Loading...
HomeMy WebLinkAbout000633 Original Contract City of Port Angeles Record # 000633 5 SMALL WORKS ROSTER ❑ Request for Bid ® Contract Contract Title: Light Pole Replacement Project Number: CL06-2012 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND OLYMPIC ELECTRIC COMPANY, 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 for Base Bid and Alternate #1, 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: November 20, 2013. ❑ All work under this Contract is to be completed 120 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: $193,291.90 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. CL06-2012 Page 1 Rev. 8/30/2011 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. 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. CL06-2012 Page 2 Rev. 8/30/2011 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. 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 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. 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 CL06-2012 Page 3 Rev. 8/30/2011 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, 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". 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 CL06-2012 Page 4 Rev. 8/30/2011 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. N. 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 an&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. CL06-2012 Page 5 Rev. 8/30/2011 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. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request form(s). E. 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 E). IN WITNESS WHEREOF, the parties have executed this Contract as of JU,64, In, 2013. OLYMPIC ELECTRIC COMPANY, INC. CITY OF PORT ANGELES By: By: � 1 Printed Name: mak' �LA ¢ ranted Name}:.,� a .ten Title: Title: �— AddrespLYMPIC ELECTRIC CO., INC. 4230 lumwater Port Angeles,WA 98363 City: APPROVED AS TO FORM: Tax ID #: Phone Number: "2, LP S 1 ���J U3 BY: CITY ATTORNEY ATTEST: BY: L CVLERK Purchase Order #: CL06-2012 Page 6 Rev. 8/30/2011 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: Replace existing metal street lighting poles, concrete bases, and bracket arms. Luminaires will be reused. Location: Various locations in downtown Port Angeles, Washington, generally on Front and First Streets, between Lincoln and Cherry Streets. Site Point of Contact: George Drake at 360-808-5802. Work Hours and Schedule: No on-site work will be allowed before September 3, 2013, and everything must be completed by November 20, 2013. All sidewalks must be repaired and lights re-installed and operational before Thanksgiving. The contractor will work from 7:00 AM to 3:30 PM, Monday through Friday, excluding all City holidays. Work outside of these hours may be requested from and is at the discretion of the City Engineer. Permits: None required Work Requirements: 1.0 Project Description Replace street lighting poles, bases, and mounting brackets at various locations in downtown Port Angeles, Washington. Existing luminaires to be reused. 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). The following City of Port Angeles Specification Sections and Construction Standards are included as part of this contract: 08001 — Pavers; 16521 — Street Lighting; Construction Standard S002. Sidewalk repairs shall match adjacent construction and comply with City of Port Angeles Urban Services Standards and Guidelines. 3.0 Drawings and Specifications: The following drawing sheets are part of this contract: Sheets 1 through 7. 4.0 Description of Work Replace existing steel street light poles and transformer bases with new aluminum poles. The poor condition of existing anchor bolts and a different bolt circle diameter also requires replacement of the existing concrete bases. CL06-2012 Page 7 Rev. 8/30/2011 5.0 Safety: To the extent possible, sidewalks and streets are to be kept open to the public during construction to minimize business disruption. The Contractor shall conduct the work with due regard to adequate public safety and sanitary requirements and shall maintain its plant and equipment in safe condition. Parking spaces may be closed in the area of work being performed. The Contractor shall conform to OSHA and WISHA rules and regulations. Unsafe excavations shall not be left open overnight. Damaged areas of sidewalk shall be barricaded until repaired. 6.0 Observance of the Law The Contractor shall be responsible for the strict observance by his employees of the laws of the United States and the State of Washington (including State of Washington Department of Transportation regulations) and all local ordinances and regulations. The Contractor shall comply with said laws, ordinances, and regulations. 7.0 Payment The City will process monthly payments for work completed and accepted by the Project Engineer within 30 days following submittal of a completed and signed Payment Request Form. Retainage in the amount of S% will be withheld in accordance with RCW 60.28.010. After the expiration of 30 days following the final acceptance of said work by the Port Angeles City Council and receipt of proper releases for applicable agencies of the State of Washington, the final payment of the retainage, or all amounts thereof in excess of a sufficient sum to meet and discharge valid claims filed pursuant to the statutes of the State of Washington, will be made. Washington State sales tax will apply and be paid when billed on invoices. 8.0 Contract Amount/Cancellation The City reserves the right to terminate the contract at any time, for any reason. 9.0 Warranty Contractor to repair or replace poles that fail in finish, materials, and/or workmanship within the manufacturer's standard warranty period, but not less than three years from date of Substantial Completion. 10.0 Special Conditions The City of Port Angeles requires that bid submittals be made on the bid form supplied by the City, and in no other manner. Specific material types and quantities required for a particular process shall be noted on the Bid Form as required to treat the cable segments described. CL06-2012 Page 8 Rev. 8/30/2011 SECTION 16521 — STREET LIGHTING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Poles and accessories. 2. Pole bases. 1.2 DEFINITIONS A. AASHTO: American Association of State Highway and Transportation Officials. B. ANSI: American National Standards Institute C. ASTM: American Society of Testing Materials D. Bracket Arm: Luminaire support that mounts on a pole. E. COPA: City of Port Angeles F. HID: High-intensity discharge. G. IEEE: Institute of Electrical and Electronics Engineers. H. IESNA: Illuminating Engineering Society of North America I. LED: Light emitting diode J. Luminaire: Complete lighting fixture, including ballast, lamp, and housing. K. NEMA: National Electrical Manufacturers Association. L. NESC: National Electrical Safety Code, ANSI Standard IEEE-C2, 2007 Edition. M. NFPA: National Fire Protection Association. N. NRTL: Nationally Recognized Testing Laboratory, as defined by OSHA in 29 CFR 1910.7 O. OSHA: Occupational Safety and Health Administration. P. PALO: City of Port Angeles Department of Public Works and Utilities, Light Operations Division. Q. Pole: Bracket arm support structure. R. Pole Base: Buried concrete pole foundation with anchor bolts for mounting of pole. CL06-2012 Page 9 Rev. 8/30/2011 S. UL: Underwriters Laboratories. 1.3 STRUCTURAL ANALYSIS CRITERIA FOR POLE SELECTION A. Dead Load: Weight of luminaire and its horizontal and vertical supports, and supporting structure, applied as stated in AASHTO LTS-4. B. Live Load: Single load of 500 Ibf, distributed as stated in AASHTO LTS-5. C. Ice Load: Load of 3 Ibf/sq. ft., applied as stated in AASHTO LTS-5. D. Wind Load: Pressure of wind on pole, luminaire, banners, and planters calculated and applied as stated in AASHTO LTS-4, for 85 mph wind speed. 1.4 SUBMITTALS A. Shop Drawings: Required after contract award for each pole and support component, arranged in order of lighting unit designation. Include data on features, accessories, finishes, and the following: 1. Details of installation and construction. 2. Materials, dimensions, and finishes of poles. 3. Means of attaching luminaires to supports, and indication that attachment is suitable for components involved. 4. Anchor-bolt templates keyed to specific poles and certified by manufacturer. 5. Manufactured pole foundations. 