Loading...
HomeMy WebLinkAbout2012-036 Kissell Well Repair; Budget Amendment and AppropriationsORDINANCE NO. 2012 -36 AN ORDINANCE amending the 2012 budget for the City of Yakima; and making appropriations of $205,000 within the 477 - Water Improvement Fund, for expenditure during 2012 to repair the Kissel Well. WHEREAS, the amount of $205,000 must be appropriated within the 477 - Water Improvement Fund for expenditure during 2012 to repair the Kissel Well, and WHEREAS, at the time of the adoption of the 2012 budget it could not reasonably have been foreseen that the appropriation provided for by this ordinance would be required; and the City Council declares that an emergency exists of the type contemplated by RCW 35.33.091 and that it is in the best interests of the City to make the appropriation herein provided, now, therefore, BE IT ORDAINED BY THE CITY OF YAKIMA: Section 1: The amount of $205,000 is hereby appropriated from the Unappropriated Fund Balance in the 477 - Water Improvement Fund Account 477 - 477 - 348 - 2350 - 59434 -480 titled 2012 Kissel Well Repair as a 2012 appropriation. Section 2: This ordinance is one making an appropriation and shall take effect immediately upon its passage, approval and publication as provided by law and by the City Charter. PASSED BY THE CITY COUNCIL signed and approved this 16th day of October, 2012. `/& Micah Caw y, Mayor T: City Clerk r ti First Reading: October 2, 2012 Publication Date: October 19, 2012 Effective Date: November 19, 2012 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting of: October 16, 2012 ITEM TITLE: Second reading of Ordinance amending the 2012 Budget and making appropriations in the 477 - Domestic Water Improvement fund to repair Kissel well motor and panel. SUBMITTED I§Y: Dave Brown, Water /Irrigation Manager Cindy Epperson, Director of Accounting and Budget CONTACT PERSON /TELEPHONE: Dave Brown, Water /Irrigation Manager 575 -6204 SUMMARY EXPLANATION: The lighting storm of late July 2012 has caused damage to both the electrical control panel and the well pump motor. No surge protection was provided during initial construction in 1993 as lighting has not been a major issue in the Yakima Valley and was not recommended by the electrical engineer. Most facilities, even today, do not require surge protection except for computer type equipment. However, included in this appropriation is surge protection. We will be working on a project to consider surge protection on other facilities. This well is used as a backup supply when the water plant cannot meet the water demand. The panel, specifically the motor starter, was damaged beyond repair and the motor appears to be shorted out and will need to be repaired or replaced. The extent of the motor damage cannot be fully evaluated until the pump and motor have been removed from the well. The appropriation of $205,000 is to pay costs associated with the replacement of the motor starter and installation of a surge protector of about $25,000, the cost for a contractor to remove and replace the well pump and motor of about $50,000, the cost of repairing or replacing the motor of about $100,000, a contingency of $30,000 to cover any additional repairs that are discovered when the pump and motor have been removed and evaluated. As this event was specifically excluded from insurance coverage, this repair is being funded using water capital reserves. Resolution Contract: Contract Tenn: Ordinance X Mail to: Amount: Other (specify) Expiration Date: Insurance Required? No Funding Source: APPROVED FOR SUBMITTAL: STAFF RECOMMENDATION: Phone: City Manager Water /Irrigation respectfully requests City Council to pass Ordinance after the second reading. BOARD /COMMISSION RECOMMENDATION: ATTACHMENTS: Click to download ❑ Ordinance 1 ORIGINAL 1 � City of Yakima 1 Water /Irrigation Division 1 w 1 Kissel Park Well Repair Construction Contract Specifications & Bid Documents City Project Number WA2350 ' 2301 Hwtvale Blvd Yakima, WA 98902 ' October 2012 Phone (509) 575 -6154 Fax (509) 575 -6187 1� It 11 CITY OF YAKIMA II 11 CONTRACT DOCUMENTS a� FOR p� Kissel Park Well Repair �Il CITY PROJECT NO. WA2350 �i 1 li 11 1� 1, City of Yakima pi 129 N. 2nd St. Yakima, WA 98901 pl Water /Irrigation Division 2301 Fruitvale Blvd. Yakima, WA 98902 1�1 1! . CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR Kissel Park Well Repair City of Yakima Project No .WA2350 TABLE OF CONTENTS SECTION 1 - INVITATION TO QUOTE INVITATION TO QUOTE SECTION 2 - INFORMATION FOR CONTRACTORS GENERAL /SPECIAL INSTRUCTIONS SECTION 3 - QUOTE SHEET, CONTRACT AND RELATED MATERIALS QUOTE SHEET CONTRACT PERFORMANCE BOND SAMPLE CERTIFICATE OF LIABILITY INSURANCE COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT SECTION 4 - SPECIFICATIONS APPENDIX A WELL LOG APPENDIX B SITE PHOTOGRAPHS PAGE NO. 1 -1 2 -1 3 -1 3 -3 3 -5 3 -8 1 I SECTION 1 - INVITATION TO QUOTE 11 1 I 11 e City of Yakima Kissel Park Well Repair �I Project No. WA2350 INVITATION TO QUOTE e� CITY OF YAKIMA CITY HALL 129 N 2"d AVE Oj YAKIMA, WA 98901 ! WATER /IRRIGATION DIVISION Contractor- PI C-A-7FI �S, 1n�. 2301 FRUITVALE BLVD �j YAKIMA, WA 98902 Phone - -25-4,D PHONE 509 - 575 -6154 �) Address S - :;S-W 41Ic- UJ1opi 6A7--) t L 6-3 PROJECT SCOPE The work consists of furnishing all labor, materials, tools, equipment, and incidentals necessary for the �j pulling and testing and repair of the Kissel Park Well 300 HP submersible motor and pump, 12 -inch pipe column and conductors as herein specified The pump bowls are at approximately 300 feet below ground surface (bgs) The well site is located at the intersection of South 32nd Avenue and West Mead Avenue Please return your lowest price for the following project by 2 p.m., Friday, November 9, 2012 to the Yakima City Clerks Office, 15` floor of City Hall If you have any questions, please contact Mike Shane, Water /Irrigation Engineer, at 509 - 576 -6480 The city reserves the right to reject any or all quotations and to �i accept any or all items at the price quoted The city intends to award this contract within 10 calendar days 1 after opening quotes. 'I e� r� �i �i r r r i r SECTION 2 - INFORMATION FOR CONTRACTORS City of Yakima Kissel Park Well Repair Project No. WA2350 8 I. GENERAL /SPECIAL INSTRUCTIONS 1. Workmanship: The contractor shall furnish all labor, equipment, and materials, which are necessary to complete the work as described in these specifications. Quality of workmanship shall conform to that which is usually provided by the trade in general Any variance from the v specifications or standards of quality must be clearly pointed out in writing by the bidder A Performance Bond equal to the bid amount shall be required. 1 2. Regulatory Requirements: The project shall be performed in a manner that is in compliance with all applicable federal, state and local laws and regulations, including, but not limited to, vehicle regulations (WSDOT /HMTUSA/other), environmental laws and regulations (EPA/WDOE /local), and health and safety laws and regulations (OSHA/WISHA/City Safety Codes) 3. Prevailing Wages: The contractor will comply with all provisions of Chapter 39 12 RCW - Prevailing Wages on Public Work. A. RCW 39 12.010 - The State of Washington prevailing wage rates applicable for this public works project, which is located in Yakima County, may be found at the following website address of the Department of Labor and Industries. https.Hfortress wa. gov /lni /wagelookup /prvWagelookup aspx. Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project Js August 31, 2012. A copy of the applicable prevailing wage rates are also available for viewing at the office of the Owner, located at 129 N 2nd St., Yakima, WA. Upon request, the Owner will mail a hard copy of the applicable prevailing wages for this project. B. RCW 39 12 040 - Statement of Intent to Pay Prevailing Wages and an Affidavit of Wages Paid Before an awarding agency may pay any sum due on account, it must receive a statement of Intent to Pay Prevailing Wages approved by the Department of Labor and Industries Following final acceptance of a public work project, and before any final money is disbursed, each contractor and sub- contractor must submit to the awarding agency an Affidavit of Wages Paid, certified by the Department of Labor and Industries. C RCW 39 12.070 - Fees Authorized for Approval Certification and Arbitrations. Any fees charged by the Department of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of the contractor 4. Termination - Cause: The City reserves the right to terminate this contract at any time, upon written notice, in the event that the services of the Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this agreement. In addition to the foregoing right of termination, the City may terminate this contract, with or without cause, upon thirty (30) days written notice to Contractor 5. Submission of Quote: Quote shall be submitted to the City Clerk's Office, Yakima City Hall, 129 North 2nd Street, Yakima, WA, 98901, by 2 p.m. on Friday, November 9, 2012 in a sealed envelope labeled City of Yakima, Kissel Park Well Repair, City of Yakima Project No. WA2350, with the quote due date written on it. 2 -1 All QUOTES must be made on the required QUOTE form All blank spaces for prices must be filled in, in ink or typewritten, and the QUOTE form must be fully completed and executed when submitted Only one copy of the QUOTE form is required A conditional or qualified QUOTE will not be accepted 11. Right to Reject: Quotes will not be allowed to be adjusted after submission The City of Yakima reserves the right to reject any or all quotes or accept any presented 6. No Disturbance: interest of the City and will not necessarily be bound to accept the low quote The contractor shall not disturb grounds or materials outside the sphere of the contracted 12. No Preferences: project area. 1 7. Pre Bid Meeting: 13. Contractor's Liability Insurance (Sample Certificate Attached): There is no pre bid meeting scheduled ' contract, commercial general liability coverage and automobile coverage with insurance All bidders are encouraged to visit the site prior to submitting their quote and become carriers admitted to do business in the State of Washington The insurance companies aware of any problems, which may affect their quote If bidders wish to enter the locked basis subject to the following minimum limits of liability - fenced area or building prior to providing a quote, please contact Jeff Bond, Water Commercial General Liability - Treatment Plant Supervisor at 509 - 575 -6177 or 509 - 728 -2362 to schedule 8. Coordination: The City of Yakima, its agents, elected and appointed officials, and employees are to be The contractor shall coordinate their work with Mike Shane, Water /Irrigation Engineer (509- 1 576 -6480 or 509 - 728 -3939) 9. Timing: t Contractor shall coordinate with contacts listed above as to when work will be accomplished Work shall be completed within 10 working days once started, unless otherwise agreed ' 10. Warranty: The Contractor will warranty all labor and materials for 1 year after final acceptance of project has been agreed upon between Contractor and Engineer and will be responsible for repairs required during the time. 11. Right to Reject: , The City of Yakima reserves the right to reject any or all quotes or accept any presented which meet or exceed these specifications and which they may deem to be in the best interest of the City and will not necessarily be bound to accept the low quote 12. No Preferences: No exceptions will be considered that may tend to give an individual contractor submitting a quote a distinct advantage 13. Contractor's Liability Insurance (Sample Certificate Attached): The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage and automobile coverage with insurance carriers admitted to do business in the State of Washington The insurance companies must carry a Best's Rating of A- VII or better The policies will be written on an occurrence basis subject to the following minimum limits of liability - Commercial General Liability - Combined Single Limit: $1,000,000 Per Occurrence $2,000,000 Annual Aggregate 0 The City of Yakima, its agents, elected and appointed officials, and employees are to be listed as additional insured under the policies. 2 -2 1 The contractor will provide a Certificate of Insurance to the City as evidence of coverage The certificate will provide 45 days notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. The contract shall also maintain workers compensation through the State of Washington If at any time during the life of the contract or any extension, the contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately Any failure to maintain the required insurance may be sufficient cause for the City to terminate the contract. 14. Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other City contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E- Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States E- Verify will be used for newly hired employees during the term of the contract only; it is not to be used for existing employees 1 The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor If the contractor has not previously filed an E- Verify Compliance Declaration with the City, the contractor must sign the attached E- Verify Compliance Declaration and submit it to the City prior to being ' awarded the contract. Failure to do so may be cause for rejection of the bid 1 2 -3 1 SECTION 3 -QUOTE SHEET, CONTRACT AND RELATED MATERIALS 1 [7 QUOTE City of Yakima Kissel Park Well Repair Project No. WA2350 (Note Unit prices for all items, all extensions, and total amount of quote must be shown. Any changes /corrections to the quote must be initialed by the signer of the quote) ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 MOBILIZATION AND DEMOBILIZATION 1 LSr 2 REMOVE PUMP AND PERFORM 1 Ls �774to TESTING — 774o 3 DECHLORINATION 1 LS ssc9 S S50 S REINSTALLATION OF PUMP 1 LS p� �� — �� — 4 5 RIG TIME 10 HR 4�,`0_0— 1410-,0 SUBTOTAL: � Z.7 669— 6 22- 6 g• -M STATE SALES TAX 8.2 %. 