Loading...
022-20 - Resolution - Advanced Diving Services for 2020 In-Service Cleaning & Inspection of Potable Water Storage TanksRESOLUTTON NO. 022-20 A RESOLUTION OF THE CITY OF PORT ORCHARD, WASHINGTON, APPROVTNG SMALT WORKS CONTRACT NO. CO57-20 WITH ADVANCED DlVlNG SERVICES, INC. FOR THE 2O2O IN.SERVICE CLEANING & INSPECTION OF POTABLE WATER STORAGE TANKS UTILIZING COMMERCIAL DIVERS AND DOCUMENTING THE SMALL WORKS ROSTER PROCUREMENT PROCEDURES. WHEREAS, as performed annually since 2073, the Municipal Research and Services Center of Washington (MRSC) solicited on behalf of participating local government agencies within Washington State (including the City of Port Orchard) for the 2O2O MRSC Small Works Roster; and WHEREAS, on May 6, 2020, pursuant to RCW 39.04.155, the City's Public Works Department established a list of qualified contractors from the 2020 Small Works Roster (see Resolution Exhibit A, attached) for the Main Category - Site lmprovement, Repair, and Maintenance, Water Facility Construction, and Maintenance and Sub-Category - potable Water Tank lnspection, Reservoir Cleaning, Painting, and Caulking, Underwater Video lnspection; and WHEREAS, on May L5, 2020, and pursuant to Resolution No. 019-17, Section 5.0 Bid Procedures the City's Public Works Department issued an email lnvitation to Bid for the 2020 ln-Service Cleaning & lnspection of Potable Water Storage Tanks Utilizing Commercial Divers to three (3) MRSC Small Works Roster Contractors; and WHEREAS, on June L2,2020, the City's Public Works Department received two (2) bids, whereby Advanced Diving Services, lnc. provided the lowest qualified Proposal for the 2O2O ln- Service Cleaning & lnspection of Potable Water Storage Tanks Utilizing Commercial Divers; and WHEREAS, on June L2,2020, the City's Public Works Department completed the MRSC Mandatory Bidder Responsibility Checklist on Advanced Diving Services, lnc.; and WHEREAS, the Port Orchard City Council, at the 2015 recommendation of the State Auditor's office, wishes to document their selection/procurement process as described above for this particular contract by this Resolution; now, therefore, THE CITY COUNCIL OF THE CITY OF PORT ORCHARD, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: THAT: lt is the intent of the Port Orchard City Council that the recitals set forth above are hereby adopted and incorporated as findings in support of this Resolution. THAT: The City Council approves and authorizes the Mayor to execute Contract No. C057-20 with Advanced Diving Services, lnc. for the 2020 ln-Service Cleaning & lnspection of potable Resolution No. 022-20 Page 2 of 2 Water Storage Tanks Utilizing Commercial Divers, which is attached hereto as Exhibit B and incorporated herein by this reference. PASSED by the City Council of the City of Port Orchard, SIGNED by the Mayor and attested by the City Clerk in authentication of such passage on this 23'd day of June 2O2O. Robert Putaansuu, Mayor ATTEST: rlllll ?T RPo "li'1,!,,,.u;;;{.g, nearson, MMC, City Cl erk \^O 5BEV20.MRSC RostsrE Gty of Port Orchard SmallWorks Roeter fu.Afubtic Agency Nanre: Roster Type: Datc: Time: Main Categorlr osp6no70 O4.27pnr Site lrnpwemcnt Rcpair, and Ithhtenance, fttcr Faclfu Constuctiorl Rcpai, ad ltaintcnance Potabl€ Wats Tar* hspectbn Rerenrch Clcanhg Pahtiry and Gulhry Lrndenratcr Vilco lnspcction Slb-Categorla Accord Cmtnrtcs" U..c AccurGonstrlrction LLC ff m"r.aDvhgscwiccr,tne Alba Pahtlng&CoatiE AldcrbrookA nrylrc All Scrvkies kopcrty rqaint€nance Amcrkan pumpand Bectic Andy Sdrwartz ConstnrUon Aqua Dilrc Servicc+ t.LC AtzaE Contrrtor5 Lrc Assodated t ndemater Sendcc+ lrc Baker Underyrulnd & Constructkn, LLC Bladurater Martrrc. [t C Etrn8cd Conrncrhl Pirinting & IrhllCwcring LLC borttari& co CaderceConsurrtbn, hc. Carade hdustrir{ Services LlC Cascadc Uffiti- lnc Gscade West Construcflon tlc ClarkAnd Sons Excaratirg INC Coastal Dvirq and SCvrgc Coastal Scrvi<rs C-oasdinc Rooffry & Constsuction INC hthc://members.mrccroatcrs.orgrfiDlloogarc,y/roeterr/rerult?t-czqMTob2f hbowd2gya3fflchr96go.63[)116 56,nO20 MRSC RoBtef8 Cordn$ Northurcst U-C Cotumbh ln&tsrlal Cordngs Combined Consf wtim. lnc CO|{SOR Erglnccrs,Lrc CnrxDlvlrrylrrc Cr!'shl Soda Slast DitLhK LLC DNTanb EmSire Well Drllllng LLC Englnecrhg/Remedation Rcrcurces Grotry, lrc (ERRG) Envlro-Tcdr Divirrylrc Extterne Coadngs, !rc, dba ECI Setvkes FORM Consfruction Cornpany Gcmrr-tfs Dlvlrg Senticcs LII Global Diving & Salvap, |rc. Golden Erwirc LLC CrooO lhlgtrbor llmdymm and Connrucdon Seryiccs' LLC Grmlar C,onstrucfin $ xros*r,i-t l,larbot Offshorc lnc. Hq krdrEid & tladrn CoatkUl hc Ht5cr Cgteral Cmtnctors hc Hurnicrrtfs Inc lndrtid Coadngs thlimlted, LIlC lnland Fotable Scrvices. lrE hsta-Plpc. lnc kon Creek Constnrtion l.Alt Comtructim, lnc J. Lirrder Pahting, L"LC httpa://mcmbcrt.m6cro.b6.o0rDubllo-ogencr/roEtemft.td?t=czoxtutTolc2f hbOYgd2Sya3MlOr%3D%3D 215 5Bt2f20 MRSC Rostsrs fTl Cwrnercht Services K-A Gereral Construction Contractor LLC K NDU Enterpisc K+lan Honrer Unlimitcd LLC KK.ACottractorc [fC l(od* lndustdd Solutlonr, LLC Lalrtlh Vac & Drainage Lewens Corporatim LegacyConfacting lnc Uden land Darclopnnnt & Excavafion INC * UqulvEionTcdrnology,lnc- lrcCORPORAIION Long Painting Cornpany Mass X Constuction LLC tfuttila Pairnting, lnc tttCD, IvkDonald & Cornpany, hc Midco Dlvlng& f,larhe MfuGencralLLC Mhk Emetptiscs i4dccular lnc MOTARI PAINTING LLC Nodlard C-anstructbn Nw t{ortftwrst Watcr Systenu NPMConstructkrnCo. NW Constnrlfn General Contactkry, hc NWCW NWRelhingtIC OceansHe Constru ction, !rr. Ota7,lm. 3/5httpsr//members.mrueo'doo,oq/pudfagency/rortrruhcsdt?it=cuoxlrTob2lhbGwgd29ys3Mlotflt63t)%3D 5t812020 MRSC Ro6tors Pacif ic Tech Constuction Paintmaster Services lnc. Penington Painting Company Pipetine Video lnspection LLC Pittsburg Tank & Tourer l{aintenance €o., Inc. PurcetlP&C,[C Ouatity Coating EnL LLC R. Hicks Steel Construction Services LLC Rain for Rent Ralns Contncting lnc Ram C-onstruction General Contractorc, LLC RAZZ Construction, lnc. Reigp City Services LLC Rhizorspainting ltc ROGNLINS INC. Seattte Diving Sewices SFE Global Shearer & Asociates, lnc. SHOEMAKER EXCAVATION ]NC. Simmons and Sons Contracting lnc Sound Corutructlon and Coating lnc Sorrder DivingLLC South Sound Contractor, LLC Sparkte Wash Northwest-Prcssure Washing Spartte Wash of Puget Sound, LLC Team lndustrial Services. lnc. liger Construction, LTD Transbtue Betlevue TRICO Companles, tlC 4t5 6t6no2q MRSC Rost€r8 Trlnlty Confadon lnc. Triple Eight Consbrrtbn