Loading...
HomeMy WebLinkAbout04242019 City Council Special Packet Seward City Council Agenda Packet Special City Council Meeting Wednesday, April 24, 2019 Council Chambers, City Hall 12:00 p.m. SPECIAL MEETING REQUEST Pursuant to Seward City Code 2.10.030 (2), this is to serve as the written notice calling a Special City Council Meeting on Wednesday, April 24,2019 at 12:00 p.m. for the purpose of� Resolution 2019-044, Approving An Employment Agreement Between The City Of Seward And Scott Meszaros For City Manager Services. Resolution 2019-045, Authorizing The City Manager To Enter Into A Contract With GMG General For The SMIC Harbor Improvements Paving Project In The Amount Of $669,496 Plus A 10% Contingency, And Appropriating Funds. Resolution 2019-046, Authorizing 'The City Manager To Enter Into A Conti-act With Gov1IR USA For An Amount Not To Exceed S45,000 To Review The City Of Seward Classification And Compensation Plan, And Appropriating Funds. Resolution 2019-047, Authorizing The City Manager To Enter Into A Professional Services Agreement With Thyssenkrupp Elevator Company To Provide Elevator Maintenance And Repair Services For Three City Elevators. Resolution 2019-048, Supporting The Application Of The Alaska Federal Lands Access Program (FLAP) Grant For Improvements To Lowell Point Road. The meeting will commence in the City Council Chambers, City Hall, 410 Adams Street, Seward. All interested persons are invited to attend the meetings. Signed this 23"(1 day of April, 2019 at 11:00 a.m. .......... MayorCam* anag~er 2 Council Mernbei-s Upon this request the City Clerk will give due and proper notice as required by SCC 2.10.032 (No business shall be transaf,,Ied other their state(l above.) SPECIAL MEETING NOTICE Pursuant to Seward City Code 2.10.030 (2), this is to serve as the written notice calling a Special City Council Meeting on Wednesday, April 24, 2019 at 12:00 p.m. for the purpose of: Resolution 2019-044, Approving An Employment Agreement Between The City Of Seward And Scott Meszaros For City Manager Services. Resolution 2019-045, Authorizing The City Manager To Enter Into A Contract With GMG General For The SMIC Harbor Improvements Paving Project In The Amount Of $669,496 Plus A 10% Contingency, And Appropriating Funds. Resolution 2019-046, Authorizing The City Manager To Enter Into A Contract With GovHR USA For An Amount Not To Exceed $45,000 To Review The City Of Seward Classification And Compensation Plan, And Appropriating Funds. Resolution 2019-047, Authorizing The City Manager To Enter Into A Professional Services Agreement With Thyssenkrupp Elevator Company To Provide Elevator Maintenance And Repair Services For Three City Elevators. Resolution 2019-048, Supporting The Application Of The Alaska Federal Lands Access Program (FLAP) Grant For Improvements To Lowell Point Road. The meeting will commence in the City Council Chambers, City Hall, 410 Adams Street, Seward. All interested persons are invited to attend the meetings. Posted: Tuesday, April 23, 2019 at 11:15 a.m. City Hall bulletin board U.S. Post Office Harbormaster's Building Seward Community Library Museum 2 The City of Seward, Alaska Special City Council Meeting Wednesday, April 24, 2019 12:00 p.m. David Squires 1. Call To Order Mayor 2. Pledge Of Allegiance Term Expires 2019 3. Roll Call 4. Citizen Comments On Any Subject Except Those Items Sue McClure Scheduled For Public Hearing. [Those Who Have Signed In Will Be Vice Mayor Given The First Opportunity To Speak. Total Time For This Agenda Item is Term Expires 2019 36Minutes.] 5. Approval Of Agenda And Consent Agenda[Approval of Consent Suzi Towsley Agenda passes all routine items indicated by asterisk(*). Consent Agenda items are not considered separately unless a council member so requests. In Council Member the event of such a request, the item is returned to the Regular Agenda.] Term Expires 2019 6. New Business Resolutions Jeremy Horn *1. Resolution 2019-044, Approving An Employment Council Member Agreement Between The City Of Seward And Scott Meszaros Term Expires 2019 For City Manager Services. .................................. Pg. 4 *2. Resolution 2019-045, Authorizing The City Manager To Sharyl Enter Into A Contract With GMG General For The SMIC Harbor Councill Member Improvements Paving Project In The Amount Of$669,496 Plus Term Expires 2021 A 10% Contingency, And Appropriating Funds. ........ Pg. 13 John Osenga *3. Resolution 2019-046, Authorizing The City Manager To Council Member Enter Into A Contract With GovHR USA For An Amount Not Term Expires 2021 To Exceed $45,000 To Review The City Of Seward Classification And Compensation Plan, And Appropriating Kelley Lane Funds. .......................................................... Pg. 104 Council Member *4. Resolution 2019-047, Authorizing The City Manager To Term Expires 2020 Enter Into A Professional Services Agreement With Thyssenkrupp Elevator Company To Provide Elevator Norm Regis Maintenance And Repair Services For Three City Elevators. Pg. 113 Acting City Manager *5. Resolution 2019-048, Supporting The Application Of The Alaska Federal Lands Access Program (FLAP) Grant For Brenda Ballou Improvements To Lowell Point Road. ......................Pg. 128 City Clerk 7. Council Comments 8. Citizen Comments Holly Wells 9. Council And Administration Response To Citizen Comments City Attorney 10. Adjournment Citv of Seward, Alaska 3 Council Agenda April 24, 2019 Page I Sponsored by: City Clerk CITY OF SEWARD, ALASKA RESOLUTION 2019-044 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SEWARD, ALASKA, APPROVING AN EMPLOYMENT AGREEMENT BETWEEN THE CITY OF SEWARD AND SCOTT MESZAROS FOR CITY MANAGER SERVICES WHEREAS, the contract for the former Interim City Manager, Jeff Bridges, expired at midnight on March 17, 2019; and WHEREAS, the City Council approved Resolution 2019-029 on March 9, 2019 which appointed Harbormaster Norm Regis as Acting City Manager for one month through April 19,2019; and WHEREAS, the City Council approved Resolution 2019-037 on April 16,2019 to extend Regis' appointment through May 20, 2019; and WHEREAS,two applicants,Scott Meszaros and Erin Reinders,were unanimously approved as the final candidates,and both applicants traveled to Seward for in-person interviews with council on March 28, 2019; and WHEREAS, on April 15, 2019,Erin Reinders withdrew her application for consideration; and WHEREAS, on April 17,2019,council unanimously voted to offer the position as Seward City Manager to Scott Meszaros, and on April 18, 2019 concluded successful negotiations. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SEWARD, ALASKA that: Section 1. The Seward City Council hereby authorizes the Mayor and the Acting City Manager to sign the contract between the City of Seward and Scott Meszaros in substantial form attached hereto. Section 2. The official date of hire for Scott Meszaros is May 1, 2019. Section 3.Funding for this contract shall come from the City Manager budget for personnel services. Section 4. This resolution shall take effect immediately upon its adoption. 4 CITY OF SEWARD,ALASKA RESOLUTION 2019-044 PASSED AND APPROVED by the City Council of the City of Seward, Alaska, this 24tn day of April, 2019. THE CITY OF SEWARD, ALASKA David Squires, Mayor AYES: NOES: ABSENT: ABSTAIN: ATTEST: Brenda J. Ballou, MMC City Clerk (City Seal) 5 COUNCIL AGENDA STATEMENT Meeting Date: April 24,2019 To: City Council From: Brenda Ballou, City Clerk Agenda Item: Approval of employment agreement with Scott Meszaros for the position of City Manager BACKGROUND &JUSTIFICATION: Prior to the departure of former Interim City Manager Jeff Bridges on March 17, 2019, city council approved Resolution 2019-001 to hire the recruiting firm GovHR USA to search for a new permanent city manager. Because the process could not be completed before Bridges' contract ended, there was the need for the city to have an Acting City Manager appointed. On March 4, 2019, council unanimously selected Harbormaster Norm Regis to serve as Acting City Manager. Resolution 2019-029 appointed Harbormaster Norm Regis as Acting City Manager for the period of March 18, 2019 through April 19, 2019, and Resolution 2019-037 extended the appointment through May 20, 2019. The City Council has been diligently working on finding a suitable city manager, and coming to terms with the negotiation of a contract. On April 17, 2019, council unanimously voted to select Scott Meszaros as the city's city manager. On April 18, 2019, the council's negotiating committee concluded a successful negotiation with Meszaros, and determined that his start date would be May 1,2019. INTENT: Approve the employment agreement for the permanent city manager hire of Scott Meszaros. CONSISTENCY CHECKLIST: Yes No N/A Comprehensive Plan (document source here): x Strategic Plan (document source here) x Other Oist): x 6 FISCAL NOTE:The costs related to the increase in salary and benefits for the city manager position is expected to be offset by a reduction in the costs related to the assistant city manager position due to the retirement of the former assistant city manager with longer tenure. Therefore, no further appropriation is necessary Approved by Finance Department: ATTORNEY REVIEW: Yes No Not Applicable The city attorney drafted the employment agreement. RECOMMENDATION: Approve Resolution 2019-044 CITY MANAGER EMPLOYMENT AGREEMENT This Employment Agreement ("Agreement), effective as of May 1, 2019, ("Effective Date"), is between the City of Seward, Alaska ("City") and Scott Meszaros ("Manager" or"Meszaros"). RECITALS WHEREAS, the City wishes to employ Scott Meszaros as City Manager and Scott Meszaros has agreed to serve the City in the capacity of City Manager as provided for in this Agreement, NOW, THEREFORE, in consideration of the foregoing and the mutual promises and covenants set forth in this Agreement, the City and Manager agree as follows: Section 1. Duties of Manager. A. Scope of Duties. Manager shall be employed by City as, and hold the title of, "City Manager" of the City. Manager shall serve at the pleasure of, and report directly to, the Seward City Council ("Council"). Manager shall perform all duties and discharge all responsibilities of that position as prescribed by law, including but not limited to Seward City Code 2.20.035. City Manager shall be aware of any changes in the laws governing his duties and obligations under law and comply with those changes. Manager shall maintain residency in the City during the entire term of this Agreement. B. Confidentiality . Manager recognizes that the he will receive and have access to information of a confidential nature. Manager agrees any confidential information obtained as a result of the City Manager position will be maintained as confidential to the extent authorized by law. The City may terminate this agreement without notice and hold Manager accountable to the greatest extent permitted by law if he violates this provision. In order to find a violation of this provision, Manager's breach of confidentiality must be evident in a document, at a public event or conceded by Manager. Section 2. Compensation and Benefits of Manaaer. A. S�ala . Manager shall receive an annualized salary of ONE HUNDRED FORTY THOUSAND DOLLARS ($140,000,00) during the term of this Agreement, payable in regular installments at the time other City employees are paid, or as otherwise agreed upon between the parties in writing. Manager is not eligible for any increases in compensation or bonus payments during the term of this Agreement. All compensation paid to Manager shall be subject to required employment deductions, taxes, and contributions. B. Exempt Status, Manager acknowledges that the position of Manager is exempt from the overtime requirements of state and federal wage and hour laws and as CITY MANAGER AGREEMENT 507496\10OW0908572 8 such, Manager is expected to work the hours necessary to accomplish the goals and requirements of the position. C. Retirement Benefits. Manager shall be enrolled in the Alaska Public Employees Retirement System (PERS) during the term of this Agreement, so long as the City participates in the System. D. Health and Welfare Benefits. Manager shall receive group medical and dental insurance coverage as provided to the employees of City, including coverage for family members, subject to the requirements of the applicable plan. E. Paid Leave. Manager shall receive an annual allotment of one hundred sixty (160) hours of accrued paid leave for use for personal absences, vacation, and sick leave. Notwithstanding the leave accrual provided for under this section, Manager shall additionally receive a one-time allotment of twenty-four (24) hours of leave to be exclusively used during the month of May 2019, and forty (40) hours of leave to be utilized for purposes of relocating to Seward, Alaska; such leave shall not otherwise be banked. Manager shall keep the Council generally apprised of planned absences; leave exceeding five (5) consecutive days in duration must be approved by the Council. Upon employment separation, including expiration of this Agreement, Manager shall receive payment for all accrued, unused leave, in accordance with City policy and practices, so long as Manager is in compliance with this Agreement. Any payment of accrued unused paid leave shall be subject to all deductions, taxes and contributions required by law. F. Travel Professional Development Expenses. Manager shall receive reimbursement from City for reasonable lodging and meal expenses while travelling out-of-town for meetings or professional development in the interests of the City, specifically to include two AML Conferences, and any other events as may be approved by Council. City shall pay for professional dues for ICMA membership, and other subscriptions or dues for participation in national, regional, state, and local associations and organizations for the Manager's continued professional growth and advancement, as may be approved by the Council. G. Relocation Expenses. Manager shall be entitled to a relocation cost reimbursement advancement of FIVE THOUSAND DOLLARS ($5,000.00), upon execution of this agreement. Manager may be reimbursed for additional moving expenses, up to a maximum of FIVE THOUSAND DOLLARS ($5,000.00) upon presentation of satisfactory documentation of such expenses, consistent with IRS rules regarding allowable expenses. Any questions or disputes regarding the sufficiency or validity of documentation under this section shall require Council approval of reimbursement. A receipt from a licensed moving company or vehicle rental company shall constitute satisfactory documentation and is not subject to dispute. Secflon 3. Term And Termination. A. Term. The term of Manager's employment under this Agreement shall begin on the Effective Date and end three years after the Effective Date, unless extended in writing or terminated as provided in this Agreement. The City and Manager CITY MANAGER AGREEMENT PAGE 2 50748WMVM03572 9 shall advise the other party of their intent to seek negotiation of a renewal or extension of this Agreement, no later than sixty (60) days before the expiration of this Agreement. B. Termination. Manager's employment under this Agreement is terminable at will and at any time by City, without any notice of any kind whatsoever, with or without cause, it being expressly and explicitly understood and agreed by Manager that he holds the position of City Manager and serves as City Manager at the will of the Council. Manager acknowledges that any action by the Council in connection with terminating Manager's employment under this Agreement is not subject to any administrative or grievance procedure, and Manager hereby waives the benefit of any right to notice, pre- or post- termination hearing or any other procedure that may now or hereafter apply to any such action by the Council or be available to other City employees, Upon termination from employment, Manager shall be paid his monthly salary prorated down to his final work day, including payment of unused accrued leave, and no further compensation. C. Resignation. Manager may resign his position upon thirty (30) days written notice to City Council. Should Manager resign under this Agreement, he shall be entitled to no additional compensation under this Agreement beyond the effective date of his separation, other than accrued but unused paid time off in accordance with the terms of this Agreement. At its option, the City may release Manager from his obligation to continue to working through the notice period upon payment of salary through the effective resignation date; however, on no account shall Manager receive compensation in lieu of service for a period longer than thirty (30) days regardless of the length of notice provided by Manager. In the event Manager resigns prior to the expiration of this Agreement, Manager shall be obligated to reimburse City for all moving expenses and costs advanced or reimbursed by the City. The City, in its sole discretion, may waive this obligation, in writing, in the event circumstances warrant. Section 4. tither Em to meat. It is recognized that Manager must devote a great deal of time outside normal office hours to business of the City, including but not limited to attendance at regular and special City Council meetings. Normal work hours in a regular workweek hereunder shall be construed to mean Monday through Friday, an 8-hour period between 7:00 a.m. and 6:00 p.m. Manager shall not take nor undertake employment with any other person, entity or business, without prior approval of the City Council. Section 5. Indemnification by City. The City shall indemnify, hold harmless and defend Manager against all claims and liability which may result from any claim, action or suit by person based upon alleged injury to or death of a person or alleged loss of or damage to property that may occur or that may be alleged to have been caused by Manager in the course of performance of his official duties during the duration of his employment with City under this Agreement, provided, however, that City shall not be obliged to indemnify, hold harmless or defend Manager against any such claim that was caused by Manager while CITY MANAGER AGREEMENT PAGE 3 507486\1006\00808572 10 acting outside the course of performing his official duties, or from any false, deceptive, dishonest or criminal act or omission under the laws and regulations oft United States of America, the State of Alaska and/or any political subdivision thereof. The City shall not be responsible for the defense costs or indemnification of any legal counsel or costs or fees under this section unless Council approves reimbursement or payment of those costs and fees in writing and before such costs and fees are incurred. Section 6. General Provisions. A. No Conflict of Interest. During the term of this Agreement, Manager will note ter into any activity, employment or business arrangement is conflicts with the best interests of the City, or otherwise interferes with performance of his duties under this Agreement, as may be determined in the sole discretion of Council. Manager shall comply with Seward City Code 2.01.020(a) and Alaska Statute 39.50. Manager shall advise Council of any activity, employment or business arrangement he is contemplating entering is might conflict or give the appearance of conflicting with the City's interests; failure to do so may subject Manager to termination. B. Choice of Law and Venue. Any controversy or claim arising out of or related to this Agreement or the breach thereof shall be governed by the laws of the State of Alaska, and the City of Seward, Alaska, and the venue for any legal proceedings thereon shall be the Superior Court for the State of Alaska, Third Judicial District. C. EEEn�fi�reree ent. This Agreement supersedes all prior oral or written agreements, if any, between Manager and City, and constitutes the entire agreement between Manager and City and approved by the Council. D. Modification or Amendment. This Agreement shall not be supplemented, modified or amended, except by a written agreement signed by Manager and approved by Council. E. Seve.r a..o.i.I.J.1y. If any provision of this Agreement shall be declared invalid .................................... ............ _ or unenforceable, the remainder of this Agreement shall continue in full force and effect. IN WITNESS WHEREOF the City has caused this Agreement to be signed and executed on its behalf by its Mayor, and duly attested by its City Clerk. Scott Meszaros has signed and executed this Agreement for and on behalf of himself, both in duplicate, as of the day and year first above written. CITY OF SE WARD CITY MANAGER 4A .............................. ............. David Squires, Mayor Scott Msz 4z CITY MANAGER AGREEMENT PAGE 4 ,sO-M 90 r 00000808 S 72 CITY OF SEWARD ATTEST: Norm Regis, Acting City Manager Brenda Ballou, City Clerk City Clerk CITY MANAGER AGREEMENT PAGE 5 507486\1006\00808572 12 Sponsored by: Regis CITY OF SEWARD, ALASKA RESOLUTION 2019-045 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SEWARD, ALASKA, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH GMG GENERAL FOR THE SMIC HARBOR IMPROVEMENTS PAVING PROJECT IN THE AMOUNT OF $669,496 PLUS A 10% CONTINGENCY, AND APPROPRIATING FUNDS WHEREAS, in 2010 the City began construction of the Seward Marine Industrial Center (SMIC)breakwater and upland development project using State grant funds; and WHEREAS, the breakwater was completed in 2016; and WHEREAS,in 2016 the City requested additional work within the project scope through a change order; and WHEREAS, the City replaced the North Dock fenders,replaced the anodes, installed a 10 Ton crane,added a new 315 foot Fisherman's Float,and widened the Travelift and Travelift pit;and WHEREAS,as of April 1, 2019 there was approximately$800,000 remaining in the grant funding; and WHEREAS, the City utilized R&M Engineering and issued a bid to pave the North Dock, the approach to Fisherman's Float and the Travelift runway up to the wash down pad; and WHEREAS, the SMIC Harbor Improvement Paving Project was advertised for bids in accordance with Seward City Code 6.10.210 and Seward City Code 6.10.215 and the lowest responsive and responsible bidder was GMG General Inc. with a bid of$669,496; and WHEREAS,a 10%contingency in the amount of$66,949.60 for unforeseen circumstances is needed; and WHEREAS, the SMIC grant funds may only be used towards SMIC infrastructure; and WHEREAS, the remaining SMIC funds must be used and the project completed prior to June 30, 2019. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SEWARD, ALASKA that: Section 1.The City Manager is authorized to enter into a contract with GMG General Inc.in substantially the form attached hereto, for paving services to complete the SMIC harbor 13 CITY OF SEWARD,ALASKA RESOLUTION 2019-045 improvements paving project in the amount of$669,496. Section 2. The amount of $669,496 plus a 10% contingency of $66,949.60 totaling $736,445.60 is hereby appropriated from the SMIC State Grant fund reserves account no. 12333- 0000-3400 to the SMIC grant fund infrastructure account no. 12333-0000-8101. Section 3.The contingency will be utilized only if required by change orders to the scope of the project approved in writing in advance by the City Manager. Section 4. This resolution is effective immediately. PASSED AND APPROVED by the City Council of the City of Seward, Alaska, this 24t' day of April, 2019. THE CITY OF SEWARD, ALASKA David Squires, Mayor AYES: NOES: ABSENT: ABSTAIN: ATTEST: Brenda J. Ballou, MMC City Clerk (City Seal) 14 Agenda Statement Meeting Date: April 24, 2019 To: City Council From: Norm Regis, Acting City Manager Agenda Item: SMIC Paving Project BACKGROUND & JUSTIFICATION: In 2010 the City began construction of the SMIC breakwater and Upland Development using State grant funds and utilizing the engineering services of R&M Consultants, The breakwater was completed in,late 2016 and additional funds have since been used for upland development within the project scope. To date, the City has used this grant to rebuild the North Dock fenders to include a I O-ton crane, anodes, and a new float with electricity. The travel lift and travel lift pit were also widened to accommodate larger vessels. As of April 1, 2019, there was an estimated $800,000 remaining in this grant that needs to be exhausted by June 30, 2019. The harbormaster has prioritized additional work to be completed at SMIC with the expectation to use all grant funds available. 'I"he first and largest priority is to pave the North Dock up to the Fisherman's Float as well as the travel lift runway. The SMIC Paving Project consists of- 1. Base Bid Area I -45,930 square feet 2, Base Bid Area 2 -.- 29,430 square feet 3. Additive Alternate A (additional travel lift paving) -23,860 square feet This project was advertised according to SCC 6.10.210 and SCC 6.10.215. A bid opening for the project was held on Thursday April 18'h, at 1:30 pm. Four bids were received, and the results are summarized below: Contractor .. . Base Bid Additive Alternate A Total .............. Granite 580,000.00 2 0,0()0.00 780,000.00 ni 585,000.00 220,000.00 805,000.00 Metco 489,727.27 198 151 M 687,878.27 478,565.00-"- .00 GMG General Inc. ff19 6'�)--31 GMG General Inc. was the lowest,most qualified and responsive bidder with a total bid amount of $669,496 including the Base Bid and Alternate A. A local prefierence was considered in the bid received from Metco,but was not within the allowance of City Code. INTENT: Enter into a construction contract in the amount of$669,496 with GMG General Inc. for the SMIC Paving project. 15 CONSISTENCY CHECKLIST: Yes No N/A Comprehensive Plan (3.5.1.2): Plan for adequate port infrastructure 1. that will serve the needs of users in the main industrial/Alaska Railroad X Area and at the Seward Marine Industrial Center (SMIC). 2 Strategic Plan (page 7): Expand Development in the Seward Marine X Industrial Center. 3. Other (list): X FISCAL NOTE: In addition to the construction contract amount of$669,496, a 10% contingency ($66,949.60) is needed and will be utilized only if required by change orders to the scope of the project as approved in advance by the City Manager. Total appropriation for this project is $736,445.60. There are sufficient funds remaining in the State of Alaska grant for SMIC development that must be exhausted not later than June 30, 2019. Approved by Finance Department: tctCD ATTORNEY REVIEW: Yes X No RECOMMENDATION: Council approve Resolution 2019- 045 authorizing the City Manager to enter into a construction contract with GNG General Inc. the most qualified, responsive and lowest bidder, for the SMIC Harbor improvement project and appropriate funds. 16 SECTION OOO5OO-CONTRACT CITY OF SEVVARD. /\LASKA SK0IC PAVING PROJECT CONTRACT ("Contract"), between the City ufSeward, A|oaka, herein called the City, acting by and through its City Manager, and upon signing; this document shall serve am the notice tu proceed, and GMG General, Inc. Company Name 8000 Petersburg St. Anchorage, AK 99507 Company Address (Street or PO Box, City, SXaba. Zip) o/an Fl Individual RPadnerehip F]Joint Venture RSo|e Proprietorship MCorporation incorporated under the |avvm of the State of Alaska its successors and assiQna, herein oa||od the Contractor, is effective the date of the signature of the City Manager on this document. The Contraotor, for and in consideration of the payment or payments herein specified and agreed to by the City, hereby covenants and agrees tofurnish and deliver all the materials and todoand perform all the work and labor required in the construction of the above-referenced project as bid by the Con(rador, which bid and prices nomed, together with the Contract Documents (am hereinafter defined) are made e part of this Contract and accepted as such. It is distinctly understood and agreed that no claim for additional work or materials, done or furnished by the Contractor and not specifically herein provided for, will be oUovmsd by the City. nor shall the Contractor do any work or furnish any material not covered by this Contnact, unless such work or materials is ordered in writing by the City. In no event shall the City be liable for any materials furnished or used, or for any work or labor dnne, unless the materia|m, work, or labor are required by the Contract or on written order furnished by the City. Any such work or materials which may be done or furnished by the Contractor without written order first being given shall be at the Contractor's own riak, ooat, and expense and the Contractor hereby covenants and agrees to make no claim for compensation for work or materials done or furnished without such written order. Notwithstanding the foregoing, payment under this Contract ohe|| not exceed Six hundred sixty nine thousand four hundred ninety six dW|orm ( for all base items, additive alternates and additional work. The Contractor further covenants and agrees that all materials shall be furnished and delivered and all work and labor shall be done and performed, in every respect, to the satisfaction of the City, on or before: or within calendar days following the date of notice to proceed. It is expressly understood and agreed that in case of the failure on the pad of the Contnador, for any reaaon, except with the written consent of the City, to complete the furnishing and delivery of materials and the doing and performance of the work before the aforesaid date, the City shall have the right to deduct from any money due or which may become due the Contractor, or if no money shall be due, the City shall have the right to recover One Thousand Five Hundred dollars ($_15D{l{X}__) per day for each calendar day elapsing between the time stipulated for the completion and the actual date of completion in accordance with the terms hereof; such deduction tobe made, or sum toberecovered, not mmo penalty but ealiquidated damages. Prcwided, hom/ever, that upon receipt of written notice from the Contractor of the existence of causes over which the Contractor has no control and which must delay furnishing of materials or the completion of the work, the Contracting Officer may, at his or her discretion, extend the period specified for the furnishing of materials or the completion of the vvork, and in such ooae the Contractor shall become liable for liquidated damages for delays commencing from the date on which the extended period expires. The bonds given by the Contractor in the sum of $E6{\4G&L{Dl Performance and Payment Bond. and $6K69\496.00_Performance Bond, to secure the proper compliance with the terms and provisions of this SKO|C Paving CONTRACT Section D8U6DO Page 1 SECTION oon5nU -CONTRACT Contract, are submitted herewith and made a part hereof. The Contractor further covenants and a0nsea that the entire construction will be done under the administration of and to the ommp|eha satisfaction of the City subject to the inspection at all times and approval by any regulatory agency of the Loco|. State, or Federal Government of the United States of America, and in accordance with the laws of the State of Alaska and the City of Seward. For purposes of this Contract, Contracting Officer means Norm Regis or any other person designated by the City Manager. The Contractor is an independent contractor and not an employee or agent of the City. Contract Documents shall have the meaning ascribed by the General Conditions of the Construction Contnsot, and include but are not limited to this Contract, the General Conditions of the Construction Contract, Modifications to the General Conditions, the Special Provimiona, and the following listed documents: (1) Bid Plans and Sheet Specifications (2) IN WITNESS WHEREOF the parties hereto have executed this Contract and agree to its terms and conditions. CONTRACTOR Company Name Signature of Authorized Company Representative Typed Name and Title 0 14 Ig-Z. A7_0 I C-) Date CITY OF SEVVARD Signature of City Manager Typed Name Data City Clerk (ATTEST) SKD|C Paving CONTRACT Section 0OO500Page 2 r Oil 900 01 by N-1,K— t% { 1 I N v j i ... /RAx �r� 319 gp n /fii r I an // J -• --�'— r.— _^— —� 7�' �!� � '�6� ��ji% � III . I i l i�iliY"iG„f�✓/fr�y��/f//i�rli��r����//✓rr�� 1/l/<i%�%/r/�i�,/r/a� I :� �a � � 3 E � 4 III�s� II n x 4 �< e 111 M CONStdLfiANdTS INC " m l SMICHARBORIMPROVEMENTS F'CiVING 19 r t ktwFz�s�me roe�a �oe� ad ri OMAV d I r%rl SiM&N3J'ei3kJddN1 71p821'b'N OiWJS .. 11 1�A14'S1Gdg1T@SOB x �qt N — ,tla (' 77 3 a b _ 2-3 IN +t P 8 + m if W p E - � ms^ CT ij � I �g 2 tl ri ✓�/j�f +r � fl _ _ 8b6a P d 9 vaIj O —x at—N xry rev C4:R 6'M/W.A Pa3I-ld 20 CD CD 01 ►' ; \ # CL m ...- t w% w. r PD � Ln woo CL 00 Pi en -�, 0 PZ CL s,, 21 p Yvb 'A Mom ' CL ( i NN .. __._. 03 00 o CL CL p Irv,, CYJ t u� ..... ......w. ,�,., 22 City of Seward SMIC Paving m � CONTRACT DOCUMENTS Bid Set March 2019 Prepared by: R&M Consultants, Inc. 9101 Vanguard Drive Anchorage, AK 99507 (907) 522-1707 23 TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, CONDITIONS OF THE CONTRACT BIDDING and CONTRACT REQUIREMENTS 000030 Public Notice— Invitation for Bids 000100 Information to Bidders 000200 Required Documents 000300 Bid Form 000305 Bid Modification Form 000310 Bid Schedule 000320 Bid Bond 000360 Statement of Qualifications CONTRACTFORMS 000500 Contract 000610 Performance Bond 000620 Payment Bond 000630 Tax Compliance Certification— Kenai Peninsula Borough 000640 City Business License Application 000660 Subcontractor List CONDITIONS OF THE CONTRACT 000700 General Conditions 000800 Modifications to the General Conditions 000900 Special Provisions DRAWINGS (Bound Separately) City of Seward SMIC Paving END OF Table of Contents SMIC Paving TABLE OF CONTENTS Pagel 24 SECTION 000030 - PUBLIC NOTICE - INVITATION TO BID CITY OF SEWARD, ALASKA Public Notice— Invitation for Bids SMIC Paving The City of Seward desires to receive bids from qualified contractors to install asphalt pavement at the Seward Marine Industrial Center(SMIC) in Seward, Alaska. The scope of work under the Base Bid generally includes providing 45,930 SF of asphalt pavement and base course at the North Dock and Barge Ramp and 29,430 SF of thickened asphalt pavement and base course at the Travelift Runway. In addition, water valve boxes and storm drain manhole rims will be adjusted to finished grade. One Additive Alternate will be considered for inclusion in the contract, pending available funding: • Additive Alternate A: Install an additional 23,860 SF of thickened asphalt pavement and base course at the Travelift Runway. All work under this contract must be completed by June 15, 2019. An optional pre-bid site visit will be held at the Seward Marine Industrial Center, 700 Nash Road, Seward, Alaska, on April 9, 2019 at 1:OOpm. The bid documents are available at the office of the Engineer. Electronic copies are available for no charge. Paper copies can be made available from a local reproduction company at the Contractor's expense. To receive a copy of the bid documents and to be considered a Plan Holder contact Jessica Koloski at 907-646-9600 or by email at JKoloski@RMConsult.com. The City will not be responsible for errors in bids due to the bidders receipt of bid documents or addenda from other sources. All bids including any amendments or withdrawals must be received and time-stamped at the City of Seward prior to 1:OOpm on April 18, 2019. Electronic or faxed bids will not be accepted. Bids shall be submitted on the forms furnished and must be in a sealed envelope marked as follows: BID FOR: CITY CLERK City of Seward P.O. BOX 167 SMIC Paving 410 ADAMS STREET SEWARD, ALASKA 99664 The bids will be opened publicly in the City Council Chambers located at 410 Adams Street, Seward, AK 99664 beginning at 1:30pm on April 18, 2019. The contract shall be let by the Seward City Council to the lowest qualified responsive and responsible bidder. The selection of the qualified bidder will be at the sole discretion of the City of Seward, and the City reserves the right to reject any and all bids or not to award a contract if deemed in the best interest of the City. This solicitation does not commit the City of Seward to pay any costs incurred in the preparation of the bid or to award any contract. All questions relating to technical matters, bid procedures or other aspects of the project should be directed to the following: Kimberly Nielsen, P.E. (Phone: 907-646-9602 or by e-mail: KNielsen@RMConsult.com). All questions must be received no later than midnight on April 15, 2019. SMIC Paving PUBLIC NOTICE - INVITATION TO BID Section 000030 Page 1 25 SECTION 000100 - INFORMATION TO BIDDERS CITY OF SEWARD, ALASKA Information to Bidders SMIC Paving The City of Seward, Alaska, is concerned over the manner in which Bids are submitted. Bidders are requested to study and follow the bid assembly instructions as to the method and form for submitting bids so there will be no reason to reject a bid. 1.00 CONTRACTING OFFICER Norm Regis Harbormaster/Project Manager, City of Seward 1.01 EXAMINATION OF CONTRACT REQUIREMENTS Bidders are expected to examine carefully all documents incorporated in the contract to determine the requirements thereof before preparing bids. Any explanation desired by bidders regarding the meaning or interpretation of any provisions must be requested in writing and with sufficient time allowed for reply to reach them before the submission of their bid. Oral explanations or instructions given before the award of the contract will not be binding. Any interpretation made will be in the form of an addendum to the contract documents and will be furnished to all bidders. A receipt of each addendum received by the bidder must be acknowledged. 