Loading...
HomeMy WebLinkAbout000628 Original Contract City of Port Angeles Record # 000628 `'o,PORrq,t,,` City of Port Angeles �G Public Works&Utilities Dept. Operations Office t r 1703 South B Street Port Angeles WA 98362 LIMITED PUBLIC WORKS PROCESS c4 on5esi", Tel: 360-417-4541 Fax: 360-452-4972 ❑ Request for Quotation ® Contract Contract Title: Metering Project Project Number: CLOT-2013 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND HENDEN ELECTRIC, INC ("CONTRACTOR"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as described in Attachment"A" (Attachment"A" may include Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which is attached hereto and by this reference is incorporated herein. 2. TERM OF CONTRACT All work under this Contract is to be completed as indicated (check one): ❑ All work under this Contract is to be completed by this date: ® All work under this Contract is to be completed 30 days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. ❑ The performance period under this Contract commences calendar days after contract award and ends calendar days after contract award. 3. PAYMENT A. The City shall pay the Contractor for the work performed under this contract (check one): ❑ Time and material, not to exceed: $ ❑ Time and actual expenses incurred, not to exceed: $ ❑ 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: $ 10,298.00 The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance with and as described in the Attachment "A". The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof; except as are mentioned in the specifications to be furnished by the City of Port Angeles. B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract number. Invoices shall be in a format acceptable to the City. C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a properly completed invoice. Project: CLO 1-2013 Page 1 Rev 8/30/2011 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. E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the Contract, the Contractor shall correct or modify the required work to comply with the requirements of this Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the Contract Documents. 4. RESPONSIBILITY OF CONTRACTOR A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known or unusual hazards. B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and/or materials discovered within one year after acceptance of this work. When corrections of defects are made, Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a reasonable time. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made against the City as a result of any defective work and the Contractor shall defend any such claims at its own expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the professional judgment of the Contractor to make appropriate selections. D. Nondiscrimination/Affirmative Action. Contractor agrees not to discriminate against any employee or applicant for employment or any other persons in the performance of this Contract because of race, creed, color, national origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contractor setting forth the provisions of the nondiscrimination clause. E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or services required by the Contractor under this Contract, shall be considered employees of the Contractor only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or rendered herein, shall not be the obligation of the City. 5. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation Project: CLOT-2013 Page 2 Rev 8/30/2011 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. 1. The Contractor makes a general assignment for the benefit of its creditors. 2. A receiver is appointed as a result of the insolvency of the Contractor. 3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein. 4. Contractor fails to make prompt payment to subcontractors for material or labor. 5. Contractor persistently disregards federal, state or local regulations and ordinances. 6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms of this Contract. 7. The City determines that sufficient operating funds are not available to fund completion of the work contracted for. C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and interests of the City under the Contract, provided such legal costs shall be reasonable. 7. OWNERSHIP OF DOCUMENTS A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract shall become the property of the City and shall be forwarded to the City upon its request. B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City or by court order. 8. CLAIMS Any claim against the City for damages, expenses, costs or extras arising out of the performance of this Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making application for final payment, shall be deemed to have waived its right to claim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. Project: CLO 1-2013 Page 3 Rev 8/30/2011 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 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. 