2 �' 3(p TOTAL: / IContractor's Signature: 1 9-z-� Date: fl_ / '? / (Z-- 3 -1 B 1 1 L CONTRACT THIS AGREEMENT, made and entered into in triplicate, this '2 day of�P,!12012, by and between the City of Yakima, hereinafter called the Owner, and PL e—A TT t F3R oT�-t' E(LS, 1 �� • a Washington Corporation, hereinafter called the Contractor WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE AMOUNT OF: $ 21,cM, -76 , for the City of Yakima Kissel Park Well Repair, Project No. WA2350, all in accordance with, and as described in the attached plans and specifications and the 2012 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Ten (10) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II, The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written Countersi ned: CITY AKIMA this J� day of 2012. a orporation YA �9 City a ger t: I City Clerk — CITY CONTRAcr NO� RE�N NO/ k .r"1 "1— —*4 CONTRACTOR (� Contract By' d-t�+ _ (Print Name) Its: A ,&, C� (President, Owner, etc. Address: 423 b VC) 0 3 3 -3 r .<, B .Z r e PERFORMANCE BOND WAC51607 BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That whereas the City of Yakima, Washington has awarded to PICATTI BROTHERS INC. (Contractor) hereinafter designated as the "Principal' a contract for the construction of the project designated Kissel Park Well Repair, .Project No. WA2350, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: NOW, THEREFORE, we, the principal, and . MERCHANTS BONDING'. COMPANY' .(Surety), a corporation, organized and existing under and by virtue of the laws of the State of IOWA duly authorized to do business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Total Contract Amount lawful money of the United States, for the payment Yakima, Washington, in the sum of $ 29 936. 78 ( ) of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by those presents. THE CONDITIONS OF THIS OBLIGATIONS IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions. of.said contract in the manner and within the time therein set forth, or within such extensions of time.as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Yakima, Washington, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by.reason of any carelessness or negligence on the part of said principal, or any sub-contractor in the.performance of said work and shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects developing in the material or workmanship provided or performed under said contract, within a period of one year after its acceptance by the City of Yakima, Washington, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly ' authorized officers this 20 day of NOVEMBER 2012 PICATTI BROTHERS, INC. ( 'n pal) By: (Signature) is JV (Print (Name) Approved as to form: ' (Title) ' City Attorney) MERCHANTS BONDING COMPANY / a(Signature) By TAMMY "MCKEE ATTORNEY —IN —FACT (Print Name) ' ( Title) •�_ � r - NOV 2120,112 'L "By 1 MERCHANT7_71�k BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL).and MERCHANTS NATIONAL BONDING, INC , both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint, individually, Shelley Burnham, Tammy McKee, Traci Sullivan Of Yakima and State of W ashtttgton their true and lawful Attomeyan -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of. TWO MILLION ($2;000;000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney =in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attorney.is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011 "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys An-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 2nd day of August , 2012 6j"eja X"01 Z. :yv :, 20 �3 r•� STATE OF IOWA COUNTY OF POLK ss. •• �o�N.. C M,o •. :�o.•oaPOq ••;tI• ; -o- o 6' 1933 ; c° ip •. 4r •• MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. BY /-t"7 774- President On this 2nd day of August 1 2012 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, 1 have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. AX.MARANDAGREENWALT Commission Number 770312 My Commission Expires October 28, 2014 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -0F - ATTORNEY executed by said Companies, which is still in full force and effect and has notbeen amended or revoked. I this in WWess Whereof, I have X "°ay of ON. &jJ`V a+PQ�. �d xv;• 2Q43 .� IPOA 0014 (11/11) hand and affixed the seal of the Companies on -o- o: a 1933 Secretary ® ° CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DD/YYYY) 11/20/2012 . HIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED u REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONT NAMEACT Tammy McKee PHONE (5509) 965 -2090 FAX (509)966 -3454 C. Conover Insurance EMAIL .tammym@conoverinsurance.com 125 N. 50th Ave. INSURERS AFFORDING COVERAGE NAIC # P.O. BOX 10088 INSURERA:National Fire Insurance 20478 Yakima WA 98909 -1088 INSURED IYakima INSURERB:Continental Casualty CO. 20443 INSURERC. i catti Bros. Inc. INSURER D: 0. BOX 9576 C INSURER E : WA 98909 INSURER F. 01COVERAGES CERTIFICATE NUMBER:12 -13 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, - EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE ADD B POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MM /DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 11000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 100, 000 .' X COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) $ 5,000 P, CLAIMS -MADE � OCCUR 016951968 9/16/2012 9/16/2013 PERSONAL 8 ADV IN $ 1,000-,000 iN: GENERAL AGGREGATE $ 2,000,000 a. r. GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2 , OOO,,,O $ 1 i' PRO - X POLICY LOC EaacccdentSINGLELIMIT 1,000, 00.0 ( AUTOMOBILE LIABILITY BODILY INJURY (Per person) $ 4 X BODILY INJURY (Per accident) $. �B ANY AUTO ALL OWNED SCHEDULED 016951971 9/16/2012 9/16/2013 AUTOS NON -OWNED PROPERTY DAMAGE Per accident $ (' HIRED AUTOS AUTOS hired & non -owned liability $ i X UMBRELLA LIAB " OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ -{ EXCESS LIAB CLAIMS -MADE X $ 017171726 9/16/2012 9/16/2013 DED RETENTION$ 10,000 t,A WORKERS COMPENSATION Statutory /WA Stop Gap WC STATT OTH- E L. EACH ACCIDENT $ 1,000,09 't AND EMPLOYERS' LIABILITY ANY PROPRIETOR /PARTNER /EXECUTIVE E.L. DISEASE -EA EMPLOYE $ 1,000,0070 ` OFFICER /MEMBER EXCLUDED? ❑ N/A 016951968 9/16/2012 9/16/2013 !r%` (Mandatory In NH) E.L. DISEASE - POLICY LIMIT $ 1 0 0 0 0 0 Qi rp.., If yes, describe under DESCRIPTION OF OPERATIONS below RkSCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Re: Kissel Park Well Repair Project Te City of Yakima, its agents, elected and appointed officials, and employees are named as additional insured per form G17957G (01 -01). CERTIFICATE HOLDER CANCELLATION v J, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOREP A THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN. s..J ACCORDANCE WITH THE POLICY PROVISIONS. :3ti� City of Yakima y - Water / Irrigation Division f ,., 2301 Fruitvale Blvd. AUTHORIZED REPRESENTATIVE --- t 'Y Yakima, WA 98902 John Cockrell /TAMMYM���� All- ...I.a.. ..,.1 ACORD 25 (2010/05) INS025 (201005).01 ,f W taoo-cV 11 V rwvrw vv... . - -- The ACORD name and logo are registered marks of ACORD t G- 17957 -G CNA (Ed. 01/01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM. OR SUIT. SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF THE ' "PRODUCTS - COMPLETED OPERATIONS HAZARD ". SEE PARAGRAPH B.3. OF THIS '- ENDORSEMENT FOR THIS COVERAGE CHANGE. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ' CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH LIMITED PRODUCTS- COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: 1 M iii+, p'•it '? COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE [dame of Person or Organization: Designated Project: 1 1 { T g (Cov ®rage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) ' ' A. WHO IS AN INSURED (Section II) is amended to 2. The Limits of Insurance applicable to the include as an insured any organization, additional insured are those specified in the y p erson or g , ' including any person or organization shown in the written contract or written agreement or in the schedule above, (called additional insured) whom you Declarations of this policy, whichever is less, are required to add as an additional insured on this These Limits of Insurance are inclusive of, and not policy under a written contract or written agreement; in addition to, the Limits of Insurance shown in the but the written contract or written agreement must be: Declarations. '`a. 1. Currently in effect or becoming effective during the 3. The coverage provided to the additional insured < = term of this policy; and by this endorsement and paragraph f. of the ,.= .� definition of "insured contract" under 2. Executed prior to the "bodily injury," "property DEFINITIONS (Section V) do not apply to "bodily "personal ". ' damage," or and advertising injury �� injury or property damage arising out of the - ? B. The insurance provided to the additional insured is "products- completed operations hazard" unless -- = re uired b the written contract or written limited as follows: q Y -- agreement. When coverage does apply to "bodily 1. That person or organization is an additional injury" or "property damage" arising out of the ..- insured solely for liability due to your negligence " products-completed leted operations hazard" such coverage will not apply beyond: specifically resulting from "your work" for the _ ' additional insured which is the subject of the written contract or written agreement. No a. The period of time required by the written .� coverage applies to liability resulting from the sole contract or written agreement; or 9 pP tY negligence of the additional insured. ' G- 1 7957 -G Page 1 of 2 (Ed. 01/0 1 a, 'y IJI d. U:` 4 b. 5 years from the completion of "your work" on the project which is the subject of the written contract or written agreement, whichever is less. 4. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of of failure to render any professional services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, or inspection activities performed as part of any related architectural or engineering activities. C. As respects the coverage provided under this endorsement, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS are amended as follows: 1. The following is added to the Duties In The Event of Occurrence, Offense, Glair^ or Suit Condition: e. An additional insured under this endorsement will as soon as practicable: G- 17957 -G (Ed. 01/01) G-1 7957-G (Ed. 01/01) (1) Give written notice of an occurrence or an ; offense to us which may result in a claim or "suit" under this insurance; (2) Tender the defense and indemnity of any claim or "suit" to any other insurer which also has insurance for a loss we cover under this Coverage Part; and (3) Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. f. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. !' 2. Paragraph 41. of the Other Insurance Condition is deleted and replaced with the following: 4. Other Insurance b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as an Insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing. Page 2 of 2 _ I COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E- Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E- Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E- Verify Declaration below. Failure to do so may be cause for rejection of bid. E- VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. 1 agree to enroll in E- Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E- Verify for all newly hired employees during the length of the contract. t3. 1 certify that I am duly authorized to sign this declaration on behalf of my company. 4. 1 acknowledge that the City of Yakima reserves the right to require evidence of ' enrollment of the E- Verify program at any time and that non - compliance could lead to suspension of this contract. Firm Name: PI wrn 1740-ws 1KJL ' Dated this _ day of , 20 1A ' Signature: II��� Printed Name: VGU - F—r Phone #: ..,w I O%ib•o40 Email Address: TONIJ(0 PICA-TTI • Cz 1 3 -8 7 SECTION 4 - SPECIFICATIONS CITY OF YAKIMA ' YAKIMA COUNTY, WASHINGTON SPECIFICATIONS FOR Kissel Park Well Repair City of Yakima Project No. WA2350 ' TABLE OF CONTENTS ' DIVISION /SECTION PAGE Division 1 General Technical Requirements 01110 Summary of Work ................................................... ............................... 01110 -1 01160 Regulatory Requirements ....................................... ............................... 01200 Measurement and Payment ..................................... ............................... 01160 -1 01200 -1 01300 Submittals ............................................................... ............................... 01300 -1 ' 01310 Project Meetings ..................................................... ............................... 01500 Temporary Facilities ............................................... ............................... 