HomeMy WebLinkAbout000238 Original ContractpU8rq,1
City of Port Angeles
Public Works Utilities Dept.
Operations Office
1703 South B Street
Port Angeles WA 98362
Tel: 360 417 -4541
Fax: 360 452 -4972
LIMITED PUBLIC WORKS PROCESS
Request for Quotation
Contract
Contract Title: Enable City Hall Boiler for CI Demand Response Pilot Proiect: Project Number: CH -07 -012
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
"CITY AND ESC Automation, 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 20 calendar days from the Notice to Proceed.
No work is to be performed prior to written Notice to Proceed by the City.
The performance period under this Contract commences calendar days after contract
award and ends calendar days after contract award.
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract (check one):
Project CH 07 012
Time and material, not to exceed:
Time and actual expenses incurred, not to exceed: $16.500
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:
X1 1
City of Port Angeles
Record #000238
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 as are mentioned in the
specifications to be furnished by the City of Port Angeles.
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.
Page 1 Rev. 07 /11/2011
'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 party 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.
5. 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
Project CH -07 -012 Page 2
Rev. 07/11/2011
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.
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.
6. 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.
8. 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 protect, defend, indemnify and save harmless the City, its officers, employees and
agents from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting
from the negligent acts or omissions of the Contractor. The Contractor agrees that its obligations under this
subparagraph extend to any claim, demand, and /or cause of action brought by, or on behalf of, any of its
employees or agents. For this purpose, the Contractor, by mutual negotiation, hereby waives, as respects the
City only, any immunity that would otherwise be available against such claims under the industrial insurance
provision of Title 51 RCW. In the event the City obtains any judgment or award, and /or incurs any cost arising
therefrom including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs
shall be recoverable form the Contractor.
Project CH -07 -012
Page 3 Rev. 07/11/2011
B. The City shall protect, defend, indemnify and save harmless the Contractor, its officers, employees and
agents from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting
from the negligent acts or omissions of the City. The City agrees that its obligations under this subparagraph
extend to any claim, demand, and /or cause of action brought by, or on behalf of, any of its employees or
agents. For this purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any
immunity that would otherwise be available against such claims under the industrial insurance provision of Title
51 RCW. In the event the Contractor obtains any judgment or award, and /or incurs any cost arising therefrom
including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be
recoverable form the City.
11. INSURANCE
The Contractor shall maintain insurance as set forth in Attachment B.
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
For a contract award or an on -call contract work order under $2,500, and in accordance with RCW 39.12.040(2),
the contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages
Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form
developed by the Washington State Department of Labor and Industries and available from the City of Port
Angeles Public Works and Utilities Department.
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.
Project CH -07 -012
Page 4 Rev. 07/11/2011
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.
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.
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
A. 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.
B. 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:
Industrial insurance coverage for the subcontractor's employees working in Washington as required
in Title 51 RCW;
An employment security department number as required in Tile 50 RCW; and
A state excise tax registration number as required in Tile 82 RCW;
An electrical contractor license, if required by Chapter 19.28 RCW;
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).
Project CH -07 -012
Page 5 Rev. 07/11/2011
IN WITNESS WHEREOF, the parties have executed this Contract as of °I 2011.
ESC AUTOMATION, INC
By:
Printed Name: _Erx..c_ .ti
Title: ‘4-c-v
Address: Entj t 0.61 Ave.SE S1• I IW
Tax ID DV-I(00° 7
Phone Number: 41/5 401 0(0
Project CH -07 -012
AO 6 2QJZ
CITY OF PORT ANGELES
By:
Printed Name: QG.Y K-�
Title: V1 TO c y C, l C� 0 0S
.J U
Purchase Order v_t t2n I'� V O 1 C e
Page 6 Rev. 07/11/2011
City of Port Angeles
Operations Office
Public Works and Utilities Department
360- 417 -4541
ATTACHMENT "A"
WORK BY CONTRACTOR
The Contractor shall do all work and furnish all labor, tools, materials, and equipment in order to accomplish the
following project. 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.