31. INSURANCE The Contractor shall maintain insurance as set forth in Attachment B. 12. PREVAILING WAGE This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. The schedule of prevailing wage rates for this Contract is made a part of this contract as though fully set forth herein. Prior to making any payment under this Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries. It is the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage". The Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance of services rendered, Contractor shall submit an "Affidavit of Wages Paid". For a contract award or an on-call contract work order under $2,500, and in accordance with RCW 39.12.040(2), the contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages &Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form developed by the Washington State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities Department. Project: CLO 1-2013 Page 4 Rev 8/30/2011 In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his decision shall be final, conclusive, and binding on all parties involved in the dispute. 13. INTERPRETATION AND VENUE This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. 14, BRANDS OR EQUAL When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 15. INSPECTION AND REJECTION All goods, services, work, or materials purchased herein are subject inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at Contractor's risk and expense. 16. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from this Contract without the express prior written consent of the other. 17. INDEPENDENT CONTRACTOR The Contractor is and shall be at all times during the term of this Contract an independent contractor and not an employee of the City. 18. EXTENT OF CONTRACT/MODIFICATION This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. 19. SUBCONTRACTOR RESPONSIBILITY 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 Project: CLOT-2013 Page 5 Rev 8/30/2011 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). Project: CLO1-2013 Page 6 Rev 8/30/2011 IN WITNESS WHEREOF, the parties have executed this Contract as of Z Z 2013. HENDEN ELECTRIC, INC. p CITY OFPORT AN67 By: Z ®/ifv� �� By: I I V, ( ;; Printed Name: -Zl e-j,� lT�!///Pt Printed Name: Title: s, eA -n1k- Title: C �(� � a C Address: 2 to 1 H G IVGiIw in . n s City: "< 'rfel ---kin L) r) c1453L110 Tax ID #: GI -} yHglLPlo Phone Number: ?b Up - z-ci 1- " L4 Purchase Order #: Project: CLO1-2013 Page 7 Rev 8/30/2011 City of Port Angeles ATTACHMENT "A" Operations Office Public Works and Utilities Department WORK BY CONTRACTOR 360-417-4541 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: Furnish and install meters with components at various locations Locations: Port Angeles, Washington 1. 600 E. Park 2. 420 S. Laurel 3. 311 S. Valley Street 4. 304 Viewcrest Avenue 5. 730 Front Street Site Point of Contact: Terry Dahlquist, Electrical Engineering Manager at 360-417-4702 Work Hours: The contractor will be allowed to work between the hours of 7:00 A.M. to 4:30P.M., Monday through Friday. The Contractor can request additional working days and must be approved by the Site Point of Contact. Contractor must provide a written working schedule to Site Point of Contact 3 days prior to commencing work. Work Requirements: SECTION 16050 - MATERIAL AND METHODS PART1 - GENERAL DESCRIPTION OF WORK A. This contractor shall furnish and install as shown or specified herein the following basic materials and shall accomplish the work required in compliance with the following methods. The section shall include but not be limited to: Equipment Identification and Cleanup Cutting and Patching Concrete Electrical Equipment Mounting and Provisions Excavating, Trenching and Backfilling Project: CLO 1-2013 Page 8 Rev 8/30/2011 Raceways and Conduits Wire and Cable Grounding Meter Socket QUALITY ASSURANCE A. All materials and equipment shall be new and of best quality, of the type best suited for the purpose intended, and be made by nationally recognized and substantially established manufacturers. The type and weight of material used for each purpose shall be as herein specified, and all material shall conform with the requirements of the latest standard specifications of the "ASTM" for that particular material. B. All electrical materials used in this work shall be listed by the Underwriters Laboratories, Inc., or other Nationally Recognized Testing Laboratory, and shall bear a "UL" or "NRTL" label. 1.03 SHOP DRAWINGS A. Shop drawings shall include catalog cuts for the following: Current Transformer Enclosure PART2 - PRODUCTS 2.01 RACEWAYS A. In general, rigid metal steel (GRS) conduit shall be used throughout except as specified hereinafter or indicated on the drawings. Heavy wall conduit shall be hot-dip galvanized alloy steel with smooth interior and carefully reamed ends, shall bear the UL label and be manufactured to conform to ANSI Standard C80.1, UL Standard #6, and Federal Specifications WW-C-581 E. Elbows and couplings shall be hot-dipped galvanized and the steel shall contain the same alloying chemistry as the conduit. Heavy wall, galvanized steel, conduit shall be used in all runs where required for mechanical protection. Conduit, elbows, and couplings shall