01310 -1 01500 -1 01505 Mobilization and Demobilization ........................... ............................... 01505 -1 01740 Clean -Up ................................................................. ............................... 01740 -1 ' 01900 Salvage .................................................................... ............................... 01900 -1 Division 2 Sitework ' 02520 Kissel Park Well Repair .......................................... ............................... 02520 -1 SECTION 01110 ' SUMMARY OF WORK IPART1 GENERAL ' 1.1 SCOPE OF WORK The workspecified in this Section consists of furnishing all labor, materials, ' tools, equipment, and incidentals necessary for the pulling and testing and repair of the Kissel Park Well 300 HP submersible motor and pump, 12 -inch pipe column and conductors as herein specified. The pump bowls are at approximately 300 feet below ground surface (bgs). ' If during the process of pulling the pump, damage to the conductors is found which would not require removal of the entire pump, motor, column and ' conductors in order to repair the well, the Owner may determine that use of the bid item RIG TIME will be used rather than REMOVE PUMP AND PERFORM tTESTING. The Work shall include (unless determined as indicated in the previous ' paragraph), but not be limited to, the following: Pulling of Motor, Pump, Pipe Column and Conductors 1. Furnishing all labor, material, and equipment necessary to remove, and protect the existing motor and pump, conductors, pipe column, discharge pipe, and ' appurtenances from the Kissel Park Well in accordance with the Plans and Specifications. ' 2. Store and protect the motor, pump, conductors, pipe column and discharge head in a secure facility until the equipment is re- installed. ' Testing of the Motor and Conductors 3. Furnishing all labor, material, and equipment necessary to inspect and individually megger the motor and each conductor. The Contractor shall separate the main cable conductors from the motor riser cable. Provide test results to the Owner with recommendations to repair or replace existing ' equipment. 1 01110-1 1.2 1.3 Reinstallation of the Motor Pump Pipe Column and Conductors 4. Furnish all labor, material, and equipment necessary to reinstall the motor pump, pipe column and conductors including the following: • Assemble new or repaired motor and /or conductors with pump. • Clean existing pump exterior, pump screen, motor, conductors and pipe column. • Re- install motor, pump, pipe column, conductors and new 1.25 -inch conduit for water level sensing in existing well. • Test motor, conductors of installed equipment. • While pumping to waste, test motor and pump. • Disinfection of the well per ANSI /AWWA C654 until satisfactory test result is achieved. • While pumping to system, test motor and pump. • Site cleanup and restoration. RELATED WORK SPECIFIED ELSEWHERE Section Item 02520 Kissel Park Well Repair PROJECT INFORMATION The accompanying Specifications indicate the location, and type of work to be performed under the proposed project. All materials and labor are to be furnished by the Contractor, unless otherwise specifically provided in the Specifications or shown on the Plans. All workmanship, equipment, and materials incorporated in the work covered by this Contract are to be new, unless otherwise noted to use salvaged existing materials, D and shall be of the best available grade or quality. The Contractor shall allow representatives of the Department of Health and all other government agencies access to the project site at all times. The Contractor shall be responsible for proper notification to and coordination n with all utility districts, service districts, and all other persons and services which will be affected by this Project at least one week in advance of beginning any construction-that affects them. p The Owner reserves the right to make changes should unforeseen conditions U necessitate such changes. Where work is on a unit -price basis, the actual Q quantities required by such changes shall determine the compensation. 01110-2 ' The implementation of any measure required to protect the environment shall supersede any order of work designated within these Specifications. The Contractor shall meet the conditions as outlined in any and all permits and trequirements of the Federal, State, County, and City regulatory agencies. 1 * ** END OF SECTION * ** 01110-3 The Contractor shall take all necessary precautions required to prevent damage to ' existing equipment, piping, utilities, and structures above or below ground during construction. Verification of locations of existing items shall be the responsibility of the Contractor. The Contractor shall provide a photographic record of the existing site and structures prior to construction and after completion of construction. 1.4 CONTRACTOR USE OF SITE AND PREMISES ' The Contractor shall plan his work to be completed within the time limits indicated in these Specifications. The hours of construction work shall be confined to the period of 7:00 a.m. to 6:00 p.m., Monday through Friday. No construction equipment shall be started, warmed up, or tested prior to 7:00 a.m., ' and all construction equipment shall be promptly shutdown at 6:00 p.m. No work shall be permitted on holidays without prior approval of the Engineer. A recognized holiday shall be a day currently accepted by the trades or occupations in the locality where the work is being performed, and shall include New Year's Day, President's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, and Christmas Day. Exceptions to these work hours will be allowed only ' for startup, testing, and commissioning as specified, and only then with prior review and approval by the Owner of the work and methods to be employed. 1.5 ORDER OF WORK ' The order of work will be at the option of the Contractor, as approved by the Engineer and Owner, in keeping with good construction practice, time restrictions, requirements of the permits applicable to this Project, and the order ' of work as outlined herein, all costs of which shall be included in the various bid amounts. ' The implementation of any measure required to protect the environment shall supersede any order of work designated within these Specifications. The Contractor shall meet the conditions as outlined in any and all permits and trequirements of the Federal, State, County, and City regulatory agencies. 1 * ** END OF SECTION * ** 01110-3 SECTION 01160 REGULATORY REQUIREMENTS IPART GENERAL 1 1 1.1 SCOPE The work specified in this Section contains information pertaining to permits and licenses, and use of private .property. 1.2 PERMITS AND LICENSES The Contractor shall be responsible for obtaining and paying all fees associated with all the necessary permits, licenses, approvals and construction permits necessary for the execution of this contract, whether they be City, County, State, or Federal permits. All costs in connection with obtaining and /or complying with the necessary permits shall be included in the various lump sum and unit price bid items in accordance with Section 01200 of the Specifications. The Contractor shall be responsible for obtaining, paying for and complying with all permits, licenses and approvals required for the execution of this project, including those listed herein, from the City, County, State and the Federal government. All costs shall be merged into the various bid items indicated in the Proposal. City of Yakima Business License Electrical Permit 1.3 USE OF PRIVATE PROPERTY The Contractor shall be responsible for all conditions of any arrangements the Contractor makes for the use of any privately owned property. In the event any dispute occurs and claims for damages are filed by the property owners, the Owner will request that the Contractor give evidence that he has requested his insurance company to make personal contact with the claimants. Any settlement for insurance claims shall be strictly an act restricted to the claimee, the Contractor and his insurance company. The Contractor is advised that in the event of any property damage, the Owner reserves the right to withhold monies to protect the property owner. 01160-1 1.4 PROPERTY RELEASE FORM The Contractor shall be held responsible for acquiring signed property release forms, in the format provided on the following page, for all properties that have been disturbed or damaged by the Contractor's operations. 1.5 PAYMENT No separate or additional payment will be made for the work specified herein. All costs of the work specified herein shall be included in the various unit and lump sum bid items in accordance with Section 01200 of the Specifications. * ** END OF SECTION * ** 01160-2 r 1 1 1 1 1 1 1 1 1 1 PROPERTY RELEASE (Property Address) DATE: 1, , owner of (Property Owner's Name) , hereby release (Property or Description or Address) from any property (Contractor's Name) damage or personal injury resulting from construction adjacent to or on my property located at (Property Address) during construction of KISSEL PARK WELL REPAIR. My signature below is my acknowledgment and acceptance that my property, as identified above, was returned to a satisfactory condition. Name: Signed: Address: Phone: 01160-3 SECTION 01200 MEASUREMENT AND PAYMENT IPART GENERAL 1 1 1 1.1 SCOPE The work specified in this Section includes the contract price for each item, constitutes full compensation for furnishing and installing all equipment, labor, materials, tools, appurtenances, and incidentals and performing all operations necessary to construct and complete the various bid items in accordance with these Specifications and the Plans. Payment for each item shall be considered as full compensation, notwithstanding that minor features may not be mentioned herein. Work paid for under one item will not be paid for under any other item. The Owner reserves the right to make changes should unforeseen conditions necessitate such changes. Where work is on a unit price basis, the actual quantities required by such changes shall govern the compensation, unless those quantities are increased or decreased by 25 percent (unless otherwise noted herein). 1.2 MEASUREMENT Measurement for MOBILIZATION AND DEMOBILIZATION will be lump SUM. Measurement for REMOVE PUMP AND PERFORM TESTING will be lump sum. Measurement for DECHLORINATION will be lump sum. Measurement for REINSTALLATION OF PUMP will be lump sum. Measurement for RIG TIME will be per hour during the regular day, and begin at the start of the removal of the existing well discharge head or as agreed to by the Owner and Contractor. In order to maintain equity among Bidders, the Owner has entered a fixed quantity for RIG TIME as listed on the Quote sheet. The Contractor/Bidder is cautioned that payment of any portion of this bid item is not guaranteed unless such need arises during the performance of this project. Where references are made herein to consider some work incidental to the Contract and as such to merge the cost of incidental work into the various items bid, no such costs shall be merged into this bid item. 1 01200-1 1.3 L Due to the variable quantity that may be required for RIG TIME, the provisions of Section 1 -04.6 will not apply to these bid items. PAYMENT MOBILIZATION AND DEMOBILIZATION The lump sum price bid for Mobilization and Demobilization shall be made as follows: 1. The Contractor shall be paid 60 percent of the amount bid for MOBILIZATION AND DEMOBILIZATION when work commences at the job site for REMOVE PUMP AND PERFORM TESTING. 2. Upon completion of all work associated with the project, after all a demobilization and cleanup has been performed, the Contractor shall be paid 40 percent of the amount bid for MOBILIZATION AND DEMOBILIZATION. 