Location: 321 E. 5 Street, Port Angeles, Washington, 98362
Site Point of Contact: Robert Kajfasz, Communication Energy Analyst at 360 417 -4718
Work Hours: Contractor shall work during normal working hours, 7:00 AM to 5:00 PM, Monday through Friday,
excluding holidays. Work outside of these hours shall be requested from and is at the discretion of the Port
Angeles Facilities Manager. The Contractor must notify Site Point of Contact above two (3) days prior
to commencing work.
General Scope: Installation, startup, and commissioning of controls, communication equipment and
programming to enable control of the City Hall Boiler for use in the Commercial and Industrial Demand Response
Pilot Project. The equipment shall be integrated into the existing Direct Digital Control Operator Workstation
Computer at City Hall and shall include a new IC Systems GRIDlink® OpenADR Controller. The proposal shall
include all Control Devices, Programming, Pipe, Wire and Labor for the following:
1) Provide, Install, and Mount (1) New GRIDLink® Open ADR Controller (GRIDLink® device) in the City Hall
Boiler Room.
2) Provide and Install (1) New 24V DC Power Supply for GRIDLink® device.
3) Wire 24v DC Power to GRIDLink® device.
4) Install /Mount (1) New GRIDLink® Switch /Cell Uplink Device (Integral to GRIDLink® Unit).
5) Provide and install Antenna Wire for GRIDLink® Wireless Link.
6) Provide and install connection of Electric Utility KYZ output from Electric Utility meter to GridLink®
Device.
7) Flash Upgrade existing DAC1146 in Boiler Room to add ModBus Communication.
8) Provide Install Wire to connect GRIDLink® device to existing Delta DAC1146 in Boiler Room via
ModBus.
9) Provide ModBus Programming to map GRIDLink® points to the Delta Panel.
10) Program existing Delta Database for 3 Stages of Energy Use Reduction for use during Demand Response
Events.
11) Create Demand Limiting Graphic for existing DDC Operator Workstation Computer in SF2 Mechanical
Room at City Hall.
Project CH -07 -012
Page 7 Rev. 07/11/2011
12) Provide and install Ethernet Connection and Cat 5/6 cable from GRIDLink® device in the Boiler Room to
Fiber Optic Terminus at City Hall.
13) Provide and install Cat -5/6 cable to Fiber Optic cable Converter.
14) Testing and Commissioning off all Controls and Communications.
15) Provide four (4) hours of Owner Training.
16) Provide Operation Maintenance Manuals for Demand Response controls and communications
equipment and Graphic interface.
Additional Reauirements and Information:
1) All work shall be executed in strict accordance with the latest edition of the following standards and codes and
all local ordinances and regulations, and shall meet industry standards. The Contractor is required to obtain all
permits required by City of Port Angeles municipal codes and the current adopted codes:
1. International Building Code (IBC)
2. International Residental Code (IRC)
3. Uniform Plumbing Code (UPC)
4. International Fuel And Gas Code (IFGC)
5. International Mechanical Code (IMC)
6. Washington State Energy Code (WSEC)
7. Washington State Ventilation And Indoor Air Quality Code (VIAQ)
8. ANSI 117 (Ada Accessablity Code)
9. International Fire Code (IFC)
10. National Electrical Code (NEC)
11. Underwriters Laboratories (UL)
Note: See GRIDLINK OpenADR controller below for specifications:
Project CH -07 -012 Page 8
Rev 07/11/2011
DATA SHEET
GRIDL 0
Industrial OpenADR Controller with Modbus
C Systems
INDUSTRIAL CONNECTIVITY ITY SY STEMAS
PRODUCT HIGHLIGHTS
Advanced communications
Modbus (TCP, ASCII, RTU)
DNP3 (Optional)
IES- 60870 -5 (Optional)
Fast Ethernet 10/100
RS232 RS485
Features
Diagnostic LED's
DRAS connection status
Network Status
Event status
Flexibility
Open architecture for
custom C, C programs
ISaGRAF OPEN IEC
61131 for custom control
programming
Onboard I/O 8 Al, 8 DI, 4 DO
High Speed counter input
Unlimited I/O expansion
Cellular version available
SERVICE AND SUPPORT
Our open source Linux platform
enables a Long Term Support
Service Policy As technology
advances, GRIDLink OpenADR
Software will port easily to future
hardware iterations
As OpenADR continues to evolve,
units installed today are capable of
software upgrades over the Internet in
the future.