VaeTec Scptic & Wficr tIC VildczCoiltrucdor. Inc WCCL SYSIE'{S LI.C l/lft stcm Ststes ConstruGtion, lnc htpc//membcn.mrtcrorbru.oe/Frblc.egoncyfoslcrr/rresult?rtaczorirrolczlhmvugdzq/c3Mlo$ntaDt6gD 5/5 CITY OF PORT ORCHARD SMALL WORKS UNDER 35K CONSTRUCTION CONTRACT NO. CO57.2O PUBLIC WORKS PROJECT NO.2O2O-O()8 'l'HlS Agreement is made effective as of the 23'd day of June, 2020,by and between ctTy oF poRT ORCHARD, WASIIINGTON ("CITY") 216 Prospect Street Port Orchard, Washington 98366 Contact: Mayor Robert Putaansuu Phone: 360.876.4407 Fax: 360.g95.9029 and Advanced Diving Services. Inc* ("CONTRACTOR") 2948 E Badeer New Harmonv. UT 84757 Contact: JamesNilsson Phone: 866.237.3483 Email: info@advanceddiving.com for the following Project 2020 In-Service Cleaning and lnspection of Potable Water Storage Tanks Utilizing Commercial Divers (,,PROJECT") The City and Contractor agree as follows l. Contract Documents. The Contractor shall complete the Work described in the Contract Documents for the Project. The following documents are collectively referred to as the "Contract Documents": a. This Agreement signed by the City and the Contractor; b. Division I of WSDOT Standard Specifications for Road, Bridge and Municipal Construction,20lS edition, together with APWA Supplement (l-99), subject to specific provisions contained within the Public Works Terms and Conditions; c. The attached Special Provisions, Plans and Specifications; d. Written change orders or orders for minor changes in the Work issued after execution of this Agreement; e. Public Works Terms and Conditions; f. Insurance and Bonding Requirements (unless bonding is waived); and Cily o/'Port Orchard and Advanced Diving Services, Inc Public Ll/orks Project No. Pll/2020-008 Small l|/orks Contract No. C057-20 Page I of 14 Rev 61912020 g. The bid proposal submitted by the Contractor, except when inconsistent with Contract Documents a-f. The intent of the Contract Documents is to include all items necessary for the proper execution and completion ofthe Work by the Contractor. These Contract Documents complement each other in describing acomplete work. Any requirement in one document binds as if stated in all. The Contractor shall provide any work or materials clearly implied in the Contract even if the Contract does not mention it specifically. 2. Date of Commencement and Substantial Completion Date. The date of commencement shall be June 23'd. 2020 The Contractor shall substantially complete the Work not later than Ausust 3l't. 2020, subject to adjustment by change order. 3. The Contractor shall do all work and furnish all tools, materials, and equipment in accordance with the above described Construction Contract Documents. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and l'or constructing and completing of the work provided for in these Construction Contract Documents, except those items mentioned therein to be furnished by the City. 4. Subject to additions and deductions by change order, the construction Contract Sum is the base bid amount of $13.539.98 (applicable sales tax included). '['he construction Contract Sum shall include all items and services necessary for the proper execution and completion of the work. The City hereby promises and agrees with the Contractor to cmploy, and does employ the Contractor to provide the materials and to do and cause to be done the work described in the Construction Contract Documents and to complete and finish the same according to the plans and specifications and the terms and conditions herein contained; and hereby contracts to pay for the same at the time and in the manner and upon the conditions provided for in this Contract. 5. The Contractor agrees to comply with all state and federal laws relating to the employment of labor and wage rates to be paid, including prevailing wage if applicable. The Contractor agrees to furnish insurance of the types and in the amounts sct for-th in the Construction Contract Documents. 6. The Contractor agrees to repair and replace all property of the City and allproperty of others damaged by himself, his employees, and sub-contractors. 7 . The Contractor for himself and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein upon the part of the Contractor. 8. It is further provided that no liability shall attach to the City of Port Orchard by reason of entering into this Construction Contract, except as expressly provided herein. City of Porl Orchard and Advanced Diving Services, Inc Public Worl<s Project No. PLtt2020-008 Small l|orks Conuact No. C057-20 Page 2 of l4 Rev 619/2020 9. Title VI The City of Port Orchard, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C, 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, must affirmatively insure that its contracts comply rvith these regulations. Therefbre, during the performance of this Agreernent, the Contractor, for itself, its assignees, and successors in interest agrees as follows: 1. Compliance with Regulations: The Contractor will cornply with the Acts and the Regulations relative to Nondiscrimination in Federally-assisted programs of the U.S. Department of Transportation, Federal Highway Administration (FHWA), as they may be amended from time to time, which are herein incorporated by reference and made a part of this Agreement. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during this Agreement, will not discrirninate on the grounds of race, color, national origin, sex, age, disability, income-level, or LEP in the selection and retention of subcontractors, including procuremcnts of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations as set forth in Appendix A, attached hereto and incorporated herein by this reference, including employment practices when this Agreement covers any activity, project, or program set forth in Appendix B of 49 C.F.R. part21. 