6. Pole and Support Component Certificates: Signed by manufacturers of poles, certifying that products are designed for indicated load requirements in AASHTO LTS-4 and that load imposed by luminaire has been included in design. 7. Field quality-control test reports. 8. Warranty: Special warranty specified in this Section. 1.5 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with ANSI-IEEE C2, "National Electrical Safety Code." 1.6 DELIVERY, STORAGE, AND HANDLING A. Package aluminum poles for shipping according to ASTM B 660. B. Store poles on decay-resistant-treated skids at least 12 inches above grade and vegetation. Support poles to prevent distortion and arrange to provide free air circulation. C. Retain factory-applied pole wrappings until right before pole installation. Handle poles with web fabric straps. D. Retain factory-applied pole wrappings on metal poles until right before pole installation. For poles with nonmetallic finishes, handle with web fabric straps. CL06-2012 Page 10 Rev.8/30/2011 1.7 WARRANTY A. Manufacturer's standard form in which manufacturer agrees to repair or replace products that fail in materials or workmanship; that corrode; or that fade, stain, perforate, erode, or chalk due to effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lightning damage, hail damage, vandalism, abuse, or unauthorized repairs or alterations from warranty coverage. 1. Warranty Period for Poles and Brackets: Repair or replace lighting poles that fail in finish, materials, and workmanship within manufacturer's standard warranty period, but not less than three years from date of Substantial Completion. 1.8 EXTRA MATERIALS A. Include with the Base Bid furnishing the City with the quantity of extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Poles and Brackets: One of each type. 2. Bases: Two precast concrete bases. 3. Banner Brackets: Two sets of two. 4. Planter Brackets: Four. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Basis of Design Product: The design of each item of exterior luminaire support is based on the product named. B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.2 POLES AND SUPPORT COMPONENTS, GENERAL REQUIREMENTS A. Structural Characteristics: Comply with AASHTO LTS-5. 1. Wind-Load Strength of Poles: Adequate at indicated heights above grade without failure, permanent deflection, or whipping in steady winds of speed indicated in Part 1 "Structural Analysis Criteria for Pole Selection" Article, with a gust factor of 1.3. 2. Strength Analysis: For each pole, include 10 square feet of banners, 2 square feet of planter surface area, plus multiply the actual equivalent projected area of luminaires and brackets by a factor of 1.1 to obtain the equivalent projected area to be used in pole selection strength analysis. B. Luminaire Attachment Provisions: Comply with luminaire manufacturers' mounting requirements. Use stainless-steel fasteners and mounting bolts, unless otherwise indicated. C. Mountings, Fasteners, and Appurtenances: Corrosion-resistant items compatible with support components. CL06-2012 Page 11 Rev. 8/30/2011 1. Materials: Shall not cause galvanic action at contact points. 2. Anchor Bolts, Leveling Nuts, Bolt Caps, and Washers: Hot-dip galvanized after fabrication, unless stainless-steel items are indicated. 3. Anchor-Bolt Template: Plywood or steel. D. Concrete Pole Foundations: Precast concrete, 14" square, minimum of 5 ft. high, with four anchor bolts installed to match pole-base flange. Concrete and reinforcement are detailed in COPA Standards S002A and S002B in these specifications. Contractor shall provide pole manufacturer's anchor bolt template to base supplier to ensure proper bolt locations. Bases may incorporate a 1-inch conduit or have chases to allow for installation of underground conduits. All foundation hardware shall be 100% hot-dip galvanized in accordance with AASHTO M-111 and AASHTO M-232. Bases shall be as manufactured by Oldcastle Precast, Auburn, WA— Model #5CL-LB, or equal. E. Junction Boxes: Replace all existing wiring junction boxes adjacent to new light poles with new composite junction boxes flush mounted in sidewalks, gray color. Boxes will be supplied by COPA for installation by the Contractor. Pencell #PE-20HDX-GS-XCL-Gray, and #PE-20- 5-Gray extension ring. Where boxes are relocated, Contractor shall re-route existing conduits to new box locations, remove old boxes, and, where existing conductors are not long enough to reach new location, provide and install new #6CU between new junction box and the box at adjacent street light. Conductors shall not be spliced in conduits. 2.3 ALUMINUM POLES A. Poles: Seamless, extruded structural tube complying with ASTM B 429, Alloy 6063-T6 with access handhole in pole wall. 1. Shape: Round, tapered. 2. Wall Thickness: Minimum 0.25 inches. 3. Mounting Provisions: Butt flange for 4-bolt mounting on foundation. 4. Alloy base flange. 5. Bolt Circle: 11 inches 6. Finish: Circumferential brushed satin. B. Grounding and Bonding Lugs: Welded 5/16"-18 threaded lug for attaching grounding and bonding conductors, and accessible through handhole. C. Aluminum Finish: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 1. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. 2. Natural Satin Finish: Provide fine, directional, medium satin polish (AA-M32); buff complying with AA-M20. D. Shall be one of the following manufacturer catalog numbers, or equal, plus accessories specified in Paragraph 2.4: 1. Hapco #RTA30F8B4M20-01-M183 2. Valmont #2908-45808T4-D 1-DNA/1 MA0832B-DNA 3. P&K #RTA8X30AAS18EG-FBC CL06-2012 Page 12 Rev. 8/30/2011 2.4 POLE ACCESSORIES A. Provide each new pole with a 120 V, 20 A, NEMA 5-20R, duplex receptacle, ground-fault circuit interrupter type, with a weatherproof cover rated as weatherproof when in use, located 23 feet above finished grade. B. Power supply conductors shall be provided with a weatherproof fuse holder with replaceable fuses, mounted in the base behind access cover. Bussman HEB, or equal. C. Base Covers: Manufacturers' standard metal units, arranged to cover pole's mounting bolts and nuts. Finish same as pole. D. Brackets for Luminaires: Detachable mast arm, with pole and adapter fittings of cast aluminum. Adapter fitting welded to pole and bracket, then bolted together with stainless-steel bolts. 1. Tapered oval cross section, with straight tubular end section to accommodate luminaire. 2. Length: Eight feet. 3. Rise: Thirty inches. 4. Finish: Same as pole. 5. Hapco #MPB84-007, or equal. E. Banner Brackets: Provide and install one pair of spring mounted fiberglass banner brackets for each new pole. Britten "BannerSaver Small" or equal. Install as shown on drawings per manufacturer's recommendations using "heavy" banding. Reinstall any existing banners on new poles. F. Planter Brackets: Provide and install one pair of planter brackets on poles where noted on the drawings and oriented as detailed. Hapco #HOLD12400, or equal. 2.5 LUMINAIRES A. Existing luminaires and bird spikes shall be removed and reused. Luminaires or bird spikes damaged during construction shall be replaced by the Contractor at no cost to the City. PART 3 - EXECUTION A. Contractor shall coordinate with PALO to ensure circuits being worked on are de-energized. B. Contractor to provide all sidewalk removal, excavation, base replacement, backfilling, and sidewalk restoration. Most existing sidewalks are constructed on fill of unknown composition. Existing concrete bases in fill areas are typically field-poured to a depth of approximately 10 feet. Contractor shall remove at least the top 3 feet of the old base to get below sidewalk material. Replacement concrete sidewalks to match existing finish and joint pattern. Refer to "Standard Specifications" section of"Attachment A" for concrete requirements. C. Fasten new luminaires to new bracket arms. 1. Use fastening methods and materials selected to resist seismic forces defined for the application and approved by manufacturer. D. COPA Street Division will remove and reinstall all pole mounted street signage. E. Luminaires shall be connected and tested individually or in small groups. Only luminaires on one side of the street may be out of service overnight. At least one side of any street shall be CL06-2012 Page 13 Rev. 8/30/2011 maintained in functional condition during construction. No lights shall be out of service more than one night. F. Contractor shall provide traffic control in accordance with Washington State Dept. of Transportation publication M54-44.03 (available on www.wsdot.wa.gov) at all locations. Use the following standard traffic control plans: 1. TCP-17 at intersections on Highway 101. 