Project CH -07 -012
INDUSTRIAL DEMAND RESPONSE
G RI DLink is the first industrially rated, fully compliant OpenADR
controller on the market. It provides all the functionality envisioned by the
OpenADR architects with much more. Grid Link is a plug and play
solution that simply needs a connection to the Internet to shed loads
during power grid emergencies automatically and offers features to
integrate with more complex control systems.
Stand Alone
Large Aggregated Systems
t I Aul oOR
RD0G0 00 000°
000, 10 00 006000
dNu 7'2 7 0 1?
P',YR 1Ut1 AC ,.i
E i:�e4M1Ei PVI:1,
R rU Con :roller
pm W 4f i fe
Rflff Pond
*SI 1.1li W %PIO li i y 711. V
Na
S Pat iHfRREt
RSt7! Palo [fllCf P
GRIDLink is a simple stand alone controller which can simply shed Toad,
when required, through it's on board digital outputs. You can expand the
number of devices controlled throughout a plant or building by adding I/O
modules which can be remotely located to save wiring costs through Ethernet
or RS485.
Building Automation
GRIDLink is the "front -end" that brings real -time data from the Utility's Demand
Response Automation Server over the Internet into your building's automation
control system
Advanced communications makes it simple to connect multiple locations
seamlessly.
Page 9 Rev. 07/11/2011
s pecITIcations
Industrial powerPC (32 bit data bus)
Operating system embedded Linux
Dynamic memory (RAM) 32 Mbytes 32bit, 0 wait
states
Program memory (Flash) 32 Mbytes
Retained memory (RAM) 512K (battery- backed)
Local I/O (on- board) 26
Limit placed on expansion 256 per I/O type
Data logging (OPTIONAL)
IEC 61131 programming
High Level C programming, Linux open source
ETHERNET PORT
10 /100BaseTx (auto- detecting) RJ45 connection
(auto- crossover)
Protocols TCP /IP, ARP, UDP, ICNP, DHCP,
Modbus/TCP, SIXNET, and more
SERIAL PORT
RS485 port A screws (485 485 GND) 2 -wire half
duplex
RS232 Port B RJ45 (TD, RD, CTS, RTS, CD,
DTR,DSR, GND)
Protocols (master slave) Modbus RTU /ASCII
Flow control hardware, software, RTS -party (for
radios and RS485)
DISCRETE INPUTS
12 channels (sinking or sourcing) for manual input
and force load shed
Guaranteed ON voltage 9 VDC
Maximum voltage 30 VDC
Guaranteed OFF voltage current 5.0 VDC 1 5 mA
DC
Input resistance 10K Ohms
Input current 24 VDC 3 mA
Filtered ON /OFF delay 25 mS (20 Hz max. counting)
Fast ON /OFF delay 4 mS (100 Hz max counting)
Count rate (channels 1 8) High Speed Counter (10
KHz on channel 1)
AU;;
Project CH -07 -012
Page 10
ANALOG INPUTS
8 channels (4 -20 mA)
ND resolution 16 bits (0.003
Full scale accuracy +/-0.1% @20 °C)
Span and offset temp. coef. -50 ppm per °C
Input impedance 100 Ohm
Current protection Self- resetting fuses
DMRR (differential mode rejection) 66 dB at 50/60 Hz
DISCRETE OUTPUTS
4 channels (10 -30 VDC) 3 for Event Load Shed, 1 for
Off Line Indication
Maximum output per channel 1 Amp
Maximum output per module 4 Amps
Max OFF state leakage 0.05 mA
Minimum load 1 mA
Inrush current 5 Amps (100 mS surge)
Typical ON resistance 0 3 Ohms
Typical ON voltage @1A) 0.3 VDC
ENVIRONMENTAL
CERTIFICATIONS
Complete system with touch screen
interface in NEMA 4 enclosure cellular
versions available
Input power 10 -30 VDC
Input current 100 mA 24 VDC (typical)
Operating Temperature -40 to 70 °C -40 to 85 °C
storage)
Shock: 1EC60068-2-27
Vibration: 1EC60068-2-6
Humidity 5% to 95% RH (non condensing)
Flammability UL 94V -0 materials
Electrical safety UL 508, CSA C22.2/14, EN610101;
(IEC1010)
EMI emissions FCC part 15, ICES -003,
Class A, EN55022, EN61326 -1
EMC immunity EN61326 -1 (EN61000 -4- 2,3,4,6)
Surge withstand IEEE -472 (ANSI C37 90)
Vibration IEC68 -2 -6
Hazardous locations (Class 1, Div 2, Groups A,B,C,D)
UL 1604, CSA C22.2/213, Cenelec EN50021 Zone 2
Rev. 07/11/2011
INDUSTRIAL
CAR I OLInk
A Powerful Solution for Automated Demand Response
00
POWER SUPPLY
Project CH-07-012
21 22 23 24 25
00000
RS 485
COIL
10.30
VDC
L.)