3. Solicitations for Subcontracts, lncluding Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the Contractor for work to be performed under a subconlract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the Contractor's obligations under this Agreement and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, national origin, sex, age, disability, income-level, or LEP. 4. Information and Reports: The Contractor will provide all inforrnalion and reports required by the Acts, the Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City or the FHWA to be pertinent to ascertain compliance with such Acts, Regulations, and instruotions. Where any information required of the Contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the City or the FHWA, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the Non- discrimination provisions of this Agreement, the City will impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: 1. withholding payments to the Contractor under the Agreement until the contractor complies; and/or 2. cancelling, terminating, or suspending the Agreement, in whole or in part City of Port Orchard and Advanced Diving Services, Inc Public lilorl<s Project No. Pll/2020-008 Small Work.t Conlracl No. C057-20 Page 3 of 14 Rev 61912020 6. Incorporatirln of Provisions: The Contractor wilt inchde thc provisions of paragraphs one through six in every subcontrrc! including procurements of marerials and leases ofequipmen! unless exempt by the Actsr the Regulations and directives issued pursuant thereto. The Contractr will take action with resp€ct lo any subcontract or procuremert as the City or lhe FHWA may direct as a means of enforcing such provisions including sanctions fir noncornplianc€. Providcd, thal if tlrc C.ontrdor becornes involved in, or is threaren€d with litigarion by a subconffior. or supplier because of such direction, the Contractor may request the City to eflter in0o any litigarion tro protect the interests of the City. In addition. the Contrrctor may request ttle Unitod Sr'rcs to enter inio the litigation to protocr tlre intereg of the United Stat6. lN WITNESS WHEREOF, the parties hereto have caused this contract to be duly executed on thc darc first written above. CIT'Y OF PORT'ORCHARD CON'I'RACTOR tllll,l I o w 4/ Rohert Putannsuu, ATTEST/AI,JTIIENTICA SEAL -7- APPROVED AS TO ti, ril tl MMC, City Clcrk FORM:,r/ Charlotte A. Archer, City Attorney C i ty of P ort Orc lard od Advarced Diving &micx, I nc Public Wryks Project No PW2020408 Sttsll l{ork Contract No. C057-20 Page 4 of 14 Rev 6/912O2O CERTIFICATE AS TO CORPORATE PRINCIPAL I, certify that I am the named the ln (Conlract (Corporate Oficer (Not Contract Signer)) (Corporate Title) of the Agreement attached hereto; that who signed said Agreement on behalf of the Contractor, was then (Corporate Title) of said corporation; that said Agreement r.vas duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. Corporate Seal Corp. officer signer) Printed Title State of County of (corporate officer (not contract signer)) being ) duly of and he/she is 1-p r,f'(*o" ^(Name of Crrp*i@ 7-T.*[ auv rr (Corporate Title) 20 i -,t---+Subscribed and sworn to before me this City of Porl Orchard and Advanced Diving Services, lnc Public Works Project No PW2020-008 Small Ll/orks Contract No. C057-20 Publ BBADLEY TYLEB BULLOCK Notary Public 'State of Utah Ccrnnr. i'lo. 630443 My Cornmissiorr ExPires on Aug 10,2020 Page 5 of l4 |^i.ev 61912020 fS*n!l*,t li.lr-. L\i,ll.r k Notary Pubtif (futnt) My commission expires A,g t,0 I ntl CITY OF PORT ORCHARD PUBLIC WORK PROJECT TERMS AND CONDITIONS The following terms and conditions shall be used in conjunction with the Standard Specifications for Road, Bridge and Municipal Construction, 2018 edition, together with the APWA Supplement (Section l-99), as issued by the Washington State Department of Transportation and American Public Works Association, Washington State Chapter, hereinafter referred to as the "standard specifications". The standard specifications, except as they may be modified or superseded by these provisiotts, shalI govern all phases of work under this Contract, and they are by reference made an integral part of these specifications and Contract as if herein fully set forth. When the provisions of the standard specification conflict with the terms and conditions as contained herein, the terms and conditions shall prevail. l. BID PRICE: The bid price(s) shall include all necessary permits, f'ees and items of labor, material, equipment, tools, overhead and compensation, supplies, taxes, utilities and other incidentals necessary to complete the work in a fully functional and operational state. All prices including bid prices are in US funds. 2. DEFINITIONS: The term "City" means Port Orchard, Washington, "successful bidder" means the apparent lowcst and best responsible bidder to whom an award is made, and "Contractor" means the successful bidder who has satisfied the requirements for the award and who receives a contract executed by the City. "Bidder" means the person, l'irm or corporation that has made an offer in response to the invitation to bid. "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, materials. equipment and services provided or to be provided by the Contractor to fulfill the Contractor's obligations, 3. LICENSING AND REGISTRATION: The Contractor must have a Washington Statc certif rcate of registration per chapter 18.27 RCW; a current state unified business identifier number; and if applicable, industrial insurance coverage for the bidder's employees working in Washington, an Employment Security Departrnent number, and a state excise tax registration number. In addition, the bidder must not be disqualified from bidding on any public works contracts under RCW 39.06.01 0 or 39. 12.065(3). 4. PUBLIC WORK REQUIREMENTS: This project constitutes a public work under state law. Bidders are warned to take into consideration statutory legal requirements, particularly, the payment of prevailing wages and fringe benefits, payment and performance bonds (unless waived) and sales tax implications in making their bids. It is the sole responsibility of the bidder to insure that the appropriate labor classification(s) are identified and that the applicable rvage and benefit rates are taken into consideration when preparing their bid according to these specifications. 'fhe Contractor shall complete and file State of Washington, Department of Labor & lndustries, Statement of Intent to Pay Prevailing Wages and AfTidavit of Wages Paid forms and shall familiarize itself with theirrequirements. The Contractorshall also be rcsponsible forand pay all costs pefiaining to the processing of these forms. 5. INSURANCE REQUIREMENT: The successful bidder will furnish insurance as stipulated in the Attachment entitled "lnsurance Requirements." 6. RECEIP'I' OF ADDENDA: All offlcial clarifications or interpretations of the bid documents will be by written addenda only. C'ity of Port Orchard and Advanced Diving Services, lnc Pttblic Works Project No. PLI/2020-008 Small lltorks Contract No. C057-20 Rev 61912020 Page 6 of l4 7. PROJECT COMPLIANCE: ln compliancc with the rcquest for quotation, Biddcr hcreby proposes to perfotm all work for this project in strict accordance with the Contract Documents, at the Contract Sum, and within the time set forth herein with the understanding that time is of the essence in the performance of this Contract. 