be as manufactured by The Republic Steel Corp., Allied Tube and Conduit Company, Triangle/PWC, Inc., or equal. B. Rigid non-metallic conduit shall be used only where noted on the drawings. C. Rigid non-metallic conduit shall be made of virgin polyvinyl chloride (PVC) resin, extruded, Schedule 80 PVC rigid conduit, light gray in color, supplied in 10 foot lengths each with a coupling. It shall be U.L. listed and bear the label for use above ground, underground direct burial and concrete encased. It shall be cut square with all rough edges removed from ends to protect the wires from abrasion. All connections shall be made by solvent welding. All fittings shall be U.L. listed and installed in accordance with the manuf'acturer's recommended procedures. Expansion joints shall be provided Project: CLOT-2013 Page 9 Rev 8/30/2011 wherever conduit crosses building expansion joints or where a wide temperature differential exists. Conduit and fittings shall be manufactured by Carlon, Triangle, Johns-Manville, or equal. 2.02 WIRE AND CABLE - 600 VOLT A. All wire and cable for feeder and branch of circuits shall conform to the requirements of the current edition of the NEC and shall meet all relevant ASTM Specifications. Conductors shall be 600 volt rated, coated soft-drawn copper or annealed copper, and unless otherwise noted on the plans and in these specifications, shall have type THWN or THHN insulation. B. Wire and cable shall comply with the latest editions of ICEA standard WC5 (5-61-402) for thermoplastic insulated wire. C. Conductor sizes shall be standard American wire gauge sizes and shall be as noted on the drawings. D. All wire and cable shall be delivered to the job in standard coils and reels with approved tag noting length, wire size, insulation type, and manufacturer's name; and shall be suitably protected from weather and damage during storage and handling. E. Wire shall be as manufactured by Anaconda, Cyprus Wire and Cable Company (Rome), General Electric Company, Triangle/PWC, or approved equal. 2.03 Aluminum Conductors A. Where aluminum wires and cables are indicated on the plans and in these specifications, the conductors shall be an Aluminum Association 8000 series alloy, similar to Alcan "Stabiloy", or equal. B. All conductor ends shall be stripped of insulation carefully to avoid nicking the metal. Oxide shall be removed by wire brushing. Approved types of oxide-inhibiting compounds containing abrasive conducting particles shall be applied to the conductor and shall thoroughly penetrate spaces between strands. Compound shall be "Kearnalex" or equal. C. Where connections are made between aluminum and copper (two dissimilar metals), provision shall be made to prevent electrolytic action, and all connectors for this purpose shall be approved types. 2.04 CURRENT TRANSFORMER (CT) METERING A. Where noted, provide and install a 24"06"x11" sealable steel cabinet, securely mounted on a rigid surface, for service conductors and utility supplied metering transformers. Project: CLOT-2013 Page 10 Rev 8/30/2011 Provide transformer mounting provisions and CT landing pads rated for 400 amps. Cover must be side hinged and not have meters or other equipment. B. Provide instrument rated 13 terminal ring-type meter socket. The enclosure is to contain a perch, drilled and tapped, for a test switch. The test switch will be furnished and installed by PA Light Utility. Meter sockets with circuit closures by pass-clips will not be approved. C. Install one-inch conduits with pull lines between enclosures for metering wiring per Chapter 8 of the COPA Urban Services Standards. PART 3 - EXECUTION 3.01 GENERAL INSTALLATION A. Conduits shall be sized as noted or as required by NEC for number and size of conductors installed. Maximum size shall be as allowed by the NEC and within the limits of commonly manufactured sizes. B. All conduit joints shall be cut square, threaded, reamed smooth and drawn up tight. Bends or offsets shall be made with standard conduit ells or field bends made with an approved bender or hickey. 3.02 INSTALLATION OF EQUIPMENT A. Install in accordance with equipment manufacturer's written instructions, and with recognized industry practices, to ensure that service-entrance equipment fulfills requirements. Comply with applicable installation requirements of NEC and NEMA standards. B. Tighten electrical connectors and terminals, including screws and bolts, in accordance with switchgear manufacturer's published torque tightening values for equipment connectors. Where manufacturer's torquing requirements are not indicated, tighten connectors and terminals to comply with tightening torques specified in UL Stds 486A and B, and the National Electrical Code. 3.03 LOCATION OF EQUIPMENT A. Verify locations and dimensions of electrical equipment. Project: CLOT-2013 Page 11 Rev 8/30/2011 3.04 SPECIAL REQUIREMENTS A. Exterior conduit shall be installed a minimum of 24 inches below grade. Where multiple conduit runs are indicated, they shall be installed in the same trench. B. All conduit systems must be installed complete before conductors are pulled in. Wire shall not be drawn into conduit until after the conduit system is complete and has been thoroughly swabbed out. Wire shall not be drawn into conduit in such a manner as to injure the insulation. 