1.02 CONDITIONS AT SITE OF WORK Bidders are expected to visit the site to ascertain pertinent local conditions such as the location, accessibility and characteristics of the site, labor conditions, and extent of the existing work within or adjacent thereto, and any other work being performed thereon. 1.03 PREPARATION OF BIDS (a) Bids shall be submitted on the forms furnished or copies thereof, and must be manually completed and signed in ink. If erasures or other changes appear on the forms, each such erasure or change must be initialed by the person signing the bid. (b) The bid schedules will provide for the quotation of a lump sum bid for price or as otherwise specified in the bid schedules. As required on the bid form, bidders must quote on all items. (c) The bidder shall specify all numbers in words and figures, for each required bid item total. All the words and figures shall be in ink or typed. In case of a discrepancy between the prices written in words and those written in figures, the prices written in words shall govern. (d) Telegraphic or facsimile bids or modifications will not be considered. (e) All bids or modifications shall be submitted as one original and two copies. 1.04 IRREGULAR BID PROPOSALS The City will consider a proposal to be irregular and may reject such a proposal as nonresponsive if: (a) the proposal is submitted on a non-approved form (or format, if computer generated), or is altered. SMIC Paving INFORMATION TO BIDDERS Section 000100 Page 1 26 SECTION 000100 - INFORMATION TO BIDDERS (b) The proposal is not properly signed (c) Unauthorized additions, conditional or alternate bids, or other irregularities make the proposal incomplete, indefinite, or ambiguous. (d) The proposal lacks required bid escrow documentation or other required documentation. (e) The proposal fails to furnish properly executed proposal guarantee of the character and amount required. (f) An individual, firm, or corporation under the same or different name submits more than one proposal for the same work. (g) There is evidence of collusion among bidders. Collusion participants are not recognized as bidders for future work until they are re-qualified. (h) The proposal omits a unit and total price for any estimated pay item, except for authorized alternate bid items. (i) The proposal is materially unbalanced. Q) Mathematically unbalanced bids that are "front loaded" in which an advance payment condition would exist. (k) Other mathematically unbalanced bids may also be rejected when determined to be in the best interest of the City. (1) Bidder fails to sign the non-collusive bidding certification. (m) The proposals fails to meet any other material requirement of the invitation for bids. (n) Telegraphic or facsimile bids will not be considered. 1.05 BID SECURITY Bid shall be accompanied by a bid security in the form of an acceptable Bid Bond, or certified check, cashier's check or money order made payable to the City of Seward. The amount of the bid security is 5% of the total amount bid, not to exceed $50,000. (Additive bid items appearing on the bid schedule shall be included as part of the total amount bid when determining the amount of bid guaranty for the project). BID BONDS MUST BE ACCOMPANIED BY A LEGIBLE POWER OF ATTORNEY If the bidder fails to furnish an acceptable bid security with the bid, the bid shall be rejected as non-responsive. Telegraphic notification of execution of a Bid Bond does not meet the requirements of bid security accompanying the bid. No individual surety will be accepted in lieu of Bid Bond, Certified Check, Cashier's Check or Money Order. The bid securities of the two lowest bidders will be held by the City until the contract has been executed, after which such bid securities will be returned. All other bid securities will be returned as soon as practicable. If all bids are rejected, all bid securities will be returned as soon as practicable. 1.06 BIDDER'S QUALIFICATIONS The bidder is to include a statement of facts, in detail, as to its previous experience in performing comparable work, his business and technical organization, as outlined in the Statement of SMIC Paving INFORMATION TO BIDDERS Section 000100 Page 2 27 SECTION 000100 - INFORMATION TO BIDDERS Qualifications, required with the Bid Section. The purpose of this information is to help establish that the bidder and its subcontractors are responsible and qualified to perform the work. 1.07 SUBMISSION OF BIDS All bids including any amendments or withdrawals must be received and time-stamped at the City of Seward prior to Bid Closing at 1:OO1)m on April 18, 2019. Electronic or faxed bids or bid modifications will not be accepted. Bids shall be submitted on the forms furnished and must be in a sealed envelope marked as follows: BID FOR: CITY CLERK City of Seward P.O. BOX 167 SMIC Paving 410 ADAMS STREET SEWARD, ALASKA 99664 Bids, bid modifications, or withdrawals transmitted by mail must be received in the above specified post office box no later than 60 minutes prior to the scheduled time of Bid Closing. Hand-delivered bids, bid modifications or withdrawals must be received by the City Clerk at the above specified physical address prior to Bid Closing. 1.08 ADDENDA REQUIREMENTS The bid documents provide for acknowledgment individually of all addenda to the bidding documents on the signature page of the Bid. All addenda shall be acknowledged on the Bid or by telegram or facsimile prior to the scheduled time of bid opening. If no addenda are received by the bidder, the word "None"should be shown as specified. 1.09 RECEIPT AND OPENING OF BIDS (a) All bids, including any Amendment, must be received by the City prior to the schedule time of the applicable bid opening. Any bid, Amendment, or withdrawal which has not been actually received by the City prior to the time of the scheduled bid opening will not be considered. (b) No responsibility will be attached to any officer or employee of the City for the premature opening of, or failure to open, a bid improperly addressed or identified. (c) The City reserves the right to waive any technicality in bids received when such waiver is in the interest of the City. (d) Selection of the low bidder will be made as described in the Special Conditions, Paragraph 900.12. 1.10 WITHDRAWAL OF BIDS Bids may be withdrawn by written request received from the bidders prior to the time fixed for opening. Negligence on the part of the bidder in preparing the bid confers no right for the withdrawal of bid after it has been opened. 1.11 BIDDERS PRESENT At the time fixed for bid opening, each bid will be opened and be made public. 1.12 REJECTION OF BIDS The City reserves the right to reject any and all bids or not to award a contract when such rejection is in the best interest of the City; to reject the bid of a bidder who has previously failed to perform properly, or complete on time, contracts of similar nature; to reject the bid of a bidder who SMIC Paving INFORMATION TO BIDDERS Section 000100 Page 3 28 SECTION 000100 - INFORMATION TO BIDDERS is not, in the opinion of the Contracting Officer, in a position to perform the contract; and to reject a bid as non-responsive where the bidder fails to furnish the required documents, fails to complete required documents in the manner directed, makes unauthorized alterations to the bid documents or is deemed non-responsive to performance criteria. The City reserves the right to reject any bids from a bidder found to be not responsible pursuant to SCC 6.10.135. 1.13 BIDDERS PREFERENCE (CITY CODE) Seward City Code 6.10.230— Bid Award. The contract shall be let by the City Council to the lowest qualified responsive and responsible bidder; provided, that if the lowest bids are approximately equal, that is within the lesser of $5,000.00 or five percent of each other, preference may be given to local bidders who maintain and operate businesses within the boundaries of the Seward electrical utility service area. Local preference will be applied to the bid process except when specifically excluded within the request for bids. The city council may reject any or all bids and may waive minor irregularities in the bids. 1.14 AWARD OF CONTRACT (a) The City will provide the successful bidder a notice of intent to award a contract within 14 calendar days after the bid opening. However, the award of the contract is contingent upon approval of the Seward City Council, and if such approval is not granted the notice of intent to award becomes null and void. (b) The contract award is also contingent upon receiving all City, Borough, State and Federal permits. (c) Following approval of the City Council, the contract will be awarded to the successful bidder following receipt by the City of all required documents, properly executed within 14 calendar days following confirmation to the Contractor that the Council has approved the award. Failure to enter into a contract within the 14 day period shall be grounds for forfeiture of the bid security and consideration of the second low bid for award. 1.15 PAYMENT AND PERFORMANCE BONDS CONTRACTOR payment and performance bonds for the construction work are required. The successful bidder shall furnish these bonds using the forms either provided or approved by the City and in the amount of 100% of the total contract amount. Payment and Performance Bonds may be either of the following: (a) Corporate Surety. (Bonding Company)or, (b) Individual Surety. Adequacy of individual surety will be determined by the Contracting Officer. Where individual sureties are used, two individual sureties must each provide the City of Seward with security equal to the amount of each bond by use of an escrow account in the name of the City of Seward, Alaska, for the duration of the contract, and for 90 days after final acceptance and settlement of all outstanding claims. Acceptable securities should include, but not necessarily be limited to cash, treasury notes, bearer instruments having a specific value and money market certificates. Any costs incurred by the CONTRACTOR or individual surety shall be borne by the CONTRACTOR. An individual surety may be replaced by a Corporate Surety during the course of the contract period. If the surety desires to dispose of the collateral posted, the City may, at its option, accept substitute collateral. SMIC Paving INFORMATION TO BIDDERS Section 000100 Page 4 29 SECTION 000100 - INFORMATION TO BIDDERS 1.16 REQUIRED INSURANCE The successful bidder must submit a certificate of insurance, showing the types of coverage and limits of each, to the City before award can be made. Insurance coverage must contain worker's compensation (AS 23.30.45) and any other policies specifically listed in the contract general conditions and/or modifications to the general conditions and/or supplementary conditions. The certificate of insurance must contain the stipulation that the City shall be given not less than 30 days written notice in the event of any material change, cancellation or expiration of the insurance coverage listed. 1.17 INTERPRETATION OF CONTRACT DOCUMENTS PRIOR TO BIDDING If any person submitting a bid is in doubt as to the true meaning of any part of the Bid Document, he may submit to the Project Manager a written request for interpretation thereof not later than 7 days before the bids are to be opened: (a) The person submitting the request shall be responsible for its prompt delivery. (b) Interpretation or correction of the Bid Document will be made only by Addendum, and will be mailed or delivered to each bidder of record. (c) The City will not be responsible for any other explanations or interpretations of the Bid Documents. 1.18 REGISTRATION The bidder and its subcontractor(s) must be properly licensed and registered in the State of Alaska to perform the work. A current business license is required from the State of Alaska and City of Seward, along with the Kenai Peninsula Borough Tax Compliance Certification. 1.19 TITLE 36 Provisions of Alaska Title 36, Public Contracts, Laborers' and Mechanics' Minimum Rates of Pay, AS 36.05.010 and AS 36.05.030 are applicable to this contract. Also, the provisions for hiring preferences under AS 36.10.150—36.10.175 apply to this contract. 1.20 LIQUIDATED DAMAGES Provisions for liquidated damages are set forth in the contract. 1.21 WORK PLAN Provisions for submittal of a Work Plan, if required, are set forth in the contract. 1.22 DBE REQUIREMENTS The bidder must comply with all local, State, and Federal laws. 1.23 EQUAL EMPLOYMENT OPPORTUNITY Bidders are required to provide Equal Employment Opportunity (EEO), not discriminating against employees or applicants because of race, religion, color, national origin, age, physical handicap, sex, and marital status, changes in marital status, pregnancy or parenthood. SMIC Paving INFORMATION TO BIDDERS Section 000100 Page 5 30 SECTION 000200 - REQUIRED DOCUMENTS I. DOCUMENTS REQUIRED WITH BID A. In order to be considered a responsive and acceptable bid, the bidder must sign and submit the following documents: 1. Bid Form (one original, two copies) 2. Bid Schedule (one original, two copies) 3. Bid Bond 4. Any bid revision must be mailed or hand-delivered prior to bid opening on the following form: Bid Modification. 5. Statement of Qualifications II. DOCUMENTS REQUIRED FOR AWARD A. In order to be awarded the contract, the successful bid must be completely filled out and the following documents submitted within the time specified in the notice of intent to award letter. 1. Construction Contract 2. Payment Bond 3. Performance Bond 4. Certificate of Insurance 5. Kenai Peninsula Borough Tax Compliance Certification 6. Subcontractor List B. In addition to the above, the CONTRACTOR must have a current Alaska Contractor's license, a current Alaska Business License, and, if a corporation, must be registered in Alaska. The successful bidder must have, or obtain, a current City of Seward Business License SMIC Paving REQUIRED DOCUMENTS Section 000200 Page 1 31 BID FORM City of Seward, Alaska SMIC Paving COMPANY NAME: ADDRESS: In compliance with your Invitation for Bid dated , the Undersigned proposes to furnish and deliver all materials and do all the work and labor required in the construction of the above referenced project, located at or near ,Alaska, according to the plans and specifications and for the amount and prices named herein as indicated on the Bid Schedule consisting of sheets, which is made part of this Bid. The undersigned declares that he has carefully examined the contract requirements and that he has made a personal examination of the site of the work;that he understands that the quantities,were such are specified in the Bid Schedule or on the plans for this project, are approximate only and subject to increase or decrease, and that he is willing to perform increased or decreased quantities of work at unit prices bid under the conditions set forth in the Contract Documents. The Undersigned hereby agrees to execute the said contract as directed or such further time as may be allowed in writing by the Contracting Officer after receiving notification of the acceptance of this bid, and it is hereby mutually understood and agreed that in case the Undersigned does not, the accompanying bid guarantee shall be forfeited to the Owner as liquidated damages, and the said Contracting Officer may proceed to award the contract to others. The Undersigned aggress to commence the work within 7 calendar days, and to complete the work on or before the Final Completion Date listed in the Special Provisions, Time of Completion, unless extended in writing by the Contracting Officer. The Undersigned acknowledges receipt of the following addenda to the Bid Documents (give number and date of each). ADDENDA NUMBER DATE ISSUED ADDENDA NUMBER DATE ISSUED The Undersigned has read the foregoing bid and hereby agrees to the conditions stated therein by affixing his signature below: Bidding Company: Signature: Title: CONTRACTOR'S LICENSE NUMBER: EXPIRES: BUSINESS ADDRESS: TELEPHONE: 32 BID MODIFICATION City of Seward Seward, Alaska SMIC Paving Modification Number: Note: All revisions shall be made to the unadjusted bid amount(s) Changes to the adjusted bid amounts will be computed by the Owner or Owner's Representative. MAIL OR HAND-DELIVER ONLY. NO FAXED OR ELECTRONIC SUBMISSIONS WILL BE ACCEPTED. PAY PAY ITEM DESCRIPTION REVISION REVISION ITEM TO UNIT BID TO BID NO. PRICE +/- AMOUNT +/- TOTAL REVISION: $ Name of Bidding Firm Responsible Party Signature Date This form may be duplicated if additional pages are needed. Page of 33 CITY OF SEWARD, ALASKA BID SCHEDULE SMIC Harbor Improvements - Paving In accordance with the Contract Documents, Work furnished and constructed as described in the contract documents shall be paid by Lump Sum, in accordance with the General Conditions. Item Description Quantity Pay Unit Amount Bid No. US$ El� All 1 Base Bid: SMIC Paving Required Lump Sum $ Item Description Quantity Pa Unit Amount Amount Bid No. US$ All 2 Additive Alternate A: SMIC Paving Required Lump Sum $ BID SUMMARY: TOTAL (BASE BID + ADDITIVE ALTERNATE A) AMOUNT IN FIGURES: $ TOTAL (BASE BID +ADDITIVE ALTERNATE A) AMOUNT IN WORDS: COMPANY NAME: Signature: Date: Title: 34 SECTION 000320 - BID BOND CITY OF SEWARD P.O. BOX 167 SEWARD, ALASKA 99664 BID BOND DATE BOND EXECUTED PRINCIPAL (Legal name and business address) TYPE OF ORGANIZATION [ ] Individual [ ] Partnership [ ] Joint Venture [ ] Corporation SURETY(IES) (Name and business address) PENAL SUM OF BOND DATE OF BID NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected any extension of the time within which the Owner may accept such Bid: and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal Surety (Seal) SMIC Paving BID BOND Section 000320 Page 1 35 SECTION 000360 -STATEMENT OF QUALIFICATIONS BIDDING &CONTRACT REQUIREMENTS This form will be the basis of establishing the qualifications of the Construction Team for undertaking a construction project for the City of Seward. This questionnaire forms a part of the bid and failure to submit is a basis for rejection of the bid. If space for answering questions is insufficient, attachments are permitted. 1. GENERAL a. Legal Name and Address of Bidding Organization: b. Name, title, and telephone number of Bidder's representative for project: C. Organization Status (Check One): Corporation, Partnership, or Individual d. If Organization is a Corporation: Date of Incorporation: State in which Incorporated: Principal Officers: Name: Title: Date Assumed Position 2. FINANCIAL a. Have you ever failed to complete a contract due to insufficient resources? Yes No If yes, explain: SMIC Paving STATEMENT OF QUALIFICATIONS Section 000360 Page 1 36 SECTION 000360 -STATEMENT OF QUALIFICATIONS b. Describe any arrangements you have made to finance this work: 3. EQUIPMENT a. Describe in detail the equipment you have available for this work. ITEM QUAN. MAKE MODEL SIZE/ PRESENT CAPACITY MARKET VALUE b. What percent of the total value of this contract do you intend to subcontract? % C. Do you understand that if you are awarded this contract, you may be required to use some or all of the equipment listed above on the work covered by this contract? C. Do you propose to purchase any equipment for use on this project? Yes No If yes, describe type, quantity, and approximate cost: d. Do you propose to rent any equipment for this work? Yes No If yes, describe type and quantity: e. Is your proposal based on firm offers for all materials necessary for this project? Yes No 4. EXPERIENCE a. Have you had previous construction contracts or subcontracts with the City of Seward? Yes No Describe the most recent or current contract, completion date, and scope of work: SMIC Paving STATEMENT OF QUALIFICATIONS Section 000360 Page 2 37 SECTION 000360 -STATEMENT OF QUALIFICATIONS b. List, as an attachment to this questionnaire, other construction projects you have completed; the dates of completion, scope of work, and total contract amount, for each project completed in the past 12 months. 5. SUBCONTRACTORS/MATERIAL SUPPLIERS List below all Subcontractors and major material suppliers. This listing does not fulfill the requirements of paragraph 6.13.1 of the General Conditions of the Construction Contract, and award of a contract does not constitute approval of the Subcontractors. Name/address Subcontractor/Material Supplier Specialty 1. 2. 3. 4. 5. 1 hereby certify that the above statements are true and complete. Dated at this day of 120 Name of Contractor Signature Title of Person Signing SMIC Paving STATEMENT OF QUALIFICATIONS Section 000360 Page 3 38 SECTION 000500 -CONTRACT CITY OF SEWARD, ALASKA [PROJECT NAME AND NUMBER] CONTRACT ("Contract"), between the City of Seward, Alaska, herein called the City, acting by and through its City Manager, and upon signing; this document shall serve as the notice to proceed, and Company Name Company Address (Street or PO Box, City, State, Zip) a/an ❑ Individual ❑Partnership ❑Joint Venture ❑Sole Proprietorship ❑Corporation incorporated under the laws of the State of , its successors and assigns, herein called the Contractor, is effective the date of the signature of the City Manager on this document. The Contractor, for and in consideration of the payment or payments herein specified and agreed to by the City, hereby covenants and agrees to furnish and deliver all the materials and to do and perform all the work and labor required in the construction of the above-referenced project as bid by the Contractor, which bid and prices named, together with the Contract Documents (as hereinafter defined) are made a part of this Contract and accepted as such. It is distinctly understood and agreed that no claim for additional work or materials, done or furnished by the Contractor and not specifically herein provided for, will be allowed by the City, nor shall the Contractor do any work or furnish any material not covered by this Contract, unless such work or materials is ordered in writing by the City. In no event shall the City be liable for any materials furnished or used, or for any work or labor done, unless the materials, work, or labor are required by the Contract or on written order furnished by the City. Any such work or materials which may be done or furnished by the Contractor without written order first being given shall be at the Contractor's own risk, cost, and expense and the Contractor hereby covenants and agrees to make no claim for compensation for work or materials done or furnished without such written order. Notwithstanding the foregoing, payment under this Contract shall not exceed dollars ($ ) for all base items, additional work, and change orders. The Contractor further covenants and agrees that all materials shall be furnished and delivered and all work and labor shall be done and performed, in every respect, to the satisfaction of the City, on or before: or within calendar days following the date of notice to proceed. It is expressly understood and agreed that in case of the failure on the part of the Contractor, for any reason, except with the written consent of the City, to complete the furnishing and delivery of materials and the doing and performance of the work before the aforesaid date, the City shall have the right to deduct from any money due or which may become due the Contractor, or if no money shall be due, the City shall have the right to recover dollars ($ ) per day for each calendar day elapsing between the time stipulated for the completion and the actual date of completion in accordance with the terms hereof; such deduction to be made, or sum to be recovered, not as a penalty but as liquidated damages. Provided, however, that upon receipt of written notice from the Contractor of the existence of causes over which the Contractor has no control and which must delay furnishing of materials or the completion of the work, the Contracting Officer may, at his or her discretion, extend the period specified for the furnishing of materials or the completion of the work, and in such case the Contractor shall become liable for liquidated damages for delays commencing from the date on which the extended period expires. The bonds given by the Contractor in the sum of$ Payment Bond, and $ SMIC Paving CONTRACT Section 000500 Page 1 39 SECTION 000500 -CONTRACT Performance Bond, to secure the proper compliance with the terms and provisions of this Contract, are submitted herewith and made a part hereof. The Contractor further covenants and agrees that the entire construction will be done under the administration of and to the complete satisfaction of the City subject to the inspection at all times and approval by any regulatory agency of the Local, State, or Federal Government of the United States of America, and in accordance with the laws of the State of Alaska and the City of Seward. For purposes of this Contract, Contracting Officer means or any other person designated by the City Manager. The Contractor is an independent contractor and not an employee or agent of the City. Contract Documents shall have the meaning ascribed by the General Conditions of the Construction Contract, and include but are not limited to this Contract, the General Conditions of the Construction Contract, the Supplementary Conditions, and the following listed documents: (1) ; (2) IN WITNESS WHEREOF the parties hereto have executed this Contract and agree to its terms and conditions. CONTRACTOR Company Name Signature of Authorized Company Representative Typed Name and Title Date CITY OF SEWARD Signature of City Manager Typed Name Date City Clerk (ATTEST) SMIC Paving CONTRACT Section 000500 Page 2 40 SECTION 000610 - PERFORMANCE BOND For: Project Name and Number KNOW ALL WHO SHALL SEE THESE PRESENTS: that of as Principal and of as Surety, are held and firmly bound unto the City of Seward, P.O. Box 167, Seward, Alaska 99664, as Owner, in the penal sum of $ in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successor, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a written construction contract with the Owner, dated the day . 20 , for the construction of the above-named project, said work to be done according to the terms of said contract. NOW, THEREFORE, if the Principal shall well and truly perform and complete all obligations and Work provided for in such contract, and any authorized extension or modification thereof, and reimburse upon demand of the Owner any sums paid which exceed the final payment due upon completion, then this obligation shall be void: otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder or the Specifications accompanying the same shall in any wise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the Work or to the Specifications. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this day of 20_ PRINCIPAL: SURETY By: By: Address: Address: Note: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners must execute Bond. SMIC Paving PERFORMANCE BOND Section 000610 Page 1 41 SECTION 000620 - PAYMENT BOND For: Project Name and Number KNOW ALL WHO SHALL SEE THESE PRESENTS: that of as Principal and of as Surety, are held and firmly bound unto the City of Seward, P.O. Box 167, Seward, Alaska 99664, as Owner, in the penal sum of $ in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successor, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a written construction contract with the Owner, dated the day . 20 , for the construction of the above-referenced project, said work to be done according to the terms of the contract. NOW, THEREFORE, the conditions of the foregoing obligation are such that if the said Principal shall comply with all requirements of law and pay, as they become due, all just claims for the labor performed and the materials and supplies furnished upon for the work under said contract, whether said labor be performed and said materials and supplies be furnished under the original contract, any subcontract, or any and all duly authorized modifications thereto, then these presents shall become null and void; otherwise they shall remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder or the Specifications accompanying the same shall in any wise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this day of 20_ PRINCIPAL: SURETY By: By: Address: Address: Note: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners must execute Bond. SMIC Paving PAYMENT BOND Section 000620 Page 1 42 SECTION 000630 -TAX COMPLIANCE CERTIFICATION Kenai Peninsula Borough Tax Compliance Certification Form SMIC Paving TAX COMPLIANCE CERTIFICATION Section 000630 Page 1 43 144 N. Binkley �' Soldotna, Alaska 99669-7599 may. BUSINESS: (907)714-2197 or (907)714-2175 z FAX: (907)714-2376 - TAX COMPLIANCE CERTIFICATION FILL IN ALL INFORMATION REQUESTED, SIGN AND DATE, AND SUBMIT WITH BID OR PROPOSAL Reason for Certificate: For(Dept.): Date Rec'd by Finance: Business Name: Owner Name(s): a. Individual Business Mailing Address: b. Corporation Telephone: Fax: c. Partnership E-mail: d. Other As a business or individual, have you ever conducted business or owned real or personal property within the Kenai Peninsula Borough? Yes No (If yes, please supply the following account numbers and sign below. If no,please sign below.) Kenai Peninsula Borough Code of Ordinances, Chapter 5.28.140, requires that businesses/individuals contracting to do business with the Kenai Peninsula Borough be in compliance with Borough tax provisions. No contract will be awarded to any individual or business who is found to be in violation of the Borough Code of Ordinances in the several areas of taxation. TAX ACCOUNTS/STATUS REAL/PERSONAL/BUSINESS PROPERTY ACCOUNTS (TO BE COMPLETED BY BOROUGH PERSONNEL) Number Account Name YEAR LAST PAID BALANCE DUE IN COMPLIANCE YES ❑ NO ❑ Kenai Peninsula Borough Finance Dept (Signature Required) Date TAX ACCOUNTS/STATUS SALES TAX ACCOUNTS (TO BE COMPLETED BY BOROUGH PERSONNEL) Number Account Name FILED THRU M/F's BALANCE DUE IN COMPLIANCE YES NO ❑ Kenai Peninsula Borough Sales Tax(Signature Required) Date I, the hereby certify that,to the best of my knowledge, the above (Name of Applicant) (Title) information is correct as of (Date) (Signature of Applicant-Required) '*• CIF ANY BUSINESS IS CONDUCTED OR IS AWARDED A BID WITHIN THE KENAI PENINSULA BOROUGH YOU MUST BE REGISTERED TO COLLECT SALES TAX. THE SALES TAX DEPARTMENT CAN BE REACHED AT (907)714-2175. 44 Revised 1/4/11 SECTION 000640 -CITY BUSINESS LICENSE APPLICATION City of Seward Business License Application Form SMIC Paving CITY BUSINESS LICENSE APPLICATION Section 000640 Page 1 45 CITY BUSINESS LICENSE APPLICATION City of Seward < Payment in the amount of$30(Non-refundable annual fee) City Clerk < Copy of State Business License or No._ P.O.Box 167 < Copy of Borough Sales Tax Registration Card or Registration No. 410 Adams Street < Copy of any required Occupational Licenses or No. Seward,AK 99664 Your city business license will be issued within one week of the date the City Clerk has verified the above and has received proof that all of your tax and other accounts with the City and the Kenai Peninsula Telephone:907-224-4046 Borough are current. Annual renewals are due January 31&Seasonal(May 1-Sept.30)are due May 1st Fax: 907-224-4038 If your business license application is submitted between January 1 and September 30,your license will be issued for the remainder of that calendar year. If your application is submitted between October 1 and December 31,the license will be issued for the remaining period of the year in which you applied and for all of the following calendar year. This does not apply to renewals. Legal Name of Business Entity: Date: Mailing Address for LICENSE&RENEWAL: City: State: Zip: Telephone: Cell: Email Addresses: Please Describe Your Business Activity and how it will be conducted: Physical Business Location in Seward: Category: ❑Retail❑Tour Operator❑Transportation❑Communication Services ❑Professional Services ❑Charter❑Automotive ❑Construction❑Childcare ❑B&B/Nightly❑ Monthly rental/lodging ❑Engineering❑Educational❑Fourth of July Vendor❑Craft Shows/Special Events ❑Other Owner Name(s): Contact Name(s) Please note Zoning Limitations:A business license does not authorize the holder to conduct business in violation of any zoning ordinance.If the applicant ceases to engage in business or change its name,nature or business location,the business license expires. You must provide a physical business location. (A post office box or mail drop is not a physical business location.) FOR OFFICE USE ONLY CO ORATE OFFICERS Notice Sent: Accts.Verified: President Zoning District: Use Allowed? Vice President Note: Secretary: Received(date&initials): As Applicant,I ,certify or declare under penalty of perjury under the laws of the State ofAlaska that the foregoing is true and correct. Signature Printed Name Title Date SUBCONTRACTOR LIST Project Name and Number The apparent low bidder shall complete this form and submit it so as to be received by the Contracting Officer prior to the close of business on the fifth working day after receipt of notice from the Owner. Failure to submit this form with all required information by the due date will result in the bidder being declared nonresponsive and may result in the forfeiture of the Bid Security. Scope of work must be clearly defined. If an item of work is to be performed by more than one firm, indicate the portion or percent of work to be done by each. Check as applicable: [ ] All Work on the above-referenced project will be accomplished without subcontracts greater than 1/2 of 1%of the contract amount. or [ ] Subcontractor List is as follows: LIST FIRST TIER SUBCONTRACTORS ONLY FIRM NAME, AK BUSINESS LICENSE NO., SCOPE OF WORK TO ADDRESS, CONTRACTOR'S BE PERFORMED PHONE NO. REGISTRATION NO. CONTINUE SUBCONTRACTOR INFORMATION ON REVERSE I hereby certify the listed Alaska Business licenses and Contractor's registrations were valid at the time bids were opened for this project. Signature of Authorized Company Representative Title Company Name Company Address(Street or PO Box,City,State,Zip) Date Phone Number Form 25D-5 (10/09) 47 Page 1 of 2 FIRM NAME, AK BUSINESS LICENSE NO., SCOPE OF WORK TO ADDRESS, CONTRACTOR'S BE PERFORMED PHONE NO. REGISTRATION NO. Form 25D-5 (10/09) 48 Page 2 of 2 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF SEWARD, ALASKA ARTICLE I - DEFINITIONS...........................................................................................................................4 ARTICLE 2 -AUTHORITIES & LIMITATIONS .............................................................................................7 2.1 Authorities and Limitations...........................................................................................................7 2.2 Evaluations by Contracting Officer..............................................................................................8 2.3 Means & Methods........................................................................................................................8 2.4 Visits to the Site/Place of Business.............................................................................................8 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE .................................................8 3.1 Incomplete Contract Documents.................................................................................................8 3.2 Copies of Contract Documents....................................................................................................8 3.3 Scope of Work.............................................................................................................................9 3.4 Intent of Contract Documents......................................................................................................9 3.5 Discrepancy in Contract Documents...........................................................................................9 3.6 Clarifications and Interpretations...............................................................................................10 3.7 Reuse of Documents.................................................................................................................10 ARTICLE 4 - LANDS AND PHYSICAL CONDITIONS ...............................................................................10 4.1 Availability of Lands...................................................................................................................10 4.2 Visit to Site.................................................................................................................................10 4.3 Explorations and Reports ..........................................................................................................10 4.4 Utilities .......................................................................................................................................10 4.5 Damaged Utilities.......................................................................................................................11 4.6 Utilities Not Shown or Indicated.................................................................................................11 4.7 Survey Control...........................................................................................................................12 ARTICLE 5- BONDS,. INSURANCE, AND