8. TAXES: Proposals shall include all applicable taxes except sales tax which is a separate bid item. It shall be the Bidder's responsibility to furnish Federal Excise Tax Exemption Certificate, when applicable. 9. ERROR IN EXTENSION: Unit price, when used, shall govern in case of extension error. 10. PERMITS AND FEES: The Contractor shall furnish all permits, inspection fees, and fees required in the performance of this Contract, including those charged under RCW 39.12.070 by the Department of Labor and Industries for the approval of staternents of intent to pay prevailing wages and the certification of af fldavits of wages paid, etc. The Department may also charge fees to persons or organizations requesting the arbitration of disputes under RCW 39.12.060. The Contractor is responsible for all fees resulting from these statutes. I l. CONTRACT: The Contract, when properly signed, will be the only form that will be recognized by the City as an award. The executed Contract supersedes all previous communications and negotiations, except as referenced herein, and constitutes the entire agreement between the City and Contractor (parties). except as provided herein. The Contractor shall not make any changes, alterations, or variations in the terms of the Contract without the written consent of the City. No terms stated by the Bidder in its proposal shall be binding on the City unless accepted in writing by the City. T'he successful bidder may not assign the Contract resulting from this invitation to bid without the City's prior written consent. No waiver by the City of a breach of any provision of the terms and conditions outlined in the invitation to bid shall constitute a waiver of any other breach of such provision or of any other provisions. 12. CHANGE ORDERS: lf the City or the Contractor requests a change in the Work, or either party believes that a change is necessary, then the parties shall comply with the following procedure to document and reflect a change in the Work: (a) The party requesting the change shall write a description of the change and give the description to the other party (the "Change Notice"); (b) Before proceeding with the change in Work, unless otherwise excused by emergency, the Contractor shall provide the City with a fixed-price written estimate of the cost and time impact of the change in Work; and (c) The City and the Contractor shall execute a Change Order confirming their agreement as to the change in Work, the fixed-price cost, and the extension of the Substantial Completion Date, if any. If the charrge in Work cannot be performed on a fixed-price basis, the Change Order shall identify the agreed method of compensation. 13. CHANGE DIRECTIVES: A "Change Directive" is a written order signed by the City, directing a change in the Work prior to agreement on adjustment, if any, in the Contract Sum or Substantial Completion Date, or both. The City may by Change Directive, without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum and Substantial Completion Date being adjusted accordingly. A Change Directive shall only be used in the absence of total agreement on the terms of a Change Order. Upon receipt of a Change Directive, the Contractor shall promptly proceed with the change in the Work and advise the City of its agreement or disagreement with the proposed method for determining the proposed adjustment in the Contract Sum and/or Substantial Cornpletion Date, if any, provided in the Change Directive. A Change Directive signed by the Contractor indicates agreement with all terms set forth in the Change Directive. Such agreement shall be effective immediately and shall be recorded as soon as practical with a Change City of'Port Orchard and Advanced Diving Service.s, lnc Public l{orks Projecl No. PlY2020-008 Small lilorlc Contract No C057-20 page 7 of 14 Rev 61912020 Order. If the parlies are unable to agree on an adjustment to the Contract Sum and/or Substantial Completion Date, if any, then either party may submit the matter for determination in accordance with Section 21. 14. MINOR CHANCES IN THE WORK: The City shall have the authority to order minor changes in the Work not involving adjustment in the Contract Sum or extension of the Substantial Completion Date and not inconsistent with the Contract documents. The Contractor shall promptly carry out such written orders for minor changes in the Work. 15. COMPLIANCD WITH LAWS AND REGULATIONS: The Contractor warrants full compliance with all applicable local, state or federal laws and regulations and agrees to indemnily and def'end the City against any loss, cost, liability or damage, including reasonable attorncy's fees, by reason of succcssfulbiddcr's violation of this paragraph. 16. INDEMNIFICATION: All services to be rendered or performed under this Contract will be rendered or perfonned entirely at the Contractor's own risk. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits irrcluding attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. Should a courl of competent jurisdiction deterrnine that this Contract is subject to RCW 4.24.115, then, in the event of liability l'or damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligencc of the Contractor and the City, its officers, officials, cmployees and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT' lS FURTHER SPECIFICALLY AND EXPRESSLY TINDERSTOOD'I'HAT T'I.IE INDEMNIFICATION PROVIDED HEREIN CONSTITIJTES THE CONTRACTOR'S WAIVER OF IMMTJNITY UNDER TNDI.JSTzuAL INSURANCE, TITLE 5I RCW, SOLELY FOR THE PURPOSES OF TIIIS INDEMNIFICATION. THIS WAIVER HAS BEEN MUTUALLY NECOTIATED BY THEPARTIES. Theprovisionsofthissectionshall survivetheexpirationorterminationofthis Contract. 17. TERMNATION: This Contract may be terminated in whole or in par1, without penalty, under the following conditions: l) by mutual written agreement;2) by the City for breach by the Contractor of any of the obligations or requirements set forth in the Contract Documents which would, at the option of the City, require the Contractor to assume liability fbr any and all damages, including the excess of re-procuring similar products or services; 3) for convenience of the City; or 4) by the City for non-appropriation of funds. 