3. The Contractor shall note that the Owner will not pay for any additional a and /or second mobilization and demobilization costs incurred because a of a suspension of work due to unsuitable weather or winter shutdown or due to equipment repair /purchase lead times. The Contractor shall anticipate that there will be a temporary shutdown while the Owner has repairs performed or acquires replacement equipment for the motor or conductors which may be up to 30 weeks from date of purchase of a these components (if necessary) to delivery date of the replacement components. REMOVE PUMP AND PERFORM TESTING (OPTIONAL WITH a OWNER) The lump sum price bid for REMOVE PUMP AND PERFORM TESTING shall be full compensation for furnishing and supplying all material, labor, tools, equipment, and incidentals necessary to remove the submersible motor, pump, pipe column, discharge pipe, and appurtenances from Kissel Park Well facility, a and to perform the electrical testing as specified herein, and all other items necessary to accomplish this work. This work shall also include safe storage of the pump, motor, pipe column and discharge pipe. The conductors shall be, stored on a spool (provided by the Contractor) and if room is available, stored in the locked well house. If room is not available within the well house, Contractor shall be responsible for storing the conductor at an indoor secure location. Pipe a column shall be neatly stacked and stored within the fenced area of the well facility if space is found to be available. If the fenced area is inadequate for 01200-2 storage of this equipment, the Contractor shall provide safe storage of the equipment. Contractor shall provide all equipment necessary to safely stack and protect the pipe column, pump and motor. RIG TIME (OPTIONAL WITH OWNER) The unit contract price for RIG TIME per hour shall be full compensation for 1 unanticipated. Owner- directed operation of the Contractor's pump rig and crew at any time during the pump and column removal and well repair operations. The ' crew shall be a minimum of 2- persons. No payment will be made to the Contractor for the hourly work being performed when any equipment is being repaired, cleaned, or when the equipment is not in ' good working condition, or a suitable crew is not on duty at the site. Records for this work will be maintained by the Contractor and made available to the Owner on a daily basis. If the pump is only partially pulled and the RIG TIME pay item is to be used, the Contractor shall install the 1.25 -inch water level monitoring conduit and the cost ' of these materials plus 10 percent will be reimbursed by the Owner to the Contractor. ' The Contractor will be paid for either A) REMOVE PUMP AND PERFORM TESTING or B) RIG TIME, but not for both A) and B) unless authorized by the ' Owner. DECHLORINATION (OPTIONAL WITH OWNER) ' The lump sum price bid for DECHLORINATION shall be full compensation for all material, labor, tools, equipment, and incidentals necessary to perform the ' dechlorination of the well water discharge. Cost shall include all accommodations for this purpose and dechlorination for as many times as is necessary to confirm dechlorination of the well water. REINSTALLATION OF PUMP (OPTIONAL WITH OWNER) The lump sum price bid for REINSTALLATION OF PUMP shall be full compensation for all material, labor, tools, equipment, and incidentals necessary twater to assemble and install the repaired motor, pump, pipe column, conductors and level access conduit all in accordance with AWWA A100 and as agreed to by the Owner. Cost shall include all test pumping and electrical testing. Cost shall include well disinfection, water discharge and any accommodations for this purpose and pumping sufficient volumes of water for samples as many times as needed to confirm well disinfection. 01200-3 The Owner will be responsible for bacteriological and water quality sampling and testing. 1.4 PROPERTY DAMAGE CLAIM WITHHOLDING In addition to the amounts required by RCW 60.28 t o b e w' rt hheld from the progress or retained percentage payments to the Contractor, the Owner may by it sole discretion, withhold amounts sufficient to pay any property damage claim for which the Owner may have knowledge. Regardless of the informalities of the notice of such a claim arising out of the performance of this contract, the term "property damage claim" shall not include any claim for personal injuries or any claim by persons furnishing supplies or materials or performing labor for the Contractor. The amount withheld will not be paid to the claimant by the Owner, but will be held until either the Contractor secures a written release from the claimant, obtains a court decision that such claim is without merit, or satisfies any judgment in favor of the claimant on such claim. The Owner reserves the right to make payment to the Contractor out of such amounts withheld if the Owner is of the opinion that the claim or claims are without merit. * ** END OF SECTION * ** 01200-4 fl t H� 1 01300- 1 SECTION 01300 SUBMITTALS ' PART GENERAL 1.1 SCOPE The work specified in this Section includes requirements that shall apply to all equipment and materials supplied on the Project. The Contractor shall be ' responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or method of work ' shall be as described in the submittal. The Contractor shall verify that all features of all products conform to the requirements of the Specifications and Plans. Submittal documents shall be clearly edited to indicate only those items, models, t or series of equipment that are being submitted for review. All extraneous materials shall be crossed out or otherwise obliterated. The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer in each case where his submittal may affect the work of another contractor or the Owner. The Contractor shall ensure coordination of submittals among the related crafts and subcontractors and shall verify such coordination on all submittals. ' Where noted in the Specifications or on the Plans, the structural, mechanical, and electrical designs associated with the indicated equipment items are specific to the manufacturer and model number specified. Any structural, mechanical, or ' electrical modifications required to utilize an approved alternate to the specified equipment shall be made by the Contractor at no additional cost to the Owner. Where approved substitutions of specified equipment affect other materials or ' equipment, mechanical, structural, or electrical work, the Contractor shall note in the equipment submittal any necessary changes to accommodate the substituted equipment. It shall also be the responsibility of the Contractor to coordinate other mechanical, structural, or electrical equipment submittals to make sure that all changes necessary to accommodate the substituted equipment are addressed in ' these submittals as well. 1 01300- 1 1.2 RELATED WORK SPECIFIED ELSEWHERE Section 01200 01320 01505 02520 1.3 WORK INCLUDED 1.4 Item Measurement and Payment Progress Schedule Mobilization and Demobilization Kissel Park Well Repair Submittals required for this work shall include any or all of the following as required by the particular Specification section and the submittal schedule: A. Construction Schedule. B. Product Submittals: 1. Manufacturer's literature 2. NSF 60 data and MSDS sheets for any product used in the well, including thread compounds used on the well casing C. Test reports D. Dechlorination Plan SUBMITTAL INFORMATION Shop, catalog, and other appropriate drawings and information shall be submitted to the Engineer for review prior to fabrication or ordering of all equipment and materials specified. The number of copies of submittal information to be submitted shall be as indicated below. All submittal information shall be sent to the Engineer through the general Contractor. The Contractor shall assign a separate submittal number to each item or group of items that relate to each Specification section. Submittal numbers shall be assigned in consecutive ascending order, with the first project submittal assigned the number "1." Resubmittals shall be numbered using the same number followed by an alphabetical suffix. All submittals shall bear the Contractor's certification that he has reviewed, checked, and approved the submittal information prior to transmitting to the Engineer. The submittal number and related specification section shall be marked on each submittal. t t a t v 1 0 e 01300-2 1 1.5 PAYMENT No separate or additional payment will be made for the work specified herein. All costs of the work specified herein shall be included in the lump sum price bid for MOBILIZATION AND DEMOBILIZATION in accordance with Section 01200 of the Specifications. IPART 2 PRODUCTS ' 2.1 CONSTRUCTION SCHEDULE The Contractor shall submit construction schedules in accordance with the ' requirements of the General Conditions. 2.2 PRODUCT SUBMITTALS ' A. GENERAL ' When the Contract Documents require a submittal, the Contractor shall submit five (5) copies of all the submitted information or via email. ' Unless otherwise specified, within 7 calendar days after receipt of the submittal, the Engineer will review the submittal and return three copies of the marked -up submittal noted in number 1 above. The returned tsubmittal shall indicate one of the following actions: If the review indicates that the material, equipment, or work method ' complies with the project Specifications, submittal copies will be marked "NO EXCEPTIONS TAKEN." In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. 1 1. If the review indicates limited corrections are required, copies will be marked "MAKE CORRECTIONS NOTED." The Contractor may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in O &M data, a corrected copy shall be provided. ' 2. If the review reveals that the submittal is insufficient or contains incorrect data, copies will be marked "AMEND AND ' RESUBMIT." Except at his own risk, the Contractor shall not undertake work covered by this submittal until it has been revised, resubmitted, and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." 01300-3 3. If the review indicates that the material, equipment, or work method does not comply with the project Specifications, copies of the submittal will be marked "REJECTED - SEE REMARKS." Submittals with deviations that have not been identified clearly may be rejected. Except at his own risk, the Contractor shall not undertake the work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." B. MANUFACTURER'S LITERATURE Where the contents of submitted literature include data not pertinent to the submittal, the portion(s) of the contents being submitted for the Engineer's review shall be clearly indicated. C. TEST REPORTS A minimum of five (5) copies of all test reports shall be submitted to the Engineer. PART 3 EXECUTION 3.1 3.2 IDENTIFICATION OF SUBMITTALS A. GENERAL Each submittal shall be accompanied by a letter of transmittal showing the date of transmittal, specification section or drawing number to which the submittal pertains, submittal number, and a brief description of the material submitted. B. RESUBMITTALS When material is resubmitted for any reason, it shall be submitted under a new letter of transmittal and referenced to the previous submittal. REVIEW OF SUBMITTALS The Engineer shall review all submittals for general conformance with the design and other requirements of the Contract Documents. Markings or comments shall not be construed as relieving the Contractor from compliance with the Contract Documents. Submittals may be rejected based on inadequate information and /or not meeting the requirements of the Specifications or Plans. Rejection of submittals requires action on the part of the Contractor to correct the reason for 01300-4 t t 1 1� t t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 the rejection. The Contractor remains responsible for details and accuracy, for confirming and correlating all quantities and dimensions, for selecting fabrication processes and for techniques of assembly and installation. 3.3 COORDINATION OF PRODUCT SUBMITTALS A. GENERAL Prior to submittal for review by the Engineer, all data shall be fully coordinated, including the following: 1. All field dimensions and conditions. 2. All deviations from the Contract Documents. B. GROUPING OF SUBMITTALS 1. All submittals shall be grouped with associated items, unless otherwise specifically permitted by the Engineer. 2. The Engineer may reject the submittals in their entirety or any part thereof, if not in accordance with. the Contract Documents. C. CERTIFICATION Submittals shall bear the Contractor's certification that he has reviewed, checked, and approved the shop drawings prior to forwarding them to the Engineer. 3.4 TIMING OF PRODUCT SUBMITTALS A. GENERAL 1. All submittals shall be made far enough in advance of installation to provide all required time for reviews and securing necessary approvals. 2. In scheduling, the Contractor shall allow at least 7 calendar days for the Engineer's review following his receipt of the submittal. 3. Where a minimum of five (5) copies are required for submittal (shop drawings, manufacturer's literature, etc.), three (3) copies will be retained by the Engineer and the remaining copies returned to the Contractor. 01300-5 B. DELAYS No additional or separate payment will be made for costs of delays occasioned by tardiness of submittals on the part of the Contractor. * ** END OF SECTION * ** 1 I 1 1 1 01300-6 1 1 SECTION 01310 PROJECT MEETINGS PART GENERAL 1.1 SCOPE The work specified in this Section includes information pertaining to the various meetings that will be held during the course of bidding and constructing this Project. 1.2 PRECONSTRUCTION CONFERENCE As soon as possible following the award of the Contract, a preconstruction conference shall be scheduled for representatives of the Owner, the Contractor, and the Engineer. 1.3 PROJECT PROGRESS MEETINGS The Owner and the Engineer will schedule and attend meetings as required with the Contractor for coordination, administrative, and procedural requirements of the Project. 1.4 payment No separate or additional payment will be made for the work specified herein. All costs of preparing for and attending the meetings specified herein shall be included in the lump sum price bid for MOBILIZATION AND DEMOBILIZATION in accordance with Section 01200 of the Specifications. * ** END OF SECTION * ** 01310-1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01500 TEMPORARY FACILITIES PART GENERAL 1.1 SCOPE The work specified in this Section includes temporary facilities required for this work, but not necessarily limited to: A. Temporary utilities such as water, electricity, telephone, off -site staging, and off -site parking. B. Sanitary facilities. C. Temporary enclosures such as fences, tarpaulins, barricades, and canopies. 