2. TCP-5 at pole replacement locations. 3.2 POLE INSTALLATION A. Existing poles and brackets are to be replaced. Provide and install new pre-cast concrete base with anchor bolts spaced for new bolt circles. Conduits shall be stubbed out through base as noted on COPA Standard S003 and one shall be routed to existing junction box. B. Existing supply conductors shall be removed where new poles are installed. New supply conductors shall be installed to new poles and lights from adjacent junction boxes. Conductor shall be five insulated #10 CU meeting NESC Section 230C(2). Two conductors are for the luminaire, two for the GFI receptacle, and a ground conductor that shall connect to the pole, luminaire, and the GFI receptacle. C. COPA staff shall remove signs, banners, etc. from poles being removed, and shall install them on new poles at heights shown on the drawings, or matching the original mounting heights. Advise COPA at least two working days in advance of date that signs to be removed for pole removal. D. Align new pole foundations and poles for luminaire mounting bracket to be perpendicular to vehicle travel lanes. Align planter and banner brackets as shown on the drawings. E. New poles shall be located near the existing pole positions. Remove existing concrete bases and abandon any unused wire and/or conduit. Poles may be relocated as noted on drawings where bases cannot be easily removed. Contractor shall provide concrete around poles and handholes as shown on drawings, and shall remove and replace surrounding sidewalk as required for pole replacement. Install pavers or concrete to match existing sidewalk. F. Where noted on drawings, Wireless Network Access Point (WAP) boxes on existing poles shall be removed and re-installed by Capacity Provisioning, Inc.(CPI) CPI charges shall be billed directly to the City and not included in the Contractors bid proposal. Contact Bob Jensen (360-565-8400) to coordinate schedule. G. Where a traffic signal control cabinet is mounted on an existing street light pole, new pole shall be installed in the same location. Contractor shall temporarily support control cabinet during removal and reinstallation of light pole. Traffic signals shall remain in operation during construction. Coordinate activity with Trent Peppard at PALO. H. Contractor shall get utilities located prior to any excavation. Any pipes, conduits, etc. damaged during construction shall be repaired before backfilling. Utilities that were correctly located shall be repaired at the Contractor's expense. All damaged facilities shall be reported to COPA. I. Concrete Pole Foundations: Set anchor bolts during fabrication of pre-cast bases according to anchor-bolt templates furnished by pole manufacturer. Mount pole with leveling nuts under base. Verify pole is vertical and tighten top nuts to torque level recommended by pole manufacturer. CL06-2012 Page 14 Rev. 8/30/2011 1. Use anchor bolts and nuts selected to resist seismic forces defined for the application and approved by manufacturer. 2. Grout void between pole base and foundation. Use nonshrink or expanding concrete grout firmly packed to fill space. 3. Install base covers, unless otherwise indicated. 4. Area around new pole base shall be restored to a condition equal to existing surrounding area. Sidewalks shall be replaced or repaired as detailed on the drawings. 3.3 CORROSION PREVENTION A. Aluminum: Do not use in contact with earth or concrete. When in direct contact with a dissimilar metal, protect aluminum by insulating fittings or treatment. 3.4 GROUNDING A. Ground new metal poles, devices, and support structures according to NESC Section 215(C). B. Install 5/8" x 10' grounding electrode in each new handhole, unless otherwise indicated with #10 CU THHN grounding conductor brought into pole and connected to pole grounding lug or anchor bolts. C. Luminaires shall be grounded to support bracket and to aluminum pole. 3.5 FIELD QUALITY CONTROL A. Inspect each installed fixture for damage. Replace fixtures and components damaged during construction. Notify COPA of existing damage when discovered. Bird spikes are to be maintained on all luminaires. B. Illumination Observations: Verify normal operation of lighting units after installing luminaires and energizing circuits with normal power source. C. The City Archaeologist has reviewed the construction plans and determined that the ground disturbing project is located in locations unlikely to contain intact prehistoric archaeological or significant historical archaeological I resources. Since this is replacement of existing City infrastructure it will have no impact on any historic structures in the vicinity of the work area. The project is also unlikely to encounter archaeological resources given its separation from areas designated with medium or high archaeological probability due to the presence of at least 6 feet of fill in the downtown area. The Lower Elwha Klallam Tribe have consulted with the City on this project and concur with the following conditions: 1. The work may proceed without constant on-site archaeological monitoring or additional archaeological or historical investigations. 2. Since the City Archaeologist may not be present during construction, if any items suspected to be historical or archaeological in nature are observed, the ground disturbance must stop and the City Archaeologist must be contacted for further direction before ground disturbing work resumes. Work may be moved to another location while the archaeological stoppage is resolved. 3. The contractor must notify the City Archaeologist of the work schedule on a weekly basis beginning one week before ground disturbing construction begins. Coordinate work CL06-2012 Page 15 Rev.8/30/2011 schedule with Derek Beery, telephone (360) 417-4704. The City Archaeologist may conduct site visits to inspect the ground disturbing actions. END OF SECTION 16521 CL06-2012 Page 16 Rev.8/30/2011 SECTION 08001 - PAVERS PART 1 — GENERAL 1.1 SUMMARY A. This work shall consist of removing and replacing concrete unit paver sidewalk in accordance with these Specifications and the details shown on the Plans. 1.2 DEFINITIONS A. AASHTO: American Association of State Highway and Transportation Officials. B. ANSI: American National Standards Institute C. ASTM: American Society of Testing Materials D. COPA: City of Port Angeles PART 2— PRODUCTS 2.1 MANUFACTURERS A. Concrete unit pavers shall be the Holland type, manufactured by Westcon Pavers or approved equal. 2.2 PAVERS A. COPA will provide the Contractor with two pavers at no cost for each pole included in the contract. Additional pavers required to replace those damaged during removal may be purchased from COPA at$2.00 each, up to 200 pavers total. Additional pavers as described herein must be purchased directly by the Contractor. Concrete pavers meeting the specifications are available from Mutual Materials Co., 13555 Bel-Red Road, Ste. 232, Bellevue, Washington, 98005, phone (425)603-0540. B. The paver specifications shall be as follows: 1. Thickness 60 mm (2 3/8")for sidewalks 2. Length 225 mm (8 7/8") 3. Width 112.5 mm (4 7/16") C. Colors 1. Antique Color Sidewalk Pavers (Sidewalks) 2. Charcoal Color Sidewalk Pavers (Borders) 2.3 BEDDING AND JOINT FILLER SAND A. Bedding and joint filler sand shall be medium sand meeting the ASTM C-33 specification for fine aggregate. 2.4 PAVER JOINT SEALING MATERIAL CL06-2012 Page 17 Rev.8/30/2011 A. The joints between all of the roadway and pedestrian pavers including the joints between the pavers and concrete curbs shall be covered with a liquid prepolymer having the following properties: 1. Type: Moisture cured prepolymer in white spirit solution 2. Appearance: Clear liquid 3. Viscosity: 0.92 poise at 70°F 4. Specific Gravity: 0.95 poise at 70°F 5. Combined Isocyanates: 1.25% 6. Free Isocyanates: 0.2% maximum 7. Chloride Content: nil 8. Flash Point(Able): 115°F (Flammable) 9. Coverage: 85 sq. ft. per U.S. gallon 10. Working Temperature: 40°F to 95°F 11. Initial Curing Time: 1 to 3 Hours 12. Final Curing Time: 12 to 24 Hours 13. Open to Traffic: 12 to 24 Hours B. A liquid prepolymer meeting the above specifications is ACM Payseel available from ACM North America, Box 33505, Dundum RPO, Hamilton, Ontario, Canada L8P4X4, phone (905) 570-1552, fax (950) 570-0305 or approved equal. 