miss-applied mixture the same day. 00706.90 Payment— 'add the following: The contract unit price paid for Slurry Seal shall include full compensation for furnishing all labor, materials, tools, equipment, signs, notification, traffic control, incidentals, and all other costs for doing all the work involved in application of slurry seal mixture, complete in place,which includes signage, surface preparation and cleaning, protection of any and all facilities or appurtenances in the roadway, protection of the roadway from vehicles and pedestrians, cleanup of any misapplied slurry and any remaining materials used on this project, and all other work necessary for a complete project. 5311' t _ � SECTION 00867 —TRANSVERSE PAVEMENT MARKINGS—LEGENDS AND BARS 00867.45 Installation - Replace the paragraph that begins "Apply one or more ..." with the following: Type B-HS: Preformed, Fused Thermoplastic Film High Skid - Install preformed, fused thermoplastic film high skid, that has intermixed reflective elements with factory installed crushed glass or aggregate on the surface for all pavement markings on this project. 541P .t ATTACHMENT M STANDARD DETAILS IT Y 2013-14 PAVEMENT MANAGEMENT PROGRAM SLURRY SEAL CITY OF TYGARU,OREGON The following detail drawings apply to this project and are hereby made a part of the contract documents. 1. All drawings incorporated into or referenced by the FY 2013-14 PAVEMENT NIANAGENIENT PROGRAM---Slurry Seal plans dated February 26,2013,cover sheet and pages I through 14 551 J' :r_ ATTACHMENT N OREGON PREVAILING WAGE RA'Z'ES FY 2013-14 PAVEMENT MANAGEMENT PROGRAM SLURRY SEAL CITY OF TIGARD,OREGON May be downloaded from http://wwa-.boh.state.or.us/BOLT/WHL/PWR/12 r book shtrrd. 56