HomeMy WebLinkAbout000660 Original Contract City of Port Angeles
Record #000660
SMALL WORKS ROSTER
RKS ❑ Request for Bid
❑ Contract
Contract Title: Generator Relocation Project Number: PD9913
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND ANGELES ELECTRIC, INC. ("CONTRACTOR").
1. WORK BY CONTRACTOR
The Contractor shall perform the work as described in Attachment"A"(Attachment"A"may include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents)
which is attached hereto and by this reference is incorporated herein.
2. TERM OF CONTRACT
All work under this Contract is to be completed as indicated (check one):
❑ All work under this Contract is to be completed by this date:
® All work under this Contract is to be completed 90 calendar days from the Notice to Proceed. No
work is to be performed prior to written Notice to Proceed by the City. (See attachment A for
specific schedule for work),
❑ The performance period under this Contract commences_calendar days after notice to
proceed and ends (xx days thereafter or after contract award).
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract (check one):
❑ Force Account -Time and material, not to exceed: $
❑ Force Account-Time and actual expenses incurred, not to exceed: $
❑ Force Account- Unit prices set forth in the Contractor's bid or quote, not to exceed: $
® Firm Fixed Price set forth in Contractor bid or quote in the amount of: $27,042.39.
The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance
with and as described in the Attachment "A".
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 for constructing and completing
the work provided for in this contract and every part thereof; except those indicated to be furnished by the
City of Port Angeles in Attachment A.
B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor
shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract
number. Invoices shall be in a format acceptable to the City.
C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a
properly completed invoice.
D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives
of the City for a period of three (3)years after final payment. Copies shall be made available to the City upon
request.
PD9913 Page 1 Rev.5/7/2013
E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the
Contract, the Contractor shall correct or modify the required work to comply with the requirements of this
Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the
Contract Documents.
4. RESPONSIBILITY OF CONTRACTOR
A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall
comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor
shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and the public and shall post danger signs warning against
known or unusual hazards.
B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and/or
materials discovered within one year after acceptance of this work. When corrections of defects are made,
Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work
for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such
defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a
reasonable time. In emergencies where damage may result from delay or where loss of service may result, such
corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the
Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and
the cost of same shall be paid by the Contractor.
C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential
damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of
materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and
supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made
against the City as a result of any defective work and the Contractor shall defend any such claims at its own
expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the
professional judgment of the Contractor to make appropriate selections.
D. Nondiscrimination/Affirmative Action. Contractor agrees not to discriminate against any employee or applicant
for employment or any other persons in the performance of this Contract because of race, creed, color, national
origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local
law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by Contractor setting forth
the provisions of the nondiscrimination clause.
E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or
services required by the Contractor under this Contract, shall be considered employees of the Contractor only and
not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said
employees, while so engaged, and all claims made by a third parry as consequence of any negligent act or
omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or
rendered herein, shall not be the obligation of the City.
S. COMPLIANCE WITH LAWS
The Contractor shall comply with all federal, state and local laws and regulations applicable to the
work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of
a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the
Contract by the City, in whole or in part, and may result in ineligibility for further work for the City.
6. TERMINATION OF CONTRACT
A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final
payment by the City.
B. The City may terminate the Contract and take possession of the premises and all materials thereon and finish
the work by whatever methods it may deem expedient, by giving .10 days written notice to the Contractor, upon
the occurrence of any one or more of the events hereafter specified.
PD9913 Page 2 Rev.5/7/2013
1. The Contractor makes a general assignment for the benefit of its creditors.
2. A receiver is appointed as a result of the insolvency of the Contractor.
3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein.
4. Contractor fails to make prompt payment to subcontractors for material or labor.
5. Contractor persistently disregards federal, state or local regulations and ordinances.
5. Contractor persistently disregards instructions of the Contract Administrator, or otherwise
substantially violates the terms of this Contract.
7. The City determines that sufficient operating funds are not available to fund completion of the work
contracted for.
C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further
amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as
scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this
Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or
which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess
shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance,
Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to
the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and.
interests of the City under the Contract, provided such legal costs shall be reasonable.
7. OWNERSHIP OF DOCUMENTS
A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or
unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract
shall become the property of the City and shall be forwarded to the City upon its request.
B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by
the Contractor under this Contract will be kept confidential and shall not be made available to any individual or
organization by the Contractor without prior written approval of the City or by court order.