18. TERMINAT'ION BY THE CITY WITHOUT CAUSE: Notwithstanding any other provisions contained hereirr, the City, without cause, may terminate the Contract between the parties by providing notioe to the Contractor. Upon termination under this section: l) nll remaining obligations of the parties are discharged, but any right based upon breach or performance occurring prior to termination survivcs; 2) If the reasonable costs of performance incured by the Contractor prior to termination exceed the amount paid by the City to the Contractor on the Contract Sum, the City shall reimburse the Contractor in the amount of such excess; 3) If the amount paid by the City to the Contractor on the Contract Sum exceeds the reasonable costs of performance incurrcd by the Contractor prior to termination, thc Contractor shall reimburse the City in the amount of such excess; and 4) Any funds obtained or retained by the Contractor as provided in subsections 2) or 3), above, shall constitute full payment and consideration for the services performed by the Contractor prior to termination. City of Porl Orchard and Advanced Diving Services, Inc Pttblic lltorl<s Project No. Ptlt2020-008 Small Works Contract No C057-20 Page 8 of 14 Rev 61912020 19. COMPLIANCE WITH TERMS: The City may at any time insist upon strict compliance with these terms and conditions, not withstanding any prcvious custom, practicc, or course of dealing to the contrary. 20. PAYMENT: Contractor shall rnaintain time and expense records and provide them to the City along with monthly invoices in a format acceptable to the City for work performed to the date of the invoice. All invoices shallbe paid by the City within 45 days of receipt of a proper invoicc. If the services rendered to not meet the requirements of the Contract, Contractor will correct or modify the work to comply with the Contract. City may withhold payment for such work until the work meets the requirements of the Contract. 2l . RETAINACE: Unless the City waivcs the rctainage rcquirement, the City shall, pursuant to the requirements of RCW 60.28.011, retain five percent (5%) of the rnonies earned under this Contract, which shall be maintained by the City according to the Contractor's requested method. 22. DISPUTE RESOLLJTION: ln the event there is a dispute between the parties, the parties agree to resolve that dispute in the following manner: (a) The parties shall attempt in good faith to resolve any dispute promptly through negotiation. Either party may give the other party written notice that a dispute exists (a "Notice of Dispute"). The Notice of Dispute shall include a statement of such party's position. Within ten (10) days of the delivery of the Notice of Dispute, the parties shall meet at a mutually acceptable time and place and attempt to resolve the dispute; (b) If the parties arc unablc to resolve the dispute, they may elect to submit the dispute to mediation. The cost of the mediation shall be borne equally by the parties. The mediator shall be selected by the mutual agreement of the parties; (c) If the mediation does not result in a settlement of the dispute, the dispute shall be settled by binding arbitration by the .ludicial Arbitration and Mediation Services ("JAMS") in accordance with the then operative construction rules of JAMS. Thc partics may sclect an arbitrator by mutualagreement, or if unable to agree, the arbitrator willbe selected pursuant to the rules of JAMS. The parties shall be bound by the decision of such arbitrator. The arbitration shall be conducted in Kitsap County, Washington; provided, il'JAMS is unable to conduct the arbitration in Kitsap County, then the arbitration shall be held in such location as the parties may agree after consulting with JAMS. 23. WARRANTY: Contractor shall provide a one (1) year warranty for the work and improvements installed by Contractor pursuant to the Contract, subject to the following terms and conditions: Contractor agrees that the work and improvements installed pursuant to the Contract shall remain free from defects in material, workmanship and installation (or, in thc case of landscaping, shall survive,) for a period of twelve (12) months after written and finalacceptance of the same and approval by the City. Maintenance is defined as acts carried out to prevent a decline, lapse or cessation of the state of the project or improvements as accepted by the City during the twelve (12) month period after final and written acceptance, and includes, but is not limited to, repair or replacement of defective workmanship, materials or installations. Contractor shall. at its sole cost and expense, carefully replace and/or repair any damage or defects in workmanship, materials or installation to the City-owned real property on which improvements have been installed, and leave the same in as good condition as it was before commencement of the work. City and Contractor agree that in thc cvcnt any of the improvements or restoration work installed or completed by Contractor pursuant to the Contract fail to remain free from defects in materials, workmanship or installation (or in the case of landscaping, fail to survive), for a period of twelve (12) months from the date of approval/acceptance of the work by the City, Contractor shall repair and/replace the same within ten (10) days of demand by the City, and if Contractor should fail to do so, then Contractor shal[: Cily of Porl Orchard and Advanced Diving Services, Inc Public l|'orks Pro.ject No. PW2020-008 Small lttorks Conlract No. C057-20 Rev 61912020 Page 9 of l4 Within twenty (20) days of dernand of the City, make written commitment to the City that ir will either: remedy thc dcfault itself rvith reasonable diligence pursuant to a time schedule acceptable to the City; or b).tender to the City within an additional ten (10) days the amount necessary, as dctcrmined by thc City, fbr the City to remedy the default. In the event Contractor fails to make repairs or provide maintenance within the time period requested by the City, then the City, its employees and agents shall have the right at the Ciry's sole election to enter onto said property describcd abovc for thc purpose of repairing or maintaining the improvements. This provision shall not be construed as creating an obligation on the part of the City or its representatives to repair or maintain such improvements. Any corrections required by the City shallbe commenced within ten (10) days of notification by the City and