INDEMNIFICATION...............................................................12 5.1 Delivery of Bonds.......................................................................................................................12 5.2 Bonds.........................................................................................................................................12 5.3 Replacement of Bond and Surety..............................................................................................12 5.4 Insurance Requirements............................................................................................................13 5.5 Indemnification...........................................................................................................................14 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES................................................................................15 6.1 Supervision of Work...................................................................................................................15 6.2 Superintendence by CONTRACTOR........................................................................................15 6.3 Character of Workers.................................................................................................................15 6.4 CONTRACTOR to Furnish ........................................................................................................15 6.5 Materials and Equipment...........................................................................................................15 6.6 Anticipated Schedules...............................................................................................................15 6.7 Finalizing Schedules..................................................................................................................16 6.8 Adjusting Schedules..................................................................................................................16 6.9 Substitutes or"Or Equal" Items.................................................................................................16 6.10 Substitute Means and Methods.................................................................................................17 6.11 Evaluation of Substitution..........................................................................................................17 6.12 Dividing the Work.......................................................................................................................17 6.13 Subcontractors...........................................................................................................................17 6.14 Use of Premises ........................................................................................................................18 6.15 Structural Loading......................................................................................................................18 6.16 Record Documents....................................................................................................................18 6.17 Safety and Protection ................................................................................................................19 6.18 Safety Representative ...............................................................................................................19 6.19 Emergencies..............................................................................................................................19 6.20 Shop Drawings and Samples: ...................................................................................................19 6.21 Shop Drawing and Sample Review...........................................................................................20 6.22 Maintenance During Construction .............................................................................................21 6.23 Continuing the Work..................................................................................................................21 6.24 Consent to Assignment..............................................................................................................21 6.25 Use of Explosives......................................................................................................................21 SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 1 49 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 6.26 CONTRACTOR'S Records........................................................................................................21 ARTICLE 7- LAWS AND REGULATIONS.................................................................................................22 7.1 Laws to be Observed.................................................................................................................22 7.2 Permits, Licenses, and Taxes....................................................................................................22 7.3 Patented Devices, Materials and Processes.............................................................................22 7.4 Compliance of Specifications and Drawings .............................................................................22 7.5 Accident Prevention...................................................................................................................23 7.6 Sanitary Provisions....................................................................................................................23 7.7 Business Registration................................................................................................................23 7.8 Professional Registration and Certification................................................................................23 7.9 Local Building Codes.................................................................................................................23 7.10 Air Quality Control......................................................................................................................23 7.11 Archaeological or Paleontological Discoveries..........................................................................23 7.12 Alaska Agricultural Products......................................................................................................23 7.13 Preferential Employment...........................................................................................................24 7.14 Wages and Hours of Labor........................................................................................................24 7.15 Overtime Work Hours and Compensation.................................................................................24 7.16 Covenant Against Contingent Fees...........................................................................................24 7.17 Officials Not To Benefit..............................................................................................................25 7.18 Personal Liability of Public Officials...........................................................................................25 ARTICLE 8- OTHER WORK......................................................................................................................25 8.1 Related Work At Site .................................................................................................................25 8.2 Access, Cutting, and Patching...................................................................................................25 8.3 Defective Work By Others .........................................................................................................26 8.4 Coordination ..............................................................................................................................26 ARTICLE9- CHANGES.............................................................................................................................26 9.1 CITY'S Right To Change...........................................................................................................26 9.2 Authorization of Changes within the General Scope.................................................................26 9.3 Directive.....................................................................................................................................26 9.4 Change Order............................................................................................................................27 9.5 Shop Drawing Variations...........................................................................................................27 9.6 Changes Outside the General Scope; Supplemental Agreement.............................................27 9.7 Unauthorized Work....................................................................................................................27 9.8 Notification of Surety..................................................................................................................27 9.9 Differing Site Conditions............................................................................................................28 ARTICLE 10- CONTRACT PRICE; COMPUTATION AND CHANGE.......................................................28 10.1 Contract Price............................................................................................................................28 10.2 Claim For Price Change ............................................................................................................28 10.3 Change Order Price Determination ...........................................................................................28 10.4 "Cost of the Work\......................................................................................................................29 10.5 Excluded Costs..........................................................................................................................30 10.6 CONTRACTOR's Fee................................................................................................................31 10.7 Cost Breakdown ........................................................................................................................31 10.8 Cash Allowances.......................................................................................................................31 10.9 Unit Price Work..........................................................................................................................31 10.10 Determinations for Unit Prices...............................................................................................32 ARTICLE 11 - CONTRACT TIME; COMPUTATION AND CHANGE.........................................................32 11.1 Commencement of Contract Time.............................................................................................32 11.2 Starting the Work.......................................................................................................................32 11.3 Computation of Contract Time...................................................................................................33 11.4 Time Change.............................................................................................................................33 11.5 Extension Due to Delays ...........................................................................................................33 11.6 Essence of Contract..................................................................................................................33 11.7 Reasonable Completion Time: ..................................................................................................33 11.8 Delay Damages.........................................................................................................................33 ARTICLE 12 -QUALITY ASSURANCE.......................................................................................................34 SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 2 50 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 12.1 Warranty and Guaranty.............................................................................................................34 12.2 Access to Work..........................................................................................................................34 12.3 Tests and Inspections................................................................................................................34 12.4 Uncovering Work.......................................................................................................................35 12.5 CITY May Stop the Work...........................................................................................................35 12.6 Correction or Removal of Defective...........................................................................................35 12.7 One Year Correction Period ......................................................................................................35 12.8 Acceptance of Defective Work ..................................................................................................36 12.9 CITY May Correct Defective Work ............................................................................................36 ARTICLE 13- PAYMENTS TO CONTRACTOR AND COMPLETION.......................................................36 13.1 Schedule of Values....................................................................................................................36 13.2 Preliminary Payments................................................................................................................36 13.3 Application For Progress Payment............................................................................................37 13.4 Review of Application for Progress Payment............................................................................37 13.5 Stored Materials and Equipment...............................................................................................37 13.6 CONTRACTOR's Warranty of Title ...........................................................................................37 13.7 Withholding of Payments:..........................................................................................................37 13.8 Retainage...................................................................................................................................38 13.9 Request for Release of Funds...................................................................................................38 13.10 Substantial Completion..............................................................................................................38 13.11 Access Following Substantial Completion.................................................................................38 13.12 Final Inspection..........................................................................................................................38 13.13 Final Completion and Application for Payment..........................................................................39 13.14 Final Payment............................................................................................................................39 13.15 Final Acceptance.......................................................................................................................39 13.16 CONTRACTOR's Continuing Obligation ...................................................................................39 13.17 Waiver of Claims by CONTRACTOR........................................................................................40 13.18 No Waiver of Legal Rights.........................................................................................................40 ARTICLE 14-SUSPENSION OF WORK, DEFAULT AND TERMINATION.............................................40 14.1 CITY May Suspend Work..........................................................................................................40 14.2 Default of Contract.....................................................................................................................40 14.3 Rights or Remedies...................................................................................................................42 14.4 Convenience Termination..........................................................................................................42 ARTICLE 15-CLAIMS AND DISPUTES....................................................................................................44 15.1 Notification.................................................................................................................................44 15.2 Presenting Claim .......................................................................................................................44 15.3 Claim Validity, Additional Information, and Project Manager's Actions.....................................44 15.4 Contracting Officer's Decision ...................................................................................................44 15.5 Notice of Appeal ........................................................................................................................45 15.6 City Manager's Decision............................................................................................................45 ACKNOWLEDGMENT This document is adapted for City of Seward use from "The State of Alaska, General Conditions of the Construction Contract for Buildings" which is based on the "Standard General Conditions of the Construction Contract" as published by the National Society of Professional Engineers (document number 1910-8, 1983 edition) on behalf of the Engineers Joint Construction Documents Committee. Portions of the NSPE General Conditions are reprinted herein by the express permission of NSPE to the State of Alaska. Modifications to the NSPE text are made to provide for State laws, regulations, and established procedures. The granting of permission by NSPE to allow the State of Alaska to reprint portions of the NSPE document 1910-8, 1983 edition does not constitute approval of the State of Alaska General Conditions of the Construction Contract for Buildings. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 3 51 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT ARTICLE I - DEFINITIONS Wherever used in the Contract Documents the following terms, or pronouns in place of them, are used, the intent or meaning, unless a different intent or meaning is clearly indicated, shall be interpreted as set forth below. The titles and headings of the Sections, Subsections and Articles herein are intended for convenience of reference and shall not be considered as having bearing on their interpretation. Whenever used in the Specifications or other Contract Documents the following terms have the meaning indicated which are applicable to both the singular and plural thereof. Working titles which have a masculine gender, are intended to refer to person of either sex. Terms not defined below shall have their ordinary accepted meanings within the context which they are used. "Webster's Third New International Dictionary of the English Language, Unabridged, Copyright 1961," or subsequent revision thereof shall provide ordinarily accepted meanings. Words which have a well-known technical or trade meaning when used to describe work, materials or equipment shall be interpreted in accordance with such meaning. Words defined in Article 1 are capitalized throughout these General Conditions. Addenda - All clarifications, corrections, or changes issued graphically or in writing by the CITY after the advertisement but prior to the opening of proposals. Advertisement - The public announcement, as required by law, inviting bids for work to be performed or materials to be furnished. Application for Payment - The form provided by the CITY which is to be used by the CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. Approved or Approval - Means written approval by the Contracting Officer or his authorized representative as defined in Article 2.1. A.S. - Initials which stand for Alaska Statute. Award -The acceptance, by the City, of the successful bid. Bid Bond -A type of Proposal Guaranty. Bidder - Any individual, firm, corporation or any acceptable combination thereof, or joint venture submitting a bid for the advertised Work. Calendar Day- Every day shown on the calendar, beginning and ending at midnight. Change Order - A written order by the CITY directing changes to the Contract Documents, within their general scope. CITY-The City of Seward. References to "Owner," and "Contracting Agency," mean the CITY. Conditions of the Contract - Those portions of the Contract Documents which define the rights and responsibilities of the contracting parties and of others involved in the Work. The Conditions of the Contract include General Conditions, Supplementary Conditions and other conditions. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 4 52 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Consultant - The person, firm, or corporation retained directly by the CITY or its Project Manager to prepare Contract Documents, perform construction administration services, or other Project related services. Contract - The written agreement between the CITY and the CONTRACTOR setting forth the obligations of the parties and covering the Work to be performed, all as required by the Contractor Documents. Contract Documents - The Contract form, Addenda, the bidding requirements and CONTRACTOR'S bid (including all appropriate bid tender forms), the bonds, the Conditions of the Contract and all other Contract requirements, the Specifications, and the Drawings furnished by the CITY to the CONTRACTOR, together with all Change Orders and documents approved by the Contracting Officer for inclusion, modifications and supplements issued on or after the Effective Date of the Contract Contracting Officer - The person authorized by the City of Seward to enter into and administer the Contract on behalf of the CITY. He has authority to make findings, determinations and decisions with respect to the Contract and, when necessary, to modify or terminate the Contract. The Contracting Officer is identified on the construction Contract. Contractor - The individual, firm, corporation or any acceptable combination thereof, contracting with the CITY or performance of the WORK. Contract Price - The total moneys payable by the CITY to the CONTRACTOR under the terms of the Contract Documents. Contract Time - The number of Calendar Days or the day specified in the construction Contract and authorized time extensions which identify how much time the CONTRACTOR is allowed to achieve Final Completion. Defective - An adjective which refers to WORK that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, tests or approval referred to in the Contract Documents, or has been damaged prior to the CITY's approval of final payment. Directive - A written communication to the CONTRACTOR from the Contracting Officer interpreting or enforcing a Contract requirement or ordering commencement of an item of work. Drawings - The drawings which show the character and scope of the Work to be performed and which have furnished the CITY or the DEPARTMENT's Consultant and are by reference made a part of the Contract Documents. Effective Date of the Contract-The date on which the Contract is fully executed by both CONTRACTORS and the CITY. Final Acceptance — The CITY's written acceptance of the Work following Final Completion and the performance of all Contract requirements by the Contractor. Final Completion - The Work (or specified part thereof) has progressed to the point that all work is complete as determined by the Contracting Officer. General Requirements - Sections of Division 1 of the Specifications which contain administrative and procedural requirements as well as requirements for temporary facilities which apply to Specification Divisions 2 through 16. Holidays- In the City of Seward, Holidays occur on: 1. New Years Day-January 1 2. President's Day-Third Monday in February SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 5 53 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 3. Seward's Day- Last Monday in March 4. Memorial Day- Last Monday in May 5. Independence Day-July 4 6. Labor Day- First Monday in September 7. Alaska Day- October 18 8. Veteran's Day- November 11 9. Thanksgiving Day- Fourth Thursday in November 10. Friday Following Thanksgiving Day- Fourth Friday in November 11. Christmas Eve - December 24 Half Day 12. Christmas Day- December 25 13. Every day designated by public proclamation by the Seward City Council. If any Holiday listed above falls on a Saturday, Saturday and the preceding Friday are both legal Holidays. If the Holiday should fall on a Sunday, Sunday and the following Monday are both legal Holidays. Install - Means to build into the Work, ready to be used in complete and operable condition and in compliance with Contract Documents. Invitation for Bids-A portion of the bidding documents soliciting bids for the Work to be performed. Notice of Intent to Award - The written notice by the CITY to all Bidders identifying the apparent successful Bidder and establishing the CITY's intent to execute the Contract when all conditions required for execution of the Contract are met. Notice to Proceed -A written notice to the CONTRACTOR to begin the Work and establishing the date on which the Contract Time begins. Payment Bond - The security furnished by the CONTRACTOR and his Surety to guarantee payment of the debts covered by the bond. Performance Bond - The security furnished by the CONTRACTOR and his Surety to guarantee performance and completion of the Work in accordance with the Contract. Protect- The total construction, of which the Work performed under the Contract Documents is the whole or a part, where such total construction may be performed by more than one CONTRACTOR. Project Manager - The authorized representative of the Contracting Officer who is responsible for administration of the Contract. Proposal -The offer of a Bidder, on the prescribed form to perform the Work at the prices quoted. Proposal Guaranty - The security furnished with a Proposal to guarantee that the bidder will enter into a Contract if his Proposal is accepted by the CITY. Regulatory Requirements- Laws, rules, regulations, ordinances, codes and/or orders. Schedule of Values - The CITY's document, submitted by the CONTRACTOR and reviewed by the Contracting Officer, which shall serve as the basis for computing payment and for establishing the value of separate items of Work of which comprise the Contract Price. Shop Drawings - All drawings, diagrams, illustrations, schedules and other data which are specially prepared by or for the CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance chart, instructions, diagrams and other information prepared by a Supplier and submitted by the CONTRACTOR to illustrate material, equipment, fabrication, or erection for some portion of the WORK. Specifications - Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative and procedural details applicable thereto. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 6 54 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Subcontractor - An individual, firm, or corporation to whom the CONTRACTOR or any other Subcontractor sublets part of the Contract. Substantial Completion - Although not fully completed, the Work (or a specified part thereof) has progressed to the point where, in the opinion of CITY as evidenced by the CITY's written notice, it is sufficiently complete, in accordance with the Contract Documents, so that the Work(or specified part) can be utilized for the purposes for which it is intended. The terms "Substantially Complete" and "Substantially Completed" as applied to any work refer to Substantial Completion thereof. Supplemental Agreement-A written agreement between the CONTRACTOR and the CITY covering work that is not within the general scope of the Contract. Supplementary Conditions - The part of the Contract Documents which amends or supplements these General Conditions. Supplier-A manufacturer, fabricator, distributor, materialman or vendor of materials or equipment. Surety - The corporation, partnership, or individual, other than the CONTRACTOR, executing a bond furnished by the CONTRACTOR. Unit Price Work-Work to be paid for on the basis of unit prices. Using Agency-The entity who will occupy or use the completed Work. Work - Work is the act of, and the result of, performing services, furnishing labor, furnishing and incorporating materials and equipment into the Project and performing other duties and obligations, all as required by the Contract Documents. Such Work, however, incremental, will culminate in the entire completed Project, or the various separately identifiable parts thereof. ARTICLE 2 -AUTHORITIES & LIMITATIONS. 2.1 Authorities and Limitations: 2.1.1 The Contracting Officer alone shall have the power to bind the CITY and to exercise the rights, responsibilities, authorities and functions vested in the Contracting Officer by the Contract Documents, except that the Contracting Officer shall have the right to designate in writing authorized representatives to act for him. Wherever any provision of the Contract Documents specifies an individual or organization, whether governmental or private, to perform any act on behalf of or in the interests of the CITY that individual or organization shall be deemed to be the Contracting Officer's authorized representative under this Contract but only to the extent so specified. The Contracting Officer may, at any time during the performance of this Contract, vest in any such authorized representatives additional power and authority to act for the Contracting Officer or designate additional representatives, specifying the extent of their authority to act for the Contracting Officer; a copy of each document vesting additional authority in or removing that authority from an authorized representative or designating an additional authorized representative shall be furnished to the CONTRACTOR. The City Manager reserves the right to appoint a new Contracting Officer without affecting any of the CONTRACTOR's obligations to the CITY under this Contract. 2.1.2. The Contractor shall perform the Work in accordance with any written order (including-but not limited to instruction, direction, interpretation or determination issued by an authorized representative in accordance with the authorized representative's authority to act for the Contracting Officer. The CONTRACTOR assumes all the risk and consequences of performing the Work in accordance with any order including but not limited to instruction, direction, interpretation or determination) of anyone not authorized to issue such order, and of any order not in writing. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 7 55 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 2.1.3 Should the Contracting Officer or his authorized representative designate Consultant(s) to act for the CITY as provided for in Paragraph 2.1.1, the performance or nonperformance of the Consultant under such authority to act, shall not give rise to any contractual obligation or duty of the Consultant to the CONTRACTOR, any Subcontractor, any Supplier, or any other organization performing any of the Work or any Surety representing them. 2.1.4 The term "Contracting Officer" when used in the text of these General Conditions or other Contract Documents following this section shall also mean any duly authorized representative of the Contracting Officer when authorized in accordance with Paragraph 2.1.1. 2.2 Evaluations by Contracting Officer: 2.2.1 The Contracting Officer will decide all questions which may arise as to; a. Quality and acceptability of materials furnished; b. Quality and acceptability of Work performed; C. Compliance with the schedule-of progress; d. Interpretation of Contract Documents; e. Acceptable fulfillment of the Contract on the part of the CONTRACTOR. 2.2.2 In order to avoid cumbersome terms and confusing repetition of expressions in the Contract Documents the terms "as required," "as approved" or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable," "proper" or "satisfactory" or adjectives of like effect or import are used it shall be understood as if the expression were followed by the words "the Contracting Officer." When such terms are used to describe a requirement, direction, review or judgment of the Contracting Officer as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). 2.2.3 The use of any such term or adjective shall not be effective to assign to the CITY any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraphs 2.3 or 2.4. 2.3 Means & Methods: The means, methods, techniques, sequences or procedures of construction, or safety precautions and the program incident thereto, and the failure to perform or furnish the Work in accordance with the Contract Documents are the sole responsibility of the CONTRACTOR. 2.4 Visits to the Site/Place of Business: The Contracting Officer will make visits to the site and approved remote storage sites at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Such observations or the lack of such observations shall in no way relieve the CONTRACTOR from his duty to perform the Work it accordance with the Contract Documents. ARTICLE 3-CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.1 Incomplete Contract Documents: The submission of a bid by the Bidder is considered a representation that the Bidder examined the Contract Documents to make certain that all sheets and pages were provided and that the Bidder is satisfied as to the conditions to be encountered in performing the Work. The CITY expressly denies any responsibility or liability for a bid submitted on the basis of an incomplete set of Contract Documents. 3.2 Copies of Contract Documents: SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 8 56 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT The CITY shall furnish to the CONTRACTOR up to ten copies of the Contract Documents. Additional copies will be furnished, upon request, at the cost of reproduction. 3.3 Scope of Work: The Contract Documents comprise the entire Contract between the CITY and the CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the Regulatory Requirements of the place of the Project. It is specifically agreed between the parties executing this Contract that it is not intended by any of the provisions of the Contract to create in the public or any member thereof a third party benefit, or to authorize anyone not a party to this Contract to maintain a suit pursuant to the terms or provisions of the Contract. 3.4 Intent of Contract Documents: 3.4.1 It is the intent of the Contract Documents to describe a functionally complete Project to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied, without any adjustment in Contract Price or Contract Time, whether or not specifically called for. 3.4.2 Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the Regulatory Requirements of any governmental authority, whether such reference be specific or by implication, shall mean the edition stated in the Contract Documents or if not stated the latest standard specification, manual, code or Regulatory Requirements in effect at the time of Advertisement for the Project (or, on the Effective Date of the Contract if there was no Advertisement). However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of the CITY and the CONTRACTOR, or any of their consultants, agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to the CITY or any of the CITY's Consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraphs 2.3 or 2.4. 3.5 Discrepancy in Contract Documents: 3.5.1. Before undertaking the Work, the CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures, and dimensions she an thereon and all applicable field measurements. Work in the area by the CONTRACTOR shall imply verification of figures, dimensions and field measurements. If, during the above study or during the performance of the Work, the Contractor finds a conflict, error, discrepancy or omission in the Contract Documents and any standard specification, manual, code, or Regulator Requirement which affects the Work, the 3.5.1 CONTRACTOR shall promptly report such discrepancy in writing to the Contracting Officer. The CONTRACTOR shall obtain a written interpretation or clarification from the Contracting Officer before proceeding with any Work affected thereby. Any adjustment made by the CONTRACTOR without this determination shall be at his own risk and expense. However, the CONTRACTOR shall not be liable to the CITY for failure to report any conflict, error or discrepancy in the Contract Documents unless the CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. 3.5.2 Discrepancy- Order of Precedence: When conflicts, errors, or discrepancies within the Contract Documents exist, the order precedence from most governing to least governing will be as follows: SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 9 57 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Contents of Addenda Supplementary Conditions General Conditions General Requirements Technical Specifications Structure/Staking Data Sheets Drawings (recorded dimensions will govern over scaled dimensions, large scale details over small scale, schedules over plans, architectural drawings over structural drawings over mechanical and electrical drawings) 3.6 Clarifications and Interpretations: The Contracting Officer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents as the Contracting Officer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. 