S. CLAIMS
Any claim against the City for damages, expenses, costs or extras arising out of the performance of this Contract
must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in
no event later than the time of approval by the City for final payment. Contractor, upon making application for
final payment, shall be deemed to have waived its right to claim for any other damages for which application has
not been made, unless such claim for final payment includes notice of additional claim and fully describes such
claim.
9. GENERAL ADMINISTRATION AND MANAGEMENT
The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for
the City under this Contract and shall oversee and approve all work to be performed, coordinate communications,
and review and approve all invoices, under this Contract.
10, HOLD HARMLESS
A. 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 including attorney fees, arising out of or in
connection with the performance of this Agreement, except for injuries and damages caused by the sole
negligence of the City.
B. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in
the event of liability for damages arising out of bodily injury to persons or damages to property caused by or
resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and
volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is
further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This
waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement.
PD9913 Page 3 Rev.5/7/2013
11. INSURANCE, BONDS, &RETAINAGE
A. The Contractor shall maintain insurance as set forth in Attachment B.
B. If the total bid amount including tax exceeds $35,000,this project will be awarded as a small works roster
contract and payment and performance bonds and retainage will apply in accordance with Washington State law.
A retainage of 5% will then be applicable to this contract.The Contractor shall obtain payment and performance
bonds in accordance with this Contract and all Attachments incorporated herein. Copies of the Bid Security
Transmittal Form, Performance and Payment Bond form, and Escrow Agreement for Retained Percentage form
are available from the Operations Office of Public Works & Utilities (Telephone 360-417.4541). Performance
Bond and Retainage forms are provided in Attachment D.The party to whom the Contract is awarded will be
required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days
from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the
Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney
appointing the signatory of the bond(s) as the person authorized to execute it (them).
12. PREVAILING WAGE
This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to
prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws
and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE
PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL. BE PAID LESS THAN THE PREVAILING RATE OF WAGE
as determined by the Industrial Statistician of the Department of Labor and Industries for the State of
Washington. The schedule of'prevailing wage rates for this Contract is made a part of this contract as though
fully set forth herein.
Prior to making any payment under this Contract, the City must receive an approved copy of the"Statement
of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries.
It is the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage". The
Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that
prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance
of services rendered, Contractor shall submit an "Affidavit of Wages Paid".
In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation
and such dispute cannot be adjusted by the parties in interest, including labor and management representatives,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his
decision shall be final, conclusive, and binding on all parties involved in the dispute.
13, INTERPRETATION AND VENUE
This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The
venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington.
14. BRANDS OR EQUAL
When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards
of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered,
provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid
containing a brand which is not of equal quality, performance, or use specified must be represented as an
alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
15. INSPECTION AND REJECTION
All goods, services, work, or materials purchased herein are subject inspection and to approval by the City. Any
rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications
of this order, whether held by the City or returned, will be at Contractor's risk and expense.
PD9913 Page 4 Rev. 5/7/2013
16. SUBLETTING OR ASSIGNING OF CONTRACTS
Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from
this Contract without the express prior written consent of the other.
17. INDEPENDENT CONTRACTOR
The Contractor is and shall be at all times during the term of this Contract an independent contractor and not
an employee of the City.
18. EXTENT OF CONTRACT/MODIFICATION
This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract
between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written
or oral. This Contract may be amended, modified or added to only by written instrument properly signed by both
parties hereto.
19. SUBCONTRACTOR RESPONSIBILITY
The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require
each of its subcontractors to include substantially the same language of this section in each of their subcontracts,
adjusting only as necessary the terms used for the contracting parties-The requirements of this section apply to
all subcontractors regardless of tier.
At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors
meets the following bidder responsibility criteria:
- At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter 18.27
RCW;
- Have a current state unified business identifier number;
- If applicable, have:
1) Industrial insurance coverage for the subcontractor's employees working in Washington as required in
Title 51 RCW;
2) An employment security department number as required in Tile 50 RCW; and
3) A state excise tax registration number as required in Tile 82 RCW;
4) An electrical contractor license, if required by Chapter 19.28 RCW;
5) An elevator contract license, if required by Chapter 70.87 RCW.
- Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).
20. COMPENSATION AND METHOD OF PAYMENT.
A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as
incorporated in the Contract.