completed within thifty (30) days of the date of notification. If the work is not performed in a timely manner, the City shall have the right, without recourse to legal action, to take such action as described above. No change, extension of time, alteration or addition to the work to be performed by Contractor shall affect the obligations of Contractor under this warranty. In addition, Contractor shall perform a walk-through with City representative(s) one (1) year after final acceptance of the project to determine if any repairs or maintenance for defective workmanship, materials, or installations is required. If so, such repairs and maintenance will be undertaken by Contractor pursuant to the timeline and procedures described above. a). City of Port Orchard and Advanced Diving Services, Inc Pttblic Works Project No. Pt/2020-008 Small Works Contract No. C057-20 Page l0 of 14 Rev 61912020 L 2. CIl Y OF PORI'ORCHARD INSURANCE REQUIREMENTS The Contractor shall procure and maintain for the duration of the Contract with the City, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the perfbrmance of the work hereunder by the Contractor, their agents, representatives, cmployees and subcontractors. No Limitation. The Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Minimum Scope of Insurance. The Contractor shall obtain insurance of the types described below Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on lnsurance Services Office (lSO) form CA 00 0l or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. Commercial General Liability insurance shall be written on ISO occurrence form CC 00 0l and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal injury and adverlising injury and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 I I 85 or an equivalent endorsement. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or underground property damage. The City shall be named by endorsement as an additional insured under the Contractor's Commercial General Liability insurancc policy with respect to the work performed for thc City using ISO Additional Insured endorsement CG or substitute endorsements providing equivalent coverage. a a a Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. o Builders Rl.s& insurance covering interests of the City, the Contractor, Subcontractors, and Sub-subcontractors in the work. Builders Risk insurance shall be on an all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theflt, vandalism, malicious mischief, collapse, temporary buildings and debris removal. The Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. Thc Buildcrs Risk insurance shall be maintaincd until final acceptance of thc work by the City. Cily of Porl Orchard and Aclvanced Diving Services, Inc Public Worl<s Project No. PII/2020-008 Small l4torks Contract No. C057-20 Frev 619/2020 Pagellof14 Employer's Liability insurance limit of $1,000,000 each accident, Employer's Liability Disease each employee $1,000,000 and Employer's [-iability Disease - Policy limit $l,000.000. Minimum Amounts of Insurance. The Contractor shall maintain the following insurance limits Atttomobile Liability insurance with a minimum combined singlc limit for bodily injury and property damage of $ I ,000.000 per accident. Commercial General Liability insurance shall bc written with limits no lcss than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products- completed operations aggregate limit. Builders ftls& insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. Other Insurance Provisions. The Contractor's Automobile Liability, Commercial General Liability and Builders Risk insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respects the City. Any insurance, self-insurance or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. If any coverage is written on a "claims made" basis, then a minimum of three (3) year extended reporting period shall be included with the claims made policy, and proof of this extended reporting period provided by the City. Contractor's Insurance for Other Losses. The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, including but not limited to the Contractor's employee-owned tools, machinery, equipment or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as any temporary structures, scaffolding and protective fences. Waiver of Subrogalion. The Contractor waives all rights against the City, any of its Subcontractors, Sub-subcontractors, agents and employees, for damages caused by fire or other perils to the extent covered by tsuilders Risk insurance or other property insurance obtained pursuant to this Insurance Requirements Section of the Contract or other property insurance applicable to the work. The Contractor's insurance shall be endorscd to waivc thc right of subrogation against the City, or any self-insurance, or insurance pool coverage maintained by the City, The City will not waive its right to subrogation against the Contractor. The Contractor's insurance shall be endorsed acknowledging that the City will not waive its right to subrogation. Acceptabilit), of Insurers. Insurance is to be placed with insurers with a current A,M. Best rating of not less than A:VII. Ve'tlEga[ion of Coyercse. The Contractor shall furnish the Ci ty with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial Ceneral Liability City of Port Orchard and Advanced Diving Services, lnc Public llorks Project No. Pl{2020-008 Small lltorks Contract No. C057-20 Rev 61912020 Page 12 ol' 14 a O a a insurancc of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. Subcontractors. The Contractor shall have sole responsibility for determining the insurance coverage and lirnits required, ilany, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. F'ailure to Maintain Insurance. The insurance required by this Section will not be canceled, rnaterially changed or altered without forty-five (45) days prior written notice submitted to the City. Failure on the part of the Contractor to maintain insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days' notice to thc Contractor to correct the breach, immediately terminate the Contract, or, at its discretion, procure or renew such insurance and pay any and allpremiurns in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against tunds due the Contractor from the City. City of Port Orchard and Advanced Diving Service.s, lnc Public llorks Projecl No. Plr2020-008 Small Works Contract No. C057-20 Page 13 of 14 Rev 61912020 APPENDIX A Durirrgthe performance of this Agreenrent, the Contractor, Ibr itself, its assignees. and successols in interest agrces to comply with the follorving non-discrirninalion statutes arrd aLrthorities; including but not limited to: Pertinent Non-Discrimination Authorities: a Title VI of the Civil Rights Ac1 of 1964 (42 U .S.C. $ 2000d et seq., 78 stat. 252), (prohibits discrirnination on the basis of race, color, national origin); and 49 C.F.R. Part 21. The Uniform Relocation Assistance and Real Properly Acquisition Policies Act of 1970, (42 U.S.C. $ 4601), (prohibits unfair trcatment of persons displaced or whose propeny has been acquired becatrse of Federal or F'ederal-aid progralns and projects); Fecleral-Aid Highway Act of 1913, (23 LJ.S.C. $ 324 et seq.). (prohibits discrimination on the basis ofsex); Section 504 of the Rehabilitation Act of 1913. (29 U.S.C, $ 794 et scq.), as amended, (prohibits discrimination on the basis of disability);and 49 C.l.'