3.7 Reuse of Documents: Neither the CONTRACTOR nor any Subcontractor, or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with the CITY shall have or acquire any title to or ownership rights in any of the Contract Documents on extensions of the Project or any other project without written consent of the Contracting Officer. Contract Documents prepared by the CONTRACTOR in connection with the Work shall become the property of the CITY. ARTICLE 4 - LANDS AND PHYSICAL CONDITIONS 4.1 Availability of Lands: The CITY shall furnish as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for use of the CONTRACTOR in connection with the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the CITY, unless otherwise provided in the Contract Documents. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2 Visit to Site: The submission of a bid by the CONTRACTOR is considered a representation that the CONTRACTOR has visited and carefully examined the site and is satisfied as to the conditions to be encountered in performing the Work and as to the requirements of the Contract Documents. 4.3 Explorations and Reports: Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurface conditions at the site that have been utilized by the CITY in preparation of the Contract Documents. The CONTRACTOR may for his purposes rely upon the accuracy of the factual data contained in such reports, but not upon interpretations or opinions drawn from such factual data contained therein or for the completeness or sufficiency thereof. Except as indicated in the immediately preceding sentence and in paragraphs 4.4 and 9.9, CONTRACTOR shall have full responsibility with respect to surface and subsurface conditions at the site. 4.4 Utilities: SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 10 58 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 4.4.1 The horizontal and vertical locations of known underground utilities as shown or indicated by the Contract Documents are approximate and are based on information and data furnished to the CITY by the owners of such underground utilities. 4.4.2 The CONTRACTOR shall have full responsibility for: a. Reviewing and checking all information and data concerning utilities. b. Locating all underground utilities shown or indicated in the Contract Documents which are affected by the Work. C. Coordination of the Work with the owners of all utilities during construction. d. Safety and protection of all utilities as provided in paragraph 6.17. e. Repair of any damage to utilities resulting from the Work in accordance with 4.4.4 and 4.5. 4.4.3 If Work is to be performed by any utility owner, the CONTRACTOR shall cooperate with such owners to facilitate the Work. 4.4.4 In the event of interruption to any utility service as a result of accidental breakage or as result of being exposed or unsupported, the CONTRACTOR shall promptly notify the utility owner and the Contracting Officer. If service is interrupted, repair work shall be continuous until the service is restored. No Work shall be undertaken around fire hydrants until provisions for continued service has been approved by the local fire authority. 4.5 Damaged Utilities: When utilities are damaged by the CONTRACTOR, the utility owner shall have the choice of repairing the utility or having the CONTRACTOR repair the utility. In the following circumstances, the CONTRACTOR shall reimburse the utility owner for repair costs or provide at no cost to the utility owner or the CITY, all materials, equipment and labor necessary to complete repair of the damage: a. When the utility is shown or indicated in the Contract Documents. b. When the utility has been located by the utility owner. C. When no locate was requested by the Contractor for utilities shown or indicated in the Contract Documents. d. All visible utilities. e. When the CONTRACTOR could have, otherwise, reasonably been expected to be aware of such utility. 4.6 Utilities Not Shown or Indicated: If, while directly performing the Work, an underground utility is uncovered or revealed at the site which was not shown or indicated in the Contract Documents and which the CONTRACTOR could not reasonably have been expected to be aware of, the CONTRACTOR shall, promptly after becoming aware thereof and before performing any Work affected thereby (except in an emergency as permitted by paragraph 6.19) identify the owner of such underground utility and give written notice thereof to that owner and to the Contracting Officer. The Contracting Officer will promptly review the underground utility to determine the extent to which the Contract Documents and the Work should be modified to reflect the impacts of the discovered utility. The Contract Documents will be amended or supplemented in accordance with paragraph 9.2 and to the extent necessary through the issuance of a change document by the Contracting Officer. During such time, the CONTRACTOR shall be responsible for the safety and protection of such underground utility as provided in paragraph 6.17. The CONTRACTOR may be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are directly attributable to the existence of any underground utility that was not shown or indicated in SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 11 59 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT the Contract Documents and which they CONTRACTOR could not reasonably have been expected to be aware of. 4.7 Survey Control: The CITY will identify sufficient horizontal and vertical control data to enable the CONTRACTOR to survey and layout the Work. All survey work shall be performed under the direct supervision of a registered land surveyor when required by paragraph 7.8. Copies of all survey notes will be provided the CITY on a weekly basis with variations between the Contract Documents and actual field conditions identified. Survey notes are to be in a format acceptable to the CITY. ARTICLE 5- BONDS, INSURANCE, AND INDEMNIFICATION 5.1 Delivery of Bonds: When the CONTRACTOR delivers the executed Contract to the Contracting Officer, the CONTRACTOR shall also deliver to the Contracting Officer such bonds as the CONTRACTOR may be required to furnish in accordance with paragraph 5.2. 5.2 Bonds: The CONTRACTOR shall furnish Performance and Payment Bonds, each in an amount as shown on the Contract as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These bonds shall remain in effect for one year after the date of Final Acceptance and until all obligations under this Contract, except special guarantees as per 12.7, have been met. All bonds shall furnished on forms provided by the CITY (or copies thereof) and shall be executed by such Sureties as are authorized to do business in the State of Alaska. The Contracting Officer may at his option copy the Surety with notice of any potential default or liability. At the option of the CONTRACTOR, bonds may be provided by individual Surety the adequacy of which shall be determined by the Contracting Officer. Any costs incurred by the CONTRACTOR or individual Surety shall be borne by the CONTRACTOR. Where individual Sureties are used, two individual Sureties must each provide the City of Seward with security equal to the amount of each bond by one, or a combination of, the following methods: a. Escrow account in the name of the CITY for the duration of the Contract. Acceptable securities would include, but not necessarily be limited to: cash; treasury notes; bearer instruments having a specific value, or; money market certificates. b. First"Deed of Trust"with the CITY designated as beneficiary, against the unencumbered value of the real property located within the State of Alaska, or an agreement by any second party, including deeds of trust, mortgage, lien or judgment interests to subrogate their interest to that of the City of Seward in the real property which has been offered by the individual Surety. A title insurance policy with the City of Seward as a named beneficiary and a current (within 3 months)professional appraisal or assessed valuation will be required to ascertain the true value of the property offered as collateral. If buildings or other valued improvements are involved then fire and casualty insurance with the City of Seward as a named insured and in limits and coverages acceptable to the Contracting Officers shall be required. The appraiser shall acknowledge in writing that the appraisal is prepared for the benefit of the CITY and the CITY has the right to rely on its contents. This "Deed" must be recorded in the recording office where the property is located. With respect to clauses "a" and "b" above the "Deed of Trust" or other accepted security shall not be released until 12 months after Final Acceptance of the Project and settlement of all outstanding claims. 5.3 Replacement of Bond and Surety: SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 12 60 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT If the Surety on any bond furnished in connection with this Contract is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.2, or otherwise becomes unacceptable to the CITY, or if any such. Surety fails to furnish reports as to his financial condition as requested by the CITY, the CONTRACTOR shall within five days thereafter substitute another bond and Surety, both of which must be acceptable to CITY. An individual Surety may be replaced by a corporate Surety during the course of the Contract period. If the Surety desires to dispose of the collateral posted, the CITY may at its option, accept: substitute collateral. 5.4 Insurance Requirements: 5.4.1 The CONTRACTOR shall provide evidence of insurance with a carrier or carriers satisfactory to the CITY covering injury to persons and/or property suffered by the City of Seward or a third party, as a result of operations which arise both out of and during the course of this Contract by the CONTRACTOR or by any Subcontractor. This coverage will also provide protection against injuries to all employees of the CONTRACTOR and the employees of any Subcontractor engaged in Work under this Contract. The delivery to the CITY of a written 30 day notice is required before cancellation of any coverage or reduction in any limits of liability. Insurance carriers shall have an acceptable financial rating. 5.4.2 The CONTRACTOR shall maintain in force at all times during the performance of services under this agreement the following policies of insurance. Failure to maintain insurance may, at the option of the Contracting Officer, be deemed Defective Work and remedied in accordance with the Contract. Where specific limits and coverages are shown, it is understood that they shall be the minimum acceptable. The requirements of this paragraph shall not limit the CONTRACTOR'S responsibility to indemnify under paragraph 5.5. Additional insurance requirements specific to this Contract are contained in the Supplementary Conditions, when applicable. a. Workers' Compensation Insurance: The CONTRACTOR shall provide and maintain, for all employees of the CONTRACTOR engaged in Work under this Contract, Workers' Compensation Insurance as required AS 23.30.045. The policies shall contain a "Waiver of Subrogation Clause" precluding the carrier or carriers from compensation from the CITY. The CONTRACTOR shall be responsible for Workers' Compensation Insurance for any Subcontractor who provides services under this Contract, to include: 1. Employer's Liability Protection in the amount of $100,000 per personal $1,000,000 per occurrence; 2. Voluntary Compensation Endorsement. 3. If the CONTRACTOR directly utilizes labor outside of the State of Alaska in the prosecution of the Work, "Other States" endorsement shall be required as a Condition of the Contract. b. Comprehensive or Commercial General Liability Insurance: shall cover all operations by or on behalf of the CONTRACTOR and provide insurance for bodily injury and property damage liability including coverage for: premises and operations; products and completed operations; contractual liability insuring obligations assumed under paragraph 5.5, Indemnification; broad form property damage; and personal injury liability. The minimum limits of liability shall be: SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 13 61 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 1. The CONTRACTOR shall carry Comprehensive General Liability policy, the limits of liability shall not be less than a Combined Single Limit for bodily injury, property damage and Personal Injury Liability of: $2,000,000 each occurrence $10,000,000 aggregate 2. The CONTRACTOR shall carry Commercial General Liability policy, the limits of liability shall not be less than: $1,000,000 each occurrence (Combined Single Limit for bodily injury and property damage) $2,000,000 for Personal Injury Liability $10,000,000 aggregate for Products-Completed Operations $10,000,000 general aggregate C. Automobile Liability Insurance: Such insurance shall cover all owned, hired and non-owned vehicles and provide coverage not less than that of the Business Automobile Policy in limits not less than the following: $1,000,000 each occurrence (Combined Single Limit for bodily injury and property damage.) d. Builder's Risk Insurance: Coverage shall be on an "All Risk" completed value basis including "quake and flood" and protect the interests of the CITY, the CONTRACTOR and his Subcontractors. Coverage shall include all materials, supplies and equipment that are intended for specific installation in the Project while such materials, supplies and equipment are located at the Project site and in transit from port of arrival to job site and while temporarily located away from the Project site. In addition to providing the above coverages the CONTRACTOR shall ensure that Subcontractors provide insurance coverages as noted in clauses a., b., and c. of this subparagraph. Builder's Risk Insurance will only be applicable if so noted in the Supplementary Conditions. e. Other Coverages: As specified in the Modifications to General Conditions: The City of Seward shall be named as an "Additional Insured" under all liability coverages listed above, and CONTRACTOR shall show proof of insurance. 5.4.3 Evidence, consisting of a certificate of insurance or the policy declaration page with required endorsements attached thereto -- all of which have been executed by the insurer's representative and issued to the CITY, shall denote the type, amount, class of operations covered, effective (and retroactive) dates, and dates of expiration of policies. Evidence pertaining to Worker's Compensation, General Liability, or Automobile Liability is required for Award. All other coverages shall be evidenced prior to commencement of Work. Acceptance by the CITY of deficient evidence does not constitute a waiver of Contract requirements as provided for by the Conditions of the Contract. If a certificate is submitted as evidence it shall contain the following statement: "This is to certify that the policies described here to comply with all aspects of the insurance requirements of(Contract Name and Number, and Project Number). 5.5 Indemnification: SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 14 62 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT The CONTRACTOR shall indemnify, save harmless, and defend the CITY and its agents and its employees from any and all claims or actions for injuries or damages sustained by any person or property arising directly or indirectly from the construction or the CONTRACTOR's performance of this Contract; however, this provision has no effect if, but only if, the sole proximate cause of the injury or damage is the CITY's gross negligence. ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES 6.1 Supervision of Work: The CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and apply such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. All Work under this Contract shall be performed in a skillful and workmanlike manner. The CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. 6.2 Superintendence by CONTRACTOR: The CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent. The Contracting Officer shall be advised in writing of the superintendent's name, local address, and telephone number. This written advice is to be kept current until Final Acceptance by the CITY. The superintendent will be the CONTRACTOR'S representative at the site and shall have full authority to act and sign documents on behalf of the CONTRACTOR. All communications given to the superintendent shall be as binding as if given to the CONTRACTOR. The CONTRACTOR shall cooperate with the Contracting Officer in every way possible. 6.3 Character of Workers: The CONTRACTOR shall provide a sufficient number of competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. The CONTRACTOR shall at all times maintain good discipline and order at the site. The Contracting Officer may, in writing, require the CONTRACTOR to remove from the Work any employee the Contracting Officer deems incompetent, careless, or otherwise detrimental to the progress of the Work, but the Contracting Officer shall have no duty to exercise this right. 6.4 CONTRACTOR to Furnish: Unless otherwise specified in the General Requirements, the CONTRACTOR shall furnish and assume full responsibility for all materials, equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. 6.5 Materials and Equipment: All materials and equipment shall be of specified quality and new, except as otherwise provided in the Contract Documents. If required by the Contracting Officer, the CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents: but no provision of any such instructions will be effective to assign to the CITY or any of the CITY's Consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraphs 2.3 or 2.4. 6.6 Anticipated Schedules: SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 15 63 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 6.6.1 Within 10 days following the effective date of the contract the CONTRACTOR shall submit to the Contracting Officer for review an anticipated progress schedule indicating the starting and completion dates of the various stages of the Work. 6.6.2 Within fifteen days after the date of the Notice to Proceed, the Contractor shall submit to the Contracting Officer for review: Anticipated schedule of Shop Drawing submissions; and Anticipated Schedule of Values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by the CONTRACTOR at the time of submission. 6.7 Finalizing Schedules: Prior to processing the first Application for Payment the Contracting Officer and the CONTRACTOR will finalize schedules required by paragraph 6.6. The finalized progress schedule will be acceptable to the CITY as providing information related to the orderly progression of the Work to completion within the Contract Time; but such acceptance will neither impose on the CITY nor relieve the CONTRACTOR from full responsibility for the progress or scheduling of the Work. If accepted, the finalized schedule of Shop Drawing and other required submissions will be acceptable to the CITY as providing a workable arrangement for processing the submissions. If accepted the finalized Schedule of Values will be acceptable to the CITY as an approximation of anticipated value of Work accomplished over the anticipated Contract Time. Receipt and acceptance of a schedule submitted by the CONTRACTOR shall not be construed to assign responsibility for performance or contingencies to the CITY or relieve the CONTRACTOR of his responsibility to adjust his forces, equipment, and work schedules as may be necessary to insure completion of the Work within prescribed Contract Time. Should the prosecution of the Work be discontinued for any reason, the CONTRACTOR shall notify the Contracting Officer at least 24 hours in advance of resuming operations. 6.8 Adjusting Schedules: Upon substantial change to the schedule or upon request the CONTRACTOR shall submit to the Contracting Officer for acceptance (to the extent indicated in paragraph 6.7 and the General Requirements) adjustments in the schedules to reflect the actual present and anticipated progress of the Work. 6.9 Substitutes or"Or Equal' Items: 6.9.1 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a propriety item or the name of a particular Supplier the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be accepted by the Contracting Officer only if sufficient information is submitted by the CONTRACTOR which clearly demonstrates to the Contracting Officer that the material or equipment proposed is equivalent or equal in all aspects to that named. The procedure for review by the Contracting Officer will include the following as supplemented in the General Requirements. 6.9.2 Requests for review of substitute items of material and equipment will not be accepted by the Contracting" Officer from anyone other than the CONTRACTOR. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 16 64 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 6:9.3 If the CONTRACTOR wishes to furnish or use a substitute item of material or equipment, the CONTRACTOR. shall make written application to the Contracting Officer for acceptance thereof certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as the specified. The application will state that the evaluation and acceptance of the proposed substitute will not delay the CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with the CITY or Work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. 6.9.4 All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the CITY in evaluating the proposed substitute. The CITY may require the CONTRACTOR to furnish at the CONTRACTOR'S expense additional data about the proposed substitute. The Contracting Officer may reject any substitution request which the Contracting Officer may reject any substitution request which the Contracting Officer determines is not in the best interest of the CITY. 6.10 Substitute Means and Methods: If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, the CONTRACTOR may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Contracting Officer, if the CONTRACTOR submits sufficient information to allow the Contracting Officer to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by the Contracting Officer will be similar to that provided in paragraph 6.9 as applied by the Contracting Officer and as may be supplemented in the General Requirements. 6.11 Evaluation of Substitution: The Contracting Officer will be allowed a reasonable time within which to evaluate each proposed substitute. The Contracting Officer will be the sole judge of acceptability, and no substitute will be ordered, installed or utilized without the Contracting Officer's prior written acceptance which will be evidenced by either a Change Order or a Shop Drawing approval in accordance with Sections 6.20 and 6.21. The Contracting Officer may require the CONTRACTOR to furnish at the CONTRACTOR'S expense a special performance guarantee or other Surety with respect to any substitute. 6.12 Dividing the Work: The divisions and section of the Specifications and the identifications of any Drawings shall not control the CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.13 Subcontractors: The CONTRACTOR may utilize the service of licensed specialty Subcontractors on those parts of the Work which, under normal contracting practices, are performed by licensed specialty Subcontractors, in accordance with the following conditions: 6.13.1 The CONTRACTOR shall not award any Work to any Subcontractor without prior written approval of the Contracting Officer. This approval will not be given until the CONTRACTOR submits to the Contracting Officer a written statement concerning the proposed award to the Subcontractor which shall contain required Equal Employment Opportunity documents, evidence of insurance whose limits are SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 17 65 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT acceptable to the CONTRACTOR, and an executed copy of the subcontract. All subcontracts submitted for approval must contain provisions for payment for Work done by the Subcontractor within 7 days of receipt of payment by the CONTRACTOR. No acceptance by the Contracting Officer of any such Subcontractor shall constitute a waiver of any right of the CITY to reject Defective Work. 6.13.2 All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate written agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of the CITY and contains waiver provisions as required by paragraph 13.17 and termination provisions as required by Article 14. 6.13.4 Nothing in the Contract Documents shall create any contractual relationship between the CITY and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of the CITY to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Regulatory Requirements. The CITY will not undertake to settle any differences between or among the CONTRACTOR, Subcontractors, or Suppliers. 6.13.5 The CONTRACTOR and Subcontractors shall coordinate their work and cooperate with other trades so to facilitate general progress of Work. Each trade shall afford other trades every reasonable opportunity for installation of their work and storage of materials. If cooperative work of one trade must be altered due to lack of proper supervision, or failure to make proper provisions in time by another trade, such conditions shall be remedied by the CONTRACTOR with no change in Contract Price or Contract Time. 6.13.6 The CONTRACTOR shall include on his own payrolls any person or persons working on this Contract who are not covered by written subcontract, and shall ensure that all Subcontractors include on their payrolls all person performing work under the direction of the Subcontractor. 6.14 Use of Premises: The CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project limits and approved remote storage sites and lands and areas identified in and permitted by Regulatory Requirements, rights-of-way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. The CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against the CITY by any such owner or occupant because of the performance of the Work, the CONTRACTOR shall hold the CITY harmless. 6.15 Structural Loading: The CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall the CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.16 Record Documents: The CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Directives, Change Orders, Supplemental Agreements, and written interpretations and clarifications (issued pursuant to paragraph 3.6) in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to the Contracting Officer for reference and copying. Upon completion of the Work, the annotated record documents, samples and Shop Drawings will be delivered to the Contracting Officer. Record documents shall accurately record variations in the Work which vary from requirements shown or indicated in the Contract Documents. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 18 66 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 6.17 Safety and Protection: The CONTRACTOR alone shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. The CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.17.1 All employees on the Work and other persons and organizations who may be affected thereby; 6.17.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; 6.17.3 Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation or replacement in the course of construction. The CONTRACTOR shall comply with all applicable Regulatory Requirements of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss, and shall erect and maintain all necessary safeguards for such safety and protection. The CONTRACTOR shall notify owners of adjacent property and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by the CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by the CONTRACTOR with no change in Contract Price or Contract Time except as stated in 4.6, except damage or loss attributable to unforeseeable causes beyond the control of and without the fault or negligence of the CONTRACTOR, including but not restricted to acts of nature, of the public enemy or governmental authorities. The CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until Final Acceptance (except as otherwise expressly provided in connection with Substantial Completion). 6.18 Safety Representative: The CONTRACTOR shall designate a responsible safety representative at the site. This person shall be the CONTRACTOR's superintendent unless otherwise designated in writing by the CONTRACTOR to the Contracting Officer. 6.19 Emergencies: In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, the CONTRACTOR, without special instruction or authorization from the CITY, is obligated to act to prevent threatened damage, injury or loss. The CONTRACTOR shall give the Contracting Officer prompt written notice if the CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the CITY determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a change will be authorized by one of the methods indicated in Paragraph 9.2, as determined appropriate by the Contracting Officer. 6.20 Shop Drawings and Samples: 6.20.1 After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements, the CONTRACTOR shall submit to the Contracting Officer for review and approval in accordance with the accepted schedule of Shop Drawing submissions the required number of all Shop Drawings, which will bear a stamp or specific written indication that the CONTRACTOR has satisfied CONTRACTOR's responsibilities under the Contract Documents with SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 19 67 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT respect to the review of the submission. All submissions will be identified as the Contracting Officer may require. The data shown on the Shop Drawings will be identified as the Contracting Officer may require. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to enable the Contracting Officer to review the information as required. 6.20.2 The CONTRACTOR shall also submit to the Contracting Officer for review and approval with such promptness as to cause no delay in Work, all samples required by the Contract Documents. All samples will have been checked by and accompanied by a specific written indication that the CONTRACTOR has satisfied CONTRACTOR's responsibilities under the Contract Documents with respect to the review of the submission and will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended. 6.20.3 Before submission of each Shop Drawing or sample the CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar with respect thereto and reviewed or coordinated each Shop Drawing or samples with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 6.20.4 At the time of each submission to the CONTRACTOR shall give the Contracting Officer specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and in addition, shall cause a specific notation to be made on each Shop Drawing submitted to the Contracting Officer for review and approval of each such variation. All variations of the proposed shop drawing from that specified will be identified in the submission and available maintenance, repair and replacement service will be indicated. The submittal will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such variation, including costs of redesign and claims of other Contractors affected by the resulting change, all of which shall be considered by the CITY in evaluating the proposed variation. If the variation may result in a charge of Contract Time or Price, or Contract responsibility, and is not minor in nature; the CONTRACTOR must submit a written request for Change Order with the variation to notify the CITY of his intent. The CITY may require the CONTRACTOR to furnish at the CONTRACTOR's expense additional data about the proposed variation. The Contracting Officer may reject any variation request which the Contracting Officer determines is not in the best interest of the CITY. 6.21 Shop Drawing and Sample Review: 6.21.1 The Contracting Officer will review with reasonable promptness Shop Drawings and samples, but the Contracting Officer's review will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate acceptance of the assembly in which the item functions. The CONTRACTOR shall make corrections required by the Contracting Officer and shall return the required number of corrected copies of Shop Drawings and submit as required new samples for review. The CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by the Contracting Officer on previous submittals. 6.21.2 The Contracting Officer's review of Shop Drawings or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless the CONTRACTOR has in writing advised the Contracting Officer of each such variation at the time of submission as required by paragraph 6.20.4 The Contracting Officer if he so determines, may give written approval of each such variation by Change Order, except that, if the variation is minor and no Change Order has been requested a specific written notation thereof incorporated in or accompanying the Shop Drawing or sample review comments shall suffice as a modification. No approval by the Contracting SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 20 68 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Officer will relieve the CONTRACTOR from responsibility for errors or omissions in the Shop Drawings or from responsibility for having complied with the provisions of paragraph 6.20.3. 6.21.3 Where a Shop Drawing or sample is required by the Specifications, any related Work performed prior to the Contracting Officer's review of the pertinent submission will be the sole expense and responsibility of the CONTRACTOR. 6.22 Maintenance During Construction. The CONTRACTOR shall maintain the Work during construction and until Substantial Completion, at which time the responsibility for maintenance shall be established in accordance with paragraph 13.10. 6.23 Continuing the Work: The CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with the CITY. No Work shall be delayed or postponed pending resolution of any disputes, disagreements, or claims except as the CONTRACTOR and the Contracting Officer may otherwise agree in writing. 6.24 Consent to Assignment: The CONTRACTOR shall obtain the prior written consent of the Contracting Officer to any proposed assignment of any interest in, or part of this Contract. The consent to any assignment or transfer shall not operate to relieve the CONTRACTOR or his Sureties of any of his or its obligations under this Contract or the Performance Bonds. Nothing herein contained shall be construed to hinder, prevent, or affect an assignment of monies due, or to become due hereunder, made for the benefit of the CONTRACTOR's creditors pursuant to law. 6.25 Use of Explosives: 6.25.1 When the use of explosives is necessary for the prosecution of the Work, the CONTRACTOR shall exercise the utmost care not to endanger life or property, including new Work and shall follow all Regulatory Requirements applicable to the use of explosives. The CONTRACTOR shall be responsible for all damage resulting from the use of explosives. 6.25.2 All explosives shall be stored in a secure manner in compliance with all Regulatory Requirements, and all such storage places shall be dearly marked. Where no Regulatory Requirements apply, safe storage shall be provided not closer than 1,000 feet from any building, camping area, or place of human occupancy. 6.25.3 The CONTRACTOR shall notify each public utility owner having structures in proximity to the site of his intention to use explosives. Such notice shall be given sufficiently in advance to enable utility owners to take such steps as they may deem necessary to protect their property form injury. However, the CONTRACTOR shall be responsible for all damage resulting from the use of the explosives, whether or not, utility owners act to protect their property. 6.26 CONTRACTOR'S Records: 6.26.1 Records of the CONTRACTOR and Subcontractors relating to personnel, payrolls, invoices of materials, and any and all other data relevant to the performance of this Contract, must be kept on a generally recognized accounting system. Such records must be available during normal work hours to the Contracting Officer for purposes of investigation to ascertain compliance with Regulatory Requirements and provisions of the Contract Documents. 6.26.2 Payroll records must contain the name and address of each employee, his correct classification, rate of pay, daily and weekly number of hours of work, deductions made, and actual wages paid. The SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 21 69 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CONTRACTOR and Subcontractor shall make employment records available for inspection by the Contracting Officer and representatives of the U.S. and/or State Department of Labor and will permit such representatives to interview employees during working hours on the Project. 