1.2 PAYMENT No separate or additional payment will be made for the work specified herein. All costs for the work specified herein shall be included in the lump sum price bid for MOBILIZATION AND DEMOBILIZATION in accordance with Section 01200 of the Specifications. PART 2 PRODUCTS 2.1 UTILITIES A. TEMPORARY ELECTRICITY The Owner will provide temporary power for construction at the site as required. B. WATER Water is available to the Contractor at no additional cost, on site from a spigot for project uses only. 01500- 1 C. SANITARY FACILITIES The Contractor shall provide toilet and wash -up facilities for his workforce and the Owner at the site of work. They shall comply with applicable laws, ordinances, and regulations pertaining to the public health and sanitation of dwellings and camps. 2.2 FACILITIES A. STAGING, STORAGE AND PARKING The Contractor shall note that space is limited at the construction site. Not all employees of the Contractor, subcontractors, vendors, suppliers, and associated personnel may find adequate parking onsite during the course of construction. It shall be the responsibility of the Contractor to provide sufficient parking facilities in authorized area(s) other than the construction site as necessary. In addition, the Contractor shall be allowed to stockpile and store equipment and materials at the construction site only to the extent that space is available. To the extent practicable, the Contractor shall coordinate his schedule so that all equipment and materials shall be brought to the construction site only when they are to be installed/utilized. The Contractor may be able to store the conductors on site in the existing chlorination room, where there is space for a large spool. The dimensions of the space available in this locking room are approximately 8 feet wide by 7 -feet deep by 10 -feet high. The entrance to this room has a roll -away door, with an 8 -foot by 8 -foot opening. The Contractor may be able to store the pipe column, pump and motor on site in the fenced well area outside the well house. The dimensions of the fenced area are approximately 59 feet by 52 feet. The dimensions of the well house located in this fenced area are approximately 22 feet by 22 feet. If necessary, the Contractor shall provide storage of equipment and materials at an offsite, bonded warehouse, to be approved by the Owner. The Contractor shall include all costs associated with off -site delivery, storage, and transfer to the construction site within his bid. 01500-2 0 I e t 1 r� r t 1 r B. ENCLOSURES ' The Contractor shall furnish, install, and maintain durin g the project time p J all required scaffolds, tarpaulins, barricades, canopies, warning signs, steps, platforms, and other temporary construction necessary for proper completion of the work in compliance with all pertinent safety and other regulations. C. SITE SECURITY ' The Project site contains the existing potable water well for the City's water system. Site security shall be maintained throughout the duration of the Project. All fences shall be maintained in serviceable condition and ' any damage resulting from the Contractor's activities shall be corrected prior to departure from the site that workday. Any sections of fence that are removed shall be replaced with temporary fencing that can be secured at the end of the day to prevent unauthorized entry to the site. Upon completion of the work requiring removal of permanent fencing and installation of temporary fencing, the existing fence lines shall be reestablished utilizing new materials matching the existing fencing. PART 3 EXECUTION All temporary facilities and controls shall be maintained as long as required for the safe and proper completion of the work. The Contractor shall remove such temporary facilities and controls as rapidly as progress of the work will permit or as directed by the Owner. i * ** END OF SECTION * ** 1 1 1 01500-3 t t 1 1 1 1 1 1 1 1 1 1 SECTION 01505 MOBILIZATION AND DEMOBILIZATION PART GENERAL 1.1 SCOPE 1.2 The work specified in this Section consists of mobilization and administration required for this work including, but not necessarily limited to, the following items and work associated with any or all of the various schedules of the work when required by the Contract Documents: 1. Bonds and Insurance 2. Mobilization and Demobilization 3. Preconstruction Conference 4. Project and Construction Meetings 5. Progress Schedule 6. Temporary Facilities 7. Construction photographs 8. Clean -Up 9. Contract Closeout 10. Permits and Licenses 11. Submittals 12. Invoice preparation 13. Administrative costs 14. Prevailing Wage documentation 15. Record keeping RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01300 Submittals 01310 Project Meetings 01385 Photographic Record 01500 Temporary Facilities 01740 Clean -Up 01505- 1 1.3 PAYMENT No separate or additional payment will be made for the work specified herein. All costs of the work specified herein shall be included in the lump sum price bid for MOBILIZATION AND DEMOBILIZATION in accordance with Section 01200 of the Specifications. PART 2 PRODUCTS Items required for mobilization and demobilization are described in the various sections of these specifications and in other parts of the Contract Documents. PART 3 EXECUTION Execute the mobilization and demobilization as required by the various sections of these specifications and in other parts of the Contract Documents. * * * END OF SECTION * * * 01505-2 1 1 1 1 1 1 1 1 1 r i r SECTION 01740 CLEAN -UP PART GENERAL 1.1 SCOPE The work specified in this Section specifies that throughout the construction period, the Contractor is to maintain the building, structures, and site(s) in a standard of cleanliness as described herein. The Contractor is also to maintain access to all existing, operating equipment such that the equipment may be serviced and operated. Dust of all kinds, shall be controlled to avoid damage to existing, operating equipment. Enclosures, ventilation, may be required where significant potential for damage is defined by the Engineer. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01505 Mobilization and Demobilization 1.3 QUALITY ASSURANCE A. INSPECTION The Contractor shall conduct daily site inspections, and more often if necessary, to verify that requirements are being met. B. CODES AND STANDARDS In addition to the standards described in this Section, comply with all pertinent requirements of governmental agencies having jurisdiction. 1.4 PAYMENT No separate or additional payment will be made for the work specified herein. All costs of the work specified herein shall be included in the lump sum price bid for MOBILIZATION AND DEMOBILIZATION in accordance with Section 01200 of the Specifications. 01740-1 PART 2 PRODUCTS 2.1 CLEANING MATERIALS AND EQUIPMENT Provide all required personnel, equipment, and materials needed to maintain the specified standard of cleanliness. 2.2 COMPATIBILITY Use only the cleaning materials and equipment which are compatible with the surface being cleaned, as recommended by the manufacturer of the material or as approved by the Engineer. PART 3 EXECUTION 3.1 PROGRESS CLEANING A. GENERAL Retain all stored materials and equipment in an orderly fashion allowing maximum access, not impeding drainage or traffic, and providing protection. Do not allow the accumulation of scrap, debris, waste material, and other items not required for this work. Provide adequate storage for all materials awaiting removal from the project site, observing all requirements for fire protection and protection of the environment. B. SITE Daily, and more often if necessary, inspect the site and pick up all scrap, debris, and waste material. Move these items into a place designated for their storage until disposal becomes available. Maintain the site in a neat and orderly condition at all times so as to meet the approval of the Engineer. C. STRUCTURES Daily, and more often if necessary, inspect the structures and pick up all scrap, debris and waste material. Move these items into a place designated for their storage until disposal becomes available. 0 1744= 2 r rDaily, and more often if necessary, sweep clean all interior spaces. "Clean" shall be interpreted to mean free from dust and other materials that can be swept with a broom using reasonable diligence. 3.2 FINAL CLEANING rA. DEFINITION Except as otherwise specifically provided, "clean" shall be interpreted as meaning the level of cleanliness generally provided by commercial building maintenance equipment and materials. B. GENERAL Prior to final inspection, remove from the jobsite all tools, surplus materials, equipment, scrap, debris, and waste. Conduct final project cleaning as described below. C. STRUCTURES 1. Exterior Visually inspect all exterior surfaces and remove all traces of soil, waste, smudges, and other foreign matter. Remove all traces of splashed materials from adjacent surfaces. If necessary to achieve a uniform degree of exterior cleanliness, hose down the exterior of the structure. 2. Interior rVisually inspect all interior surfaces and remove all traces of soil, waste, smudges, and other foreign matter. Remove all traces of splashed materials from adjacent surfaces. Remove all spots, stains, and dirt from finished surfaces. Use only appropriate cleaning materials and equipment. ' D. TIMING Schedule final cleaning as approved by the Engineer to enable the Owner to accept a completely clean project, ready for occupancy. * ** END OF SECTION * ** r r 01740-3 SECTION 01900 ISALVAGE IPART GENERAL Salvaged equipment and material not reused or rejected by the Owner shall be cleaned and protected from corrosion and weather and delivered by the Contractor to the Owner's Public Works Department yard at the following ■ address: 1.1 SCOPE This section covers the salvage of existing materials and equipment asspecified ' herein. The Contractor shall pull the pump, motor, conductors and pipe column. It the Owner's intention that these items, if in good repair, shall be salvaged and re -used in the well. It is anticipated that either the existing motor or existing conductors (or both) are damaged. After the damaged components have been replaced with ■ new components or repaired, the assembly shall be reinstalled in the well. 1.2 SALVAGE Salvageable equipment and material shall be removed with care so as not to impair future uses and shall include all equipment and material so indicated in the Specifications. The Contractor shall coordinate all salvage activities with the Owner. Salvaged equipment and material not reused or rejected by the Owner shall be cleaned and protected from corrosion and weather and delivered by the Contractor to the Owner's Public Works Department yard at the following ■ address: l 1 01900-1 ■ 2301 Fruitvale Blvd. Yakima, WA 98902 Reuse of salvageable equipment and material by the Contractor will not be permitted except where specifically indicated in the Specifications or where approved by the Owner. Salvageable equipment and materials rejected in writing by the Owner shall become the property of the Contractor and be disposed of away from the site without additional cost to the Owner. Connection hardware such as salvaged flange bolts and gaskets shall not be reused in the project. l 1 01900-1 ■ 1.3 PAYMENT No separate or additional payment will be made for the work specified herein. All costs of the salvage and demolition work specified herein shall be included in the lump sum price bid for REMOVE PUMP AND PERFORM TESTING and in accordance with Section 01200 of the Specifications. All costs for furnishing and installing new connection hardware shall be included in the lump sum price bid for MOBILIZATION AND DEMOBILIZATION and in accordance with Section 01200 of the Specifications. * * * END OF SECTION * * * 01900-2 SECTION 02520 KISSEL PARK WELL REPAIR PART 1 GENERAL 1.1 GENERAL The Owner's goal is to repair the Kissel Park Well as specified herein, in accordance with Washington Administrative Code (WAC) 173 -160. The Kissel Park Well is located within a fenced area at the southeast q uadrant of the ' intersection of West Mead Avenue and South 32 n Avenue, Yakima, Washington. The Contractor's attention is directed to Appendix A, which includes a well log for this well. Note that the well is no longer flowing and the static water surface has been measured to be ranging from 20 feet to 50 feet below ground surface (bgs). All work performed on the well shall be accomplished in accordance with the Specifications, the Revised Code of Washington (RCW), the WAC, the American Water Works Association (AWWA) Manual M21, and AWWA A100 and appendices. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01300 Submittals 01500 Temporary Facilities ' 01900 Salvage 1.3 THE KISSEL PARK WELL REPAIR The Kissel Park Well repair work consists of the pulling of the pump, motor, 12 -inch diameter column pipe, discharge head and appurtenances. The existing Kissel Park Well submersible pump (Floway) and motor (Exodyne) is a 5- stage, 300 HP pump and motor. The motor may have mercury or oil seals. The Contractor shall follow the manufacturer's recommendations for all handling and storage of the equipment, which may require that the equipment remain in the vertical position to prevent leakage of the mercury or oil. After the pump, motor, column pipe, discharge head and a pp urtenances have been Minspect extracted from the well, and electrically tested by the Contractor, the Contractor shall the components and testing results, then make a recommendation of which components (if any) should be replaced. Repair or replacement of pumping equipment is not included as part of this Contract. The Owner will order and pay for 02520-1 all expenses for the repair and /or replacement of the well equipment to be delivered to the well site for the Contractor's use in reinstallation. The well repair work also includes the installation of a new 1.25 -inch flush joint PVC water level access conduit, production testing and well disinfection. If it is found that after the equipment has been partially pulled from the well, that the conductors have been damaged, and that the repair will not require the full removal of the equipment, the Owner shall determine if the RIG TIME item will be used for payment in lieu of the REMOVE PUMP AND PERFORM TESTING bid item. If the pump is onl y p artiall y p ulled and the RIG TIME pay item is to be used, the Contractor shall install the 1.25 -inch water level monitoring conduit and the cost of these materials plus 10 will be reimbursed by the Owner to the Contractor. percent The repair of or purchasing of conductors is not included as part of this Contract. If this is determined to be necessary, the Owner will be responsible for these costs. The reconnecting of the main cable conductors to the motor riser conductors (and any materials for this purpose) shall be performed per industry standards and the pump manufacturer's recommendation and are the responsibility of the Contractor. 