.R. ParL27: 'l'he Age Discrimirration Act of 197.5, as anrended, (42 U .S.C. g 6l0l et seq.). (proltibits discrimination ou the basis of age): Ailport and Airway Inrprovernent Act of 1982. (49 LJSC$ 471. Section 4 7123), as amencled, (prohibits discrimination basecl on racc, creed, color, national oligin, ol sex); 'l'he Civil Rights Restoration Act ol' 1987, (PL 100-209). (Broadened the scope" coverage and applicability of Title VI of the Civil Rights Act of 1964. The Age Discrirnination Act of 1975 and Section 504 of the Rehabilitation Act of l973,by expanding the definition of the terrns "prograrns or activities" to include all of the progran.rs or activities of the Federal-aid recipicnts, sub- recipients and contractors, whetlrer such plograms oractivities are Federally fundecl or not); Titles Il and III of the Arnericans with Disabilities Act, which prohibit discrirnination on the basis of disability in the operation of public entities, public and private transportation systems. places of public accommodation, and ccrtain testing entities (42 U.S.C. $$ 1213 l- 12189) as implemerrted by Department of Transportation regulations at 49 C.P.R. pafts 37 and 38;'l'lte Federal Aviation Administlation's Non-discrirnination statute (49 U.S.C. S 47123) (prohibits discrimination on the basis of race" color. national origin, and sex); Execr.rtive Order 12898, Federal Actions to Addless Environnrental .lustice in Minority Populations aud l.ow-lncornc Populations, which ensLlres discrimination against minolity populations by discouraging progranrs, policies, and activities with disproportionately high and adverse ltutnan health ol environrnental effects on nrinolity and low-incorne populations; lJxecutive Order 13166, Irnproving Access to Services for Persons with t,imited Liuglish Proficiency, and resulting agency guidance, national origin discrirnination includes cliscrimination because of linrited English proficicncy (LEP). To ensure compliance with T'itle Vl, you rnust take reasonable stcps to -ensure that LEP persons have meaninglirl access to your programs (70 Fcd. Reg. at 14087 to 74100);-l"itle IX of the Ilducation Arnendments of l,972. as amended. which prohibits you fiom discliminating because olsex in education progranrs oractivities (20 U.S.C. 168 I et seq). o a o o t a a a o City of Port Orchard and Advanced Diving Services, Inc Public Works Project No. PLII2020-008 Small l(orks Contract No. C057-20 Page 14 of 14 Rev 61912020 EXHIBIT 1 Schedule of Project Price ln-Servlce Gleaning and lnspection of Potable Water Storage Potable Water Tanks Item No. Potable Water Tank Name/Description Lump Sum Amount McCormick #1 (60,0009a1) Schedule A ( 967.00 McCormick #2 (60,0009a1) Schedule B 967.00 McCormick 580 (450,0009a1) Schedule C 967.00 City Hall(50,0009a1)Schedule D s e61!9* Maple Street (50,0009a1) Schedule E 967.00 Sedgwick (1Mil)Schedule F q 967.00 Old Clifton (1Mil)$$2,901.00 Morton Street (100,0009a1) Schedule H c 967.00 VanZee Park (2Mil)Schedule I $ 336e 98 TOTAL BID: $13,539.98 SALES TAX ln accordance with Section 1-07.2(1) State Sales Tax: Work performed on City, County, or Federally owned land, the Contractor shall include Washington State retail sales tax in the various unit bid prices or other amounts. These retailsales taxes shall include those the Contractor pays on purchases of materials, equipment, and supplies used or consumed in doing the work. 2. 3. 4. 5. o. 7. 8. o U:\ENGINEERING\WATER\Reservolrs City Owned\Water Reservoir Cleaning\2020\TANK CtEANING SPECS 2020-DRAFT.docx Schedule G ADVANCED DIVING SERVICES, INC. Qroposaf #rn-zo-rzo BTD SCHEDULE Company Name:City of Port Orchard Attn: Public Works 2020 Potable Waler Tank Cleaning 216 Prospect Street Port Orchard, WA 98366 Email : publ icworks@cityofportorchard. us Our bids are bascd on a that pcrtain to the length oi time il takes to accomplish our work. The main consideration is the arnount ofsediment that has to be removed. This of course is mainly influenccd by the floor arca ofthe reservoir and the depth ofthe sediment. 'fhc following factors influcnce the lenglh of time and our ability to accomplish the work.'[hi]- quote is bossd and oontingcnr uF)n ihe followine.I' Thst rll informrtion provided us is correct, entry hrtches ore hrge enough for a diver to enter, rnd all reservoi6 are accesslble by r four-whccl-drive truck rnd 20' trailer.2. During cleiuring rcrervoir wrter lcvels musl bc kept at or neer full capacify unless instruoted prior to proceeding with work.3. Rcmovcd water, materials, and any neccssury permitting are the rcsponsibility of rhe oustonler (PLcemeni of the effluent material is done at the direction ofthe cuslomer within 100', unlcss otherwise specified in quote).4. Quotes for cleaning assume the sodiment is normal material (such as silt flocculated matcrial, insects, light sand, marganese, rust, etc...) found in potablc water reservoirs that is easily removed byour vacuuming procedures. Material that cannot bc vacuumed such as concrete, consFuction material, gravel, rocks, detached coating, compacVadhered sediment, etc..., is considered debris and will be removed on the hourly ratc (bid inctudcs one hour ofdebris removal) Name: James Nilsson Date: June 09,2020 Advanced Diving Services, Inc. 'fel: (E66) 237.3{83 [rx: (435) 586-2078 E-Mril: i11fu94\4qg!.di1.jgg.cpm ww.rdvsnceddiving.com Reservoif Caoacilv (Gallons) Dimensions Dia x Ht TyBc Surface Areo (s.F.) Cubic Yords o,f Sediment l" D€ep Pricc for eksliEqp-la I " sediment and lnsncction Price lbr Clcaninll sddilis$i sediment per l" avetace depth I 2. 3. 