B. Payments for work provided hereunder shall be made following the performance of such work, unless
otherwise permitted by law and approved in writing by the City. No payment shall be made for any work
rendered by the Contractor except as identified and set forth in this Contract.
C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment
request form.
D. The Contractor shall submit payment requests with a completed Application for Payment form, an example of
which is included in Attachment E to this Contract. This form includes a lien waiver certification and shall be
notarized before submission. Applications for payment not signed or notarized shall be considered incomplete
and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a
satisfactorily completed payment request form and shall make payment to the Contractor within approximately
thirty (30) days thereafter. Final payment requests shall also include a Certification of Work Completion and
Acceptance located in Attachment
PD9913 Page 5 Rev.5/7/2013
IN WITNESS WHEREOF, the parties have executed this Contract as of , 2013.
CONTRACTOR CITY OF PORT ANGELES
By: By:
Panted Name:
�1 Printed Name: � �� ✓0
�J'��• � E
Title: �h (,� � ,I Title: A G °�✓1
Address: �J _E -
city: WA 90APPROVED AS TO FORM:
Tax ID #: �t -C; � . R� � �
� r
BY:
Phone Number: �+ " 4 AAP� CITY ATTORNEY
ATTEST:
BY:
CI LERiC
Purchase Order #:
PD9913 Page 6 Rev.5/7/2013
City of Port Angeles ATTACHMENT "A"
Engineering Office
Public Works and Utilities Department WORK BY CONTRACTOR
360-417-4700
The contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project
described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for
obtaining and paying for any and all permits required for this work.
General Scope: Relocate and connect emergency generators at Port Angeles City Hall.
Location: Port Angeles, Washington
Site Point of Contact: Terry Dahlquist at 360-417-4702.
Work Hours and Schedule: The contractor will be allowed to work from 7:00 AM to 3:30 PM, Monday through
Friday. Work outside of these hours may be requested from and is at the discretion of the City Engineer.
Permits: Electrical and Building permits will be provided by the City.
Work Requirements:
1.0 Project Description
Remove a failed generator, move an existing generator to a new location, and install a new generator provided
by the City, Connect new generator locations to existing building wiring, which will be upgraded on a future
project.
2.0 Standard Specifications
The contract incorporates the Washington State Department of Transportation's 2012 Standard Specifications for
Road, Bridge and Municipal Construction referred to herein as the Standard Specifications and the City of Port
Angeles Urban Service Standards and Guidelines (current edition).
3.0 Drawings:
The following listed drawings are part of this contract: E-1. The following technical specification sections are part
of this contract: 16231,
PD9913 Page 7 Rev.5/7/2013
PD9913 Page 8 Rev.5/7/2013
SECTION 16231 - EMERGENCY GENERATORS
PART 1 - GENERAL
1.01 DESCRIPTION OF WORK
A. This section shall include, but not be limited to Emergency Generators and
related equipment.
B. It is the intent of this specification to relocate and connect an emergency
generator system consisting of existing generators provided by the City. This
contractor shall move, connect, and test the units as described on the drawings.
Contractor shall provide and install all accessories necessary for a complete
installation as shown on the plans and drawings and specified herein.
Equipment supplied or installed by the Contractor shall meet the requirements
of the National Electric Code and all applicable local codes and regulations.
1.02 WARRANTY
A. Equipment provided by the Contractor shall be warranted by the manufacturer
for one year from the date of the site start-up.
PART 2 - PRODUCTS
2.01 EMERGENCY GENERATORS
A. There are three existing generators that are part of this project:
1. 75kW 2771480 V 3-Phase, Onan. Unit is currently on-site and in-use
at City Hall. Contractor to relocate and connect as noted on
drawings.
2. 25kW 120/208V 3-Phase, Generac. Unit is currently on-site and
connected at City Hall, but is not operational. Contractor shall
remove this unit and dispose of in a legal manner.
3. 150 kW 277/480V 3-Phase, Cummins Model DGFA, with 200 gallon
sub-base diesel tank. Unit is currently stored at a City facility at 2"d
and Valley Streets. Contractor shall relocate to new pad at City Hall
(installed by City), install weatherproof housing provided by City,
install muffler, exhaust piping, wiring, and connect, as noted on
drawings for a complete and functioning unit.
EMERGENCY GENERATORS 16231 - 1
B. Provide steel channels between the fuel tank and the concrete pad to avoid
direct contact between tank and concrete. Secure generators to pads per
manufacturers recommendations.