NO C NC
RELAY
Normal Event
0
10-30V
DC
RCO C
I
0 C) 0 7 COia
F T *K.
E11 KR'S
RTU Concro",ut
00Q0Q
2 3 6
0 0 0 0 0
U 9 10 11 17
3.
999999
9 4 t? 9 9 9
VT P,M2M 213
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
0 0 0 0 CD 0 0 0 0 0 0 0 0 0 E) 6)
31 32 33 3.4 35 36 37 36 39 40 41 42 43 44 45 46 47
00000G 00G000®®OG
I 1 e 191
COIL
1(,30
VDC
1 C--
0 0
NO C NC
RELAY
Moderate Event
Simplified Wiring Diagram
R345
10/100 0
Ethernet
COIL
10-3U
VDC
7
NO C NC
RELAY
High Event
IC Systems 14252 Culver Dr A724 Irvine, CA, 92604 Tel 949 857-6600 FAX 949 551-3169 www.smartarid.icsys-mc.com
Page 11 Rev. 07/11/2011
Mechanical dimensions
2.95"
(7.49 cm)
Dia. 0.17"
(0.43 cm)
(clear for
#8 screw)
\I5r i s5(--( z4r- z3r7
l
Wiring Diagram
DC+ for
DI Sourcing
or C—
DC- for
DI Sinking
(must set
jumper
in base)
DO
Return
(DC
Project CH -07 -012
:C+�� meae���saa000a�a��
2 3 4 5 6 7 8 9 IC 11 12 15 14 15 16 17 15
31 32 33 34 35 36 37 36 39 40 41 42 43 44 45 45 47
u 4.47"
4.75" (11.35 cm)
(12.07 cm)
QI
0000000
31 32 33 34 35 36 37
ci
0.28"
(0.71 cm)
19 20 21 22 23 24 25
III (I 1 1 I 0.28"
FRONT VIEW
i
im, .4-3 .0
DIN
EN
50022
l_. Ra485 10 -30 VDC
1 (Port A) 1 (User Supplied)
1 °z T I Chassis
Io I YI GNDt
1 '19 20 21 22 1 1 23 24 25
r DI Retum Jumper. 1
1 -F 1+ Select DC for sourcing (defnui) 1
L or DC+ for sinker
RS232
RJ45
(Port B)
RS232
6 DI ,r DO A! AO r (T=ort D)
L
4.13"
(10.48 cm)
Ethernet
RJ45
(1 MOO)
000000000000000 000
1 2 3 4 5 6 7
4,25"
(10.80 cm)
1
SIDE VIEW
1.80" u
(4.57 cm)
0
L
8 9 10 11 12 13 14 15 16 17 18
_10-30
A VDC
—RS485
DD AI 1A01— Fort C)
000000000
38 39 40 41 42 43 44 45 46 47
2 4 `'2 1 s T
�2
RS232 RS485
Communication Ground
E_ 3.23"
(8.20 cm)
1
IC Systems 14252 Culver Dr A724 Irvine, CA. 92604 Tel 949 857 -6600 FAX 949 551 -3169 www.smartarid.icsys- Inc.com
Page 12 Rev 07/11/2011
3.83"
(9.73 cm)
City of Port Angeles
Operations Office
Public Works and Utilities Department
360 -417 -4541
Insurance Requirements:
1. Minimum Scope of Insurance
The Contractor shall procure and maintain for the duration of the Contract, 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. Failure by the
Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the
City may, after giving five working 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,
off set against funds due the Contractor from the City.