6.26.3 Records of all communications between the CITY and the CONTRACTOR and other parties, where such communications affected performance of this Contract, must be kept by the CONTRACTOR and maintained for a period of three years from Final Acceptance. The CITY or its assigned representative may perform an audit of these records during normal work hours after written notice to the CONTRACTOR. ARTICLE 7- LAWS AND REGULATIONS 7.1 Laws to be Observed: The CONTRACTOR shall keep fully informed of all Federal and State Regulatory Requirements and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner after those engaged or employed on the Work, or which in any way affect the conduct of the Work. The CONTRACTOR shall at all times observe and comply with all such Regulatory Requirements, orders and decrees; and shall protect and indemnify the CITY and its representatives against claim or liability arising from or based on the violation of any such Regulatory - Requirement, order, or decree whether by the CONTRACTOR, Subcontractor, or any employee of either. Except where otherwise expressly required by applicable Regulatory Requirements, the CITY shall not be responsible monitoring CONTRACTOR'S compliance with any Regulatory Requirements. 7.2 Permits, Licenses, and Taxes: 7.2.1. The CONTRACTOR shall procure all permits and licenses, pay all charges, fees and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the Work. As a condition of performance of this Contract, the CONTRACTOR shall pay all Federal, State and local taxes incurred by the CONTRACTOR, in the performance of this Contract. Proof of payment of these taxes is a condition precedent to final payment by the CITY under this Contract. 7.2.2. The CONTRACTOR's certification that taxes have been paid (as contained in the Release of Contract) will be verified with the Department of Revenue and Department of Labor, prior to final payment. 7.2.3 If any Federal, State or local tax is imposed, charged, or repealed after the date of bid opening and is made applicable to and paid by the CONTRACTOR on the articles or supplies herein contracted for, then the Contract shall be increased or decreased accordingly by a Change Order. 7.3 Patented Devices, Materials and Processes: If the CONTRACTOR employs any design, device, material, or process covered by letters of patent, trademark or copyright, the CONTRACTOR shall provide for such use by suitable legal agreement with the patentee or owner. The CONTRACTOR and the Surety shall indemnify and save harmless the CITY, any affected third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device material or process, or any trademark or copyright, and shall indemnify the CITY for any costs, expenses, and damages which it may be obligated to pay by reason of any infringement, at any time during the prosecution or after the completion of the Work. 7.4 Compliance of Specifications and Drawings: If the CONTRACTOR observes that the Specifications and Drawings supplied by the CITY are at variance with any Regulatory Requirements, CONTRACTOR shall give the Contracting Officer prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in paragraph 9.2 as determined appropriate by the Contracting Officer. If the CONTRACTOR performs any SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 22 70 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Work knowing or having reason to know that it is contrary to such Regulatory Requirements, and without such notice to the Contracting Officer, the CONTRACTOR shall bear all costs arising therefrom: however, it shall not be the CONTRACTOR'S primary responsibility to make certain that the Specifications and Drawings supplied by the CITY are in accordance with such Regulatory Requirements. 7.5 Accident Prevention: The CONTRACTOR shall comply with AS 18.60.75 and all pertinent provisions of the Construction Code Occupational Safety and Health Standards issued by the State of Alaska Department of Labor. 7.6 Sanitary Provisions: The CONTRACTOR shall provide and maintain in a neat and sanitary condition such accommodations for the use of his employees and CITY representatives as may be necessary to comply with the requirements of the State and local Boards of Health, or of other bodies or tribunals having jurisdiction. 7.7 Business Registration: Comply with AS 08.18.011, as follows: "it is unlawful for a person to submit a bid or work as a contractor until he has been issued a certificate of registration by the. Department of Commerce. A partnership or joint venture shall be considered registered if one of the general partners or venturers whose name appears in the name under which the partnership or venture does business is registered." 7.8 Professional Registration and Certification: All craft trades, architects, engineers and land surveyors, electrical administrators, and explosive handlers employed under the Contract shall specifically comply with applicable provisions of AS 08.18, 08.48, 08.40 and 08.52. Provide copies of individual licenses within seven days following a request from the Contracting Officer. 7.9 Local Building Codes: The CONTRACTOR shall comply with AS 35.10.025 which requires construction in accordance with applicable local building codes including the obtaining of required permits. 7.10 Air Quality Control: The CONTRACTOR shall comply with all applicable provisions of AS 46.03.04 as pertains to Air Pollution Control. 7.11 Archaeological or Paleontological Discoveries: When the CONTRACTOR's operation encounters prehistoric artifact, burials, remains of dwelling sites, or paleontological remains, such as shell heaps, land or seal mammal bones or tusks, the CONTRACTOR shall cease operations immediately and notify the Contracting Officer. No artifacts or specimens shall be further disturbed or removed from the ground and no further operations shall be performed at the site until so directed. Should the Contracting Officer order suspension of the CONTRACTOR's operations in order to protect an archaeological or historical finding, or order the CONTRACTOR to perform extra Work, such shall be covered by an appropriate Contract change document. 7.12 Alaska Agricultural Products: Pursuant to AS 36.16.010, Agricultural products harvested in Alaska shall be used in State funded projects when competitively priced, available and of like quality compared with agricultural projects harvested outside the State. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 23 71 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 7.13 Preferential Employment: The Contractor shall comply with all applicable and valid laws and regulations regarding the hiring of Alaska residents now in effect or that might subsequently take effect during the term of this contract. 7.14 Wages and Hours of Labor: 7.14.1 One certified copy of all payrolls shall be submitted weekly, before the Friday of every second week, to the State Department of Labor to assure compliance with AS 36.05.040 Filing Schedule of Employees Wages Paid and Other Information. The CONTRACTOR shall be responsible for the submission of certified copies of payrolls of all Subcontractors. The certification shall affirm that the payrolls are current and complete, that the wage rates contained therein are not less than the applicable rate referenced in these Contract Documents, and that the classification set forth for each laborer or mechanic conforms with the Work he performed. The CONTRACTOR and his Subcontractors shall attend all hearings and conferences and produce such books, papers and documents all as requested by the Department of Labor. Should Federal funds be involved, the appropriate Federal Agency shall also receive a copy of the CONTRACTOR'S certified payrolls. 7.14.2 The following Labor provisions shall also apply to this Contract: a. The CONTRACTOR and his Subcontractors shall pay all employees unconditionally in a timely manner; b. wages may not be less than those stated in the advertised Specifications, regardless of the contractual relationship between the CONTRACTOR or Subcontractors and laborers, mechanics, or field surveyors; C. the scale of wages to be paid shall be posted by the CONTRACTOR in a prominent and easily accessible place at the site of the Work; d. the CITY shall withhold so much of the accrued payments as is necessary to pay to laborers, mechanics, or field surveyors employed by the CONTRACTOR or Subcontractors the difference between 1. the rate of wages required by the Contract to be paid laborers, mechanics, or field surveyors on the Work, and 2. the rates of wages in fact received by laborers, mechanics or field-surveyors. 7.15 Overtime Work Hours and Compensation: Pursuant to the Federal Fair Labor Standards Act and AS 23.10.060, the CONTRACTOR shall not require nor permit any laborer or mechanic in any workweek in which he is employed on any Work under this Contract to work in excess of eight hours in any Calendar Day or in excess of forty hours in such workweek on Work subject to the provisions of the applicable laws and regulations, unless such laborer or mechanic receives compensation at a rate not less than one and one half times his basic rate of pay for all such hours worked in excess of eight hours in any Calendar Day or in excess of forty hours in such workweek whichever is the greater number of overtime hours. In the event of any violation of this provision, the CONTRACTOR shall be liable to any affected employee for any amounts due and penalties and to the CITY for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic employed in violation of this provision in the sum of $10.00 for each Calendar Day or which such employee was required or permitted to be employed on such Work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by this paragraph. 7.16 Covenant Against Contingent Fees: SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 24 72 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT The CONTRACTOR warrants that no person or selling agent has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the CONTRACTOR for the purpose of securing business. For breach or violation of this warrant, the CITY shall have the right to annul this Contract without liability or, in its discretion, to deduct price of consideration from the Contract or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. 7.17 Officials Not To Benefit: No member of or delegate to the U.S. Congress, the State Legislature or other State Official shall be admitted to any share or part of this Contract, nor to any benefit that may arise there from. However, this provision shall not be construed to extend to this Contract if made with a corporation for its general benefit. 7.18 Personal Liability of Public Officials: In carrying out any of the provisions thereof, or in exercising any power or authority granted to the Contracting Officer by the Contract, there will be no liability upon the Contracting Officer nor upon City, Borough or State employees authorized as his representatives, either personally or as officials of the City, Kenai Peninsula Borough or State of Alaska, it being always understood that in such matters they act as agents and representatives of the CITY. ARTICLE 8-OTHER WORK 8.1 Related Work At Site: 8.1.1 The CITY reserves the right at any time to contract for and perform other additional work on or near the Work covered by the Contract. 8.1.2 When separate contracts are let within the limits of the Project, the CONTRACTOR shall conduct his Work so as not to interfere with or hinder the work being performed by other contractors. The CONTRACTOR when working on the same Project with other contractors shall cooperate with such other contractors. The CONTRACTOR shall join his work with that of the others in an acceptable manner and shall perform it in proper sequence to that of others. 8.1.3 If the fact that other such work is to be performed is identified or shown in the Contract Documents the CONTRACTOR shall assume all liability, financial or otherwise, in connection with this Contract and indemnify and save harmless the CITY from any and all damages or claims that may arise because of inconvenience, delay, or loss experienced by the CONTRACTOR because of the presence and operations of other contractors. 8.1.4 If the fact that such other work is to be performed was not identified or shown in the Contract Documents, written notice thereof will be given to the CONTRACTOR prior to starting any such other work. If the CONTRACTOR believes that such performance will require an increase in Contract Price or Contract Time, the CONTRACTOR shall notify the Contracting Officer of such required increase within fifteen (15) calendar days following receipt of the Contracting Officer's notice. Should the Contracting Officer find such increase(s)to be justified, a Change Order will be executed. 8.2 Access, Cutting, and Patching: The CONTRACTOR shall afford each utility owner and any other contractor who is a party to such a direct contract with the CITY (or the CITY, if the CITY is performing the additional work with the CITY's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 25 73 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT coordinate the Work with the work of others. The CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work, the CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter such other work with the written consent of the Contracting Officer. The duties and responsibilities of the CONTRACTOR under this paragraph are for the benefit of other contractors to the extent that there are comparable provisions for the benefit of the CONTRACTOR in said direct contracts between the CITY and other contractors. 8.3 Defective Work By Others: If any part of the CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor, utility owner, or the CITY, the CONTRACTOR shall inspect and promptly report to the Contracting Officer in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. The CONTRACTOR's failure to so report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other work. 8.4 Coordination: If the CITY contracts with others for the performance of other work at the site, Contracting Officer will have authority and responsibility for coordination of the activities among the various prime contractors. ARTICLE 9-CHANGES 9.1 CITY'S Right To Change: Without invalidating the Contract and without notice to any Surety, the CITY may, at any time or from time to time, order additions, deletions or revisions in the Work within the general scope of the Contract, including but not limited to changes: 9.1.1 In the Contract Documents: 9.1.2 In the method or manner of performance of the Work; 9.1.3 In CITY-furnished facilities, equipment, materials, services, or site; 9.1.4 Directing acceleration in the performance of the Work. 9.2 Authorization of Changes within the General Scope: Additions, deletions, or revisions in the Work within the general scope of the Contract as specified in 9.1 shall be authorized by one or more of the following ways: 9.2.1 Directive (pursuant to paragraph 9.3) 9.2.2 A Change Order(pursuant to paragraph 9.4) 9.2.3 CITY's acceptance of Shop Drawing variations from the Contract Documents as specifically identified by the CONTRACTOR as required by paragraph 6.20.4. 9.3 Directive: 9.3.1 The Contracting Officer shall provide written clarification or interpretation of the Contract Documents (pursuant to paragraph), SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 26 74 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 9.3.2 The Contracting Officer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. 9.3.3 The Contracting Officer may order the Contractor to correct Defective Work or methods which are not in conformance with the Contract Documents. 9.3.4 The Contracting Officer may direct the commencement or suspension of Work or emergency related Work(as provided in paragraph 6.19). 9.3.5 Upon the issuance of a Directive to the CONTRACTOR by the Contracting Officer, the CONTRACTOR shall proceed with the performance of the Work as prescribed by such Directive. 9.3.6 If the CONTRACTOR believes that the changes noted in a Directive may cause an increase in the Contract Price or an extension of Contract Time, the CONTRACTOR shall immediately provide written notice to the Contracting Officer depicting such increases before proceeding with the directive, except in the case of an emergency. If the Contracting Officer finds the increase in Contract Prices or the extension of Contract Time justified, a Change Order will be issued. If however, the Contracting Officer does not find that a Change Order is justified, the Contracting Officer may direct the CONTRACTOR to proceed with the Work. The CONTRACTOR shall cooperate with the Contracting Officer in keeping complete daily records of the cost of such Work. If a Change Order is ultimately determined to be justified, in the absence of agreed prices and unit prices, payment for such Work will be made on a cost of the work basis as provided in 10.4. 9.4 Change Order: A change in Contract Time, Contract Price, or responsibility may be made for changes within the scope of the Work only by Change Order. Upon receipt of an executed Change Order, the CONTRACTOR shall promptly proceed with the work involved which will be performed under the applicable conditions of the Contract Documents except as otherwise specifically provided. Changes in Contract Price and Contract Time shall be made in accordance with Article 10 and 11. 9.5 Shop Drawing Variations: Variations by shop drawings shall only be eligible for consideration under 9.4 when the conditions affecting the price, time, or responsibility are identified by the CONTRACTOR in writing and a request for a Change Order is submitted as per 6.20.4. 9.6 Changes Outside the General Scope; Supplemental Agreement: Any change which is outside the general scope of the Contract, as determined by the Contracting Officer, must be authorized by a Supplemental Agreement signed by the appropriate representatives of the CITY and the CONTRACTOR. 9.7 Unauthorized Work: The CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in this Article 9, except in the case of an emergency as provided in paragraph 6.19 and except in the case of uncovering Work as provided in paragraph 12.4.2. 9.8 Notification of Surety: If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 27 75 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT any Bond to be given to a Surety, the giving of any such notice will be the CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 9.9 Differing Site Conditions: 9.9.1 The CONTRACTOR shall promptly, and before such conditions are disturbed (except in an emergency as permitted by paragraph 6.19), notify the Contracting Officer in writing of: (1) subsurface or latent physical conditions at the site differing materially from those indicted in the Contract, and which could not have been discovered by a careful examination of the site, or (2) unknown physical conditions at the site, of an unusual nature, differing materially form those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Contract. The Contracting Officer shall promptly investigate the conditions, and if the Contracting Officer finds that such conditions do materially so differ and cause an increase or decrease in the CONTRACTOR's cost of, or time required for, performance of this Contract, an equitable adjustment shall be made and the Contract modified in writing accordingly. 9.9.2 Any claim for additional compensation by the CONTRACTOR under this clause shall be made in accordance with Article 15 and shall not be allowed unless the CONTRACTOR has first given the notice required by this Contract. In the event that the Contracting Officer and the CONTRACTOR are unable to reach an agreement concerning an alleged differing site condition, the CONTRACTOR will be required to keep an accurate and detailed record which will indicate the actual cost of the work done under the alleged differing site condition. Failure to keep such a record shall be a bar to any recovery by reason of such alleged differing site conditions. The Contracting Officer shall be given the opportunity to supervise and check the keeping of such records. ARTICLE 10- CONTRACT PRICE; COMPUTATION AND CHANGE 10.1 Contract Price: The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to the CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by the CONTRACTOR shall be at his expense without change in the Contract Price. The Contract Price may only be changed by a Change Order or Supplemental Agreement. 10.2 Claim For Price Change: Any claim for an increase or decrease in the Contract Price shall be submitted in accordance with the terms of Article 15, and shall not be allowed unless notice requirements of this Contract have been met. 10.3 Change Order Price Determination: The value of any Work covered by a Change Order for an increase or decrease in the Contract Price shall be determined in one of the following ways: 10.3.1 Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved (subject to the provisions of paragraphs 10.9.1 through 10.9.3, inclusive). 10.3.2 By mutual acceptance of a lump sum price which includes overhead and profit. 10.3.3 When 10.3.1 and 10.3.2 are inapplicable, on the basis of the "cost of the work" (determined as provided in paragraphs 10.4 and 10.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 10.6). 10.3.4 Before a Change Order or Supplemental Agreement is approved, the CONTRACTOR shall submit pricing data regarding the changed or extra work. The CONTRACTOR shall certify that the data SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 28 76 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT submitted is, to his best knowledge and belief, accurate, complete and current as of a mutually determined specified data and that such data will continue to be accurate and complete during the performance of the changed or extra work. 10.4 "Cost of the Work": The term cost of the work means the sum of all costs necessarily incurred and paid by the CONTRACTOR in the proper performance of the work. Except as otherwise may be agreed to in writing by the CITY, such costs shall be in amount no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 10.5: 10.4.1 Payroll costs for employees in the direct employ of the CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by the CITY and the CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by the CITY. 10.4.2 Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers'field services required in connection therewith. All cash discounts shall accrue to the CONTRACTOR unless the CITY deposits funds with the CONTRACTOR with which to make payments, in which ease the cash discounts shall accrue to the CITY. All trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to the CITY, and the CONTRACTOR shall make provisions so that they may be obtained. 10.4.3 Payments made by the CONTRACTOR to Subcontractors for Work performed by Subcontractors or Suppliers acceptable to the CONTRACTOR and shall deliver such quotes to the CITY who will then determine which quotes will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of"cost of the work" plus a fee, the Subcontractor's "cost of the work" shall be determined in the same manner as the CONTRACTOR's "cost of work" as described in paragraphs 10.4 and 10.5; and the Subcontractor's fee shall be established as provided for under subparagraph 10.6.2 clause b. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 10.4.4 Costs of special consultants (including but not limited to engineers, architects, testing laboratories, and surveyors) employed for services necessary for the completion of the Work. 10.4.5 Supplemental costs including the following: a. The proportion of necessary transportation, travel and subsistence expenses of the CONTRACTOR's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of the CONTRACTOR. C. Rentals of all construction equipment and machinery and the parts thereof whether rented from the CONTRACTOR or others in accordance with rental agreements approved by the CITY and the costs of transportation, loading, unloading, installation, dismantling and removal thereof-all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 29 77 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT d. Sales, consumer, use or similar taxes related to the Work, and for which the CONTRACTOR is liable, imposed by Regulatory Requirements. e. Deposits lost for causes other than negligence of the CONTRACTOR, and Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by the CONTRACTOR in connection with the performance and furnishing of the Work provided they have resulted from causes other than the negligence of the CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of the CITY. No such losses, damages and expenses shall be included in the "cost of the work" for the purpose of determining the CONTRACTOR's fee. If however, any such loss or damage requires reconstruction and the CONTRACTOR is placed in charge thereof, the CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraphs 10 6.2a and 10.6 2.b. g. The cost of utilities, fuel and sanitary facilities at the site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. i. Cost of premiums for additional bonds and insurance required because of changes in the Work and premiums for property insurance coverage within the limits of the deductible amounts established by the CITY in accordance with Article 5. 10.5 Excluded Costs: The term "cost of the work" shall not include any of the following: 10.5.1 Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agency, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 10.4.1 or specifically covered by paragraph 10.4.4 - all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 10.5.2 Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 10.5.3 Any part of CONTRACTOR's capital expenses including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delinquent payments. 10.5.4 Cost of premiums for all bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 10.4.5.i above. 10.5.5 Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of Defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 10.5.6 Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 10.4. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 30 78 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 10.6 CONTRACTOR's Fee: The CONTRACTOR's fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 10.6.1 A mutually acceptable fixed fee; or if none can be agreed upon. 10.6.2 A fee based on the following percentages of the various portions of the "cost of the work": a. For costs incurred under paragraphs 10.4.1 and 10.4.2, the CONTRACTOR's fee shall be fifteen percent; b. For costs incurred under paragraph 10.4.3, the CONTRACTOR's fee shall be ten percent; and if a subcontract is on the basis of "cost of the work" plus a fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors and multiple tiers thereof shall be ten percent; C. No fee shall be payable on the basis of costs itemized under paragraphs 10.4.4, 10.4.5 and 10.5; d. The amount of credit to be allowed by the CONTRACTOR to the CITY for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRACTOR's fee by an amount equal to ten percent of the net decrease; and e. When both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with paragraphs 10.6.2.a through 10.6.2.d, inclusive. 10.7 Cost Breakdown: Whenever the cost of any Work is to be determined pursuant to paragraphs 10.4 and 10.5, the CONTRACTOR will submit in form acceptable to the CITY an itemized cost breakdown together with supporting data. 10.8 Cash Allowances: It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as maybe acceptable to the Contracting Officer. CONTRACTOR agrees that: 10.8.1 The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 10.8.2 CONTRACTOR's cost for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due the CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 10.9 Unit Price Work: SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 31 79 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 10.9.1 Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Contract. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by the CONTRACTOR will be made by the CITY in accordance with paragraph 10.10. 10.9.2 Each unit price will be deemed to include an amount considered by the CONTRACTOR to be adequate to cover the CONTRACTOR's overhead and profit for each separately identified item. If the "Basis of Payment" clauses in the Contract Documents relating to any unit price in the bid schedule requires that the said unit price cover and be considered compensation for certain work or material essential to the item, this same work or material will not also be measured or paid for under any other pay item which may appear elsewhere in the Contract Documents. 10.9.3. Payment to the CONTRACTOR shall be made only for the actual quantities of Work performed and accepted or materials furnished, in conformance with the Contract Documents. When the accepted quantities of Work or materials vary from the quantities stated in the bid schedule, or change documents, the CONTRACTOR shall accept as payment in full, payment at the stated unit prices for the accepted quantities of Work and materials furnished, completed and accepted; except as provided below: a. When the quantity of Work to be done or material to be-furnished under an any item for which the total cost of the item exceeds 10% of the total Contract Price, is increased by more than 25 percent of the quantity stated in the bid schedule, or change documents, either party to the Contract, upon demand, shall be entitled to an equitable unit price adjustment on that portion of the Work above 125 percent of the quantity stated in the bid schedule. b. When the quantity of Work to be done or material to be furnished under any major item, for which the total cost of the item exceeds 10% of the total Contract Price, is decreased by more than 25 percent of the quantity stated in the bid schedule, or change documents either party to the Contract, upon demand, shall be entitled to an equitable price adjustment for the quantity of Work performed or material furnished, limited to a total payment of not more than 75 percent of the amount originally bid for the item. 10.10 Determinations for Unit Prices: The Contracting Officer will determine the actual quantities and classifications of Unit Price Work performed by the CONTRACTOR. The Contracting Officer will review with the CONTRACTOR preliminary determinations on such matters before finalizing the costs and quantities on the Schedule of Values. The Contracting Officer's acknowledge thereof will be final and binding on the CONTRACTOR, unless, within ten days after the date of any such decisions, the CONTRACTOR delivers to the Contracting Officer written notice of intention to appeal from such a decision. ARTICLE 11 - CONTRACT TIME; COMPUTATION AND CHANGE 11.1 Commencement of Contract Time: Notice To Proceed: The Contract Time will commence to run on the day indicated in the Notice to Proceed. 11.2 Starting the Work: No Work on Contract items shall be performed before the effective date of the Notice to Proceed. The CONTRACTOR shall notify the Contracting Officer at least 24 hours in advance of the time actual construction operations will begin. The CONTRACTOR may request a limited Notice to Proceed after Award has been made, to permit him to order long lead materials which could cause delays in project SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 32 80 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT completion. However, granting is within the sole discretion of the Contracting Officer, and refusal or failure to grant a limited Notice To Proceed shall not be a basis for claiming for delay, extension of time, or alteration of price. 11.3 Computation of Contract Time: 11.3.1 When the Contract Time is specified on a Calendar Days basis, all Work under the Contract shall be completed within the number of Calendar Days specified. The count of Contract Time begins on the day following receipt of the Notice to Proceed by the CONTRACTOR, if no starting day is stipulated therein. Calendar Days shall continue to be counted against Contract Time until and including the date of Final Completion of the Work. 11.3.2 When the Contract completion time is specified as a fixed calendar date, it shall be the date of Final Completion. 11.4 Time Change: The Contract Time may only be changed by a Change Order or Supplemental Agreement. 11.5 Extension Due to Delays: The right of the CONTRACTOR to proceed shall not be terminated nor the CONTRACTOR charged with liquidated or actual damages because of any delays to the completion of the Work due to unforeseeable causes beyond the control and without the fault or negligence of the CONTRACTOR, including, but not restricted to the following: acts of nature or of the public enemy, acts of the CITY in contractual capacity, acts of another contractor in the performance of a Contract with the CITY, floods, fires, epidemics, quarantine restrictions, strikes, freight embargoes, unusually severe weather and delays of Subcontractors or Suppliers due to such causes. Any delay in receipt of materials on the site, caused by other than one of the specifically mentioned occurrences above, does not of itself justify a time extension, provided that the CONTRACTOR shall within twenty four(24) hours from the beginning of any such delay (unless the Contracting Officer shall grant a further period of the time prior to the date of final settlement of the Contract) notify the Contracting Officer in writing of the cause of delay. The Contracting Officer shall ascertain the facts and the extent of the delay and extend the time for completing the Work when the findings of fact justify such an extension. 11.5.1 Delays or disruptions resulting from weight restrictions imposed on roadways, excessive traffic on roadways or road construction and/or repairs, shall not be considered unforeseeable causes beyond the control of the contractor. 11.6 Essence of Contract: All time limits stated in the Contract Documents are of the essence of the Contract. 11.7 Reasonable Completion Time: It is expressly understood and agreed by and between the CONTRACTOR and the CITY that the date of beginning and the time for Final Completion of the Work described herein are reasonable times for the completion of the Work. 11.8 Delay Damages: Whether or not the CONTRACTOR's right to proceed with the Work is terminated, he and his Sureties shall be liable for damages resulting from his refusal or failure to complete the Work within the specified time. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 33 81 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Liquidated damages for delay shall be paid by the CONTRACTOR or his Surety to the CITY in the amount as specified in the Supplementary Conditions for each Calendar Day the completion of the Work or any part thereof is delayed beyond the Contract Time required by the Contract, or any extension thereof If such amount of liquidated damages is not established by the Contract Documents, then the CONTRACTOR and his Surety shall be liable to the CITY for any actual damages occasioned by such delay. The CONTRACTOR acknowledges that the liquidated damages established herein are not a penalty but rather constitute an estimate of damages that the CITY will sustain by reason of delayed completion. These liquidated damages are intended as compensation for losses difficult to estimate, and include those items enumerated in the Supplementary Conditions. These damages will continue to run both before and after termination in the event of default termination. These liquidated damages do not cover excess costs of completion or CITY costs, fees, and charges related to reprocurement. If a default termination occurs, the CONTRACTOR or his Surety shall pay in addition to these damages, all excess costs and expenses related to completion as provided by Article 14.2.5. ARTICLE 12-QUALITY ASSURANCE 12.1 Warranty and Guaranty: The CONTRACTOR warrants and guarantees to the CITY that all Work will be in accordance with the Contract Documents and will not be Defective. Prompt notice of all defects shall be given to the CONTRACTOR. All Defective Work, whether or not in place, may be rejected, corrected or accepted as provided for in this Article. 12.2 Access to Work: The CITY and its Project Management representatives, testing agencies and governmental agencies with jurisdiction interests will have access to the Work at reasonable times for their observation, inspecting and testing. The CONTRACTOR shall provide proper and safe conditions for such access. 12.3 Tests and Inspections: 12.3.1 The CONTRACTOR shall give the Contracting Officer timely notice of readiness of the Work for all required inspections, tests or approvals. 12.3.2 If Regulatory Requirements of any public body having jurisdiction require any Work (or part thereof) to specifically be inspected, tested or approved, the CONTRACTOR shall assume full responsibility therefor, pay all costs in connection therewith and furnish the Contracting Officer the required certificates of inspection, testing or approval. The CONTRACTOR shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with CITY's acceptance of a Supplier of materials or equipment proposed to be incorporated in the Work, or of materials or equipment submitted for approval prior to the CONTRACTOR's purchase thereof for incorporation in the Work. The cost of all inspections, tests and approvals in addition to the above which are required by the Contract Documents shall be paid by the CONTRACTOR. The CITY may perform additional tests and inspections which it deems necessary to insure quality control. All such failed tests or inspections shall be at the CONTRACTOR's expense. 