C. Connect existing 75 kW unit to existing diesel fuel tank on-site. Extend fuel line
to new location shown. For this project, the 150kW unit shall use the 200 gallon
sub-base flank currently with it.
D. Connect controls from existing automatic transfer switches to generators for
start/stop control of 150 and 75kVA generators. Transfer switches are not being
replaced at this time.
2.02 FUEL LINE
A. Extension of diesel fuel line to relocated Onan generator shall be fiberglass,
suitable for use with petroleum products.
B. Piping shall be mill type steel as specified elsewhere, suitable for use with
petroleum products.
C. Pressurized systems shall be provided with automatic leak detectors and shut
off or flow restriction devices that activate when leak is detected.
D. Suction piping shall be sloped so that the piping's contents will drain back into
the storage tank when the suction is released. Only one check valve shall be in
each suction line and it shall be directly below the suction pump.
2.03 DRY TYPE TRANSFORMER
A. Transformer shall be three phase, 60 cycle, copper windings, two-winding type
with 115°C rise insulation where this is available, otherwise 150°C insulation
shall be used, with a 220°C UL component recognized insulation system; shall
have 480 volt, delta connected primary and 1201208 volt four-wire three phase
secondary with a grounded neutral.
B. Rated capacity shall be 75 kVA, suitable for floor mounting, outdoors, with a
minimum NEMA-3R rating.
C. Transformer shall have a maximum sound rating not to exceed the decibel
ratings listed in NEMA standards for specific kVA sizes.
D. Transformer shall be mounted on vibration and noise isolating and dampening
supports.
E. Conduit connections to transformers shall be made with liquid tight, flexible
metal conduit not to exceed 36 inches in length.
EMERGENCY GENERATORS 16231 - 2
F. Transformer shall be manufactured by Square D, Cutler-Hammer, General
Electric, or equal.
2.04 SAFETY SWITCHES
A. Safety switches shall be heavy duty 600 or 250 volt as required, quick-make,
quick-break operation, horsepower rated, NEMA-3R enclosures, fused, and of
the size shown on the drawings or as required by code. Fusible switches shall
be provided with Class R fuse clips which will accept only Class R fuses.
R Fusible switches shall be U.L. short circuit rated for 200,000 RMS symmetrical
amperes fault current.
C. Safety switches shall be UL listed.
PART 3 - EXECUTION
3.01 GENERATOR INSTALLATION
A. Installation of all components shall be in accordance with code requirements,
manufacturer's instructions. Any component broken in all or in part during
installation shall be replaced totally before final acceptance of the installation.
B. Assemble and install new weatherproof enclosure for 150 kVA generator.
Enclosure to be provided by the City. Do not expose generator to weather prior
to installing enclosure.
C. Existing automatic transfer switch in the Vern Burton building shall control
operation of the Cummins generator. Existing automatic transfer switch
adjacent to the Police Department shall control operation of the 75kW Onan
generator.
D. Transformer and safety switches shall be mounted as detailed on the drawings
to connect new generator wiring to existing conductors at previous generator
locations. Existing wiring to building from existing pads is to be reused.
Transformer shall convert 480 volt output of the old Onan generator to
208Y1120 volts to supply existing Pencom transfer switch.
E. Mount safety switches on unistrut frames secured to existing concrete generator
pads. Splice new conductors to existing conductors in weatherproof enclosures
so no conductors are exposed. Provide and install fuses in safety switches
rated for load conductor size.
END OF SECTION 16231
EMERGENCY GENERATORS 16231 -3
A
A
I
SKW GENERATOR. INSTALL 480-120/208
ON EXISTING CONCRETE PAD.NEW NEW jfTEND EXISTING CONDUIT' AND CONDUCTORS AS
NEW I 75KW IfROL CONDUIT AND CONDUCTORS TO RELOCATED
15OGENSET I LOCA71ON KISTING 1- POWER CONDUIT TO RELOCATED 75KW
LOCATION
3-C. W/(4) #4/0 I 75KW GENERATOR TO NEW PAD TO THE NORTH.
CU., 4 5 AND CONDUCTORS,ON UNISTRUT EXTEND EXISTING rD TO POWER
3/4-FOR
I b NEW 15OKW GENERATOR. EXTEND EXISTING 3/4-
314- W/(5) �1O I UGTORS TO NEW TO NEW 15OKW GENERATOR FOR
POWER 1. PROVIDE ANCHORS IN EXISTING PAD FOR
2-C. W/(3) #1/0'
EXISTING F- 2- FOR FUTURE, A AND CONDUITS STUBBED TO EDGE OF FENCE.