1.4 SUBMITTALS The Contractor shall provide the following submittals for the work in this section of the Specifications: • Water Level Access Conduit • All products used in the well (such as for pipe thread lubricant) • Conductor connectors • Dechlorination Plan 1.5 PAYMENT No separate or additional payment will be made for the work specified herein. a All costs of the work specified herein shall be included in the various unit and lump sum bid items in accordance with Section 01200 of the Specifications. ,a PART 2 PRODUCTS 2.1 Water Level Access Conduit The pipe column shall be installed with one pipe conduit to allow measurement of water levels by installation of electronic devices, either permanent or portable. 02520-2 a 1 1 F, 1 1 n The Contractor shall furnish and install all fittings and one 1.25 -inch diameter level sensing conduit for guiding an electric well sounder down the well. The conduit shall be 1.25 -inch nominal Schedule 80 pipe PVC pipe, flush joint and threaded, in 10 -foot long sections. The new water level access conduit shall be threaded to the existing 1.25 -inch diameter threaded port welded through the discharge pipe flange. The discharge pipe flange is a steel fabricated, 1.75 -inch thick, 19 -inch diameter flange. The PVC flush joint pipe shall be as manufactured by Western Well Screen, of Washington or equal meeting ASTM Standard F 480, thermoplastic well casing pipe and couplings. The conduit shall extend to the top of the existing pump bowls (a depth of approximately 300 feet bgs). The Contractor shall be responsible for the ability to obtain water level measurements using both devices during the testing and shall assist the Owner in the measuring of the water levels as may be requested. The bottom of the level sensing conduit shall be capped with a flush joint threaded cap. The bottom 2 -feet of the conduit shall be perforated with (3) 0.25 - inch diameter holes drilled equally spaced around the conduit, vertically spaced every 3 inches over the 2 feet of length for a total of 24 holes. The conduit shall be installed, strapped to the column with gradual curves to allow passage of a device such as a "Druck" sensor or a sensor from a portable "depth gauge ". Straps to hold the conduit shall be stainless steel straps, suitable for this particular installation and -the possible difficulties that may be encountered upon pump and column installation within the close tolerances to be encountered. 2.2 Pump Rig The Contractor shall provide a pump rig or drilling rig sufficient to install /remove the desired pump equipment and to perform any well repair activities as outlined herein. PART 3 EXECUTION 3.1 Completion Time Completion time shall be within the number of working days specified herein. There shall be no work performed after hours or on holidays or weekends, unless the Owner grants approval for such work. Requests for such extended work shall be made at least 48 hours prior to the requested time. 02520-3 3.2 3.3 3.4 The project shall be physically complete within 10 working days. There will be a shut -down period if there is justification for a delay such as for fabrication of replacement parts or repair of the pump motor. Repair An experienced well pump /motor repairman and a helper shall perform the repair at the Kissel Park Well. Only competent workmen shall be employed on the job. The Kissel Park Well is currently used by the Owner as an emergency water source facility serving the City. At all times during the progress of the work, the Contractor shall protect the well in such. a manner as to effectively prevent either tampering with the well or entrance of foreign matter into it. The fence gate shall be locked at all times when work on the site is not being performed. Records The Contractor shall keep a daily written log and progress record at the site available for review during pump pulling, testing and disinfection and pump re- installation. Record information shall include length of the column pulled; tools used; depth to water at the beginning and end of the shift; and progress of the work. A duplicate copy of the daily log shall be furnished to the Owner at the beginning of the following day's work. Capping At all times during the progress of the work, the Contractor shall protect the well in such a manner as to effectively prevent either tampering with the well or entrance of foreign matter into it. 3.5 Pumping Tests The Contractor shall furnish, install, and operate all pumping equipment, throttling devices, valves, sampling ports, piping, measuring instruments, and the discharge water conveyance system required for pumping tests, and shall also provide personnel to continuously operate and maintain the equipment during tests. The Contractor will be responsible for dechlorination of the discharge water. The dechlorination of the well water discharge shall be in accordance with AWWA C655 -09, all applicable laws and as agreed to by the Owner. The existing well facility has a water discharge line which drains to Wide Hollow Creek. 02520-4 1 fl r I'd l� -fl 1 Id t L fl rTwo "Constant Rate" pump tests will be required and shall at a minimum meet the requirements of Washington State Department of Health's 2009 Water System Design Manual. The first "Constant Rate" pump test shall be performed with the well pumping to waste. The second "Constant Rate" pump test shall be performed after the well has achieved a satisfactory bacteriological test with the well pumping to the system. J 1 The duration of the first constant rate test shall be a minimum of 30 minutes in order to test and flush the well. Water pumped from the well during the testing shall be discharged to the existing waste water pipe for the first test only. The Contractor shall comply with environmental regulations in discharging such water. After satisfactory bacteriological test of disinfected well, connect well to system and perform additional constant rate test of pump and motor. The duration of the second constant rate test shall'be as needed (as determined by the Owner) in order to test the well as specified. It is anticipated that the second constant rate test shall be performed for approximately 60 minutes (this will depend upon the time required by the Contractor to gather the testing information). Well testing information gathering shall not occur until after at least 10 minutes of pump run in order to allow the dynamic water level in the well to stabilize. During the constant rate tests, test the pump and motor providing the following information: • Each conductor: voltage and amperage. • Water levels (static and dynamic). • System pressure in well house. • Production flow rate. If the pumping test is prematurely terminated due to problems with the Contractor's equipment, the test will be discontinued and repeated after sufficient 02520-5 The Contractor shall provide a temporary volume- totalizing flow meter within 15 feet of the wellhead per manufacturer's specification. The existing pumping equipment, when in good repair, is capable of a maximum discharge rate of approximately 3,000 gallons per minute (gpm). - , The chlorinator shall be operating during pump testing when connected to the distribution system. The Contractor shall contact the Owner to operate the chlorinator. rTwo "Constant Rate" pump tests will be required and shall at a minimum meet the requirements of Washington State Department of Health's 2009 Water System Design Manual. The first "Constant Rate" pump test shall be performed with the well pumping to waste. The second "Constant Rate" pump test shall be performed after the well has achieved a satisfactory bacteriological test with the well pumping to the system. J 1 The duration of the first constant rate test shall be a minimum of 30 minutes in order to test and flush the well. Water pumped from the well during the testing shall be discharged to the existing waste water pipe for the first test only. The Contractor shall comply with environmental regulations in discharging such water. After satisfactory bacteriological test of disinfected well, connect well to system and perform additional constant rate test of pump and motor. The duration of the second constant rate test shall'be as needed (as determined by the Owner) in order to test the well as specified. It is anticipated that the second constant rate test shall be performed for approximately 60 minutes (this will depend upon the time required by the Contractor to gather the testing information). Well testing information gathering shall not occur until after at least 10 minutes of pump run in order to allow the dynamic water level in the well to stabilize. During the constant rate tests, test the pump and motor providing the following information: • Each conductor: voltage and amperage. • Water levels (static and dynamic). • System pressure in well house. • Production flow rate. If the pumping test is prematurely terminated due to problems with the Contractor's equipment, the test will be discontinued and repeated after sufficient 02520-5 3.6 1 1 time for water level recovery as agreed to by the Owner. In this event, the Contractor shall not receive payment for their services during the aborted test and shall be responsible for the associated costs incurred by the Owner and the Engineer during the aborted test. Well Disinfection The well shall be disinfected by the Contractor in accordance with AWWA C654. a Bacteriological samples shall be collected by the Owner and submitted by the Owner to a certified laboratory accredited in the State of Washington. If the bacteriological test is positive, the well shall be disinfected again in accordance with AWWA C654, and repeat samples collected and submitted for retesting by the Owner. The water samples shall be submitted by the Owner to a certified laboratory accredited in the State of Washington. All repeat samples shall be collected by the Contractor and submitted for retesting by the Owner. While waiting for the bacteriological test results to be returned from the laboratory, if no work is performed at the well site, the days will not be charged as working days. I ** *END OF SECTION * ** I 02520-6 1 1 1 1 1 1 1 1 J �J 1 I 1 u J J APPENDIX A - WELL LOG SeeonO Cory — l7wner s copy 1 ) ,Tl,,r,l hr - Drlller's Copy STATE OF WASMNGTON Permit No ►../ (1) OWNER: Name. 1; .Ja OF. Y/4 h'.! M.A ...... .._....._..- ..- _._.... Address Ca . h0i LL. +A�t J �t[%A. QS�fQe� (2) LOCATION OF WELL: Cuunty.y. W.. rA R..... .......................... _ ....... .. --- ------- —Al '.iEK!tJ's Sec.. ::Y T.. I .3.N., RL.O.�'r.W M 1 og and distance from section or subdiviulon corner I (V 6L [. _ X1(3) PROPOSED USE: Domestic ❑ Industrial ❑ Municipal Of Z Irrigation ❑ Test Well ❑ Other ❑ 1[ 30) TYPE OF WORK: (If m is number well ( more than one) . .. .. .......................... U New well Method. Dug ❑ Bored Q y � Deepened ❑ - Cable Q Driven ❑ Reconditioned ❑ Rotary tetted .13 ♦ to (5) DIMENSIONS: Diameter of w U2Q._.i.tb.. -. inches. Drilled. .[j...L J..... .tt. Depth of completed well... /I.1.1..... lt. (B) CONSTRUCTION DSETAE S: Casing installed: �6._IS _" Dlam. from .......0..... ft. to .... T.- ft. Threaded ❑ 2? 0".•' Dlam. from ....�:'• ... Z. ft. to _.iW ft. Welded _ ... .. Dlam. from 'i! Y. ft. to ft- . ft. its-/ e orations: yes ❑ No R !J (♦ -� Type of perforator used... _ ................. ........... ............... _... l!' SIZE of perforations .......................... In. by ...... _ ...... ....... ......... fA. ............... perforations from ....... ._ .......... ft. to _ ............. ........ ft. - ° - - - -. perforations from ---- .. ............. ft. to ........................ !t. - .-- •-- ......_.. perforations from ...... ........ ...... ft. to _- - ---------- -..._. n. =� Screens: YQ% No ❑ Manufacturer's Name... 44 . ................ ............................. ...t... _.. Type.. v�`t1I~�.N J.�4..._...... -- ....... Mods No!-J� !41-^ fs Diam. - /�..���.. Slot size from �pp �.. ft. to .QQT.. ft. Dlam..!rf ..._. Slot size Li.... from /.. Q._.. ft to Y- !e - ° WAM am Caravel packed: Yes ❑ Nor Size of gravel ..._._ ................._.... Grave) placed from .. ............. _ Surface Seel: yes bf No ❑ To what depth? .......12....__ n. Material used in seal..4,0AIr ... G.6.d.' om-'r 4T1[04J..T......._. S' Did any strata contain unusable water? Yes 1-_) No 7 Type of water?..