2.5 CRUSHED SURFACING TOP COURSE A. Crushed surfacing top course material shall meet requirements of section 9-03.9(3) "Crushed Surfacing" in the Standard Specifications. 2.6 GEOTEXTILE FABRIC A. Geotextile fabric shall be used as a base for the placing of the bedding sand. Textiles shall be nonwoven pervious sheets of polyester or polypropylene fibers oriented into a stable network so that the fibers retain their relative position with respect to each other. The textile shall be resistant to mildew and rot, ultraviolet radiation, insects, and rodents. The material shall be composed of continuous or discontinuous (staple)fabrics. If needle punching is part of the manufacturing process, the manufacturer shall provide proof that analysis and removal of broken needles is accomplished as part of a quality control program. Textiles shall be furnished in a protective wrapping. B. Textiles shall be 8 ounces and meet the following minimum average roll properties: Physical Properties Test Method Requirements Weight, oz/sq.yd., nominal ASTM D 3776 8 Grab Tensile Strength lbs, min. ASTM D 4632 200 Grab Elongation, % min. ASTM D 4632 50 Mullen Burst, psi, min. ASTM D 3786 300 Puncture Resistance, lbs. ASTM D 4833 95 Trapezoidal Tear, lbs. ASTM D 4533 75 2.7 CONCRETE BLENDING STRIP A. Materials for the concrete blending strip shall meet the requirements of Standard Specifications Section 8-14 and shall be measured and paid as Cement Concrete Sidewalk under the appropriate bid item. PART 3— INSTALLATION CL06-2012 Page 18 Rev.8/30/2011 A. The Contractor shall be responsible for paver security and condition until they are installed and accepted by COPA. The Contractor shall be responsible for storage and transportation of all pavers from the COPA storage yard at 1703 S "B" Street. B. Pavers shall be stored on non-staining wood skids or pallets set not less than 4 inches above ground, covered with a non-staining waterproof membrane but allow air to circulate around stones. Place and stack skids and pavers to distribute weight evenly and to prevent breakage or cracking of pavers. 3.2 BEDDING SAND INSTALLATION TECHNIQUE A. The bedding sand for sidewalk pavers shall be screened and compacted to the thickness recommended by the paver manufacturer. B. Prior to placing the pavers on the bedding sand, the sand shall be compacted by a vibratory plate compactor. The bedding sand shall be compacted by two passes of a vibratory plate compactor and a smooth surface shall be obtained on this material. The bedding sand shall have a moisture content that permits full compaction to be achieved by this method and shall not be so wet that water is forced out of the material. C. Following the compaction of the sand, approximately 1/4-inch thickness of sand shall be screened over the compacted sand. This layer shall be left loose until the installation of the pavers. D. Following the installation of the bedding sand, and prior to the installation of the pavers, the sand shall be kept covered and no pedestrians or workers shall walk over the compacted sand. E. Any disturbance of this sand shall be remedied prior to the installation of the pavers. Screeding thickness shall be ensured by placing screeding rails in the bedding sand, and once these rails have been removed, sand shall be placed in the gaps left by the rails. F. All bedding sand material shall be covered prior to installation in order to prevent the surface parts of the stockpile from becoming saturated. Should any sand become saturated, it shall be either discarded or dried sufficiently prior to installation. 3.3 INSTALLATION OF SIDEWALK PAVERS A. The laying patterns are as shown on the Plans. The antique colored pavers will be placed over the entire sidewalk areas except for the borders. The charcoal colored pavers will be used for the sidewalk borders. B. Sidewalk pavers shall be installed by hand by the normally accepted practice for flexibly bedded paver installation. This shall comprise of careful placement of the pavers on the compacted bedding sand. The pavers shall be placed to string lines to ensure the surface pattern is reproduced accurately. The pavers shall be installed according to the colors and patterns shown on the Plans to ensure that the pattern is as specified. If the existing walk does not drain toward the curb, the Engineer may direct the Contractor to adjust the sidewalk paver cross slope to drain toward the street, when possible. C. The pavers shall be placed such that gaps are left between neighboring units to allow sand to enter either from beneath or from above to fill the gaps. The nominal gap shall be 3/32 of an inch. D. All pavers placed within a working day shall be vibrated before the end of that day except for those pavers within 2 feet of the laying face, which shall be left unvibrated. Any such pavers left in this state that migrate prior to the eventual vibration shall be relayed. Prior to laying pavers at the start of each day, string lines shall be used to ensure that those pavers previously laid are in their original locations. CL06-2012 Page 19 Rev.8/30/2011 E. The pavers shall be vibrated into the bedding sand by the use of a plate vibrator having a neoprene sole plate. The plate vibrator shall have the following properties or alternatively shall provide compactive effort equal to or greater than the specified machine. 1. Plate size 19.5 inches x 27.5 inches 2. Centrifugal force 6,520 pounds 3. Frequency 5,900 Hz F. All of the above properties are achieved by the Wacker Model BPU295OR, which is commonly used to vibrate pavers in this way. G. Two passes of this plate vibrator shall be made over all of the laid pavers. Following this,joint filler sand shall be spread over the surface and this sand shall be swept one pass ahead of the plate vibrator so that the joints in the pavers are filled. H. The paver surface shall be inspected 24 hours following the vibration and any joints that are not fully filled with sand shall be filled and a further pass of the plate vibrator shall be undertaken. This shall be repeated after 7 days. I. All edge pavers that need to be cut shall be sawn. Where possible, previously cut and retrieved pavers may form the edge. All cut paver pieces not reused are to be salvaged. J. See Detail in drawings for installation of street light bases in sidewalk paver area. K. Pavers may be field cut as necessary for installation and shall comply with the following requirements. For sidewalk pavers, cut pavers are to be no smaller than 3 inches in any direction. The paver cutting operation shall be shielded within a portable shed or similar enclosure. L. The Contractor shall provide weather protection during placement of pavers. Within the construction area, tarps or other suitable material shall be used to protect and maintain specified moisture contents, prevent wind disturbance of bedding sand, and generally maintain optimum installation conditions. 3.4 APPLICATION OF JOINT SEALING MATERIAL A. The joint sealing material shall be squeegeed across the surface and into the joints between the pavers. The sealing material requires the presence of moisture to aid curing. If the jointing sand is dry, the application of the sealing material shall be preceded by spraying the surface with water in accordance with manufacturer's instructions. Water should be sprayed at the rate of 1 gallon per square yard. All of the jointing sand shall be damp and none shall be saturated. B. Following the applications of the joint sealing material, the pavement shall be kept protected from the weather for a period of 12 hours and attendants shall be provided by the Contractor to avoid any type of foot or other traffic on this material. Precipitation shall not be allowed on the surface for 3 hours following application. C. Any surplus material shall be removed from the pavement surface within 1 hour of the material being applied. D. Forty-eight hours following the application of the sealing material, a further pass of the specified plate vibrator shall be undertaken after joint filler sand has been sprinkled over the surface. The purpose of this is to abrade away the sealant that has remained on the surface of the pavers. This shall be repeated until all of the sealant has been removed. E. The surface may be opened to traffic immediately following removal of the sealant from the surface. CL06-2012 Page 20 Rev.8/30/2011 3.5 LEVELS A. Any conflict between the levels specified shall be resolved by the Engineer. B. Where pavers abut other materials, the surface of the pavers shall be approximately 3/16 inch higher than the neighboring materials including any obstruction within the pavement surface. C. The levels have been developed in order to ensure that bedding sand thickness does not exceed 1 '/2 inches in any location. Any location where it appears that 1 Yz inch thickness is being exceeded shall be reported immediately to the Engineer. 