TANK TO f 3/4" CONTROLS, �NERATOR PROVIDED BY CITY. INSTALL CITY
REMAIN I € 3/4 W/(3) X10 SURE AS REQUIRED, INCLUDING BATTERY CHARGER
OL_ LL OUTLET FOR BLOCK HEATER AND BATTERY
I EXISTING RAND TESTING BY FACTORY. PROVIDE ANCHORS IN 9 F
I A GENSET 0 AND CONDUITS STUBBED TO EDGE OF FENCE.
O Po�/48OV GENERATOR. PROVIDE CONNECTION TO
f r J 1
EXISTING
CHARGER AS REQUIRED. PROVIDE START-UP AND
EXISTING i I III �Et�N� FROM 25KW GENERATOR. INTERCEPT AND EXTEND
75KW I I PVC SLEEVE TO NEW 75KW GENERATOR LOCATION.
GENSEr
LOCATION W/(12) #14 FROM NEW 75KW GENERATOR s K r n
1I L-----_----�ETE PAD. PROVIDE (12) #14 FROM EXISTING =x
---I--- ----------- 105AMP TRANSFER SWITCH. PROVIDE NEW 3/4- '�
II EXISTING 105AMP TRANSFER SWITCH TO EXISTING
E)bPERATION DURING TESTING.
3� 1< HEATER & BATTERY CHARGER. RUN I SEPERATE
Cb PAD.
EXISTING 2-0. {I NEW 3/4" COND n
W/(4) #2CU & I, FOR CONTROLS( n n
(3) #10 & 3/4-0.
W/NEW (12) 114 1 EXISTING 105AMP EXISTING 277/48W 75KW `0 0
I PENCOM TRANSFER G GENERATOR 125AMP MAIN
SWITCH TO REMAIN BREAKER
2- W/(3) 1/0 CU s
�hg���
� Z�
e
Ca �
7 J 74805KVAN 20 EMA30BY art O p h
TRANSFORMER
1ODAMP NEMA Y N
J 3R FUSED tF
= O100A
�Ipd
LZ
I � m �
�s W/4}N�2 CU
0. &
1OOA/3P SP TO EXISTING (3) 10
FUSED DISC SWITCH TRANSFER W a 53 H
NE LINE DIAGRAM �so'DH � a 8
DING AS REQUIRED.
-p y g
EXISTING
FEEDERTO ___—_=� $437 �w� LL
U
City of Port Angeles ATTACHMENT "B"
Engineering Office INSURANCE
Public Works and Utilities Department
360-417-4700
INSURANCE REQUIREMENTS FOR
CONSTRUCTION AND SERVICE CONTRACTS
Includes construction and remodeling,janitorial service, tree maintenance, road maintenance, painting, electrical
work,plumbing, movers, and on site maintenance agreements.
Insurance
The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries
to persons or damage to property which may arise from or in connection with the performance of the work
hereunder by the Contractor, their agents, representatives, employees or subcontractors.
No Limitation
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
Contractor shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall
be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent
liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors, products-completed operations, stop
gap liability, personal injury and advertising 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 1185 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 as an insured under the Contractor's Commercial
General Liability insurance policy with respect to the work performed for the City using ISO Additional
Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20
37 10 01 or substitute endorsements providing equivalent coverage.
3. Workers'Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
Minimum Amounts of Insurance
Contractor shall maintain the following insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property
damage of$1,000,000 per accident.
2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate
limit.
PD9913 Page 9 Rev, 5/7/2013
Other Insurance Provision
The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be
endorsed to contain that they shall be primary insurance as respect 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.
Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII.
E. Verification of Coverage
Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including
but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the
Contractor before commencement of the work.
F. Subcontractors
The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to
be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent
business practices.
G. 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.
H. Failure to Maintain Insurance
Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of
contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all
premiums 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 funds due the Contractor From the City.