- .. ......... .... ...... ....... Depth of stra ts ........... _.- ............... a Method of sealing strata off ............. -.... ...... _ ................. ..................... (7) PUMP: Manufacturer's Name ..._....IX . .. ......................_........ a Tyye. (8) WATER LEVELS: Land- surface elevation above mean sea level.... .................. _..ft. '. Static level ........ ...... Date ............ _......lbs. per °�w�are inch Dote.3...�.(..•11. .J1..(.. Artesian water is controlled by.V../�%_1� I.. -� ......... Y etc.) �, (9) WELL TESTS: Drawdown is amount water level to lowered below static level was it Pump test made? Yes X No Q If yea, by whom? 7 Y Yield: °cI 7 gal. /min. with �/� ft. drawdown after 1 J his. = a4s ^A /6/. G 2 1 Recovery date (time taken as zero when pump turned off) (water level measured from well top to water level) + Ttrrw Water LsuN Time Water Level Time Water Level � .......... ............... ........... ............ 3�?..P1fr .......: .............. - ................ ...... ......................--- ...... ' Date ` 4 t ::................ �_►:. ..------..................----------- Railer test_._._._..- ._.._.gal-/min_ with­ .._. .......ft. dmwdown after ............ _ - -. hre. Artesian Bow...-...-- ----- ,j., .............. g.psi. Date ... ........................ ....... ------ Temperature of water.. d Was a chemical analysis made? Yes K No ❑ 1 S. T. No. 7350--05--(Rev. 5-891 -840. WELL LOG: Formation, Describe by color, character, size of material and structure, and show thickness of aquifers and the kind and nature of the material in each stratum penetrated• with at least one entry for each change of formation. MATERIAL FROM TO • t - ■ a7. • 1Y� • work started ...L Completed....._2..Z.._..., 1D.� WELL DRILLER'S STATEMENT: This well was drilled folder my jurisdiction and this report is true to the best of my knowledge and belief. 'r NAME....... A.411AK....D6t lim. .. ire-.•_....�n�..... (Person, firm, or corporation) (Type br print3 Address. .. l.. ...... ......S.!�lz ....�1:.... [$iglled, ... Elf -•• --•• ..............................................•--- (well Driller) ��[[ License No.....Q ... L&I ---­---------------- Date .._.�.`...�.:L"........... 1911. (USE ADDITIONAL SSIZTS IF NLCFSSARY) .96b. a i L i i t i 2 jo CITY OF YAKIMA KISSEL PARK MUNICIPAL. WATER WELL WELL SCREEN AND CASING DC- - qi. - V. �. M-• . r 16" Casing to ineldo or-o"" ost trig : nprrxltnEt� ; "{d" Scrsert• Total L ' . 29 F• � -{ �' _ _ / � '! `_��- , •`''fit ." � a 'A° Blank rbtal t.e th 1? R. ;''`• r , A,e yt- 1311 Screen Total t.®ngth 16 Ft. 1 +� "B" Blank Total Lwgth = 20 Ft. . f a "C Screen Total.Letigth o 34 Ft. . a /o�$ "C° Blank Total Length 20 Ft. , a ' I r t _ t�r:,� wr.+ly�y. CC -• '{jQ'�•.'Jfra., .� ^Y�8_ra.AS..�.v^., "Q" Screen Twat I moth Q 30 Ft • d• Blank Total Length . 35 Ft.,�: _''$cram AssemSty Total —creep 0 a ang n . Total Screen Length e 118 Ft a Blank Length Q 1.75 Ft Bottom "E" Blank Total Length @ 8 Ft. /17( r° 1 1 1 1 ld 1 APPENDIX B - SITE PHOTOGRAPHS T' �t v 1 4 4 t oci 09/07/2012 i i i K' r 09/07/2012 so s' i i i K' r 09/07/2012 1 u WELL DISCHARGE HEAD WITH CONDUCTOR ENCLOSURE (LOOKING SOUTH) ROOF ACCESS HATCH IN CEILING (LOOKING UP) L CI Fj 1 FENCED WELL FACILITY (LOOKING EAST NORTHEAST) FENCED WELL FACILITY (LOOKING EAST SOUTHEAST) 1 1 i 1 1 1 KISSEL PARK WELL FACILITY AERIAL VIEW Change Order City of Yakima Change Order Number 2 Project: (Name) Kissel Park Well Repair Change Order Date 03!04/2013 (Address) Contract Number WA2350 To: (Contractor) Fp—i catti Bros., Inc 12/05/2012 2309 S. 3rd Ave. Contract Date Union Gap, WA 98903 L You are directed to make the following changes in this Contract: - Provide 320' of 500 MCM Flat- jacket subcable with ground. - Provide 2 - 500 MCM Splice Kits (All costs associated with installation of cable and splice kits included• in original contract price) (See attached estimate) Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was .......................:............................ ............................... $ 29,936.78 Net change by previous Change.Orders ............................................... ..............................$ 11,595.79 The Contract Sum prior to this Change Order ................................ ............................... $ 41,532.57 The Contract Sum will be: a Increased 0 Decreased 0 Unchanged by this Change Order $ 22,107.64 The New Contract Sum including this Change Order will be .................. ............................... $ 63,640.21 The Contract Time will be: 13 Increased A Decreased O Unchanged by working days The New Contract Time will be working days cont r r App al commended Appro� ed By By By Title 9� �tT M g ¢ 2 Date 3 Titl By Date 21& / i J 2 Date 3� I L3 Date Based on Original to: ❑ Contractor Copies to: ❑ Region ❑ Construction Administrator �rj"r-fr— DOT Form 570 -001 EF ❑ OSC Accounting ❑ City Engineering CITY CONTRAC r N0 a RESOLUTION N0: /""����� ;j B Ft ®S_ INS_ "WELL & PUMP DIVISION 2309 S. 3rd Avenue P.O. Box 9576 Yakima, WA 98909 To: City of Yakima - Kissel Park Attn• Mike Rhane - mshnnenci vakima wa_uc Phone 509- 248 -5703 Fax 509- 225 -2893 Toll Free 1- 800 - 451 -9244 Date: 2/25/2013 Fax: Phone: 576 -6480 Cell: 728 -3939 Item Qty Description Price Total Scope Quote subcable for 300 HP Submersible Pump and Motor 320' 500MCM Flat- jacket subcable with ground $20,115.20 2 500 MCM Splice Kits $317.00 Total $20,432.20 Tax $1,675.44 $22,107.64 F ustomer further agree that if the account is referred for collection, to pay collection fees not to exceed 35% of the commercial claim and reasonable orney fees. The venue of any collection action based on this agreement shall liQ 1 YAKIM,AXOUNTY, WASHINGTON I have read the above terms and fully agree and understand 4 3� DATE ENTIRE AGREEMENT: This written instrument including terms and conditions on the back of this page and supplemental standard rate sheets contains the entire agreement between the parties in respect to the subject matter. There are no other understandings or agreements between said arties. No amendment to this agreement shall be valid unless such amendment is in writing. This proposal may be withdrawn by Picatti if not accepted within fifteen (15) days of proposal date. OWNER ACCEPTANCE OF AGREEMENT: Owner authorizes Picatti to drill a w and /or install ump system on the land described above. The prices, specificaf s, terms and conditions contained in this document, on page o d on Picatti s ate heets'are satisfactory and are herby accepted. I warrant t I have he authority to enter into this agreement and that I it ma a all pay is h rein set forth and agreed. V. 'T --5- ) 3 �%6 )3 uthorized Signature of Owner- Individually DATE Authorized Signature of Picatti Well & Pump DATE UARANTEE: Picatti guarantees its pump system construction workmanship to be free of defect for one (1) year from date of work and will repair, no cost to Owner, any substandard workmanship provided by Picatti when submitted within 12 months of the installation date subject to terms and nditions herein. TS: Picatti is a licensed contractor and will make application on behalf of Owner for the required drilling notice or electrical permit as agreed Owner agrees to provide all permits required prior to commencement of work. MANCE: Performance by Picatti under this agreement is subject to and contingent upon credit approval by Picatti, work stoppages, weather, underground conditions, and other circumstances beyond Picatti's control, and Picatti does not guarantee a date of completion of CATION, SIZE AND SITE: Owner agrees to assume full responsibility for the selection of the pump system size, including but not limited to, perty ownership, quality and quantity of water; testing, surface and underground contamination sources (i.e. septic, pollution) and other jirements. Owner aggress to grant right of ingress and egress: to provide and maintain, at no cost to Picatti, adequate contractor equipment site -ss including, but not limited to: tree and brush removal, overhead utility removal, road work, road base, bridges, fill, grading, leveling and avation necessary to position and operate heavy equipment as may be required, work required to dispose of waste materials and to restore the site is responsibility of the Owner. WELL ENHANCEMENT, DEVELOPMENT, EXTRA WORK: Owner agrees to pay an hourly rate for all attempted efforts and services provided )y Picatti to deal with water sources or to endeavor to improve, enhance, and develop water or wells for any reason quality or quantity, (herein known is "Extra Work ") whether successful or not, shall be paid for by Owner at the rate herein set forth, including equipment rental, delivery expense, delay ime, auxiliary equipment, and other such equipment, materials and labor charges. Owner agrees to pay Extra Work rates and to replace at cost, plus 15% equipment and tools, which are unrecoverable or damaged. Owner aggress that Picatti does not warrant that any attempt to corr ect water or well )roblems will be successful. ,AY TIME: Owner agrees to pay an hourly rate for delays, extra work, travel time, towing cost, including mobilization, standby and obilization time resulting from any causes that inhibits Picatti from efficiently and continuously utilize equipment and labor in completion of the ect work (herein "Delay Time "), which shall include, but not be limited to, site or access being unsuitable or not properly prepared, delays in munication with Owner to obtain revised or clarified instructions or change orders. Picatti reserves the right to amend pricing to reflect current ket conditions and cost increases, if commencement of the subject work is delayed more than thirty (30) days by Owner or third party. AYMENT: Owner agrees to make payments under terms and conditions herein by the use of cash, credit card or providing evidence acceptable to icatti that payments will occur from loan and proceeds or funds placed in a construction escrow account, naming Picatti as payee. Customer agrees to )rfeit the down payment upon contract cancellation by Owner unless Picatti shall have unreasonable delayed start of work. Owner agrees to provide dditional funds as necessary to maintain an adequate reserve to cover all work performed. In the event that such funds are not available, Picatti - serves the right to immediately discontinue work, subject to Delay Time charges. If work hereunder is terminated for any reason, at any time, Owner grees to immediately pay for all costs, services, hourly rates, delay time charges, and parts, materials and tooling used at the rates herein set forth. Iwner shall not be relieved from his ability to pay for the work done and materials furnished for any reason. agrees to make a down payment upon contract acceptance. Owner agrees that progress payments are immediately due and payable upon nce of any of the following events; 1. Material or equipment delivered to Owner's site. 4. Completion of setting the well pump. 2. Contractor departing the Owner's site. 5. Installation of equipment, piping, and wiring. 3. Completion of pump test water quality test. 6. End of each month. the event that full payment is not made within ten (10) days of progress completion (as defined above), Owner agrees to pay a minimum late charge $100.00 per month or late charge of 1.5% per month, whichever is greater, on the unpaid balance and agrees to forfeit the full benefit of any ;counts, coupons, or special offers which may have been offered. In the event that Picatti shall secure legal or collection services or advise or file a n to enforce any of the rights hereunder against;the Owner, both parties agree that Picatti shall be entitled to recover full attorney's fees and expense' ,urred therein. Owner grants Picatti the irrevocable right to enter the premises and reclaim, recover, and remove any materials installed by Picatti rich shall be deemed personal property until fully paid for. The parties hereto agree that any and all suits brought to enforce any of the rights reunder shall be instituted and maintained in any court of competent in the County of Yakima, State of Washington. Alstra Industries Specialist in the Sales, Serivice and Repair of Submersible Electric Motors. 9229 South Hardy Drive Tempe AZ 85284 Phone:480- 496 -6300 Fax 480 -496 -0132 www.alstraindustries.com TO: Jeff Bond City of Yakima, WA QUOTE 13- 2221907 DATE: FEBRUARY 22. 