3.4 MEASUREMENT AND PAYMENT A. Project is based on a lump-sum price. The lump sum contract shall constitute full compensation for all labor, materials, tools, and equipment required to remove and construct as required the concrete unit paver sidewalks as specified, including pavement sawing, placement of crushed surfacing material, placement of geotextile material, sign sleeves, and constructing grout and concrete collars around light poles and junction boxes, etc. within the paver areas as shown on the Plans. All costs associated with replacement of appurtenant facilities such as handholes, shall be included in the contract bid price. CL06-2012 Page 21 Rev.8/30/2011 CITY OF PORT ANGELES 3 LIGHT POLE REPLACEMENT PROJECT ° ° e e � ti RAILROAD AVE. - - W ' o 0 4 V 3 .HOOK B N —o N iJ ED12' o f o 41 PROJECT y°e 0 ° we °0 � _ LOCATION e 0 PORT ANGELES HARBOR PROJECT BOUNDARY^ o°° °Se :J I < A A2j« - .-�5p e ° yo-.•- .°_ ° FRONTST. 0 A - o n ° • - • o ° JZ °o 0 ° 0 o o o A. oo° ° B a3 0. % K 0 e,E oK° 0 0 0 Vo X o o � o o ° o o S n . o o 7 - - • o ° o- o o • o ° • °: o .• e. -.ei o • o -e.-i. • o •. m o-o 0 3 ti~) t •�R'p * FIRST ST. hJ� o A 4rr;ST o • °. • o o. o- ° • _ • o ° o_ r° • _ o- • o _o. • o • o e ° oe<< , 986-WIj: ° - - - - o e o 0 0 e G 8 o —.o. - o 0 o 'P o 0 e °o- e o - S 0 ° i 0 as o o e o o n o ' - 0 - 0 Lo h a e o ° 0 0 O 0 o ? O N � W � I VICINITY MAP OVERVIEW SITE MAP Q U 0 ,� scnLC: r-soon' TRUE NORTHscnu. 3°O PLAN NORTH REPLACE OLD STREET LIGHTING POLES IN DOWNTOWN AREA,INCLUDING MAST ARMS,CONCRETE BASES,AND HANDHOLES.REUSE EXISTING m 8 LUMINAIRES, TABLE OF CONTENTS LEGEND CONTACTS Q SHEET 1: COVER PAGE,PROJECT OVERVIEW - °DTy TERRY DAHLOUIS7 ELECTRICAL ENGINEERING MANAGER (360)417702 I~ •Gp SHEET 2: BASE BID DETAIL —SHEET I BRIAN ANDERS ELECTRICAL ENGINEERING SPEC I (360)912-2270 SHEET 3: ADDITIVE BIDS(1-3) 0 9 CONTRACT LIGHT POLE D/4 SHEET 4: DETAILS-SIDEWALK JAMES KLARR LIGHT OPERATIONS MANAGER (360)417-4731 SHEET 5: DETAILS-SIDEWALK(cont.),BRACKETS XX POLE NUMBER TRAFFIC SIGNAL GEORGE DRAKE JOB SITE COORDINATOR (360)808-5802 U SHEET 7: DETAILS WN POLE WIRING AVERS I _9 SHEET 7: DOWNTOWN POLE WIRING SCHEMATIC its STREET LIGHT PEDESTRIAN SIGNAL PEDESTRIAN LIGHT — `/ —' WATER MAIN 1 of 7 n 4 - 6 __ i s " ;9 �i�� 1 a J , St. � Front St PLAN NORTH t^=tso ,> /i , O . - 8 10 11 12 pp pgpg$p$p ee O 3 ' 3EI $k 8�P 1 8$ 533 I3 x 10'PVCPIPE O `WASTEWATER - - S 0. 00 0 0 0 0 0 itr - c* � - - - c. , o ° o ..NO J a# 19 , - - - -�; 1 CONCRE OPIPES/-11 -_ - -_ - J_.- 1St o _.- _ O1 I3 s s Y . ,. 8 § � s €w „g 17 a P, , : '' 3 a s -' 20 A ?� sf 31: LIGHT POLE REPLACEMENTS - BASE BID NOTE: KNOWN OBSTRUCTIONS IN IMMEDIATE AREA Kil ARE NOTED. CONTACT ONE-CALL LOCATE 0 CENTER FOR LOCATION OF OTHER UTILITIES BEFORE ANY EXCAVATING POLE LOCATE# ADDRESS DETAILS NOTES POLE LOCATE# ADDRESS DETAILS NOTES . 19-DS-01 304 W FRONT ST DA,A/5 RESTORE APPROX. 5'L x 8'W OF SIDEWALK 11 19-DP-05 118 E FRONT ST CA,A/5, C/5 O t Ooi 19-CR-13 W FRONT ST D/4, A/5 RESTORE APPROX. I I'L x TW OF SIDEWALK 12 19-DP-02 130 E FRONT ST A/4,A/5,C/5 O RESTORE APPROX. 6'L x 10'W ,, I O 19-DR-25 240 W FRONT ST D/4, A/5 RESTORE APPROX. 1 I'L x 10'W OF SIDEWALK 13 19-ES-17 338 W IST ST B/4, A/5, C/5 OF SIDEWALKco 6 ry INSTALL POLE BASE 4"PROUD TO `1 4 Oq 19-CR-11 W FRONT ST B/4,A/5 RESTORE APPROX. 61 x 8'W OF SIDEWALK 14 19-DS-21 305 W IST ST C/4,A/5, C/5 o MATCH FUTURE SIDEWALK LEVEL o O19-DR-19 W FRONT ST B/4,A/5 RESTORE APPROX. 41 x TW OF SIDEWALK 15 19-DR-20 207 W IST ST C/4,A/5, C/5 v ^ RE-ATTACH TRAFFIC CONTROL CABINET O19-CR-06 W FRONT ST B/4,A/5 RESTORE APPROX. TL x 6'W OF SIDEWALK 16 19-DQ-40 141 W IST ST A/4,A/5,C/5 TO NEW POLE,COORDINATE TRANSFER 14 WITH TRENT PEPPARD(360) 808-2613 W=45? O19-DQ-05 114 W FRONT ST A/4,A/5, C/5 17 19-EQ-12 138 W 1ST ST CA,A/5, C/5 CQ t6 Og 19-DQ-01 120 N LAUREL ST C/4,A/5,B/5 1 g 19-DQ-28 113 W 1ST ST A/4,A/5,C/5 O 19-CP-08 101 E FRONT ST A/4,A/5,B/5 19 19-DQ-24 101 W IST ST C/4,A/5, B/5 REMOVE FLAG LIGHT AND RETURN TO CITY 10 19-DP-29 102 E FRONT ST A/4,A/5,C/5 20 19-EP-09 112 E IST ST A/4,A/5,C/5 2 of 7 N Front St. P _ ,,, " - - Front SL ' 07 6 PLAN NORTH 1"=150' w - * O WAT- ER LANE O O kO O O O O -O O O O O O O O- O •O a O O °-'-O' J U cu cnrcH &GO BASIN #` i ' y 4fill d F I 02 # aa CATCH U1st St 1st SL02 mBASIN 4 cATCHe 103� a n - 3 BASIN o 1 g 1 11 1 p g 13 17 o o 0 ov aw a - cis I 3 -'S LIGHT POLE REPLACEMENTS - ADDITIVE BIDS 31, ADDITIVE#1 ADDITIVE#2 POLE LOCATE# ADDRESS DETAILS NOTES POLE LOCATE# ADDRESS DETAILS NOTES 5.1 di 1pl 19-EQ-09 120 W IST ST C/4,A/5,C/5 01 19-CS-02 301 MARINE DR B/4,A/5 RESTORE APPROX. 6'L x 10'W OF SIDEWALK 1 p 19-EQ-03 104 W IST ST A/4,A/5,C/5 02 19-DR-26 233 W IST ST A/4, A/5,C/5 REMOVE&DISPOSE EXTENSION CORD n TO BUILDING 103 19-DP-28 105 E IST ST A/4,A/5,C/5 03 l9-ER-18 210 W IST ST CA,A/5,C/5 $ 104 19-DP-24 117 E 1 ST ST CA, A/5,C/5 COORDINATE W.A.P. TRANSFER WITH COORDINATE W.A.P. TRANSFER WITH S n p4 19-ER-16 200 W IST ST A/4,A/5,C/5 h O BOB JENSEN(360) 565-8400 BOB JENSEN(360) 565-8400 Q: p to REMOVE& DISPOSE GUY ATTACHED 105 19-EP-06 124 E I ST ST A/4,A/5,C/5 � � OS 19-DP-33 102 E FRONT ST C/4, A/5,C/5 1 O v1 TO BUILDING � N co Lv 0 ADDITIVE#3 v 0 POLE LOCATE# ADDRESS DETAILS NOTES 30l 19-DS-27 W 1ST ST D/4, A/5 RESTORE APPROX. 51 x 10'W OF SIDEWALK v'a Q a �3 30 19-DS-25 W 1ST ST B/4,A/5 RESTORE APPROX. 51 x I PW OF SIDEWALK 303 19-DS-24 313 W IST ST D/4,A/5,C/5 RESTORE APPROX. 51 x 8'W OF SIDEWALK 04 19-ES-15 314 W IST ST D/4,A/5,C/5 RESTORE APPROX. 5'L x 11'W OF SIDEWALK U OS 19-DS-18 305 W IST ST D/4 RESTORE APPROX. 41 x 6'W OF SIDEWALK 3 of 7 A/4 NOTES: B/4 NOTES: C/4 NOTES: D/4 NOTES: n 1. NEW POLE LOCATION WILL BE ON OPPOSITE 1.NEW POLE LOCATION WILL BE ON OPPOSITE 1.REMOVE EXISTING CONCRETE BASE.INSTALL 1. REMOVE EXISTING CONCRETE BASE. INSTALL SIDE OF THE EXISTING HANDHOLE. INSTALL SIDE OF THE EXISTING HANDHOLE. INSTALL NEW(14"x I4"x60")PRECAST BASE IN SAME NEW(14"xl4"x60")PRECAST BASE IN SAME NEW(14"xl4"x60")PRECAST BASE IN NEW NEW(14"x14"x60")PRECAST BASE IN NEW LOCATION LOCATION _- ----- -LOCATION __—LOCATION L-OC-ATION 2.RESTORE DECORATIVE BRICK PATTERN TO 2. DETAIL SHOWS A TYPICAL CONCRETE 2. REMOVE EXISTING CONCRETE BASE OR 2. REMOVE EXISTING CONCRETE BASE OR MATCH EXISTING WHEN COMPLETE PAVEMENT RESTORATION. REPAIRS DIFFER BREAK UP TO A DEPTH OF 3 FEET BREAK UP TO A DEPTH OF 3 FEET BETWEEN LOCATIONS AND SHALL BE MADE 3. CAREFULLY REMOVE PAVERS TO AVOID OUTWARD IN ALL DIRECTIONS FROM LIGHT AND 3. INSTALL DECORATIVE BRICK PATTERN TO 3. DETAIL SHOWS A TYPICAL CONCRETE DAMAGING AND RE-INSTALL AFTER POLE HAND HOLE TO NEAREST EXPANSION JOINT, MATCH EXISTING WHEN RESTORATION IS PAVEMENT RESTORATION.REPAIRS DIFFER REPLACEMENT CONSTRUCTION JOINT, OR AS FURTHER COMPLETE BETWEEN LOCATIONS AND SHALL BE MADE DESCRIBED IN POLE NOTES(SHEETS 2 AND 3), r OUTWARD IN ALL DIRECTIONS FROM LIGHT AND 4. SEE DETAIL B, SHEET 6 FOR PAVER MINIMUM RESTORATION ASSUMED IS 41 x 6'W 4. SEE DETAIL B, SHEET 6 FOR PAVER HAND HOLE TO NEAREST EXPANSION JOINT, RESTORATION DETAILS 0 RESTORATION DETAILS CONSTRUCTION JOINT,OR AS FURTHER a DESCRIBED IN POLE NOTES (SHEETS 2 AND 3 r z w BEFORE BEFORE u STREET RICK BORDER(c W.M =W) STREET J STREET NEW HAND HOLE STREET NEW HAND HOLE d CURB LIGHT POLED AT EXISTING CURB LIGHT POLED AT EXISTING CURB IGHT POLE NEW HAND HCA A NEW HAND HOLE AT LOCATION BE REMOVED LOCATION EXISTING LOCATION CURB LIGHT POLE EXISTING LOCATION w � BE REMOVED) _ ; • ' ; ® ® a • t: COKCRETE PAD® .•z•: :r CONCRETE PAD •' .l. 1. I I 411:. : :, �:� •.• J 3 ' '• O BOTH AREAS To Z » AFTER AFTER BE FULLY CONSTRUCTION TO EN o STREET JOINTS-\ IN LIGHTU BE STREET NEW HANDHOLE NEW HANDHOLE RESTORED SAWCUT CURB AT EXISTING AT EXISTING CURB LOCATION POLE LOCATI N LOCATON \ POLE LOCATION - . ..