PD9913 Page 10 Rev. 5/7/2013
City of Port Angeles ATTACHMENT "C"
Engineering Office
Public Works and Utilities Department PREVAILING WAGE RATES
360-417-4700
Prevailing Wage Rates Information Below;
1. Washington State Prevailing Wage Rates For Public Works Contracts —Journey Level and Apprentices,
Clallam County, effective 3/22/2013,
2. To access applicable prevailing rate of wage by trade, use the following Department Labor and Industries
website link: http://www.ini.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp
3. A copy of the applicable prevailing wage rates can be obtained by contacting Lucy Hanley at 360-417-4541 or
by email, Ihanley@cityofpa.us. A hard copy is available for viewing in person at 1703 South B Street, Port
Angeles, WA. 98363.
PD9913 Page 11 Rev.5/7/2013
City of Port Angeles ATTACHMENT "D"
Engineering Office
Public Works and Utilities Department PERFORMANCE BAND
360-417-4700 $`
RETAINAGE
PERFORMANCE and PAYMENT BOND
.Bond to the City of Port Angeles Bond 4
KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned, as Principal,and
a corporation, organized and existing under the laws of the State of Washington,as a surety corporation., and qualified under
the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are
jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of $
for the payment of which sum on demand we bind ourselves and our successors,
heirs,administrators or personal representatives,as the case may be.
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port
Angeles.
Dated at ,Washington,this day of ,20_
The conditions of the above obligation are such that:
WHEREAS,the City of Port Angeles has let or is about to let to the said
the above bounded Principal,a certain contract,the said contract being numbered CL02-2011, and providing for
Underground Cable Replacemet(which contract is referred to herein and is made a part hereof as though attached hereto),
and
WHEREAS,the said Principal has accepted,or is about to accept,the said contract,and undertake to perform the work
therein provided for in the manner and within the time set forth;now,therefore,
If the said Principal, , shall faithfully perform all of the provisions
of said contract in the manner and within the time therein set forth,or within such extensions of time as may be granted under
said contract, and shall pay all laborers,mechanics, subcontractors and materialmen,and all persons who shall supply said
Principal or subcontractors with provisions and supplies for the carrying on of said work,and shall indemnify and hold the
City of Port Angeles harmless from any damage or expense by reason of failure of performance as specified in said contract
or from defects appearing or developing in the material or workmanship provided or performed under said contract within a
period of one year after its acceptance thereof by the City of Port Angeles,then and in that event,this obligation shall be
void;but otherwise,it shall be and remain in full force and effect.
Signed this day of , 20,_
Surety Principal
By By
Title Title
Surety Address Agent Address
Surety Contact and Phone Number Agent Contact and Phone Number
PD9913 Page 12 Rev.5/7/2013
PD9913 Page 13 Rev.5i7i2013
City of Port Angeles ATTACHMENT "E"
Engineering Office
Public Works and Utilities Department FORMS
360-417-4700
REQUEST FOR INFORMATION (RFI) FORM
PROJECT NAME:
PROJECT/CONTRACT NUMBER:
ORIGINATOR: ❑ Owner L. Contractor
ITEM:
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF CLARIFICATION/REQUEST:
DATE REPLY REQUESTED: CRITICAL TO SCHEDULE: ❑ YES ❑ NO -
ORIGINATOR SIGNATURE: DATE:
COMMENTS:
RF1 Number:
PD9913 Page 14 Rev. 8/30/2011
CONTRACT CHANGE ORDER (CCO) NO.
s
Project Name Date
Contractor Project No.
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of this Change Order:
1. Describe work here
2. Additional work, etc....
Such work will be compensated by: check one or more of the following as applicable [ ] Increase or[ ]Decrease in bid
items; [ ]Force Account; [ ] Negotiated Price: The described work affects the existing contract items and/or adds and/or
deletes bid items as follows:
Item Description RFI# Qty. Unit Cost Per Unit $Cost Net$Cost Adj.Days
No. ON I
1 Orig.
Rev.
2 Ori .
Rev.
ORIGINAL CURRENT EST.NET CHANGE TOTAL CHANGE ORDERS, EST.CONTRACT AFTER
CONTRACT CONTRACT THIS C14ANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER
DAYS:XX DAYS:YY DAYS: ZZ DAYS:XX+ZZ-YY DAYS: YYiZZ
*Amount with applicable sales tax included
All work,materials and measurements to be in accordance with the provisions of the original contract and/or the standard specifications and special
provisions for the type of construction involved. The payments and/or additional time specified and agreed to in this order include every claim by the
Contractor for any extra payment or extension of time with respect to the work described herein,including delays to the overall project.