2013 EXPIRATION DATE: MARCH 27, 2013 SALESPERSON CUSTOMER CODE CUSTOMER PO # PROJECTED DELIVERY DATE Randy End User 2 -2.5 weeks from PO QTY DESCRIPTION LIST PRICE YOUR COST 320' 500MCM 3c w/g THHN /PVC $20,100.00 Price Includes drop shipment from Alstra's vendor to Yakima WA. CONFIDENTIALITY NOTICE: This is a transmission from Alstra Industries INC and may contain information which is confidential and proprietary. If you are not the addressee, any disclosure, copying or SUBTOTAL distribution or use of the contents of this message is expressly prohibited. If you have $20,100.00 received this transmission in error, please destroy it and notify us immediately at 800 -782- 7855. Thank you for your businessl Sign and date below to confirm order SALES TAX None Approved by: Date: Purchase order number if applicable: $20,100.00 TOTAL TERMS AND CONDITIONS Terms Net 30 days. 2% net 10 days TIR Fees: Fees for performing TIR's and incoming freight, (if Applicable) will be invoiced with the submission of the final TIP report and the quotation. All quotes and TIP aged 30 days will be invoiced $850.00. All quotes and invoices aged 60+ will not receive credit for TIR fees. Abandonment: Any motor left at Alstra Industries more than 180 days without a purchase order will be considered abandoned. The items will become the property of Alstra Industries at that time. No further notification will be required or sent. Invoice: The customer agrees to pay the amount set forth in the invoice as per the terms stated above. Late charges will be assessed at the rate of 1% per month on the unpaid balance which is not received within 30 days from the date of the invoice. Quote validity: 30 days, prices subject to change beyond this period. Terms of Shipment: All products will be shipped F.O.B. factory to the point of designated by the customer. Customer is responsible for all freight costs and any consequential' shipping damage. Crating fees: Alstra may add charges for skidding or crating if not part of original quote. Common Carrier, Overseas or shipments to Alaska or Hawaii will always have a fee added for crating. Warranty: The customer accepts Alstra's standard warranty period and agrees that there are no other representations except for Alstra's published standard limited warranty. Ask your sales person for further information. Cancellation charges: Cancellation fees will be charged for all costs incurred prior to cancellation including any expedite fees, freight charges, and a 15% charge of total order amount, up to the full value of the order depending on stage of completion. Dispute Resolution: The customer agrees that all disputes will be governed by Arizona law and will be brought in either the Maricopa County Superior Court or in the U.S. District Court of Arizona. The prevailing party in any such dispute shall be entitled to recover its attorneys' fees. Assignment: Alstra Industries reserves the right to assign invoices to a third party for collection Customer further agrees to pay all fees and or late charges associated with the collection of past due invoices. CONFIDENTIALITY NOTICE: This is a transmission from Alstra Industries INC and may contain information which is confidential and proprietary. If you are not the addressee, any disclosure, copying or distribution or use of the contents of this message is expressly prohibited. If you have received this transmission in error, please destroy it and notify us immediately at 800 - 782 -7855. Cook, Debbie From: Brown, David Sent: Wednesday, March 20, 2013 8:13 AM To: Cook, Debbie Subject: FW: 13- 2221907 City of Yakima Attachments: 13- 2221907 City of Yakima.docx Debbie, Here is additional info for quote on conductor for the CO. Quote from Alstra and the fact that it would take up to 2.5 weeks, did not include splice kits so price was very close Dave From: Shane, Mike Sent: Wednesday, March 20, 2013 8:10 AM To: Brown, David Subject: FW: 13- 2221907 City of Yakima Virtually the same price. This quote didn't include splice kits or sales tax. Also, it was 2 - 2.5 weeks out after PO was approved, where Picatti's was 3 - 5 days. Hope this helps. Mike From: Bond, Jeff Sent: Wednesday, March 06, 2013 11:10 AM To: Shane, Mike Subject: FW: 13- 2221907 City of Yakima Jeff Bond City of Yakima Water Treatment Plant Supervisor 509 -575 -6177 Cell 509- 728 -2362 Fax 509- 966 -5878 NEW E -MAIL jeff.bond(c�yakimawa.gov From: Randy Peterson [ mai Ito: randy.peterson (�i)alstraindustries.com] Sent: Wednesday, March 06, 2013 10:54 AM To: Bond, Jeff Subject: 13- 2221907 City of Yakima Jeff, 1 • Finally I have your official quote for the cable. The motor is on schedule, actually a bit ahead I believe. You should have it on your door step before the end of the month. Western Sales Manager Alstra Industries INC. 9229 South Hardy Dr. Tempe, AZ 85284 Office: 480 - 496 -6300 EXT 205 1 -800- 782 -7855 Cell: 623 - 297 -5463 Fax: 480 - 496 -0132 www.alstraindustries.com DATE: March 7, 2013 Water/ Irrigation Division Working Together Toward Excellence in Service and Quality TO: Debbie Cook, Utilities and Engineering Director FROM: Dave Brown, Water /Irrigation Manger Mike Shane, Water /Irrigation Engineer RE: Kissel Park Well Repair — Project No. WA2350 Attached is Change Order No. 2 for the above referenced project. 2301 Fruitvale Blvd. Yakima, WA 98902 This Change Order is for the purchase of new flat'jacketed 500 MCM conductor for the newly rebuilt well pump motor. During the removal of the existing pump and motor, it was discovered that the existing conductor was damaged in a number of places and was not suitable to be reused. Pricing for the new conductor has been checked and confirmed with the company that is currently rebuilding'the motor and is comparable to Picatti Bros. costs. Please let me know if you have any questions. Mike Shane - Water /Irrigation Engineer (509) 576 -6480 Fax (509) 575 -6187 mshane@ci.yakima.wa.us IL City of Yakima Project: (Name) Kissel Park Well Repair (Address) To: (Contractor) IPicatti Bros., Inc 2309 S. 3rd Ave. Union Gap, WA 98903 I L J Change Order Change Order Number Change Order Date _ Contract Number _ Contract Date 3 03/13/2013 WA2350 12/05/2012 You are directed to make the following changes in this Contract: - Provide .040" 304 Stainless Steel wire guard for new 500 MCM cable (See attached estimate) Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was ..................................................... ............................... $ 29,936.78 Net change by previous Change Orders ............................................... ..............................$ 33,703.43 The Contract Sum prior to this Change Order ................................ ............................... $ 63,640.21 The Contract Sum will be: M Increased E3 Decreased O Unchanged by this Change Order $ 168.79 The New Contract Sum including this Change Order will be .................. ............................... $ 63,809.00 The Contract Time will be: O Increased 9 Decreased G Unchanged by working days The New Contract Time will be working days Contractor By 06J #-J t S � Approv ecommended By Alp ved B Title I 1 �C- V �l AJ *1C Date Titl G By Date 37 Z� 3 Date Date Based on Original to: ❑ Contractor Copies to: ❑ Region ❑ Construction Administrator d�� /^A DOT Form 570 -001 EF ❑ OSC Accounting ❑ City Engineering CMCONTRACrN RESOLUTION NO I C�--A WELL & PUMP DIVISION Le &,I 2309 S. 3rd Avenue Phone 509- 248 -5703 P.O. Box 9576 Fax 509- 225 -2893 Yakima, WA 98909 Toll Free 1- 800 - 451 -9244 To: City of Yakima Kissel Park Date: BROS_ INC_ Attn: Fax: Phone: Cell: 3/12/2013 575 -6187 576 -6480 728 -3939 Item Qt Description Price Total e Replace wire guard for 300HP Submersible JSco 1 Wire Ruard for 500MCM cable 4.25" x 1.5" x 84" $156.00 D D" 304 5 WL-055 5'&EL 8.2% Tax $12.79 Total $168.79 Note Each stage Length: 13.75' Note Please advise if you would like the guard to be a different length 1 /Customer further agree that if the account is referred for collection, to pay collection fees not to exceed 35% of the commercial claim and reasonable attorney fees. The venue of any collection action based on this agreement shall li ' I IMA NTY, WASHINGTQ I have read the above terms and fully agree and understand ,,� — —1 / J DATE ti 1 ENTIRE AGREEMENT: This written instrument including terms and conditions on the back of this page and supplemental standard rate sheets contains the entire agreement between the parties in respect to the subject matter. There are no other understandings or agreements between said parties. No amendment to this agreement shall be valid unless such amendment is in writing. This proposal may be withdrawn by Picatti if not accepted within fifteen (15) days of proposal date. OWNER ACCEPTANCE OF AGREEMENT: Owner authorizes Picatti to drill a well and /or install a pump system on the land described above. The prices, spqc1fications, terms and conditions contained in this document, on pa wo and on Picatti's Rate Sheets are satisfactory and are herby accepted. I arr I have the authority to enter into this agreement and that wi 1 make alXpae nt as herein set forth and agreed. ---t 2--1-3 � -�--� 3/12J-13- Aut on ignature of Owner - Individually DATE Authorized Vgnature of Picatti Well & Pump DATE UARANTEE: Picatti guarantees its pump system construction workmanship to be free of defect for one (1) year from date of work and will repair, no cost to Owner, any substandard workmanship provided by Picatti when submitted within 12 months of the installation date subject to terms and nditions herein. TS: Picatti is a licensed contractor and will make application on behalf of Owner for the, required drilling notice or electrical permit as agreed Owner agrees to provide all permits required prior to commencement of work. MANCE: Performance by Picatti under this agreement is subject to and contingent upon credit approval by Picatti, work stoppages, weather, underground conditions, and other circumstances beyond Picatti's control, and Picatti does not guarantee a date of completion of CATION, SIZE AND SITE: Owner agrees to assume full responsibility for the selection of the pump system size, including but not limited to, perty ownership, quality and quantity of water, testing, surface and underground contamination sources (i.e. septic, pollution) and other airements. Owner aggress to grant right of ingress and egress: to provide and maintain, at no cost to Picatti, adequate contractor equipment site -ss including, but not limited to: tree and brush removal, overhead utility removal, road work, road base, bridges, fill, grading, leveling and avation necessary to position and operate heavy equipment as may be required, work required to dispose of waste materials and to restore the site is responsibility of the Owner. VELL ENHANCEMENT, DEVELOPMENT, EXTRA WORK: Owner agrees to pay an hourly rate for all attempted efforts and services provided y Picatti to deal with water sources or to endeavor to improve, enhance, and develop water or wells for any reason quality or quantity, (herein known s "Extra Work ") whether successful or not, shall be paid for by Owner at the rate herein set forth, including equipment rental, delivery expense, delay me, auxiliary equipment, and other such equipment, materials and labor charges. Owner agrees to pay Extra Work rates and to replace at cost, plus 5% equipment and tools, which are unrecoverable or damaged. Owner aggress that Picatti does not warrant that any attempt to correct water or well roblems will be successful. Y TIME: Owner agrees to pay an hourly rate for delays, extra work, travel time, towing cost, including mobilization, standby and ilization time resulting from any causes that inhibits Picatti from efficiently and continuously utilize equipment and labor in completion of the : work (herein "Delay Time "), which shall include, but not be limited to, site or access being unsuitable or not properly prepared, delays in mication with Owner to obtain revised or clarified instructions or change orders. Picatti reserves the right to amend pricing to reflect current conditions and cost increases, if commencement of the subject work is delayed more than thirty (30) days by Owner or third party. AVM ENT: Owner agrees to make payments under. terms and conditions herein by the use of cash, credit card or providing evidence acceptable to icatti that payments will occur from loan and proceeds or funds placed in a construction escrow account, naming Picatti as payee. Customer agrees to >rfeit the down payment upon contract cancellation by Owner unless Picatti shall have unreasonable delayed start of work. Owner agrees to provide Iditional funds as necessary to maintain an adequate reserve to cover all work performed. In the event that such funds are not available, Picatti :serves the right to immediately discontinue work subject to Delay Time charges. If work hereunder is terminated for any reason, at any time, Owner ;reel to immediately pay for all costs, services, hourly rates, delay time charges, and parts, materials and tooling used at the rates herein set forth. liner shall not be relieved from his ability to pay for the work done and materials furnished for any reason. agrees to make a down payment upon contract acceptance. Owner agrees that progress payments are immediately due and payable upon nce of any of the following events; Material or equipment delivered to Owner's site. 4. Completion of setting the well pump. Contractor departing the Owner's site. 5. Installation of equipment, piping, and wiring. Completion of pump test water quality test. 6. End of each month. the event that full payment is not made within ten (10) days of progress completion (as defined above), Owner agrees to pay a minimum late charge $100.00 per month or late charge of 1.5% per month, whichever is greater, on the unpaid balance and agrees to forfeit the full benefit of any ;counts, coupons, or special offers which may have been offered. In the event that Picatti shall secure legal or collection services or advise or file a n to enforce any of the rights hereunder against the Owner, both parties agree that Picatti shall be entitled to recover full attorney's fees and expense ,urred therein. Owner grants Picatti the irrevocable right to enter the premises and reclaim, recover, and remove any materials installed by Picatti rich shall be deemed personal property until fully paid for. The parties hereto agree that any and all suits brought to enforce any of the rights reunder shall be instituted and maintained in any court of competent in the County of Yakima, State of Washington.