12.3.3 If any Work (including the work of others) that is to be inspected, tested or approved is covered without written concurrence of the Contracting Officer, it must, if requested by the Contracting Officer, be uncovered for observation. Such uncovering shall be at the CONTRACTOR's expense unless the CONTRACTOR has given the Contracting Officer timely notice of CONTRACTOR's intention to cover the same and the Contracting Officer has not acted with reasonable promptness in response to such notice. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 34 82 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 12.3.4 Neither observations nor inspections, tests or approvals by the CITY or others shall relieve the CONTRACTOR from the CONTRACTOR's obligations to perform the Work in accordance with the Contract Documents. 12.4 Uncovering Work: 12.4.1 If any Work is covered contrary to the written request of the Contracting Officer, it must, if requested by the Contracting Officer, be uncovered for the Contracting Officer's observation and replaced at the CONTRACTOR's expense. 12.4.2 If the Contracting Officer considers it necessary or advisable that covered Work be observed inspected or tested, the CONTRACTOR, at the Contracting Officer's request shall uncover, expose or otherwise make available for observation, inspection or testing as the Contracting Officer may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is Defective, the CONTRACTOR shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) and the CITY shall be entitled to an appropriate decrease in the Contract Price. If, however, such Work is not found to be Defective, the CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both directly attribute to such uncovering, exposure, observation, inspection, testing and reconstruction. 12.5 CITY May Stop the Work: If the Work is Defective, or the CONTRACTOR fails to supply suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed. Work will conform to the Contract Documents, the Contracting Officer may order the CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; 12.6 Correction or Removal of Defective Work: If required by the Contracting Officer, the CONTRACTOR shall promptly, as directed, either correct all Defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by the Contracting Officer, remove it from the site and replace it with Work which conforms to the requirements of the Contract Documents. The CONTRACTOR shall bear all direct, indirect and consequential costs of such correction removal (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby. 12.7 One Year Correction Period: If within one year after the date of Final Completion or such longer period of time as may be prescribed by Regulatory Requirements or by the terms of any applicable special guarantee required by the Contract Documents, any Work is found to be Defective, the CONTRACTOR shall promptly, without cost to the CITY and in accordance with the Contracting Officer's written instructions, either correct such Defective Work, or, if it has been rejected by the Contracting Officer, remove it from the site and replace it with conforming Work. If the CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the CITY may have the Defective Work corrected or the rejected Work removed and replaced, and all direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by the CONTRACTOR. In special circumstances where a particular item of equipment is placed in continuous service for the benefit of the CITY before Substantial Completion of all the Work, the correction period for that item may begin on an earlier date if so provided in the Specifications or by Change Order. Provisions of this paragraph are not intended to shorten the statute of limitations for bringing an action. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 35 83 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 12.8 Acceptance of Defective Work: Instead of requiring correction or removal and replacement of Defective Work, the Contracting Officer may accept Defective Work, the CONTRACTOR shall bear all direct, indirect and consequential costs attributable to the Contracting Officer's evaluation of and determination to accept such Defective Work (costs to include but not limited to fees charges of engineers, architects, attorneys, and other professionals). If any such acceptance occurs prior to final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and the CITY shall be entitled to an appropriate decrease in the Contract Price. If the CITY has already made final payment to the CONTRACTOR, an appropriate amount shall be paid by the CONTRACTOR or his Surety to the CITY. 12.9 CITY May Correct Defective Work: If the CONTRACTOR fails within a reasonable time after written notice from the Contracting Officer to proceed to correct Defective Work or to remove and replace rejected Work as required by the Contracting Officer in accordance with paragraph 12.6, or if the CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if the CONTRACTOR fails to comply with any other provision of the Contract Documents, the CITY may, after seven days' written notice to the CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph the CITY shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, the Contracting Officer may exclude the CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend the CONTRACTOR's services related thereto, take possession of the CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or approved remote storage sites or for which the CITY has paid the CONTRACTOR but which are stored elsewhere, the CONTRACTOR shall allow the Contracting Officer and his authorized representatives such access to the site as may necessary to enable the Contracting Officer to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of the CITY in exercising such rights and remedies will be charged against the CONTRACTOR, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and the CITY shall be entitled to all appropriate decrease in the Contract Price. Such direct, indirect and consequential costs will include but not be, limited to fees and charges of engineers, architects; attorneys and other professionals, all court and arbitration costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of the CONTRACTOR's Defective Work. The CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by the Contracting Officer of the CITY's rights and remedies hereunder. ARTICLE 13- PAYMENTS TO CONTRACTOR AND COMPLETION 13.1 Schedule of Values: The Schedule of Values established as provided in paragraph 6.6 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to the Contracting Officer. Progress payments on account of Unit Price Work will be based on the number of units completed. 13.2 Preliminary Payments: Upon approval of the Schedule of Values the CONTRACTOR may be paid for direct costs substantiated by paid invoices and other prerequisite documents required by the General Requirements. Direct costs shall include the cost of bonds, insurance, approved materials stored on the site or at approved remote storage sites, deposits required by a Supplier prior to fabricating materials, and other approved direct mobilization costs substantiated as indicated above. These payments shall be included as a part of the total Contract Price as stated in the Contract. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 36 84 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 13.3 Application For Progress Payment: The CONTRACTOR shall submit to the Contracting. Officer(or Project Manager if designated by the City) at least twenty days before the date established for each progress payment (but not more than once a month) for review an Application for Payment filled out and signed by the CONTRACTOR covering the Work completed as of the date of the Application for Payment and accompanied by such supporting documentation as is required by the Contract Documents, which shall include the quantity, location and completion date of the invoiced work. Progress payments will be made as the Work progresses on a monthly basis. 13.4 Review of Application for Progress Payment: Contracting Officer (or Project Manager) will either indicate in writing a recommendation of payment or return the Application for Payment to the CONTRACTOR indicating in writing the Contracting Officer's reasons for refusing to recommend payment. In the latter ease, the CONTRACTOR may make the necessary corrections and resubmit the Application for Payment. 13.5 Stored Materials and Equipment: If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, paid invoice or other documentation warranting that the CITY has received the materials and equipment free and clear of all charges, security interests and encumbrances and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect the CITY's interest therein, all of which will be satisfactory to the Contracting Officer. No payment will be made for perishable materials that could be rendered useless because of long storage periods. No progress payment will be made for living plant materials until planted. 13.6 CONTRACTOR's Warranty of Title: The CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to the CITY no later than the time of payment free and clear of any claims, liens, security interest and further obligations. 13.7 Withholding of Payments: The CITY may withhold or refuse payment for any of the reasons listed below provided it gives written notice of its intent to withhold and of the basis for withholding: 13.7.1 The Work is Defective, or completed Work has been damaged requiring correction or replacement, or has been installed without approval of Shop Drawings, or by an unapproved Subcontractor, or for unsuitable storage of materials and equipment. 13.7.2 The Contract Price has been reduced by Change Order, 13.7.3 The CITY has been required to correct Defective Work or complete Work in accordance with paragraph 12.9. 13.7.4 The CITY's actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.2.1.a through 14.2.1.k inclusive. 13.7.5 Claims have been made against the CITY or against the funds held by the CITY on account of the CONTRACTOR's actions or inactions in performing this Contract, or there are other items entitling the CITY to a set off. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 37 85 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 13.7.6 Subsequently discovered evidence or the results of subsequent inspections or test, nullify any previous payments for reasons stated in subparagraphs 13.7.1 through 13.7.5. 13.7.7 The CONTRACTOR has failed to fulfill or is in violation of any of his obligations under any provision of this Contract. 13.8 Retainage: At any time the CITY finds that satisfactory progress is not being made it may in addition to the amount withheld under 13.7 retain a maximum amount equal to 10% of the total amount earned on all subsequent progress payments. This retainage may be released at such time as the Contracting Officer finds that satisfactory progress is being made. 13.9 Request for Release of Funds: If the CONTRACTOR believes the basis for withholding is invalid or no longer exists, immediate written notice of the facts and Contract provisions on which the CONTRACTOR relies, shall be given to the CITY, together with a request for release of funds and adequate documentary evidence proving that the problem has been cured. In the case of withholding which has occurred at the request of the Department of Labor, the CONTRACTOR shall provide a letter from the Department of Labor stating that withholding is no longer requested. Following such a submittal by the CONTRACTOR, the CITY shall have a reasonable time to investigate and verify the facts and seek additional assurances before determining whether release of withheld payments is justified. 13.10 Substantial Completion: When the CONTRACTOR considers the Work ready for its intended use the CONTRACTOR shall notify the Contracting Officer in writing that the Work or a portion of Work which has been specifically identified in the Contract Documents is substantially complete (except for items specifically listed by the CONTRACTOR as incomplete) and request that the CITY issue a certificate of Substantial Completion. Within a reasonable time thereafter, the Contracting Officer, the CONTRACTOR and appropriate Consultant(s) shall make an inspection of the Work to determine the status of completion. If the Contracting Officer does not consider the Work substantially complete, the Contracting Officer will within fourteen days execute and deliver to the CONTRACTOR a certificate of Substantial Completion with tentative list of items to be completed or corrected. At the time of delivery of the certificate of Substantial Completion the Contracting Officer will deliver to the CONTRACTOR a written division of responsibilities pending Final Completion with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties which shall be consistent with the terms of the Contract Documents. The CITY shall be responsible for all CITY costs resulting from the initial inspection and the first re- inspection, the CONTRACTOR shall pay all costs incurred by the CITY resulting from re-inspection, the CONTRACTOR shall pay all costs incurred by the CITY resulting from re-inspections, thereafter. 13.11 Access Following Substantial Completion: The CITY shall have the right to exclude the CONTRACTOR from the Work after the date of Substantial Completion, but the CITY shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. 13.12 Final Inspection: Upon written notice from the CONTRACTOR that the entire Work or an agreed portion thereof is complete, the Contracting Officer will make a final inspection with the CONTRACTOR and appropriate Consultants and will notify the CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or Defective. The CONTRACTOR shall immediately take such measures as SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 38 86 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT are necessary to remedy such deficiencies. The CONTRACTOR shall pay for all costs incurred by the CITY resulting from re-inspections. 13.13 Final Completion and Application for Payment: After the CONTRACTOR has completed all such corrections to the satisfaction of the Contracting Officer and delivered all maintenance and operating instructions, schedules, guarantees, bonds, certificates of payment to all laborers, Subcontractors and Suppliers, certificates of inspection, marked-up record documents and other documents - all as required by the Contract Documents; and after the Contracting Officer has indicated in writing that the Work has met the requirements for Final Completion, and subject to the provisions of paragraph 13,17, the CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied by all certificates, warranties, guarantees, releases, affidavits, and other documentation required by the Contract Documents. 13.14 Final Payment: 13.14.1 If on the basis of the Contracting Offices observation of the Work during construction and final inspection, and the Contracting Officer's review of the final Application for Payment and accompanying documentation - all as required by the Contract Documents; and the Contracting Officer is satisfied that the Work has been completed and the CONTRACTOR's other obligations under the Contract Documents have been fulfilled, the CITY will process final Application for Payment. Otherwise, the Contracting Officer will return the Application for Payment to the CONTRACTOR, indicating in writing the reasons for refusing to process final payment; in which case the CONTRACTOR shall make the necessary corrections and resubmit the final Application for Payment. 13.14.2 If, through no fault of the CONTRACTOR, Final Completion of the Work is significantly delayed, the Contracting Officer shall, upon receipt of the CONTRACTOR's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by the CITY for Work not fully completed or corrected is less than the retainage provided for in paragraph 13.8, and if bonds have been furnished as required in paragraph 5.1, the written consent of the Surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by the CONTRACTOR to the CITY with the application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 13.15 Final Acceptance: Following certification of payment of payroll and revenue taxes, and final payment to the CONTRACTOR, the CITY will issue a letter of Final Acceptance upon request, releasing the CONTRACTOR from further obligations under the Contract, except as provided in paragraph 13.16. 13.16 CONTRACTOR's Continuing Obligation: The CONTRACTOR's obligation to perform and complete the Work and pay all laborers, Subcontractors, and materialmen in accordance with the Contract Documents shall be absolute. Neither any progress or final payment by the CITY, nor the issuance of a certificate of Substantial Completion, nor any use or occupancy of the Work or any part thereof by the CITY or Using Agency, nor any act of acceptance by the CITY no any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor any correction of Defective Work by the CITY will constitute an acceptance of Work not in accordance with the Contract Documents or a release of the CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 39 87 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 13.17 Waiver of Claims by CONTRACTOR: The making and acceptance of final payment will constitute a waiver of all claims by the CONTRACTOR against CITY other than those previously made in writing and still unsettled. 13.18 No Waiver of Legal Rights: The CITY shall not be precluded or be estopped by any payment, measurement, estimate, or certificate made either before or after the completion and acceptance of the Work and payment therefor, from showing the true amount and character of the Work and payment therefore, performed and materials furnished by the CONTRACTOR, nor from showing that any payment, measurement, estimate or certificate and payment in accordance therewith, from recovering from the CONTRACTOR or his Sureties, or both, such damages as it may sustain by reason of his failure to comply with requirements of the Contract Documents. Neither the acceptance by the CITY, or any representative of the CITY, any payment for or acceptance of the whole or any part of the Work, nor any extension of the Contract Time, any possession taken by the CITY, shall operate as a waiver of any portion of the Contract or of any power herein reserved, or of any right to damages. A waiver by the CITY of any breach of the Contract shall not be held be a waiver of any other subsequent breach. ARTICLE 14—SUSPENSION OF WORK, DEFAULT AND TERMINATION 14.1 CITY May Suspend Work: 14.1.1 The CITY may, at any time, suspend the Work or any portion thereof by notice in writing to the CONTRACTOR. If the Work is suspended without cause the CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension, if the CONTRACTOR makes an approved claim therefore as provided in Article 15. However, no adjustment is due to the fault or negligence of the CONTRACTOR, or that suspension in necessary for Contract compliance, or that performance would have been so suspended, delayed, or interrupted by any other cause, including the fault or negligence of the CONTRACTOR. 14.1.2 In case of suspension of Work, the CONTRACTOR shall be responsible for preventing damage to or loss any of the Work already performed and of all materials whether stored on or off the site or approved remote storage sites. 14.2 Default of Contract. 14.2.1 If the CONTRACTOR: a. Fails to begin the Work under the Contract within the time specified in the Proposal, or b. Fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workmen or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 6.6 as revised from time to time), or C. Performs the Work unsuitably or neglects or refuses to remove materials or to correct Defective Work. d. Discontinues the prosecution of the Work, or e. Fails to resume Work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent, except that if the CONTRACTOR declares bankruptcy termination shall be in accordance with 111 U.S.C. 362 and/or 11 U.S.C. 365. In the event the CONTRACTOR declares SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 40 88 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT bankruptcy the CONTRACTOR agrees that the Contract will be assumed or rejected in a timely manner so that Contract will be completed by the date specified in the Contract. g. Allows any final judgment to stand against him unsatisfied for period of 60 days, or h. Makes an assignment for the benefit of creditors without the consent of the Contracting Officer, or i. Disregards Regulatory Requirements of any public body having jurisdiction, or j. Otherwise violates in any substantial way any provisions of the Contact Documents, or k. For any cause whatsoever, fails to carry on the Work in an acceptable manner, the Contracting Officer may give notice in writing to the CONTRACTOR and his Surety of such delay, neglect, or default. 14.2.2 If the CONTRACTOR or Surety, within the time specified in the above notice of default, shall not proceed in accordance therewith, then the CITY may, upon written notification from the Contracting Officer of the fact of such, delay, neglect or default and the CONTRACTOR's failure to comply with. such notice have full power and authority without violating the Contract, to take the prosecution of the Work out of the hands of the CONTRACTOR. The CITY may terminate the services of the CONTRACTOR, exclude the CONTRACTOR from the site and take possession of the Work and of all the CONTRACTOR's tools, appliances, construction equipment and machinery at the sire and use the same to the full extent they could be used by the CONTRACTOR (without liability to the CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which the CITY has paid the CONTRACTOR but which are stored elsewhere, and finish the Work as the CITY may deem expedient. The CITY may enter into an agreement for the completion of said Contract according to the terms and provisions thereof, or use such other methods that in the opinion of the Contracting Officer are required for the completion of said Contract in an acceptable manner. 14.2.3 The Contracting Officer may, by written notice to the CONTRACTOR and his Surety or his representative, transfer the employment of the Work from the CONTRACTOR to the Surety, or if the CONTRACTOR abandons the Work undertaken under the Contract, the Contracting Officer may, at his option with written notice to the Surety and without any written notice to the CONTRACTOR, transfer the employment for said Work directly to the Surety. The Surety shall submit its plan for completion, to the CITY for approval prior to beginning completion of the Work. Approval of such contracts shall be in accordance with all applicable requirements and procedures for approval of subcontracts as stated in the Contract Documents. 14.2.4 Upon receipt of the notice terminating the services of the CONTRACTOR, the Surety shall enter upon the premises and take possession of all materials, tools, and appliances thereon for the purpose of completing the Work included under the Contract and employ by contract or otherwise any person or persons to finish the Work and provide the materials therefor, without termination of the continuing full force and effect of this Contract. In case of such transfer of employment to the Surety, the Surety shall be paid in its own name on estimates covering Work subsequently performed under the terms of the Contract and according to the terms thereof without any right of the CONTRACTOR to make any claim for the same or any part thereof. 14.2.5 If the Contract is terminated for default, the CONTRACTOR and the Surety shall be jointly and severally liable for damages for delay as provided by Article 11.8, and for the excess cost of completion, and all costs and expenses incurred by the CITY in completing the Work or arranging for completion of the Work, including but not limited to costs of assessing the Work to be done, costs associated with advertising, soliciting or negotiating for bids or proposals for completion, and other reprocurement costs. Following termination the CONTRACTOR shall not be entitled to receive any further balance of the amount to be paid under the Contract until the Work is fully finished and accepted, at which time if the unpaid balance exceeds the amount due the CITY and any amounts due to persons for whose benefit the CITY has withheld funds, such excess shall be paid by the CITY to the CONTRACTOR. If the damages, SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 41 89 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT costs, and expenses due the CITY exceed the unpaid balance, the CONTRACTOR and his Surety shall pay the difference. 14.2.6 If, after notice of termination of the CONTRACTOR's right to proceed under the provisions of this clause, it is determined for any reason that the CONTRACTOR was not in default under the provisions of this clause, or that the delay was excusable under the provisions of this clause, or that termination was wrongful, the rights and obligations of the parties shall be determined in accordance with the clause providing for convenience termination. 14.3 Rights or Remedies: Where the CONTRACTOR's services have been so terminated by the CITY, the termination will not affect any rights or remedies of the CITY against the CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due the CONTRACTOR by the CITY will not release the CONTRACTOR from liability. 14.4 Convenience Termination: 14.4.1 The performance of the Work may be terminated by the CITY in accordance with this section in whole or in part whenever, for any reason the Contracting Officer shall determine that such termination is in the best interest of the CITY. Any such termination shall be effected by delivery to the CONTRACTOR of a "Notice of Termination," specifying termination-is for the convenience of the CITY the extent to which performance of Work is terminated, and the date upon which such termination becomes effective. Immediately upon receipt of a "Notice of Termination" and except as otherwise directed by the Contracting Officer, the CONTRACTOR shall: a. Stop Work on the date and to the extent specified in the "Notice of Termination"; b. Place no further orders or subcontracts for materials, services, or facilities except as may be necessary for completion of such portion of the Work as is not terminated; C. Terminate all orders and subcontracts to the extent that they relate to the performance of Work terminated by the "Notice of Termination." d. With the written approval of the Contracting Officer, to the extent he may require, settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, the costs which would be reimburse, in whole, or in part in accordance with the provisions of the Contract; e. Submit to the Contracting Officer a list, certified as to quantity and quality, of any or all items of termination inventory exclusive of items the disposition of which had been directed or authorized by the Contracting Officer; f. Transfer to the Contracting Officer the completed or partially completed record drawings, Shop Drawings, information, and other property which, if the Contract had been completed, would be required to be furnished to the CITY; g. Take such action as may be necessary, or as the Contracting Officer may direct, for the protection and preservation of the property related to the Contract which is in the possession of the CONTRACTOR and in which the CITY has or may acquire any interest. The CONTRACTOR shall proceed immediately with the performance of the above obligations. 14.4.2 When the CITY orders termination of the Work effective on a certain date, all Work in place as of that date will be paid for in accordance with Article 13 of the Contract. Materials required for completion SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 42 90 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT and on hand but not incorporated in the Work will be paid for at invoice cost plus 15% with materials becoming the property of the CITY or the CONTRACTOR may retain title to the materials and be paid an agreed upon lump sum. Materials on order shall be canceled, and the CITY shall pay reasonable factory cancellation charges with the option of taking delivery of the materials in lieu of payment of cancellation charges. The CONTRACTOR shall be paid 10% of the cost, freight not included, of materials canceled, and direct expenses only for CONTRACTOR chartered freight transport which cannot be canceled without charges, to the extent that the CONTRACTOR can establish them. The extra costs due to cancellation of bonds and insurances and that part of job start-up and phase-out costs not amortized by the amount of Work accomplished shall be paid by the CITY. Charges for loss of profit or consequential damages shall not be recoverable except as provided above. 14.4.3 The termination claim shall be submitted promptly, but in no event later than 90 days from the effective date of termination, unless one or more extensions in writing are granted by the Contracting Officer upon request of the CONTRACTOR made in writing within the 90 day period. Upon failure of the CONTRACTOR to submit his termination claim within the time allowed, the Contracting Officer may determine, on the basis of information available to him, the amount, if any, due to the CONTRACTOR by reason of the termination and shall thereupon pay to the CONTRACTOR by reason of the termination and shall pay to the CONTRACTOR the amount determined as follows: a. All costs and expenses reimbursable in accordance with the Contract not previously paid to the CONTRACTOR for the performance of the Work prior to the effective date of the "Notice of Termination," b. So far as not included under "a" above, the cost of settling and paying claims arising out of the termination of the Work under subcontracts or orders which are properly chargeable to the terminated portions of the Contract; C. The reasonable costs of settlement with respect to the terminated portion of the Contract heretofore, to the extent that these costs have not been covered under the payment provisions of the Contract. 14.4.4 The CONTRACTOR shall have the right of appeal under the CITY's claim procedures, as defined in Article 15, for any determinations made by the Contracting Officer, except if the CONTRACTOR has failed to submit his claim within the time provided and has failed to request extension of such time, CONTRACTOR shall have no such right of appeal. In arriving at the amount due the CONTRACTOR under this section, there shall be deducted: a. All previous payments made to the CONTRACTOR for the performance of Work under the Contract prior to termination; b. Any claim for which the CITY may have against the CONTRACTOR; C. The agreed price for, or the proceeds of sale of, any materials, supplies, or other things acquired by the CONTRACTOR or sold pursuant to the provisions of this section and not otherwise recovered by or credited to the CITY; and, d. All progress payments made to the CONTRACTOR under the provisions of this section. 14.4.5 Where the Work has been terminated by the CITY said termination shall not affect or terminate any of the rights of the CITY against the CONTRACTOR or his Surety then existing or which may thereafter accrue because of such default. Any retention or payment of monies by the CITY due to the CONTRACTOR under the terms of the Contract shall not release the CONTRACTOR or his Surety from liability. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 43 91 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Unless otherwise provided far in the Contract Documents, or by applicable statute, the CONTRACTOR, from the effective date or termination and for a period of three years after final settlement under this Contract, shall preserve and make available to the CITY at all reasonable times at the office of the CONTRACTOR, all its books, records, documents, and other evidence bearing on the cost and expenses of the CONTRACTOR under his Contract and relating to the Work terminated hereunder. ARTICLE 15- CLAIMS AND DISPUTES 15.1 Notification: In addition to the notice requirements set out elsewhere in this Contract, if the CONTRACTOR becomes aware of any act or occurrence which may form the basis of a claim by the CONTRACTOR for additional compensation or an extension of time for performance, or if any dispute arises regarding a question of fact or interpretation of the Contract, the CONTRACTOR shall immediately inform the Project Manager. If the matter cannot be resolved by agreement within 7 days, the CONTRACTOR shall, within the next 14 days, submit an "Intent to Claim" in writing to the Project Manager. The claim, if not resolved, shall be presented to the Project Manager, in writing, within 60 days following receipt of the "Intent to Claim." Receipt of the claim will be acknowledged in writing by the Project Manager. The CONTRACTOR agrees that unless these written notices are provided, the CONTRACTOR will have no entitlement to additional time or compensation for such act, event or condition. The CONTRACTOR shall in any case continue diligent performance of the Contract. 15.2 Presenting Claim: The claim shall specifically include the following: 15.2.1 The act, event or condition giving rise to the claim. 15.2.2 The Contract provisions which apply to the claim and under which relief is provided. 15.2.3 The item or items of Contract Work affected and how they are affected. 15.2.4 The specific relief requested, including contract time if applicable, and the basis upon which it was calculated. 15.3 Claim Validity, Additional Information, and Project Manager's Actions: The claim, in order to be valid, must not only show that the CONTRACTOR suffered damages or delay but that those conditions were actually a result of the act, event or condition complained of and that the Contract provides entitlement to relief to the CONTRACTOR for such act, event, or condition. The Project Manager reserves the right to make written request to the CONTRACTOR at any time for additional information which the CONTRACTOR may possess relative to the claim. The CONTRACTOR agrees to provide the Project Manager such additional information within 30 days of receipt of such a request. Failure to furnish such additional information may be regarded as a waiver of the claim. The claim, if not resolved by agreement within 60 days of its receipt, will automatically be forwarded to the Contracting Officer for formal written decision. 15.4 Contracting Officer's Decision: The CONTRACTOR will be furnished the Contracting Officer's decision within the next 90 days, unless additional information is requested by the Contracting Officer. The Contracting Officer's decision is final and conclusive unless fraudulent as to the claim. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 44 92 SECTION 000700 -GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 15.5 Notice of Appeal: Within 30 days of receipt of the decision the CONTRACTOR may deliver a "Notice of Appeal" to the City Manager. The notice shall include specific exceptions to the Contracting Officer's decision, including specific provisions of the Contract, which the CONTRACTOR intends to rely upon in the appeal. General assertions that the Contracting Officer's decision is contrary to law or to fact are not sufficient. 15.6 City Manager's Decision: The decision of the City Manager will be rendered within 120 days of "Notice of Appeal." This decision constitutes the exhaustion of contractual and administrative remedies. The time limits given above may only be extended by mutual consent. The decision of the City Manager shall be final and conclusive unless the CONTRACTOR commences action through the court within 120 days from receipt thereof. SMIC Paving GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Section 000700 Page 45 93 SECTION 000800 - MODIFICATIONS TO THE GENERAL CONDITIONS GENERAL. These Supplementary General Conditions make additions,deletions,or revisions to the General Conditions as indicated herein. All provisions which are not so added, deleted,or revised remain in full force and effect. Terms used in these Modifications to the General Conditions which are defined in the General Conditions have the meanings assigned to them in the General Conditions. ARTICLE 2 AURTORITIES AND LIMITATIONS 2.1 Authorities and Limitations:Add the following: 2.1.5 Authority of the Engineer and the City's Representative Engineer— R&M Consultants, Inc. (R&M) is the firm responsible for providing the engineering design of the Construction Contract documents for the City. R&M shall be the Engineer of Record and perform technical engineering duties including,without limitation,reviewing and approving material and shop drawing submittals, technical clarifications, design modifications, and providing quality assurance testing and inspection at the direction of the City's Representative. City's Representative — The City's Representative shall be the person(s) responsible for supervising and administering the Construction Contract on behalf of the City. The City's Representative shall be the Contracting Officer and Project Manager, and shall observe the work in progress on behalf of the City and direct the Engineer to conduct construction inspection services. The City's Representative, with input as solicited from the design Engineer, shall make determinations on any and all questions which may arise concerning the quality, quantity, and acceptability of materials furnished, the Work performed, the rate of progress of the Work and interpretations of the Contract Documents.The Contractor shall at all times carry out and fulfill the written instructions and written directions of the City's Representative regarding the Contract Documents. The City's Representative and the Engineer are not responsible for construction means,methods,techniques, sequences, or procedures, or for safety precautions and programs in connection with the work. Visits and observations made by the City's Representative or the Engineer shall not relieve the Contractor of his obligation to conduct inspections of the materials and work for compliance with the requirements, and to provide adequate safety precautions, in conformance with the intent of the Contract. ARTICLE 3 CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.3 Scope of Work. Add the following: CONTRACTOR shall perform all work identified in the design drawings and described in the Invitation for Bids, Bid Schedule and further described and in accordance with the entire Contract Documents, including but not limited to, all permits. 