#.. i _ t, &..- A.i "aha e P ,s
57"
.asS k- � ° , -
xs�u. �t: PPROE7 � � f, ,
t. . h, ,, -a� 1kzk
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS&UTILITIES DIRECTOR
CITY MANAGER
first' °ox acv
CITY COUNCIL APPROVAL DATE: � �" �
PD9913 Page 15 Rev. 8/30/2011
PD9913 Page 16 Rev. 8/30/2011
CONTRACTOR'S APPLICATION FOR PAYMENT
PROJECT PROJECT NO.
Page 1 of 2
TO: City of Port Angeles DATE:
Public Works&Utilities Department
P.O.Box 1150
Port Angeles,WA 98362
FROM: PAYMENT REQUEST NO.
PERIOD from: to [end of period]:
STATEMENT OF CONTRACT ACCOUNT
1 Original Contract Amount(Excluding Sales Tax) $
2 Total Value of Approved Change Order No(s). (Excluding Sales Tax) $
3 Adjusted Contract Amount[1+2] $
4 Value of Work Completed to Date (per attached breakdown) $ —
5 Material Stored on Site(per attached breakdown and material receipts) $
6 Subtotal [4+5] $
7 8.4% Sales Tax(at 8.4%of Subtotal),As Applicable $
8 Less Amount Retained(at 5%of subtotal) $
9 Subtotal[6+7-8] $
10 Total Previously Paid $
11 AMOUNT DUE THIS REQUEST [9-10] $
WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and
releases, up through the date hereof, any and all claims for costs or item extensions arising out of or
relating to extra or changed work or delays or acceleration not specifically identified and reserved in the
amounts identified below or previously acknowledged in writing by the City of Port Angeles.
CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the
materials supplied through the ending period date noted above represent the actual value of
accomplishment under the terms of the contract (and all authorized changes) between the Applicant and
the City of Port Angeles, relating to the above referenced project, and that the remaining contract
balance is sufficient to cover all costs of completing the work in accordance with the contract
documents.
Continued on Page 2
PD9913 Page 17 Rev. 8/30/2011.
CONTRACTOR'S APPLICATION FOR PAYMENT
Page 2 of 2
I also certify that all lower-tier payments, less applicable retention, have been made by the Applicant for the
periods covered by previous payment(s)received by the Applicant to(1) all lower-tier subcontractors/suppliers,
and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I
further certify that I have complied with all federal, state and local tax laws, including Social Security laws and
Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance
of this work, and have paid all such taxes,premiums and/or assessments arising out of the performance of the
work.
I further certify that,to the best of my knowledge, information and belief, all work for which previous payment(s)
have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the
Contractor, subcontractors,material suppliers, or other persons or entities malting a claim by reason of having
provided labor,materials and equipment relating to the work.
Within seven(7) days of receipt of the payment requested herein, all payments, less applicable retention,will be
made through the period covered by this pay request to all my lower-tier subcontractors/suppliers and for all
materials, equipment, labor,taxes and assessments arising out of the performance of all said lower-tire work.
DATED:
CONTRACTOR:
SIGNATURE:
PRINTED NAME AND TITLE:
SUBSCRIBED AND SWORN to before me this day of , 20
Notary Public in and for the State of ,
residing at
My appointment expires
APPROVAL:
Project Manager
Date
City Engineer
Date
PD9913 Page 18 Rev. 8/30/2011
f voRraH
U4 .dP
CERTIFICATION OF
"'�RlSS AN�V'
WORK COMPLETION AND ACCEPTANCE
PROJECT:
PROJECT NO.:
All work on the above referenced project has been completed in accordance with the contract documents and the
final inspection and the warranty provision included therein or relating thereto.
The final estimate in the amount of$ , including any applicable taxes, has been reviewed and
is in agreement with our records. I further certify that the final estimate amount shown above is a true and
correct statement showing all the monies due me from the City of Port Angeles for work performed and material
furnished under this contract. City Council acceptance and final payment, including retained percentages, is
hereby respectfully requested.
, Contractor, hereby releases the City of Port Angeles, Washington, from any
and all liens arising out of this Contract or is, herewith, providing a bond covering all unpaid obligations for work,
materials, equipment or any other liens outstanding on this Contract.
CONTRACTOR:
ADDRESS:
AUTHORIZED OFFICIAL: DATE:
I
PD9913 Page 19 Rev. 8/30/2011