The Contractor shall obtain insurance of the types described below:
ATTACHMENT B
INSURANCE
a. 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.
b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop gap liability, independent contractors, products
completed operations, 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 11 85. 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.
c. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
2. Minimum Amounts of Insurance
The Contractor shall maintain the following insurance limits:
a. Automobile Liability insurance with a minimum combined single limit for bodily injury and property
damage of $1,000,000 per accident.
b. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and a $2,000,000 products- completed operations
aggregate limit.
3. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile
Liability and Commercial General Liability insurance.
a. The Contractor's insurance coverage shall be primary insurance as respect to the City. Any
Project CH -07 -012
Page 13 Rev. 07 /11/2011
Project CH -07 -012
insurance, self- insurance, or insurance pool coverage maintained
Contractor's insurance and shall not contribute with it.
b. The Contractor's insurance shall not be cancelled or reduced as
after forty-five (45) days prior written notice by certified mail,
given to the City.
4. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VI.
5. Verification of Coverage
6. Contractor's Insurance For Other Losses
7. Waiver of Subrogation
by the City shall be in excess of the
to coverage by either party, except
return receipt requested, has been
The 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 Automobile
Liability and Commercial General Liability insurance 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.
The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools,
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 to any temporary structures,
scaffolding and protective fences.
The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors,
agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by
Builders Risk insurance or other property insurance obtain pursuant to the Insurance Requirements Section of
this Contract or other property insurance applicable to the work. The policies shall provide such waivers by
endorsement or otherwise.
Page 14 Rev. 07/11/2011
City of Port Angeles
Operations Office
Public Works and Utilities Department
360- 417 -4541
See listings below:
ATTACHMENT "C"
PREVAILING WAGE RATES
1. Washington State Prevailing Wage Rates For Public Works Contracts Journey Level and Apprentices,
Clallam County, effective 07/18/2011.
2. To access applicable prevailing rate(s) of wages rates for the describe work by trade, use the following Labor
and Industries website link: httn:// www. lni. wa. 2ov/ TradesLicensina /PrevWaae /WaaeRates /default.asn
3. A copy of the applicable prevailing wage rates can be obtain by contacting Lucy Hanley at 360 417 -4541 or by
email, lhanlevn,citvofDa.us. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles,
WA. 98363.
City of Port Angeles
Project CH -07 -012
Page 15 Rev. 07/11/2011
Operations Office
Public Works and Utilities Department
360 -417 -4541
Quotation Form Attachment:
Project CH -07 -012
ATTACHMENT "D"
Quote Form
Page 16 Rev. 07/11/2011
1
The bidder hereby bids the following amounts for all work (including labor, equipment, time
and materials) required to perform the work in the Statement of Work and this package.
1. Lump Sum 15,000.00
2 Sales Tax (8.4 1,260.00
3. Total Bid 16,260.00
5. The bidder hereby acknowledges that it has received Addenda No(s). NA
(Enter "N /A" if none were issued) to this Request for Quotation package.
6. The name of the bidder submitting this bid and its business phone number and address, to which
address all communications concerned with this bid and with the contract shalt be sent, are listed
below. Any written notices required by the terms of an awarded contract shall be served or mailed to
the following address,
Contractor Inf ri matign:
1. Company Name:
2. Address:
3. City, State, Zip Code:
4. Phone Number:
5. Contractor Registration Number:
6. UBI Number:
7. WA State Industrial Insurance Account Number:
8. WA State Employment Security Dept Number:
9. State Excise Tax Registration Number:
The bidder represents that it is qualified and possesses sufficient skills and the necessary capabilities
to perform the services set forth in this Contract.
Signed by
Title
Printed Name:
Date
QUOTATION FORM
finable City Hall Boiler for CJ Demand Relponse Pilot Protect
CH-07-012
Technical Sales Engineer
Kim L. Kelley
8 0: 3
Project: CH 07 012 Page 2
ESC Automation Inc.
22121 17th Ave SE, Suite 116
Bothell WA 98021
425 -487 -8613
ESCAUI*964Q4
602 247 418
039 060 -01
210319 -00 -01
47- 0896097
Rev. 07/11/2011