�1.'r' •: l..�_'. �%PANol SION JOINT p¢ ® CONCRETE PAD51 typ. •. l•( )HERRING BONE BRICK PATTERN(calor antique ,. D e D 4 q 4 e � Oh RELOCATE POLE -PAVERS RELOCATE POLE-CONCRETE PAVEMENT REPLACE AT SAME LOCATION -PAVERS REPLACE AT SAME LOCATION -CONCRETE PAVEMENT 2 o I ry LU v GENERAL NOTES: 1O o ou 1. SWAPPING POSITION OF LIGHTS WITH RATHER THAN REPLACING IN EXISTING 4. INSTALL NEW CONCRETE PAD, EXCAVATION. THE CONTRACTOR WILL ALSO BE U m HANDHOLES MAY BE DONE AT CONTRACTORS LOCATION.THIS CAN BE DONE IF A WRITTEN APPROXIMATELY 21 x 4'W SURROUNDING NEW RESPONSIBLE FOR MAINTAINING ALL LOCATE DISCRETION. EXTEND OR SHORTEN CONDUIT& REQUEST IS MADE TO ELECTRICAL HANDHOLE AND LIGHT POLE BASE MARKS ONCE THE UTILITIES HAVE BEEN WIRE RUNS AS NECESSARY AT NO COST TO THE ENGINEERING AND WRITTEN APPROVAL IS LOCATED CITY. NO SPLICING OF EXISTING WIRING WILL BE RETURNED. ANY DIFFICULTIES OR ADDITIONAL 5. THE CONTRACTOR SHALL BE FULLY Lw=? g ALLOWED, NEW WIRES MUST BE PROVIDED AND WORK ENCOUNTERED BECAUSE OF THE RESPONSIBLE FOR THE LOCATION AND INSTALLED CONTRACTORS CHOICE OF LOCATION, WILL NOT PROTECTION OF ALL EXISTING UTILITIES. t eBE AN ADDITIONAL COST TO THE CITY THE CONTRACTOR SHALL VERIFY ALL UTILITY2.THE CONTRACTOR MAY PREFER TO KEEP THE LOCATIONS PRIOR TO CONSTRUCTION BYLIGHT POLE& BASE AT EXISTING LOCATION 3. REPLACE EXISTING HANDHOLE ASSEMBLIES CALLING THE UNDERGROUND UTILITYRATHER THAN RELOCATING AS SHOWN IN WITH NEW ONES AT LOCATION SPECIFIC TO LOCATION CENTER AT 1-800-424-5555 A MINIMUMDETAILS A/4& B/4,OR ALTERNATELY RELOCATE EACH DETAIL OF 48 BUSINESS HOURS PRIOR TO ANY dal ti U LIGHT POLE REPLACEMENTS - SIDEWALK DETAILS 4 of 7 A/5 NOTES: B/5 NOTES: C/5 NOTES: h 1. ADJUST UPPER BANNER BRACKETS AS NEEDED AS BANNER 1. INSTALL PLANT HANGING BRACKETS PERPENDICULAR TO 1. INSTALL PLANT HANGING BRACKETS BACK TO BACK AND SIZES MAY DIFFER.MOUNTING HEIGHT SHOWN IS TO BE USED EACH OTHER WITH ONE BRACKET 3 INCHES HIGHER THAN THE PARALLEL TO THE STREET AT A HEIGHT OF 11 FOOT 6 INCHES c AS A GUIDELINE AND ACHIEVED WHEN POSSIBLE. MAINTAIN 15 OTHER TO ACCOMMODATE BRACKET MOUNTING COLLAR ABOVEGROUND FOOT GROUND CLEARANCE TO LOWER BANNER BRACKET WITH ALL INSTALLATIONS 2. BRACKETS ARE TO BE ORIENTED IN RELATION TO THE 2. PLANTERS ARE NOT IN CONTRACT CORNER THAT THEY ARE ON(ex: pole at NW corner, 1 plant bracket 2. CONTRACTOR TO RE-INSTALL EXISTING BANNERS,WHERE would be installed on the north of pole, 1 on the west) PRESENT 3. MAINTAIN 1 F-6" GROUND CLEARANCE TO LOWER PLANTER 3. INSTALL BANNERS PERPENDICULAR TO TRAFFIC FLOW AND BRACKET OVER ROADWAY UO NEW B MASTARM, SIDE VIEW SIDE VIEW F z PLANTER BRACKET` PLANTER BRACKET\ w RE-USE EXISTIN \ W LUMINAIRES U Q J UJ w � WA.P TO BE REMOVED AN Q LL. RE-INSTALLED BY OTHERS J (POLES 10682040NLV) O - Q_ GFIRECEPTACL B 11'-611'_9i SP_6i _ O � Jai UPPER BANNER p z BRACKET 55 x O E G GROUNDLINE GROUNDLI E z v t LOWERBANNER O BRACKET PLAN VIEW PLAN VIEW 23' 24' STREET SIGNS' 21' TO BE REMOVED \.�.� STREET ` ANDRE-INSTALLED zp 5 BY OTHERS 15' STREET ILI I (CUM 11 U � j O h 0 = O r GROUNDLINE CoN O Li 5 B 5 O m BANNER BRACKET PLANTER BRACKETS 900 PLANTER BRACKETS 180° h W7 Qz � aF KA' yg dBdg SsiaMt F'dA � LIGHT POLE REPLACEMENTS - BRACKET DETAILS 5of7 ® A/6 NOTES: B/6 NOTES: ° 1. INSTALL ANCHOR BASE TO I"ABOVE GROUND LINE 1. REMOVE PAVERS CAREFULLY,EXISTING PAVERS ARE TO BE 3. CITY WILL PROVIDE UP TO 2 PAVERS PER POLE(70 total s RE-USED. SUGGESTED METHOD IS TO BREAK A COUPLE OF THEM, maximum)AT NO CHARGE TO CONTRACTOR. ADDITIONAL 2. ONCE POLE IS LOWERED ONTO ANCHOR BOLTS, LEVEL POLE BEGINNING A RELIEF AREA. THE REST SHOULD THEN BE EASY TO PAVERS MAY BE PURCHASED FROM CITY FOR$2 EACH, UP TO AND SECURE, THEN FILL EXISTING GAP CREATED BETWEEN BASE REMOVE WITHIN THE VACATED SPACE 200 MAXIMUM.ADDITIONAL PAVERS,IF REQUIRED, MUST BE AND POLE WITH GROUT. ORDERED BY THE CONTRACTOR FROM THE QUARRY 2. REFER TO SPECIFICATIONS FOR PAVER INSTALLATION 3. HANDHOLE INSTALLATION IS TYPICAL FOR ALL POLES PROCEDURE AND PROPER MATERIAL USED 4. CONDUIT FILL CONSISTS OF 546 cu: 240V FOR STREET LIGHTS, 120V FOR PEDESTRIAN LIGHTS & RECEPTACLES,AND A CIRCUIT ~ CONCRETE U GROUNDING CONDUCTOR. MAINTAIN EXISTING CONNECTIONS. CONCRETE PAVER w BLENDING STRIP URB PAVER SAND w z BEDDING � w U � Q m d w � STREET ¢ ` w < J 4 O D L _ GROUT AFTER LEVELING 7/8"PLYWOOD z STRUCTURAL FLUSH MOUNT COVER(GRAY) 0 . �( SOIL z EXTENSION COLLAR 2"(GRAY) 5'GEOGRID . . .: O GROUNDLINE GHT BASE ENCLOSURE/HAND HOLE � I. BEHIND BUSET NEW TTRESS WALL p - FLOOD SEAL CONNECTORS, 30" FUSE HOLDERS w/SA FUSES FOR / LIGHT&10A FUSES FOR RECEPTACLE CONCRETE y' II II BLOCK ILL DIRT8 RETAINING WALL < �s 2"PVC wl(5)#6cu THHN-TYP. >¢=u W i:i:;.;�,,..:.,::`,.�. ONDUIT �3 518"x 8'COPPER GROUND ROD WATER --CONNECTED TO POLE GROUND MAIN CONCRETE 4 d W/#10cu 6' BUTTRESS WALL V1 C9 h (APPROXIMATE h \ 1I FLEX CONDUIT w/(5)#10cu THHN 2'MIN. SLOPE OF 1:9) ? O v PRE-C ST ANCHOR BASE CN VARIES C �CID 7 O T6 U m 6 B HAND HOLE DETAILS 6 W PAVER DETAILS �r ypy o Ll dil LIGHT POLE REPLACEMENTS - DETAILS 6of7 ® CONTACTORS CONTACTOR SYMBOL LEGEND GENERAL NOTES TTTT TTTT PHOTO EYE D METERED CIRCUIT SOURCES D LOCATION OF 100 AMP METERED SERVICE FOR LIGHTING, COLOR INDICATES CIRCUIT. ST.LT. LOADS PLUG LOADS COIL COIL PROJECT POLES AL LOCATIONS FtOi EVENT POWER (OUTLETS). EYE CONTACT O STREET LIGHT SERVED U/G. U ADDED RECEPTACLES USED FOR EVENTS THE RECEPTACLES NORMALLY TURN ON Alm 6F WITH LIGHTING CONTROL. yJ STREET LIGHT SERVED O/H (15DV HPS) THE EVENT SWITCH TURNS ON THE RECEPTACLES ONLY FOR CONTINUOUS EVENT USE. {Yl} STREET LIGHT SERVED O/H (15DV IND) e) EVENT AND EXISTING PHOTO EYE BY-PASS SWITCHES ARE LOCATED AT EXTERIOR OF CONTROL BOX NEUTRAL ■ PEDESTRIAN LIGHT (70 W H.P.SODIUM) WITH CONTRDL BOX WITH LOCKABLE RAINTIGHT COVERS. HOT Photo eye by-pass switch Is labeled 'Photo Eye By-pass' on/off.. GFCI RECEPTACLE. Event switch Is labeled 'Event9 'Nornal.' AB HOT PH070 EYE OUTLET ON ITS OWN 20AMP BREAKER 3) EACH RECEPTACLE IS ON A SEPARATE BREMER BY-PASS TT A RECEPTACLE IS ON ITS OWN 20 AMP BREAKER U #10 CU BARE DV 1546 O #6 CU HARE 25 125A BREAKER AT XFMR a SPARE PVC FEED TO SOURCE 6 PANEL EVENT BY PASS 3 WAY SWITCH w -POSITION #1 RECEPTACLES ON/OFF ■ ■ J-BOX WITH PED. LIGHTS. u RAILROAD AVE. A WATERFRONT TRAIL LIGHTS w -FOR EVENTS, > SEE FDR. SHT. 00-5 U POSITION 02 RECEPTACLES STAY ON a. ¢Ja (NOT CONTROLLED WITH LIGHTS). `W ® MTORR# E 8277AI'l �\ SOURCE 7 ¢ p 125A BREAKER OPEN MTR. # 399 w NOTE- MAP OTE MAP DOES NOT SHOW CIRCUITS TO TREES a V PVC FROM LIGHT J-BOX'S TO TREE PITS GATEWAY = u 1 1 < a w J 3« ¢I� OPEN 1 1 2' & 3" SPARE 3' & 4' SPARE Z 2i y 4 PVC PVC PEN 1-1/2' PVC -- 01 - a 6 9 zo Z FRON ST. �l I 2' rVC, EMPTI� ■ Taw 0sr o7 1/4' l' 3' PVC FOR PVC1 1 05 TRAFFIC SIGNAL TIE SOURCE 4 SOURCE 3 99 ~ 1 1 l A1111.' OPE 1 MTR # 13972 MTR # EA22 33 2' PVC SOURCE 1 q MTR # 14013 p 1 1 1 1 S YV os SOURCE 5 9 R < MTR # 13967 2' PVC gg Q� 4-2OOW HPS d W 2` A ER#6529 gr53 o, ggg H J o o) ,a o> is �s is ,9 PVC g �g Z X3/4' R[ D IR ST ST. (j �2' PVC ���1-2', 1-3' PVC, EMPTY J } ¢ CONDUIT & CONDUCTOR y OP N 1 13 758 OO O ROUTED THROUGH ABANDONED 1 0' N WATER PIPE CROSSING > 6-175V 11 SOURCE 2 7 W CHERRY STREET � METERED 1 H N MTR # 7384 J I O LJ J � UW ? V m O O ¢ Z_ J J VJ Lu R U S.DAy Q H 33 y¢ •lSltT� w LIGHT POLE REPLACEMENTS - EXISTING WIRING SCHEMATIC 7 of 7 City of Port Angeles ATTACHMENT "B" Engineering Office Public Works and Utilities Department INSURANCE 360-417-4700 INSURANCE &INDEMNITY 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. Indemnification / Hold Harmless 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. 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. 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. CL06-2012 Page 21 Rev. 8/30/2011 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. 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. CL06-2012 Page 22 Rev. 8/30/2011 City of Port Angeles ATTACHMENT "C" Engineering Office PREVAILING WAGE RATES Public Works and Utilities Department 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 5/10/2013. 2. To access applicable prevailing rate of wage by trade, use the following Department Labor and Industries website link: htto://www.ini.wa.govlTradesLicensino/PrevWage/WageRates/default.asi) 3. A copy of the applicable prevailing wage rates can be obtained by contacting Lucy Hanley at 360-417-4541 or by email, IhanleyCalcityofpa.us. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles, WA. 98363. CL06-2012 Page 23 Rcv. 8/30/2011 City of Port Angeles ATTACHMENT "D" Engineering Office Public Works and Utilities Department PERFORMANCE BOND 360-417-4700 & RETAINAGE PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond# 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 12013. 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 CL06-2012 and providing for Light Pole Replacement(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 CL06-2012 Page 24 Rev. 8/30/2011 I City of Port Angeles ATTACHMENT "E" Engineering Office FORMS Public Works and Utilities Department 360-417-4700 REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: PROJECT/CONTRACT NUMBER: ORIGINATOR: 0 Owner 0 Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION/REQUEST: DATE REPLY REQUESTED: CRITICAL TO SCHEDULE: 0 YES ❑ NO ORIGINATOR SIGNATURE: DATE: COMMENTS: RFI Number: CL06-2012 Page 25 Rev. 8/30/2011 *- V N CONTRACT CHANGE ORDER (CCO) NO. SETO 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 S Cost Per Unit S Cost Net S CostAdj.Days No. 1 Ong. Rev. 2 Ong. Rev. 11 ORIGINAL CURRENT EST.NET CHANGE TOTAL CHANGE ORDERS, EST.CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER DAYS:XX DAYS: YY DAYS: ZZ DAYS:XX+ZZ-YY DAYS: YY+ZZ *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 pmjmt. APPROVED BY: SIGNATURE: DATE: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS&UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE: CL06-2012 Page 26 Rev. 8/30/2011 CONTRACTOR'S APPLICATION FOR PAYMENT PROJECT Light Pole Replacement PROJECT NO. CL06-2012 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[l+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 CL06-2012 Page 27 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 making 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 CL06-2012 Page 28 Rev. 8/30/2011 I �10F PORT 4n.CP CERTIFICATION OF `—s 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: CL06-2012 Page 29 Rev. 8/30/201 City of Port Angeles ATTACHMENT"F" Engineering Office Public Works and Utilities Department ADDENDUM 360-417-4700 Attached —Addendum 1 CL06-2012 Page 31 Rev. 8/30/2011 o OE pO ADDENDUM NO. 1 TO PROJECT MANUAL FOR Gc`T�FmS LIGHT POLE REPLACEMENT PROJECT NO. CL06-2012 NOTICE TO PROSPECTIVE BIDDERS June 21, 2013 Bid opening remains unchanged for June 28, 2013, 2:00 pm. NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: Instructions to Bidders: 1. Substitute the enclosed revised Bid Form for the original Bid Form in the contract documents. Specifications: 1. Page 15-Paragraph 16521-3.5: The City Archaeologist has reviewed the construction plans and determined that the ground disturbing project is located in locations unlikely to contain intact prehistoric archaeological or significant historical archaeological 1 resources. Since this is replacement of existing City infrastructure it will have no impact on any historic structures in the vicinity of the work area. The project is also unlikely to encounter archaeological resources given its separation from areas designated with medium or high archaeological probability due to the presence of at least 6 feet of fill in the downtown arca. The Lower Elwha Klallam Tribe have consulted with the City on this project and concur with the following conditions: a. The work may proceed without constant on-site archaeological monitoring or additional archaeological or historical investigations. b. Since the City Archaeologist may not be present during construction, if any items suspected to be historical or archaeological in nature are observed,the ground disturbance must stop and the City Archaeologist must be contacted for further direction before ground disturbing work resumes. Work may be moved to another location while the archaeological stoppage is resolved c. The contractor must notify the City Archaeologist of the work schedule on a weekly basis beginning one week before ground disturbing construction begins. Coordinate work schedule with Derek Beery, telephone(360)417-4704. The City Archaeologist may conduct site visits to inspect the ground disturbing actions. Project No.: CL06-2012 Page 1 Rev 06/21/2013 Drawings: 1. Sheet 2 of 7,Pole 19: Contractor to remove and re-install existing flag luminaire on new pole. 2. Sheet 6 of 7, Detail B: Structural soil should exist only under pavers within 5 feet of tree pits. Replace only if encountered. This addendum'fle be acknowledged in the space provided on the project Bid Fonn when it is submitted to the City with your bid.Failure to do may result in the bid being rejected as being non-responsive is a�el/C. Puntenney, . . City Engineer END OF ADDENDUM NO. 1 Project No.: CL06-2012 Page 2 Rev 06!2112013 BID FORM LIGHT POLE REPLACEMENT Project CL06-2012 Page 1 of 2 Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BIDDER: The undersigned,hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The bidder further declares that it has carefully examined the plan, specifications, and contract documents,hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terns of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work: If the bidder is awarded a construction contract on this bid,the name and address of the surety who will provide the performance bond is: Surety Agent Surely address Agent Address Surety Contact and Phone Number Agent Contact and Phone Number Project No.: C1-O6-2012 Page 3 Rev 06/21/2013 BID FORM LIGHT POLE REPLACEMENT Project CL06-2012 Page 2 of 2 The bidder hereby bids the following amounts for all work(including labor, equipment, time, and materials)required to perform all work described in the Contract Documents. Owner will select the Base Bid plus as many Alternates as possible, in numerical order, for a total cost that does not exceed$200,000. Refer to the Information for Bidders for details. Bid Description Bid Sidewalk Pole/Wiring Item Quantity Cost Cost 1 Base Bid: Replace Poles 1-20 20 2 Alternate#1: Replace Poles 101-105 5 3 Alternate#2: Replace Poles 201-205 5 4 Alternate #3: Replace Poles 301-305 5 Sub-Totals 8.4% Sales Tax Sub-Totals Total = Sidewalk Cost+ PolelWirin Cost got Please indicate the amount of Rule 171 sales tax included above in bid items for Pole/Wiring costs. Refer to Section 1-07.2 in the Special Provisions: The bidder hereby acknowledges that it has received Addenda No(s). (Enter"N/A" if none were issued)to this Project Manual. By signing the Bid Form, the bidder certifies he is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). The Contractor further warrants that he possesses adequate financial resources for the performance of the work covered by this Proposal, and that the Contractor will provide the necessary tools, equipment, a qualified foreman, and other employees as required. 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 shall be sent, are listed below. Company Name: Address: (Street address) (City) (State) (Zip) Contractor Registration Number: UBI Number: Telephone No. WA State Industrial Insurance Account Number: WA State Employment Security Department Number: State Excise Tax Registration Number: Signed by: Printed Name: Title: Date: Project No.: CL06-2012 Page 4 Rev 06/2112013 City of Port Angeles ATTACHMENT"G" Engineering Office Public Works and Utilities Department CONTRACTOR BID 360-417-4700 Attached is Olympic Electric Company, Inc.'s Bid CL06-2012 Page 32 Rev.8/30/2011 BID FORM LIGHT POLE REPLACEMENT Project CL06-2012 Page 1 of 2 Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BIDDER: Olympic Electric Co. , Inc. The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein;that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The bidder further declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials,the types of equipment,the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work: If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: CBIC EHL Surety Agent PO Box 9271 Seattle, WA 98109 PO Box 986 Poulsbo, WA 98370 Surety address Agent Address ( 888) 825-2242 ( 360 ) 626-2032 Surety Contact and Phone Number Agent Contact and Phone Number Project No.: CL06-2012 Page 3 Rev 08/30/2011 BID FORM LIGHT POLE REPLACEMENT Project CLOS-2012 Page 2 of 2 The bidder hereby bids the following amounts for all work(including labor, equipment, time,and materials)required to perform all work described in the Contract Documents. Owner will select the Base Bid plus as many Alternates as possible, in numerical order, for a total cost that does not exceed$200,000. Refer to the Information for Bidders for details. Bid Description Bid Sidewalk Pole/Wiring Item Quanti Cost Cost 1 Base Bid: Re lace Poles 1-20 20 67 935 .0 "'81 025 .00 2 Alternate#1: Replace Poles 101-105 5 16 984 OC 18 ,950 . 