3.5.2 Discrepancy-Order of Precedence. Replace section with the following: When conflicts,errors,or discrepancies within the Contract Documents exist,the order precedence from most governing to least governing will be as follows: 1. Project Permit Requirements 2. Contents of Addenda 3. Drawings and Notes (recorded dimensions will govern over scaled dimensions, large scale details over small scale, schedules over plans) 4. Most Currently Adopted State and Local Design Codes and Amendments 5. Special Provisions 6. Technical Specifications/Notes 7. General Conditions (as modified by this section) SMIC Paving MODIFICATIONS TO THE GENERAL CONDITIONS Section 000800 Page 1 94 SECTION 000800 - MODIFICATIONS TO THE GENERAL CONDITIONS ARTICLE 4— LANDS AND PHYSICAL CONDITIONS 4.4.4 Existing Utilities.Add the following: The Contractor shall repair damages to any existing utility (includes outfall pipes) above or below ground,whether or not such existing active utility is indicated on the drawings,and immediately report such damage to the City's Representative. All costs of repair for damages due to Contractor's negligence will be paid by the Contractor. Add the following: 4.8 Contractor Surveys. 4.8.1 Construction Surveys a) The Contractor shall be responsible for surveying and replacing all bench marks or monuments disturbed by work to be executed under this Contract. b) Contractor shall conduct a certified as-built survey and keep a certified redline as-built drawing set of the project as it is constructed. The redline drawing set must be kept in good condition and available for City review during the project's construction phase. 4.8.2 As-Built Drawings The Contractor shall provide a certified redline as-built drawing set of the completed project to the City within ten (10)days of final completion. The as-builts will be provided in both 22"x34"hard copy and electronic in AutoCAD format. 4.8.3 Surveyor Qualifications The surveyor providing the certified redline as-built drawings shall be a Professional Land Surveyor licensed in the State of Alaska. Add the following: 4.9 Site Preservation, Restoration, Cleanup and Environmental Reporting The Contractor shall be solely responsible for damage to public or private property caused by construction operations. The Contractor shall take all precautions necessary to control dust and suspended sediments. Contractor shall notify the City of any claims of damage, and shall clean and restore any property so damaged at the sole expense of the Contractor. All spills or releases of any oil or hazardous substance shall be reported to the appropriate governmental agency as well as notice to the City. Contractors shall be responsible for all associated clean-up costs and fines. At all times during the work, keep the premises clean and orderly. Upon completion of the work, repair all damage caused by equipment and leave the Project free of rubbish or excess materials of any kind. ARTICLES BONDS, INSURANCE, AND INDEMNIFICATION 5.4.2.d Builder's Risk Insurance. Delete the last sentence: 'BugdeF�s Risk insuranc-e w4l only be appfic-able if so noted in the Supplemen",Conditions. 5.4.2.e Other Coverages.Add the following: SMIC Paving MODIFICATIONS TO THE GENERAL CONDITIONS Section 000800 Page 2 95 SECTION 000800 - MODIFICATIONS TO THE GENERAL CONDITIONS R&M Consultants and the City of Seward shall be named as an"Additional Insured"and shall contain a waiver of subrogation under all liability coverages listed in Section 5.4 Insurance Requirements of the GENERAL CONDITIONS, and Contractor shall show proof of insurance. ARTICLE 6 CONTRACTOR'S RESPONSIBILITIES 6.2 Superintendence by Contractor. Add the following: The proposed Superintendent shall have documented experience on at least three similar projects involving grading and asphalt paving. Similar projects shall consist of paving of a similar size and scope to this project.The Contractor shall submit a resume,statement of qualifications and reference names and telephone numbers for the proposed Superintendent for approval by the City's Representative. Lack of suitable qualifying experience will be cause for rejection of the proposed Superintendent. 6.6 Anticipated Schedules. Add the following: 6.6.3 The Contractor shall develop a Construction Progress Plan to coordinate and schedule construction activities and submit this plan for review. It is the intent of the City of Seward that the work be executed during the "off season"to comply with the operations of the existing facility. 6.6.4 A pre-construction conference may be scheduled following the Notice to Proceed. At that time the Contractors anticipated work plan and schedule, material submittals, coordination with the Engineer and City's Representative safety requirements and procedures, dispute resolution, changes and/or modifications and other administrative and construction related items will be discussed. 6.14 Use of Premises. Add the following: The City has made available,for the convenience of the Contractor,an area near the job site to be used as a contractor staging area. The Contractor shall make his/her own arrangements for any additional areas and facilities needed for storage of materials,supplies and equipment, parking and other activities.Snow removal, security, and fencing for the provided staging area shall be the sole responsibility of the Contractor. The Contractor shall hold the City harmless from all claims or complaints arising from the use of such areas. Public streets in or outside this project will not be used for any storage activities (equipment and materials)and/or exclusive vehicle parking without prior written approval from the City's Representative. 6.17 Safety and Protection. Add the following: 6.17.4 General: The Contractor is responsible for safety and protection requirements, including but not limited to: a. Temporary construction. b. Temporary controls for environmental protection. C. Safety and protection of the construction area. Submittals: Prior to performance of any work, the Contractor is required to submit the following: a. Temporary Construction: 1. Material and equipment staging area plan to show impact to site operations during construction. SMIC Paving MODIFICATIONS TO THE GENERAL CONDITIONS Section 000800 Page 3 96 SECTION 000800 - MODIFICATIONS TO THE GENERAL CONDITIONS 2. Copies of survey notes taken to establish control points for structures affected by the work, and layout of survey control points for new construction. b. Temporary Control for Environmental Protection: 1. To the extent required by laws and regulations, the Contractor must procure a Stormwater Pollution Prevention Plan (SWPPP)with the Alaska DEC prior to start of construction. 2. Plan for disposal of waste materials, including permits from or agreements with local solid waste disposal authority,and intended haul routes. Creosote treated material is not accepted at the city landfill. The Contractor shall make other arrangements for disposal at an ADEC approved disposal site. 3. Contractor must provide the necessary controls to meet the requirements of the permit stipulations for work near or in-water. c. Safety and Protection: 1. Copies of permits or approvals for construction activities from governing safety authorities. Execution: a. Temporary Construction: 1. Access Roads and Parking: Construct temporary construction access roads and detours as necessary to execute the work and as approved by the City's Representative. Maintain in good condition until no longer needed,then remove the temporary roads and leave the area in a condition satisfactory to the City's Representative. 2. Storage Yards and Buildings: Construct temporary storage yards for the storage of products that are not subject to damage by weather conditions. Materials shall be stored in a manner to allow ready access for inspection and inventory. Erect or provide temporary storage shelters needed to protect mechanical and electrical equipment and other materials, as recommended by manufacturers of such equipment and materials. Store combustible materials (paints, solvents, fuels, etc.) in a well-ventilated building remote from other buildings and in accordance with current laws and regulations. 3. Fencing and Barricades: Security Fence: At the Contractor's option,erect a temporary security fence with gates around the staging and material storage area(s). Barricades: Provide barricades as necessary to prevent unauthorized entry to construction areas, both inside and outside fenced area. Also provide barricades to protect existing facilities and adjacent properties from potential damage. Locate barriers to enable access by facility operators and property owners. b. Safety and Protection: SMIC Paving MODIFICATIONS TO THE GENERAL CONDITIONS Section 000800 Page 4 97 SECTION 000800 - MODIFICATIONS TO THE GENERAL CONDITIONS Contractor shall do whatever work is necessary for overall project safety and be solely and completely responsible for conditions of thejob site, including safety of all persons(including employees) and property during the contract period. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to Federal and State Departments of Labor Occupational Safety and Health Act (OSHA), and other applicable federal, state, county, and local laws, ordinances, codes, requirements set forth herein, and regulations that may be specified in other parts of these Contract Documents. Where these are in conflict, the more stringent requirement shall be followed. Contractor shall become thoroughly familiar with governing safety provisions and shall comply with the obligations set forth therein. Contractor shall strictly adhere to marine safety provisions. Contractor shall develop and maintain for the duration of the Contract, a safety program that will effectively incorporate and implement required safety provisions. Contractorshall appoint a qualified employee who is authorized to supervise and enforce compliance with the safety program. The Engineer's duty to conduct construction review of the Contractor's performance does not include a review or approval of the adequacy of Contractor's safety supervisor, safety program, or safety measures taken in, on, or near the construction site. As part of safety program, Contractor shall maintain at its office or other well-known place at the job site, safety equipment applicable to the work as prescribed by the governing safety authorities, and articles necessary for giving first aid to the injured. Establish procedures for the immediate removal to a hospital or a doctor's care of persons who may be injured on the job site. Contractor shall do all work necessary to protect the general public from hazards, including, but not limited to, surface irregularities, trenches or excavations in roadway. Barricades, lanterns and proper signs shall be furnished in sufficient amount to safeguard the public and the work. Construct and maintain satisfactory and substantial temporary chain link fencing, solid fencing, railing, barricades or steel plates, as applicable, at all openings, obstructions, or other hazards. Such barriers shall have adequate warning lights as necessary or required for safety. Comply with City's safety rules while on City's property. If death or serious injuries or damages are caused, the accident shall be reported immediately by telephone or messenger to the City's Representative or Engineer. In addition, Contractor shall promptly report in writing all accidents whatsoever arising out of, or in connection with, the performance of the work whether on or adjacent to the site, giving full details and statements of witnesses. If claim is made by anyone against Contractor or any subcontractor on account of accident, Contractor shall promptly report the facts in writing, giving full details of the claim. Protection of Work and Property: a. General 1. Contractor shall employ such means and methods necessary to adequately protect public property and property of the City, and its existing tenants against damage. In the event of damage to such property, immediately restore the SMIC Paving MODIFICATIONS TO THE GENERAL CONDITIONS Section 000800 Page 5 98 SECTION 000800 - MODIFICATIONS TO THE GENERAL CONDITIONS property to a condition equal to its original condition and to the satisfaction of the City's Representative and the owner of said property, and bear all costs therefore. 2. Protect stored materials and other items located adjacent to the proposed work. Notify property owners affected by the construction at least 48 hours in advance of beginning of construction. During construction operations, construct and maintain facilities to enable pedestrian access by all property owners to their property at all times. No person shall be cut off from vehicular access to residence or place of business for a period exceeding eight hours, unless the Contractor has made special arrangements with the affected persons. b. Finished Construction 1. The Contractor shall assume the responsibility for protection of finished construction and shall repair and restore any and all damage to finished work to its original condition. 2. At such time temporary facilities and utilities are no longer required for the work, notify City's Representative of intent and schedule for their removal. Remove temporary facilities and utilities from the site as Contractor's property and leave the site in such condition as specified, as shown on the Drawings or as directed by the City's Representative. 3. In unfinished areas, leave the site evenly graded as necessary, in a condition that will restore original drainage, and with an appearance equal to or better than original. ARTICLE 7 LAWS AND REGULATIONS 7.10 Air Quality Control. Add the following: Minimize air pollution likely to occur from construction and/or quarrying and hauling operations by wetting down bare soils during windy periods, requiring proper combustion emission control devices on construction vehicles and equipment,and by shut down of motorized equipment not in use. Trash burning will not be permitted on the construction site. Add the following: 7.19 Environmental Controls. 7.19.1 General: The Contractor in executing the work shall maintain affected areas within and outside project boundaries free from environmental pollution that would be in violation of federal, state or local regulations. Do not impair operation of existing utility systems. Prevent construction material, pavement,concrete, earth, volatile and corrosive wastes, and other debris from entering sewers or water mains. 7.19.2 Hazardous Waste Generation Every effort to minimize or eliminate the generation of hazardous waste shall be used by the Contractor in the performance of the work of this Contract. Unless there is no substitute, no hazardous materials shall be used in the performance of the work of this Contract.The Contractor will take all necessary precaution to avoid to release of petroleum based or other hazardous materials into SMIC Paving MODIFICATIONS TO THE GENERAL CONDITIONS Section 000800 Page 6 99 SECTION 000800 - MODIFICATIONS TO THE GENERAL CONDITIONS the water and surrounding environment.The Contractor will be held responsible for any and all such spills. 7.19.3 Water Pollution Control Comply with laws, rules, and regulations of the State of Alaska and agencies of the United States Government prohibiting the pollution of marine waters, lakes,wetlands,streams,or river waters from the dumping of refuse, rubbish, or debris. Prior to commencing excavation and construction, obtain the Engineer's agreement with detailed plans showing procedures intended to handle and dispose of sewage, groundwater, and storm water flow, including dewatering pump discharges. If required, a containment boom must be installed and maintained during construction. The boom shall be adequate to prevent siltation of surface waters. The containment boom must be adequate for containment of any possible oil spills from construction activities. 7.19.4 Waste Material Disposal Maintain areas covered by the Contract and affected public properties free from accumulations of waste, debris, and rubbish caused by construction operations. Cleaning and disposal shall comply with local ordinances and anti-pollution laws. Do not burn or bury rubbish or waste materials on the project site. Do not dispose of volatile wastes such as mineral spirits, oil, chemicals,or paint thinner in storm or sanitary drains. Disposal of wastes into streams or waterways is prohibited. Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. ARTICLE 8 OTHER WORK 8.4 Coordination.Add the following: 8.4.1 Construction activities must be coordinated with the normal operation of the City of Seward, the Harbormaster, lease holders, and landowners adjacent to the project. The Contractor's work schedule, staging areas, construction, etc. shall accommodate the needs and schedule of these entities. The Contractor shall coordinate staging, storage, and construction activities with the City of Seward. 8.4.2 The City of Seward, Harbormaster, will require a minimum of 14 days notice for work at the Travelift Runway which will affect/shutdown Travelift operations. More advance notice for multiple vessel or vehicle relocations(i.e.,vacating large harbor or parking areas outside the project boundaries)shall be made in writing by the contractor upon submission of the Anticipated Schedule in accordance with Section 6.6 of the General Conditions. Earlier start dates without providing the notice will not be permitted unless coordinated in advance and expressively approved in writing by the City's Representative. 8.4.3 The Contractor shall provide a minimum 72-hour notice of any other construction operations which may affect City of Seward operations. Coordination,scheduling and conflicts shall be directed to the Harbormaster or his designee. designated areas of ARTICLE 11 CONTRACT TIME; COMPUTATION AND CHANGE 11.8 Delay Damages.Add the following: The City may withhold, out of any progress payment, the sum and assess Liquidated Damages of One Thousand Five Hundred dollars ($ 1,500.00) for each and every calendar day that the Final SMIC Paving MODIFICATIONS TO THE GENERAL CONDITIONS Section 000800 Page 7 100 SECTION 000800 - MODIFICATIONS TO THE GENERAL CONDITIONS Completion Date is delayed beyond the specified Contract Completion Date to cover the City's ongoing administrative costs. Additional Liquidated Damages directly associated with any restricted access or use of SMIC facilities including all docks,lifts, uplands,and staging areas will be charged to the Contractor based on actual costs incurred plus 10% markup to cover City administrative time associated with management of the shutdowns. ARTICLE 12 QUALITY ASSURANCE 12.3 Tests and Inspections. Add the following: 12.3.5 A City representative will be assigned to observe the work. It is understood that such City representative(s)shall have the authority to issue Notice of Non-conformance, and make decisions within the limitations of the authority of the City. The Contractor shall furnish all reasonable assistance required by the Engineer or City representative(s)for proper observation of the work. The above-mentioned project representatives shall not relieve the Contractor of his obligations to conduct comprehensive inspections of the work and to furnish materials and perform acceptable work,and to provide adequate safety precautions, in conformance with the intent of the Contract. ARTICLE 13 PAYMENTS TO CONTRACTOR AND COMPLETION 13.1 Schedule of Values. Add the following: Schedule of Values for this project must include project name,project number,and contract number and must reflect the header information listed in the table below. Item Item Unit Unit Plan Previously This Invoice Total To Date # Price Invoiced Quantity $Amt Quantity $Amt Quantity $Amt Quantity $Amt END OF SECTION SMIC Paving MODIFICATIONS TO THE GENERAL CONDITIONS Section 000800 Page 8 101 SECTION 000900 -SPECIAL PROVISIONS 900.01 General Statement The Special Provisions set forth conditions and requirements unique to this Project and are supplemental to, and supersede, the City of Seward General Conditions of the Construction Contract as amended by the Modifications to General Conditions. It shall be the responsibility of the Bidder to prepare his/her bid so all materials and construction shall harmoniously conform to the intent of the Contract Documents. 900.02 Scope of Work The scope of work under the Base Bid generally includes providing 45,930 SF of asphalt pavement and base course at the North Dock and Barge Ramp and 29,430 SF of thickened asphalt pavement and base course at the Travelift Runway. In addition,water valve boxes and storm drain manhole rims will be adjusted to finished grade. The scope of work under Additive Alternate A generally consists of installing an additional 23,860 SF of thickened asphalt pavement and base course at the Travelift Runway. 900.03 Laborer's and Mechanics' Minimum Rates of Pay Use the applicable State wage rates that are in effect 10 days before Bid Opening. State wage rates can be obtained at the following website: http://www.labor.state.ak.us/iss/pamP600.htm 900.04 Time of Completion The following work shall be completed in accordance with the Contract Documents: • Substantial Completion: Substantial completion is defined as all Work completed except inspection and associated repairs/corrections. All work on the project shall be substantially completed, tested, and fully functional by June 1, 2019. • Final Completion: Final project completion is defined as all Work completed. All work under this contract including all closeout documentation must be completed no later than June 15, 2019. If any additional repairs are required,the Contractor shall make these repairs immediately upon notification. 900.05 Coordination and Scheduling The Contractor will closely coordinate all work with the City's Representative.The work will be scheduled and performed in a manner that minimizes disruption to SMIC operations. The Contractor shall sequence earthwork and asphalt pavement installation in a manner that minimizes limited access/shutdown to the dock, moorage float, and Travelift haulout facilities at the SMIC. The City's Representative shall be notified at least 2 weeks in advance of any anticipated disruptions of service to SMIC dock and float facilities, and 4 weeks in advance of shutdown for the TraveLift haulout facilities(as public notices are required). Any delays to the Contractor's work as a result of a lack of adequate coordination will be at the Contractor's expense. The City of Seward is responsible for notification of SMIC users as needed to accommodate demolition and construction at the designated facilities and as otherwise necessary to complete the Work. If the Contractor requires special storage or staging considerations or relocation of existing boats, he shall contact the City's Representative 2 weeks in advance to make such request. When requested by the City, and at no additional cost to the Contract, the Contractor's designated Superintendent will be required to attend meetings of the Port and Harbor Advisory Board or City Council. The purpose will be to inform the City and residents of the current status and scheduling of events on the project. 900.06 Permits The Contractor will adhere to the provisions and stipulations set forth in all applicable permits. The following permits shall be applied for by the Contractor as necessary prior to initiating construction activities: 1. Construction General Permit for Storm Water Discharges for Large and Small Construction Activities (2016 CGP, AKR1000000) 2. City of Seward Dig Permit SMIC Paving 102 SPECIAL PROVISION Section 000900 Page 1 SECTION 000900 -SPECIAL PROVISIONS 3. City of Seward Fire Hydrant Use Permit 900.07 Order of Award of Alternative Bids The intent of award is to the lowest responsible and responsive bidder unless it rejects all bids.The low bidder will be based on the following bid totals, subject to available funding, listed in the order of priority: 1. Base Bid + Additive Alternate A 2. Base Bid If all bids for#1 above exceeds the stated budget, the award will be based on the low bid for#2 as funding allows. Bidders are required to submit bids for the Base Bid items and all Additive Alternate items contained in the Bid Schedule. The City will state the amount of available funding at the time of bid opening. The City will notify the successful bidder in writing of its intent to award the Contract and request that certain required documents, as listed in Section 000200—Required Documents be submitted within the time specified. The successful bidder's refusal to sign the Contract and provide the requested documents within the time specified may result in cancellation of the notice of intent to award and forfeiture of the bid security. 900.08 Public Convenience and Access The Contractor shall comply at all times with the provisions of this article while constructing this project. Adjacent docks are to remain in public service.The Contractor shall take all precautions necessary and install protective barriers and/or warning signs to ensure public safety and continued access to nearby docks and beach areas. END OF SECTION SMIC Paving 103 SPECIAL PROVISION Section 000900 Page 2 Sponsored by: Regis CITY OF SEWARD,ALASKA RESOLUTION 2019-046 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SEWARD, ALASKA, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH GovHR USA FOR AN AMOUNT NOT TO EXCEED $45,000 TO REVIEW THE CITY OF SEWARD CLASSIFICATION AND COMPENSATION PLAN, AND APPROPRIATING FUNDS WHEREAS, Seward City Code §3.10 describes the City's Position Classification plan; and WHEREAS, SCC §3.10.020 states "the classification plan is an administrative tool that provides a system of standardized titles and common job language and is critical to the effective administration of personnel activities such as: 1. workforce planning and budgeting, 2. establishing job performance standards, 3. establishing fair and equitable pay, 4. developing training programs, 5. developing valid selection and recruitment programs, 6. establishing appropriate career lines."; and WHEREAS, SCC §3.10.025 provides for the development and administration of the classification plan by the City Manager; and WHEREAS, SCC §3.10.025(2) provides that "the City Manager shall periodically review the entire classification plan or any part thereof at his/her own initiative or at the reasonable request of a department head or group of employees; provided, however, that such a review shall be conducted at least every three years. The purpose of the review shall be: 1. to ascertain whether or not the plan accurately reflects existing conditions; 2. to determine the accuracy of class specifications; 3. to assure that positions are properly classified."; and WHEREAS, the last major review of the classification and compensation plan by an outside consultant was in 2001; and WHEREAS, it is recommended that the City contract to have a professional consultant review and update the City's Classification and Compensation Plan; and WHEREAS, the City received two (2) competitive proposals in congruence with the specifications outlined in the Request for Proposals (RFP); and WHEREAS, a scoring team consisting of the Acting City Manager, Personnel Officer, Seward Public Employees Association (SPEA) President, SPEA Vice President, and the Union 104 CITY OF SEWARD,ALASKA RESOLUTION 2019-046 Local International Brotherhood of Electrical Workers (IBEW) Shop Steward, scored the proposals based on the scoring criteria set forth in the RFP; and WHEREAS, out of 100 points possible, GovHR USA received 85 points, and Trest Benefit Solutions, LLC received 72 points; and WHEREAS, GovHR USA, of Northbrook, IL, has done classification and compensation plan studies for other municipalities, has done other consulting work for the City of Seward City Manager Recruitment, and is qualified to conduct the City's review of its Classification and Compensation Plan; and WHEREAS, the General Fund will fund the majority of this contracted service based on the number of employees that operate within the General Fund; and WHEREAS, Enterprise Funds will fund their portion of the study based on the number of employees within their department. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SEWARD,ALASKA that: Section 1. The Seward City Council finds it is in the public's best interest to enter into a professional services agreement with GovHR USA to conduct a classification and compensation plan study. Section 2. The City manager is hereby authorized to enter into a contract with GovHR USA for an amount not to exceed $45,000 to review the City of Seward Classification and Compensation Plan. Section 3. Funding for this contract is as follows: $32,850 from the General Fund reserves account no. 01000-0000-3400 to contracted services account no. 01000-1180-7009; $4,950 from the Electric Department reserves account no. 15000-0000-3400 to contracted services account no. 15000-3000-7009; $5,400 from the Harbor Department reserves account no. 11000-0000-3400 to contracted service account no. 11000-2000-7009; $900 from the Water Department reserves account no. 17000-0000-3400 to the contracted services account no. 17000- 4000-7009; and, $900 from the Sewer Department reserves account no. 18000-0000-3400 to contracted services account no. 18000-4500-7009. Section 4. This resolution shall take effect immediately upon adoption. PASSED AND APPROVED by the City Council of the City of Seward, Alaska, this 241h day of April, 2019. 105 Agenda Statement Meeting Date: April 24, 2019 'ro: City Council From: Norm Regis, Acting City Manager Agenda Item: Wage and Classification Study contract BACKGROtTN'D & J U STI FI CATION: On March 11, 2019 the City Council passed and approved Resolution 2019-027 authorizing the City Manager to enter into a contract with the Seward Public Employee Association (SPEA) for the Purpose of employee representation. Included in Resolution 2019-027 was a provision that the City agreed to conduct a wage study of all City Employees and upon completion of the study, contract negotiations will reopen. Historically,the City has periodically reviewed the entire classification plan via professional firms. The last such comprehensive analysis was completed by Woods and Associates for $30,000 in 2001, approved via Resolution 2001-013. Prior to 2001, the last major review by a professional consultant was in 1984. Under the direction of Interim City Manager Jeff Bridges, a request for proposals was issued on February 22, 2019 with competitive bids due and opened on March 8, 2019. Of the two bids received, GovlIR TJSA was successfully selected after review on April 1, 2019 by two members of administration, two SPEA officers and one representative from the International Brotherhood of Electrical Workers (fBEW). For completion of the project, (3ov1IR USA has proposed a total cost of $45,000; $37,000 for professional fees and $8,000 for expenses. The total project time is expected to take 15 weeks. Govf-IR is a public management consulting firm serving municipal clients and other public sector entities on a national basis. They are currently contracted with the City of Seward for the purpose of conducting the ongoing City Manager recruitment process. INTENT: To authorize the City Manager to enter into a contract with GovHR, tJSA to complete a Classification and Compensation Study, CONSISTENCY CIIECKLIST: Yes No N/A I Comprehensive Plan(document source here) X Strategic Plan (docurnent source here): -ovide quality leadership and X 2 The mission of the City of Seward is to pi economic Nvellbeing of its citizens 106 ---- - 3 Other: Seward City Code 3.15 - Salary Administration X FISCAL NOTE: There are sufficient funds within the General Fund, Electric, Harbor, Water and the Sewer Enterprise Fund reserve accounts to pay for this contract based on the number of employees represented in each department. Approved by Finance Department: ATTORNEY REVIEW: Yes X No RECOMMENDATION: Approve Resolution 2019-046 authorizing the City Manager to enter into a contract with GovHR USA for the purpose of completing a Classification and Compensation Study. 107 USA CONTRACT BETWEEN THE CITY OF SEWARD ALASKA AND C;OVHR USA LLC FOR A COMPENSATION POSITION CLASSIFICATION AND LEAVE STUDY The City of Seward, Alaska agrees to have CovHR USA, LL.0 conduct a Compensation, Position Classification and Leave Study as outlined in the City's Request for Proposal (RFP) and CovHR'S Proposal dated March 4, 2010. The terms of the RFP and GovHR's Proposal are Incorporated herein and shall become a part of this contract. Total Project Cost: $45,000 ($37,000 for professional fees and $5,000 for expenses). Payment Terms: Professional fees will be Invoiced as follows: 40%of the professional fees ($14,800) will be dine at the time the contract is signed; 40% ($14,800) will be due approximately 10 weeks after the project begins, upon the delivery of the preliminary findings; and the remaining 20% ($7,400) plus expenses will be billed after the Study is completed. Invoices will be sent to the City and are payable within 30 days of receipt, after which a 2% monthly interest charge will accrue. 1. CONTRACT 1.1 Contractor shall comply with all laws and ordinances legally enacted at the date of execution of the Agreement which govern proper performance of the Work. 1.2 SUBCONTRACTORS. Subcontractors will not be used without prior approval by the City. 1.3 COMMENCEMENT. The Work shall commence upon the date of receipt of a written Notice to Proceed by the Contractor. 1.4 CONTRACT TERM, The term of this Agreement shall be until completed or otherwise legally terminated. The expected cornpletion date is----. Time is of the essence in this agreement. 1.5 CHANGE ORDERS. Changes in the Work which are within the general scope of this Agreement will be accomplished by Change Order, signed by both City and Contractor and stating the change and any adjustment in Task Order Price,Task Order Completion Date, and/or date of Substantial Completion, 1.6 INDEMNITY. Contractor shall indemnify, defend, and hold harmless the City from and against any claim of, or liability for, negligent acts, errors, and omissions of Contractor under this Agreement. Contractor is not required to indemnify, defend, or hold harmless the City for a claim of, or liability for, the independent negligent acts, errors, and omissions of the City. if there is a claim of, or 630 Dundee Road,Suite 130,Northbrook,It.60062 Locai:847.380.3240 Tall Free:855.68GovHR (855.684.6847) Fax:866.401.31.00 GovHRUSA.corn P;CI Ca,.TJVt : NTF H'A',"?"/\Y I1NC VA!14/`,GyiFI r0°ANC ) ddJYOANa RFQ(;°NJ ,0 C.C„VSIJ 'PV, 507486\1006\00806259 108 USA Sr(>v a u r ,)'� liability for, a joint negligent act, error, or omission of Contractor and the City, the indemnification, defense, and held harmless obligation of this provision shall be apportioned on a comparative fault basis. In this provision, "'Contractor" and "City" include the employees, agents, and contractors who are directly responsible, respectively, to each. In this provision, "independent negligent acts, errors, and omissions" rneans negligence Other than in the City's selection, administration, monitoring, or controlling of Contractor, or in approving or accepting Contractor's work. 1.7 CONTRACTOR'S INSURANCE 1.7.1 Contractor will provide evidence of insurance with a carrier or carriers satisfactory to City covering injury to persons and/or property suffered by City or a third party as a result of operations by Contractor which arise both out of and during the course of this Agreement. This coverage will also provide protection against injuries to all employees of Contractor engaged in Work under this Agreement. The delivery to City of a written thirty (30)-day notice is required before cancellation of any coverage or reduction in any limits of liability. 