4 5 6. 7. 8. 9 McConnick#l McCormick #2 McCormick 580 City Hsll Maple Street Sedgwick Clifton Morton Street Van Zec Park 60,000 60,000 450,000 50,000 50,000 IMG IMG 100,000 2MG 25' X ls' 2s'x l5' 42.7'X47' 38'x25' t7'Y24' 68',X40', r 00' x 30' 14.6' X 100' I 30' x 20' 491 491 t,452 950 888 3,630 7,850 t78 11,26'.1 2 ) 4 3 3 ll 24 I 4l $96?.00 $967 00 s967 00 $967.00 $e6?.00 $967.00 $2,901.00 $967 00 $3,E6e.98 $70 $70 $ l40 $ 105 $ t05 $385 $840 $3s $1.43s I . Removal of additional sediment is chalged per inch (based on cubic yard price to the the^original depth specified above._(Scdiment is measued and calculare4 q{ qrayerag€ right) for everything over depth)Avg. Scd.I Inch Yaoabls Rates: 2. Lcrk detection & reprirs rre perlormcd on a timc and mrteriel basis. See hourly rate These procedurcs are performed only upon roceiving your approval. $35 s250 $48 Cubic Yard $ Per hour $ Epoxy MatErial per TUBE 3. Sediment filtration is chorged on a per filter bag basis. Itchlonnation ofthc discharge water is a flat reseruolr fcc per $240 ea $50 Filter Bags Dechlor. 4. lfthe reservoir is oot rcccssiblc with r truck end trriler rnd rcquirm us to usG portrUe equipmenifrnA hoorly rq.tc shsll rD0h during setup.pd acr.down. Dehyq rre eq hourly cbaryr (see #6 bclow). $250 s2s0 Port. Equip. Delay Hour 5. Pnces are valid for 90 days. tlpon -*-Ier.q!.!9*!rtr'E!-]!-d311 siSnature, work shall be scheduled at a mutually acceptable date within one year 6.MobilizationCharge$1,500 Itisanticipatedthcprocedureswill bepcrformedinonemobilization. Cleaningandtnspectionpricingmaybe reducod if scheduled while ADS crews are working in the general arei, this requires some flexibility in scheduing the iork Rgserv-g.ir cleqnings and ins lo_gqlpf. ADVANCED DIVING SERVICES, INC. 5. Unless specified in quote in detail wc clean all submergcd horizontal and angled berm or slopcd surfaces. Vertical surf'aces such as the walls can be cleaned but must be liste<.| separately in thc quote detail or estimated by the divers upon inspcction. We do not ctean surfaccs that are out ofthc watcr.6. [f any information providcd to us in incorrcct or if any problcms exist that inhibit our ability to complete the job on a timely schedule, then we will notiry you of the problem and reserve the right to add on to thc quote based on our estimBte of the additional time it will take to complete the work. Charges for timc delays are listed above. 'l'his paragraph only applics to any problems that arc your responsibiliry.7. Lnboratory analysis of water, mating, or debris samples is your responsibility unless specified eadier.I' If filtration or dechlorination of discharged cffluent is requird notc addilional charges for cost of materials (see above). Intcrior video inspection will be mmpleted with rcal+ime closed circuit high-resolution color underwater virleo equipment. All pcrtincnt findings will be recorded on DVD format (including dive maintenance technician's findings and narrative summaryl, and on all checklists and written recommendations. Exterior inspection findings/color photogmphs will be notei on the exterior rcservoii rcport. Video rccord, hardcopy wittcn report and summary of rccommendations will be provided upon urmplelion of the operations and romain the property of the customer. Complcte inspection will includc the folltrwing criteria L A visual inspection ofthe reservoir's interior and exterior.2. A vcrbal report ofthe reservoir's condition given to the customer representative immediately after the inspection.3. An Inspection report with the following information:A. Nameplatelnformation. E. Findings pertaining to condilion of intcmal urmponents (i.c. plumbing, vcnts, hatches, Cathodic system, ctc. . . ).C. Numeric rcprcsentation ofthe perccnt ofcorrosion and/or damaged areas.D. Color video illustrating each type of coating failure, the general condition of coating and substrat€. video shall be clear, sharp and definitive (interior video based on clarity ofwater in reservoir).E. A report on coating failurc analysis and thc probable causes.F. Rcport on pit depth and metal loss based on ASTM G 46-94 Standard Guide for Examination and Evaluarion ofpitting Corrosion, measured in millimetres at significant conosion modulation sites. Also calculated rate of metal loss and thmretical ratc of penetation (if applicable).C. A sample specification for repair or recoating ofthe interior and exterior ifapplicable.H. Report referencing the various coaling defects and causes reported.4. A videotaP€ oftho general condition ofthc interior surfaccs.'Ihe videotapc shall be nanated with reference to the location of intema.l mmponents and or pertinent findings notcd.5. Removal of silt &om floors utilizing underwaler methods.6, A report on the thickness and type ofsilt on the res€rvoir floor. o All Dive Maintcnancc Technicians and associated in-tank cquipment are fully disinfected according lo AWWA Stantlard C652-92. ' All Advanced Diving Services operstions perlaining to Diving and Confined Space, conducted on you system arc in compliance wilh all applicablc OSHA, AWWA, and ADC standards, procedures, and regulations (including 1910.401 thru l910.441).r All inspection personnel are fully qrulilrd commercial drve maintsnance technicians certified in ASNT Non.Destructive tcsting.o All ofour repai r, sealing and coating materials meet or exceed NSF 60 & 6 I standards WE PROPOSE to fumish labor and malerial - complele in accordance with the above specifications, and subject to conditions found on this agreement, for thc sum of: (Pricing is cnntingent on scheduling the work, whilc a crew is in your general location). Reservoir Cleaning and Inspection includirg written reports (2)...... ......,.".. $11,882.00 Mobillzation ...... $500.00* Prevailing Wage Filing Fces WA sales and use tax (Kitsap Co. .090) ........ $l,ll7,9g Total ....... $13,539.98**tMobilization fees have been reduced for schcduling work while ADS crews are in the general area.**Sediment and water from the cleaning ofthe reservoirs to be discharged on-site WA State Construction Contractor Registration #ADVANDS8l7P3, WA LIBI 602-745-l9I Accepted. '[hc above pnces, sprrcifications and conditions are satisfactory and are hereby accepted. You ars authorized to do the work os specified Payment wrll be mode Authorizcd Advanced DivinqtsnLiees' &Ep.Authoriz.cd Contralilitu Offi ccr,REp. Sincerely wwsw+i!w-I T Accepted By:Date: eaa rhiiiii. ili Directr:r 09,2020 Sironrrrre: Tcl: (t661 237J483 Far: (435) 5t6.2018 . ,r.io,o.Vfr\/