00 3 Alternate#2: Replace Poles 201-205 5 16,984 . 0 18,825 .00 4 Alternate#3: Replace Poles 301-305 5 15 488 .0 18 350 .00 Sub-Totals 117,391 . 0 50 00 8.4% Sales Tax Sub-Totals 117 391 . 0 148, 670 . 0 Total = Sidewalk Cost+ PoleMirina Cost 266 061 .60 16\ti� Please indicate the amount of Rule 171 sales tax included above in bid items for Pole/Wiring costs. Refer to Section 1-07.2 in the Special Provisions: 6 , 230.6o The bidder hereby acknowledges that it has received-Addenda No(s). 1 (Enter"N/A" if none were Issued)to this Project Manual. By signing the Bid Form, the bidder certifies he is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). The Contractor further warrants that he possesses adequate financial resources for the performance of the work covered by this Proposal, and that the Contractor will provide the necessary tools, equipment, a qualified foreman, and other employees as required. 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 shall be sent, are listed below. Company Name: Olympic Electric CO. , Inc. Address: 4230 Tumwater Truck Rte. (Street address) Port Angeles WA 98363 (City) (State) (Zip) Contractor Registration Number: OLYMPEC91 5N6 UBI Number: 600 265 927 Telephone No. ( 360) 457-5303 WA State Industrial Insurance Account Number: 374, 998-00 WA State Employment Security Department Number: 431732-00-2 State Excise Tax Registration Number: 600 265 927 Signed by: ' — Printed Name: Charles T. Burkhardt Title: President Date: June 28, 2013 Project No.: CL06-2012 Page 4 Rev 06/21!2013 BID SECURITY TRANSMITTAL FORM Herewith find an executed Bid Bond or a deposit in the form of a cashier's check,postal money order or other security in lieu of a bid bond in the amount of$ ,which amount is not less than five(5%)percent of the total bid. SIGN HERE BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, as Principal and as Surety,are held and firmly bound unto the CITY OF PORT ANGELES as Obligee,in the penal sum of Dollars,for the payment of which the Principal and the Surety bind themselves,their heirs, executors,administrators,successors and assigns,jointly and severally,by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: LIGHT POLE REPLACEMENT PROJECT CL06-2012 according to the terms of the bid made by the Principal,and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof,with Surety or Sureties approved by the Obligee;or if the Principal shall,in case of failure so to do,pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids,then this obligation shall be null and void;otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee,as penalty and liquidated damages,the amount of this bond. SIGNED,SEALED AND DATED THIS_day of 2013. Principal Surety Agent Address Surety Contact and Phone Number Agent Contact and Phone Number Dated: Received return of deposit in the sum of$ Project No.: CL06-2012 Page 5 Rev 08/30/2011 It yon' NON-COLLUSION AFFIDAVIT n4q.rc ij STATE OF WASHINGTON ) Clallam ) COUNTY OF ) The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. Signature of Bi (Contractor Subscribed and sworn to before me this 27 day of June 20 13 W AUAIOF%, o-Z CPQ O :Z Notary-Public in and for the State of WA i�•• ..AN 1�pg`` Residing at Clallam County i��0ST71'0;`��� 9 01 My Comm. Exp.: January 29 , 2016 Project No.: CL06-2012 Page 6 Rev 08I30/2011 eoNos 1U''v' Bid Bond Contractors Bonding (Public Work) and Insurance Company 1 and Valley Street P.O.Box 9271 Seattle,WA 98109-0271 INSURANCE For the CBLC branch nearestyou,call Toll Free (888)283-2242 (888)293-2242 FAX Premium: Know all by these presents,Thar we, OLYMPIC ELECTRIC COMPANY INC. ,as Principal, and Contractors Bonding and Insurance Company,as Surety,are held and firmly bound unto CITY OF PORT ANGELES ,Obligee,in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID Dollars,($5%of Bid ) for the payment ofwhich we bind ourselves,and our successors and assigns,jointly and severally,firmly by these presents. Whereas,Principal has submitted or is about to submit a bid to the Obligee on a contract for REPLACE EXISTING METAL STREET LIGHT POLES&BRACKET ARMS ("Project"). Now,Therefore, the condition of this bond is that if obligee accepts Principal's bid, and Principal enters into a contract with the Obligee in conformance with the terms of the bid and provides such bond of bonds as may be specified in the bidding or contract documents,then this obligation shall be void;otherwise the Principal and Surety will pay to the Obligee the difference between the amout of the Principal's bid and the amount for which the Obligee shall in good faith contract with another person or entity to perform the work covered by the Principal's bid,but in no event shall the Surety's and Principal's liability exceed the penal sum of this bond. Signed and scaled this 27 day of JUNE 12013 OLYMPIC ELECTRIC COMPANY,INC (Se,1) I':incipal By: Contractors Bonding and Insurance Company By: '�-� _ Wendy P.Dailey �Ncorney-nZgct BndBID.01-US032905 cbic Contractors Bonding and Insurance Company POWER OF ATTORNEY 1213 Valley Street ° P.O.Box 9271 Contractors Bonding and Insurance Company Seattle,WA 96109-0271 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That Contractors Bonding and Insurance Company,a Washington corporation, does hereby make,constitute and appoint: Wendy F Dailey Rhonda M Byers Deanna M McIntyre John M Ralston jointty or severalty in the City of Port An`2e es , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds,undertakings,and recognizances in an amount not to exceed Ten Million and 00/100 Dollars( $10.000.000.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of Contractors Bonding and Insurance Company,and now in force to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings,Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF, the Contractors Bonding and Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 7th day of May 2012 .....�:as��"''., Contractors Bonding and Insurance Company Do ¢0;• pPOR �= �: SEAL °u'• 1979 • `' Roy C.Die State of Washington ) •• Y Vice President )} SS •w4SN INGSON • County of King CERTIFICATE On this 7th day of May 2012 1, the undersigned officer of Contractors Bonding and Insurance before me, a Notary Public, personally appeared Roy C. Die , who Company, a stock corporation of the State of Washington,do hereby being by me duly swom, acknowledged that he signed the above Power of certify that the attached Power of Attorney is in full force and effect Attorney as the aforesaid officer of the Contractors Bonding and and is irrevocable; and furthermore, that the Resolution of the Insurance Company and acknowledged said instrument to be the voluntary Company as set forth in the Power of Attorney, is now in force. In act and deed of said corporation. testimony whereof, I have hereunto set my hand and the seal Qf the of n ractors BondizQ,ng and Insurance Company this day Q (n/ l) l'J Contractors Bonding and Insurance Company Joseph B.X uller Notary Public Notary Public I State or wasbinRton Roy C.Die Vice President JOSEPH B.MULLER MY COMMISSION EXPIRES Mach 29,2019 4675366032912 A00595i1 OLYMPIC 1 ul PHONE ` [ELECTRIC (360) 457-5303 REGISTRATION NO. FAX OLYMPE°285°' COMPANY, INC. (360)452-3498 DESIGN•CONSTRUCTION•SERVICE ELECTRICAL CONTRACTORS SINCE 1946 4230 TUMWATER• PORT ANGELES,WA 98363 Listing of Proposed Subcontractors (Per page 3 of provided bid form) 2 Grade Groves Crane Lakeside Industries State of Washington - Office of the Secretary of:State Business Licensing Service Corporations Division LEGAL ENTITY REGISTRATION Unified Business ID 9: 600 265 927 Business ID 0: 1 i Expires: 01-31-2014 OLYMPIC ELECTRIC COMPANY, INC. a 4230 TUMWATER PORT ANGELES WA 98362 Domestic Profit Corporation Renewed by Authority of Secretary of State i I I I ' I A I !I l 1 i By accepting this document the licensee certifies that information /f'� provided on the renewal was complete,true,and accurate to the best of his or her knowledge,and that the company will stay in compliance with all applicable Washington State regulations. Director,Department of Revenue i I' I