1.7.2 Contractor will maintain in force at all times during the performance of Work under this Agreement the following policies of insurance. Failure to maintain insurance may, at the option of City, be deemed Defective Work and remedied in accordance with the Contract Documents. Where specific limits and coverage are shown, it is understood that they will be the minimum acceptable. The requirements of this Paragraph will not limit the Contractor's responsibility to indemnify under Paragraph 1.6. A. Comprehensive or Commercial General Liability Insurance: Contractor will provide and maintain either Comprehensive or Commercial General Liability Insurance to cover all operations by or on behalf of Contractor, and provide insurance for bodily injury and property damage liability, including coverage for premises and operations, products and completed operations, and personal injury liability, The minimum limits of liability will be: (1) If Contractor carries a Comprehensive General Liability policy, the limits of liability will not be less than a Combined Single Limit for bodily injury, property damage and Personal Injury Liability of$1,000,000 each occurrence/$1,000,000 aggregate. ( ) If Contractor carries a Cormercial General Liability policy, the limits of liability will not be less than $1,000,000 each occurrence (Combined Single Limit for bodily injury and property damage), $1,000,000 for Personal Injury Liability, $1,000,000 aggregate for Products-Completed Operations, and $1,000,000 general aggregate. B3 Professional Liability Insurance: Contractor will provide and maintain professional liability insurance for claims arising from negligent performance of professional services under this Agreement and shall be written for not less than $2,000,000 per claim/$2,000,000 aggregate, with such insurance maintained for a minimum of three years after the date of Task Order Completion. 630 Dundee Road,Suite 130, Northbrook,lL 60062 Local:847.380.3240 Toll Free:555.68GovHR (855.684.6847) Fax:966,401.3100 GovHRUSA.corn D( 1;U� V dGCRUI CIfFJP 'i 1V' RINA si'f i l'QG I`v"rrAIV\('flPNARN li) [.Iih/f "d llf`r €.1P f C,0N=1VSU.i ffl(: 507486\1006\00€106259 109 JSA C. Workers` Compensation Insurance: Contractor will provide and maintain, for all employees of Contractor engaged in work under this Agreement, Workers" Compensation insurance as required by AS 23.30.045, to include Employer's Liability Protection in the amount of$1,000,000 per person/$.1,000,000 per Occurrence. D. Automobile Liability Insurance: Contractor will provide and maintain for all owned, hired and non-owned vehicles coverage in limits not less than the following: $1,000,000 each occurrence (Combined Single Limit for bodily injury and property damage). 1.7.3 Certificates of Insurance acceptable to City will be filed with City. Certificates for all coverage will be provided before commencement of the Work. Each Certificate of Insurance will contain the following statement: "This is to certify that the policies described herein comply with all aspects of the insurance requirements of (Contract Name and Project Number)." Acceptance by City of a deficient Certificate of Insurance does not constitute a waiver of any requirement of insurance in the. Contract Documents. A. Contractor's insurance will be endorsed to provide that the insurers and underwriters on all policies waive their right of subrogation against City. Except for workers' compensation coverage described at 1.7.2(C), City will be named additional insured on all policies. 1..8 SURVIVAL. Contractor's insurance and indernnity obligations hereunder will survive termination of this Agreement, 1.9 WAIVER OF SUBROGATION 1.9.1 Contractor and City waive all rights against each other, and any of their respective employees, agents, consultants, and Subcontractors, for damages caused by risks covered by insurance provided in Paragraph 1.7.2 to the extent they are covered by that insurance, except such rights as they may have to the proceeds of such insurance held by Contractor or City as trustees. Contractor shall require similar waivers from any and all Contractors, and shall require each of them to include similar waivers in their subcontracts and consulting agreements. 1.9.2 If the policies of insurance referred to in this Paragraph require an endorsement to provide for continued coverage where there is a waiver of subrogation, the holder of such policies will cause them to be so endorsed. . OWNERSHIP OF DATA Upon final payment or termination of this Agreement, Contractor and City own the property rights, except for copyrights, of all documents, electronic data and information prepared, provided or procured by Contractor or its Subcontractors and distributed to City for this Project and shall have the right to use, reproduce and make derivative works of the data. 630 Dundee Road,Suite 130„Northbrook,R.60062 Locak 847.380,3240 Toll Free:855.68GovHR (855.694.6847) Fax.866,401.3100 GovFIRUSA.corn "I'i;:(.I'VF"FCR1 11 7,AFf,'` N,i' lMNA ,'Af,F(I C4 M/NF C�t f°,/k N f s NID 1 flUM/'N R `,,O).R f'C:C)P^aS . NG, 507486\1 006\00806259 110 HRUSA 3. DISPUTE RESOLUTION. If a dispute arises out of or relates to this Agreement or its breach, the parties skull endeavor to settle the dispute first through direct discussions. If the dispute cannot be settled through direct discussions, any actions arising under this Agreement shall be instituted at the Superior Court for the State of Alaska at Anchorage. This Agreement shall be governed by and construed in accordance with the laws of the State of Alaska. No clairn, dispute, or controversy shall interfere with the progress and performance of Work required under this Agreement, and Contractor shall proceed as directed by City in all instances with its Work. 4. MISCELLANEOUS PROVISIONS 4.1 INTEGRATION. The Contract Documents represent the entire and integrated Agreement between the parties, and supersede prior negotiations, representations, or agreements, either written or oral, The Contract Documents may be amended or modified only by the procedure set forth herein. 4.2. INTFRPRFTATiON. The rule of construction that terms of an agreement are construed against the party that drafted the agreement shall not apply to this Agreement. 4.3 INDEPENDENT CONTRACTOR. Contractor acts as an independent contractor to City and is not an agent, partner, or in a joint venture with the City in the performance of this Agreement. Contractor shall exercise exclusive control for the paeans, methods, techniques, and procedures in performance of the Work. 4.4 ASSIGNMENT. Neither City nor Contractor shall assign their interest in this Agreement without the written consent of the other except as to the assignment of proceeds. 4.5 SEVERARILITY. The partial or complete invalidity of any one or more provisions of this Agreement shall not affect the validity or continuing force and effect of any other provision. 4.6 COUNTERPARTS. This Agreement may be simultaneously executed in several counterparts, each of which will be an original and all of which will constitute but one and the same instrument. 4.7 TITLES. The titles given to the Articles and Paragraphs of this Agreement are for ease of reference only, and shall not be relied upon or cited for any other purpose. 630 Dundee Road,Suite 130,Northbrook,9L 60062 Loc,.al:847,380.3240 ToH Free:855.68GovHR (855.684.6847) Fax:866.401..3100 Caov6IRUSA.corn C 'T vy Rf 00,I1 'tJ1FNI 1''41l itlNA')"'A I'�I6 M' 'rA('i[Nfl<INJ A,N"') '.JJr'A'r0Q "'(,"(A i R(H CO 11"If"1G, 507486\'i 006\00806259 111 USA ACCEPTED: THE CITY OF SEWARD, ALASKA BY: TITLE: GATE: GovHR USA, LLC 4 GATE: , � ..... __ 630 Dundee Road,Suite 1.30,Northbrook,IL 60062 Local:847.380.3240 'Toll Free:855.68Govl•iR (855.684.6847) Fax:866.401.31.00 GovHRUSA.corn V.,1,1-r�1'111U '" h:111�I ',ail k ClM {��,F�-ING VAN1"�f,!�iFN -ndI�AIAJ 1 j 1l.Jl°CIA NJ IC1`�,C;�URC I u C;IN 1J1 I'�G 5074860006\0,08 06259 112 Sponsored by: Regis CITY OF SEWARD, ALASKA RESOLUTION 2019-047 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SEWARD, ALASKA, AUTHORIZING THE CITY MANAGER TO ENTER INTO A PROFESSIONAL SERVICES AGREEMENT WITH THYSSENKRUPP ELEVATOR COMPANY TO PROVIDE ELEVATOR MAINTENANCE AND REPAIR SERVICES FOR THREE CITY ELEVATORS WHEREAS, the Alaska State Statutes and Regulations require the City to have an established elevator maintenance and control program that is managed by qualified elevator personnel as outline in the current A17.1 Safety Code for Elevators and Escalators, Sections 8.6 and 8.11; and WHEREAS,the current contract with Otis Elevator Company expired March 15,2019;and WHEREAS, in accordance with City Code Section 6.10.135 and 6.10.140, a Request for Proposals (RFP)was issued March 6, 2019; and WHEREAS, the proposals were evaluated by staff from the Public Works Department. Thyssenkrupp Elevator was determined to be a qualified and responsive proposer for the amount of $4,464.00 annually; and WHEREAS,the three elevators are located in City Hall,Community Center,and the Seward Library Museum. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SEWARD, ALASKA that: Section 1. The City Manager is hereby authorized to enter into a Professional Services Agreement,in substantially the same form herein,with Thyssenkrupp Elevator Company for repairs and maintenance of three city elevators for the amount not-to exceed $4,464.00 annually. Section 2. Funding for this contract is included in each department's budget. Section 3. This resolution shall take effect immediately upon its adoption. PASSED AND APPROVED by the City Council of the City of Seward, Alaska, this 24t' day of April, 2019. 113 Agenda Statement Meeting Date: April 24, 2019 ' To: City Council Through: Norm Regis, Acting City Manager From: Doug Schoessler, Public Works Director Agenda Item: Professional Service Agreement with Thyssenkrupp Elevator Company for the Elevator Maintenance &Repair BACKGROUND & JUSTIFICATION: The City maintains elevators at three (3) locations (City Hall, the Community Center and the Library/Museum) and is required by Section 8.6 and 8.11 of the current A17.1 Safety Code for Elevators and Escalators, to have an established Maintenance and Control Program (MCP). The service mandated under the MCP are to be conducted by qualified elevator personnel and at a minimum must include: quarterly inspection; quarterly cleaning/maintenance; quarterly Fire Emergency Service Phase 1 testing; a once-every-5-year Full Load test; annual Load and Pressure Relief testing; an annual Efficiency and Maintenance Survey Inspection Report; and maintain the maintenance and repair records for all services provided to maintain the MCP. The current Elevator Maintenance and Repair agreement expires on March 15,2019.In accordance with Seward City Codes 6.10.135 and 6.10.140,Public Works issued a Request for Proposals(RFP) to enter into a professional service agreement for a three (3)year contract, with two (2) additional one-year extension available. Funds are currently budgeted in the Contracted Services line items of each building's budget. INTENT: To enter into a professional services agreement with Thyssenkrupp Elevator Company for the maintenance and repair of City's three (3) elevators. CO SISTENCY CHECKLIST: F No N/A 1. Comprehensive Plan (document source here): Pg. 8 1.3 "Public Safety" I _ 2. Strategic Plan (document source here): X 3. Other (list): X FISCAL NOTE: Funding for this agreement is contained within the 2019 budget for each department. Approved by Finance Department: ........._, rl� f�c����... ............................ . ATTORNEY REVIEW: Yes No Not Applicable X RECOMMENDATION: Approve Resolution 2019-047 authorizing the City Manager to enter into a professional services agreement with Thyssenkrupp Elevator Company to provide elevator maintenance and repair for all three city elevators. 114 AGREEMENT FOR ELEVATOR MAINTENANCE AND REPAIRS THIS AGREEMENT is made and entered into this 22 day of April 2019 ("Effective Date"), by and between the CITY OF SEWARD, ALASKA a home rule municipal corporation(hereinafter called Owner),and THYSSENKRUPP ELEVATOR COMPANY (hereinafter called Contractor). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: 1. WORK PROVIDED BY CONTRACTOR 1.1 Scope of Work',. Contractor shall provide the materials and work described in the Owners Request for Proposal ("UP") attached hereto as Exhibit "A" and incorporated herein by reference ("UP") and Contractor's Response dated March 28"' (the "Proposal"'), attached hereto as Exhibit "B" and incorporated herein by reference. 1.2 Standards and Pragtigs. All work to be provided by Contractor pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily exercised in similar fields and circumstances in accordance with sound practices. Materials and elevator parts will be suitable for their intended purpose. Contractor also warrants that it is familiar with all laws that may affect its performance of this Agreement and shall advise the Owner of any changes in any taws that may affect Contractor's performance of this Agreement. 1.3 Warrant y. Contractor warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and Alaska employment laws including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety in employment and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. 1.4 Non-discrimination In performing this Agreement, Contractor shall not engage in, nor permit its agents to engage in. discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical handicap, medical condition, marital status, sexual gender or sexual orientation. 1.5 Non-Exclusive Agreement. Contractor acknowledges that Owner may enter into agreements with other Contractors for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services contemplated by this Agreement. -Page 1 of 9- 1.6 Delegation and Assignment. Contractor was selected, in part, based on experience in the work to be performed, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written consent of Owner. Contractor may engage a subcontractor(s) as permitted by law and may employ other personnel to perform work contemplated by this Agreement at Contractor's sole cost andexpense. 2. COMPENSATION ANDBILLIN+G 2.1 CoiD, nsatiog. Contractor shall be paid on a quarterly basis in accordance with the methodology and fee schedule set forth inthe Proposal. 2.2 Additional Work. Contractor shall not receive compensation for any work outside the scope of work specified in the Proposal unless the Owner, prior to Contractor performing the additional work, approves such additional work in writing. It is specifically understood that oral requests and/or approvals of such additional work or additional compensation shall be barred and are unenforceable. 2.3 Method of Billing. Contractor shall submit invoices to Owners Contracting Officer for approval on a quarterly basis. Invoices shall be based on the total of all Contractor's work which has been completed to Owner's sole satisfaction. Owner shall pay Contractor's invoice within thirty (30) days from the date Owner receives the invoice, for work completed. Each invoice shall describe in detail the materials or parts purchased and the services performed and the associated time for completion. Any additional work approved. and performed pursuant to this Agreement shall be designated as "Additional Work" and shall identify the number of the authorized change order,where applicable, on all invoices. 2.4 Records and Audits. Records of Contractor's work relating to this Agreement shall be maintained in accordance with generally recognized accounting principles and shall be made available to Owner or its Contracting Officer for inspection and/or audit at mutually convenient times for a period of three (3) years from the Effective Date. 3. TIME OF PERFORMANCE 3.1 Commencement and Completion of Mork. The work to be performed pursuant to this Agreement shall commence upon issuance of a Notice to Proceed by the Contracting Officer. Work shall be performed in strict compliance with a schedule approved by Owner, as may be amended by mutual agreement of the parties. Failure to commence work in a timely manner and/or diligently pursue work to completion may be grounds for termination of this Agreement. -Page 2 of 9- 3.2 Project. Delay. Notwithstanding any other provision in the contract to the contrary, neither party shall be liable for any loss, damage or delay due to any cause beyond either party's reasonable control, including but not limited to acts of government, labor disputes, strikes, lock outs, theft, weather, natural or man-made disaster, civil commotion, mischief or act of God. Under no circumstances shall either party be liable for special, indirect, liquidated or consequential damages of any kind including, but not limited to, loss of goodwill, loss of business opportunity, additional financing costs or loss of use of any equipment or property. 4. TERM AND TERMINATION 4.1 Term. This Agreement shall commence on the Effective Date and continue for a period of three (3) years, ending on April 22, 2022, unless previously terminated as provided herein or as otherwise agreed to in writing by the parties. The Owner, through the City Manager, may, at the Owner's discretion, offer to extend this Agreement for up to two additional one-year periods. If Owner makes such an offer, the Contractor will have 30 days to accept or refuse the offer. 4.2 Notice of Termnjati, r7. This Agreement may be terminated: 1) if Contractor fails to perform any of its material obligations hereunder and does not cure such failure within thirty (30) days after receipt of written notice from the Owner specifying such failure; or 2) if the funding for this Agreement is not appropriated by the Owner, upon receipt of a notice of termination. In the event of such termination, Contractor shall immediately stop rendering services under this Agreement unless directed otherwise by the Owner. 4.3 Cerra n petisation. In the event of termination, Owner shall pay Contractor for reasonable costs incurred and services satisfactorily performed up to and including the date of termination. Compensation for work in progress shall be prorated as to the percentage of work completed as of the effective date of termination in accordance with the fees set forth herein. 4.4 DoCUJIIelltS. In the event of termination of this Agreement, all documents prepared by Contractor in its performance of this Agreement including, but not limited to, finished or unfinished design, development and construction documents, data studies, drawings, maintenance records, maps and reports, shall be delivered to the Owner within ten (10) days, at no cost to Owner. Any use of uncompleted documents without specific written authorization from Contractor shall be at Owner's sole risk and without liability or legal expense to Contractor. -Page 3 of 19- 5. INSURANCE. 5.1 Minn-FILIM SCOLle and Limits of Insurance. Contractor shall obtain and maintain during the life of this Agreement all of the following insurance coverages: (a) Comprehensive general liability, including premises-operations, products/completed operations, broad form property damage, blanket contractual liability, independent contractors, personal injury with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate, (b) Automobile liability for owned vehicles, hired, and non-owned vehicles, with a policy limit of not less than One Million Dollars ($1,000,1000.00), combined single limits,per occurrence and aggregate. (c) Workers' compensation insurance as required by the State of Alaska. 5.2 Endorsements. The comprehensive general liability insurance policy shall contain or be endorsed to contain the following provisions: (a) Additional insureds: "The City of Seward and its elected and appointed officers, agents,and employees are additional insureds with respect to this contract with Owner." (b) Notice- "Said policy shall not terminate, nor shall it be cancelled, nor the coverage reduced, until thirty (30) days after written notice is given to Owner." (c) Other insurance: "Any other insurance maintained by the City of Seward shall be excess and not contributing with the insurance provided by this policy." 5.3 Certificates of Insurance: Contractor shall provide to Owner certificates of insurance showing the insurance coverages and required endorsements described above, in a form and content approved by Owner., prior to performing any work under this Agreement. 5.4 Non-limiting: Nothing in this Section shall be construed as limiting in any way, the indemnification provision contained in this Agreement, or the extent to which Contractor may be held responsible for payments of damages to persons or property, -Page 4 of V- 6. GENERAL PROVISIONS. 6.1 Entire Agreement: This Agreement constitutes the entire Agreement between the parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing and signed by the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appurtenant hereto, including exhibits to this Agreement. 6.2 Rgpr�sentatjves. The Public Works Director, Doug Schoessler, or his designee, shall be the representative of Owner for purposes of this Agreement and may issue all consents, approvals, directives and agreements on behalf of the Owner, called for by this Agreement, except as otherwise expressly provided in this Agreement. Contractor shall designate a representative for purposes of this Agreement who shall be authorized to issue all consents, approvals, directives and agreements on behalf of Contractor called for by this Agreement, except as otherwise expressly provided in this Agreement. 6.3 Notices: Any notices, documents, correspondence or other communications concerning this Agreement, or the work hereunder may be provided by personal delivery, facsimile or mail and shall be addressed as set forth below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; b) at the time of transmission if such communication is sent by facsimile ; and c) 48 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent through regular United Statesmail. IF TO CONTRACTOR: IF TO Owner: Thyssenkrupp Elevator City of Seward, Alaska 2000 W. International Airport Rd. P.O. Box 167 Anchorage, AK 99501 Seward, Alaska 99664 Phone: 907.224.4058 Phone: 907.522.3002 Fax: 907.224.5051 ATTN: Clay Hotchkiss ATTN: Doug Schoessler 6.4 Attoruevs' Fees: In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys" fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof, -Page 5 of 9- 6.5 Governit7 Law: This Agreement shall be governed by and construed under the laws of the State of Alaska. In the event of any legal action to enforce or interpret this Agreement, the parties hereto agree that the sole and exclusive venue shall be a court of competent jurisdiction located in Anchorage,Alaska. 6.6 Assignment: Contractor shall not voluntarily or by operation of law assign. transfer, sublet or encumber all or any part of Contractor's interest in this Agreement without Owner's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for termination of this Agreement. Regardless of Owner's consent, no subletting or assignment shall release Contractor of Contractor's obligation to perform all other obligations to be performed by Contractor hereunder for the term of this Agreement. 6.7 Indemnification: The Contractor shall indemnify, defend and hold the City of Seward harmless: (a) From and against any claim or demand for loss,liability or damage,including claims for property damage, personal injury or wrongful death, arising out of contractor's operations unless the result of the sole negligence of the Owner, or by any fire or other destructive force on the Premises or growing out of or caused by any failure on the part of the Contractor to maintain the Premises in a safe condition.;and (b) From and against all actions, suits, damages, and claims by whomsoever brought or made by reason of the non-observance or non-performance of any of the terms, covenants and conditions in the Contract or the rules, regulations ordinances and laws of the United States or the State of Alaska. 6.8 lndenendent Contractor: Contractor is and shall be acting at all times as an independent contractor and not as an employee or agent ofOwner. 6.9 Ownership of Documents All findings, reports. documents, informaion and data including, but not limited to, computer tapes or discs, files and tapes furnished or prepared by Contractor or any of its subcontractors in the course of performance of this Agreement, shall be and remain the sole property of Owner.Contractor agrees that any such documents or information shall not be made available to any individual or organization without the prior consent of Owner. Any use of such documents for other projects not contemplated by this Agreement, and any use of incomplete documents, shall be at the sole risk of Owner and without liability or legal exposure to Contractor. Contractor shall deliver to Owner any findings, reports documents information data, in any form, including but not limited to, computer tapes, discs, files audio tapes or any other Project related items as requested by Owner or its authoized representative at no additional cost to theOwner. -Page 6 ofPa- 6.10 Public Records Act Disclosure: Contractor has been advised and is aware that all reports, documents, information and data including, but not limited to, computer tapes, discs or files furnished or prepared by Contractor, or any of its subcontractors and provided to Owner may be subject to public disclosure as required by the Alaska Public Records Act. 6.11 ReSDonsibilitv for Errors. Contractor shall be responsible for its work and results under this Agreement. Contractor, when requested, shall furnish clarification and/or explanation as may be required by the Contracting Officer, regarding any services rendered under this Agreement and may be required to supplement or correct prior work at no additional cost to Owner. 6.12 Prohibited Employment: Contractor will not employ any regular employee of the Owner while this Agreement is ineffect. 6.13 Order of Precedence In the event of an inconsistency in this Agreement and any of the attached Exhibits, the terms set forth in this Agreement shall prevail. If and to the extent this Agreement incorporates by reference any provision of the RFP or the Proposal, such provision shall be deemed a part of this Agreement. Nevertheless, if there is any conflict among the terms and conditions of this Agreement and those of any such provision or provisions so incorporated by reference, this Agreement shall govern over both the Proposal and the RFP and the Proposal shall govern over the RFP. �6.14 Costs: Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as expressly provided herein. 6.15 No Third-Partv Beneficiary Rights: This Agreement is entered into for the sole benefit of Owner and Contractor and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right in, under or to this Agreement. 6.16 [Jead ings Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify,explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 6.17 Construction: The parties have participated jointly in the negotiation and drafting of this Agreement. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. -Page 7 of2J- 6.18 AmQiAxtict ts: This Agreement may only be amended by mutual agreement of the parties, and in writing, including Contract prices and schedule adjustment, prior to the commencement of work covered by changes or modifications If any such changes cause an increase or decrease in the Contractor's cost of, or the time required for, the performance of this Agreement, an equitable adjustment shall be made, and the Contract modified in writing accordingly. If the Owner and Contractor fail to agree upon this adjustment to be made, the Owner reserves the right to solicit bids from other vendors for the performance of the additional work. 6.19 Waiver: The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy in respect to any occurrence or event shall not be deemed a waiver of any right or remedy in respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. 6.20 everabilit: If any provision of this Agreement is determined by a court of competent jurisdiction to be unenforceable in any circumstance, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance 6.21 I`"ot.tntet vats: This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall constitute one agreement. 6.22 Corporate Authority:, The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so the parties hereto are formally bound to the provisions of this Agreement. -Page 8 ofl23- IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their respective authorized officers, as of the date first above written. CITY OF SEWARD CONTRACTOR Ajssea krkplo Date: Date: 4-16-2019 Clay Hotchkiss ATTEST: BRENDA BALLOU, IV MC CITY CLERK aUthoriz'160r� is, corairigilt LIP011 the iIICIUSi011 of"Aiim­i(Irrielit 10 which was provided with the bid on 3.21.2019. -Page 9 of 23- City of Seward Elevator Maintenance&Repair ServicesRPP Amendment Nnl This Amendment No.I shall be made a part ofMhis bid and any subsequent Agreement issued pursuant to an award thereof,and in the event of conflict with other a rticles,terms,cond itionis or contract documents,this Amendment No.I shall be f inaL Any clarifications presented by Thyssenkrupp Elevator Corporation (hereinafter Contractor)at the time of bid shall by this reference be incorporated herein and made a part hereof and shall govern in the event of conflict with 'other documents. In no event shall Contractor be liable underthis Agreement for indirect,special, liquidated, incidental, exemplary or consequential damages, orfor loss of use, loss of income, loss uf opportunity,ur other similar remote damages, 2.1 Indemnification Amend so Contractor's obligations to indemnify,defend and hold harmless shall be limited to Contractor's own acts and actions, and shall in no way include for the acts,actions, omissions, or neglects of a party indemnified hereunder, or for bare allegations. 2.5 Insurance Requirements:Amend so the required parties shall be added to Contractor's general liability insurance policy as an additional insured, subject to the limitations as hereafter set forth,Such additional insured coverage shall only apply to the extent any damages covered by the policy are determined to be caused by Contractor's acts, actioms, omissions or neglects, and shall not apply to, the extent caused by the additional inouried'm own acts, actions, omissions,mr neglects, or for bare allegations. 124 Page Iof8 Bronze service Agreement Special_Considerations Annual price adjustment shall be capped at 4%. Markup on material and expences for repairs and service calls: 15% Building Maintenance/Testing Service Calls RT Travel OT Onsite OT Travel Rate Seward City Hall $124/month $219/hr $199/hr $219/hr $299/hr Seward Senior $124/month $219/hr $199/hr $219/hr $299/hr Seward Library $124/month $219/hr $199/hr $219/hr $299/hr ***A 3% discount will be provided to the monthly rates listed above if payment is made annually in advance. "Maintenance/Testing"shall be defined as all maintenance and annual testing that is required by the code in effect at the time the contract is executed, as well as all requirements in the City of Seward RFQ. "Emergency" service calls that are responded to during the hours of 7:30 am and 4:30 pm (Monday through Friday except for holidays)will be billed at the Regular Time rates. When a mechanic is traveling or working on-site outside of these hours, the OT rates will apply. IevaLoir IVfaInLeinance Agirr.r.nienL 1 11/11 'ogr. 1()of 11 2f}19..363413..AC;IA 1JI::,,72I:\N 125 hysse rik,l° l°)gip City of Seward RFP Bronze Service Agreement Special Con6deratlons �` � Annual price adjustment shall be capped at 4%,, Markup on material and expends for repair and service Dells: 1 % Building aintenance[Teeting Service Calls r'T Travel CST Onaite CDT Travel mate Seward City Mall $124/month $219/hr $199/hr $219/hr $2991hr Seward Senior $124/month $219/hr $199/hr $219/hr $299/hr Seward Library $124/month $219/hr $199/hr $219/hr $299/hr "Maintenance/Testing"shall be defined as all maintenance and annual testing that is required by the code in effect at the time the contract is executed, as well as all requirements in the City of Seward rFQ. "Emergency" service calls that are responded to during the hours of 7:30 am and 4.30 pm (Monday through Friday except for holidays)will be bulled at the regular Time rates. When a mechanic is traveling or working on-site outside of these hours, the OT rates will apply, 126 FEES AND COSTS - PART TWO CITY OF SEWARD ELEVATOR MAINTENANCE RFP OTIS ELEVATOR COMPANY I. City of Seward scope of work For regular services- $685. per month (Six Hundred Eighty-Five and 00/100 Dollars), payable annually 2. Billing rates, including travel time and expense for necessary repairs and/or callouts: $300.00 per hour per mechanic during regular business hours and $500.00 per hour per mechanic during non-regular business hours. 3. Emergency call out hourly rate during regular business hours- $300.00 per hour per mechanic plus expenses 4. Emergency call out hourly rate during non-regular business hours: $500.00 per hour per mechanic plus travel expenses 127 Sponsored by: Regis CITY OF SEWARD, ALASKA RESOLUTION 2019-048 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SEWARD, ALASKA,SUPPORTING THE APPLICATION OF THE ALASKA FEDERAL LANDS ACCESS PROGRAM (FLAP) GRANT FOR IMPROVEMENTS TO LOWELL POINT ROAD WHEREAS, Lowell Point Road is the sole access road to the Community of Lowell Point and the State of Alaska recreation area; and WHEREAS, Lowell Point Road also accesses the Kenai Fjords National Park; and WHEREAS, the City of Seward has critical infrastructure under the road, including the sewer line that connects to the City's treatment facility; and WHEREAS, Lowell Point Road is susceptible to tidal storms, flood waters, landslides, rockslides and avalanches; and WHEREAS, the traffic volume on Lowell Point Road is significant, and the safety of Seward's residents and visitors is of grave concern; and WHEREAS, the City of Seward maintains Lowell Point Road and its employees are often asked to perform work on the road during dangerous circumstances; and WHEREAS, the City of Seward, Kenai Peninsula Borough, and the State of Alaska have identified the need to maintain, protect, and improve this critical access road; and WHEREAS,there is an opportunity through the U.S.Department of Transportation,Federal Lands Access Program(FLAP), to seek grant funding to aid in design and engineering efforts; and WHEREAS, the FLAP grant program is projected to receive $7 million annually, can allocate $2.5 million for each project and, if granted, would require a 9.03% local match; and WHEREAS, the deadline for application submittals is April 30, 2019. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SEWARD, ALASKA that: Section 1. The City of Seward Alaska supports the application of the Federal Land Access Program Grant for improvements to Lowell Point Road Section 2. This resolution shall take effect immediately. 128 CITY OF SEWARD,ALASKA RESOLUTION 2019-048 PASSED AND APPROVED by the City Council of the City of Seward, Alaska, this 24tn day of April, 2019. THE CITY OF SEWARD, ALASKA David Squires, Mayor AYES: NOES: ABSENT: ABSTAIN: ATTEST: Brenda Ballou, MMC City Clerk (City Seal) 129 Agenda Statement Meeting Date: April 24, 2019 To: Seward City Council From: Norm Regis, Acting City Manager Agenda Item: Support for FLAP Grant Application BACKGROUND & JUSTIFICATION: Lowell Point Road is the sole access road to the community of Lowell Point, the State of Alaska Recreation Area and is also used to access the Kenai Fjords National Park. The City of Seward also has critical inftastructure in the road including a sewer line that connects the City of Seward to the sewer treatment facility. The road is susceptible to tidal storms, landslides, rock slides and avalanches putting the safety of travelers in danger, our staff in danger and puts the road's traversable condition in jeopardy, The Alaska Federal Lands Access Program (FLAP) has grant funding available in support of a variety of access projects. The City of Seward in partnership with the Lowell Point Community Council, is seeking funding for design and engineering set vicesin order to address the safety concerns and travel conditions of Lowell Point Road. The program is expected to receive $7 million in funding and can grant LIP to$2.5 ri-tillion per project. If awarded,the Seward City Council would need to accept the grant as well as appropriate the required 9.03% local match, This Resolution is in support of the application in the hopes that, the City will receive the funds and move forward in completing the design and engineering so as to have a shovel ready project for future funding opportunities. INTENT: Support the application of Federal Lands Access Program grant CONSISTENCY CHECKLIST: Yes No N/A Comprehensive Plan (documeni source here): 1.3.3 Translaorlation Facilities 1. 2.2.9 Public Sq1Zty X 2.2.12.3 - Road construction ........... Strategic Plan (docinnent source here): Page 4 - Tr ansl)orlation Facilities 2. Page I I PIan and Prepare fi)r Natural Disasters X Page 16 Provide sqfij and efficient vehicular transportation creeds cr1 the c r rrtrnuntl _y .. .......... 3. Other (fist): FISCAL NOTE: There are no financial impacts associated with this support Resolution. Approved by Finance: 130 ATTORNEY REVIEW: Yes No X RECOMMENDATION: Approve Resolution 2019- 048 supporting the application for the Federal Land Access Program grant. 131