3.05 FIELD QUALITY CONTROL A. Prior to energization of equipment, check accessible connections for compliance to manufacturer's torque tightening specifications. B. Prior to energization of equipment, check with ground resistance tester, phase-to-phase and phase-to-ground insulation resistance levels to ensure requirements are fulfilled. C. Prior to energization, check circuitry for electrical continuity, and for short-circuits. 3.06 ADJUSTING AND CLEANING A. Adjust operating mechanisms for free mechanical movement. B. Touch-up scratched or marred enclosure surfaces to match original finishes. 3.07 EQUIPMENT IDENTIFICATION A. All electrical equipment furnished by this contractor shall be provided with identification indicating its use or function. Equipment to be identified shall include, but not be limited to switchboards. B. Identification labels shall be black laminated plastic plates with white engraved letters. Letters shall be minimum of one-quarter inch high and centered on the plates. Attach plates with self tapping screws or pop rivets. . C. Hand lettering of identification will not be acceptable. Temporary labels used during construction shall be completely removed and surface repainted if required. EQUIPMENT CLEANUP D. Clean all switchgear and take special care to remove dirt, mortar, wire scraps, etc., from switchgear interior. 3.08 CUTTING AND PATCHING A. In existing construction this contractor shall perform all cutting required and all necessary patching after completion to restore the surface to its original condition, unless otherwise indicated. B. All cutting and patching done by this contractor shall be subject to the direction and approval of Project CLO 1-2013 Page 12 Rev 8/30/2011 the Engineer. This contractor shall not endanger the stability of the structure by cutting, drilling, digging, or otherwise. 3.09 REMODELING WORK A. Contractor shall visit existing sites before submitting bid and become familiar with existing conditions. B. In general, wiring in existing buildings shall remain as is except as noted on drawings or specified elsewhere. C. Contractor shall assume in his bid that all existing equipment noted to be reused are in good condition and can be installed without any repairs. If certain items are found to be in need of repair or in unusable condition, contractor shall notify the Engineer for decision; however, contractor shall be responsible for any damage caused by him to equipment in removal or handling. D. Existing equipment removed and not reused shall become contractor's property and be removed from the site, unless otherwise specified or shown. E. The Owners will be occupying the buildings during construction. Contractor shall provide any temporary connections necessary to maintain services to the existing service. Provide advance notice of minimum 72 hours to the Owners of any temporary service outages. Advance notice shall be in writing with copies to PAES. F. In general, contractor shall assume that all work which involves a service outage to areas occupied by the Owners shall be performed during non-business hours. Work shall continue until service is restored. G. Coordinate all work with PALO for revisions to the electrical service. END OF SECTION 16050 SEE PICTURES WITH CONSTRUCTION NOTES BELOW: Project CLO 1-2013 Page 13 Rev 8/30/2011 City of Port Angeles ATTACHMENT B Operations Office Public Works and Utilities Department INSURANCE 360-417-4541 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 11 85 or an equivalent endorsement. There shall be no endorsement or modification of the Commercial Project CLO 1-2013 Page 14 Rev 8/30/2011 General Liability Insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liabilitv insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liabilitv 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 famish 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. Project CLO 1-2013 Page 15 Rev 8/30/2011 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. Project CLO 1-2013 Page 16 Rev 8/30/2011 City of Port Angeles ATTACHMENT "C" Operations Office Public Works and Utilities Department PREVAILING WAGE RATES 360-417-4541 See attached listing: 1. Washington State Prevailing Wage Rates For Public Works Contracts—Journey Level and Apprentices, Clallam County, effective 1/15/2013. 2. To access applicable prevailing rate(s)of wages rates for the describe work by trade,use the following Labor and hidustries website link: http://www.lni.wa.gov/TradesLicensing/prevWa eg /WageRates/default.asn 3. A copy of the applicable prevailing wage rates can be obtain by contacting Lucy Hanley at 360-417-4541 or by email, lhanlev(a,cityofpa.us. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles, WA. 98363. Project CLO 1-2013 Page 17 Rev 8/30/2011 City of Port Angeles ATTACHMENT "D" Operations Office Public Works and Utilities Department QUOTATION FORM 360-417-4541 Quotation form submitted by Henden Electric, Inc is attached: Project CLO 1-2013 Page 18 Rev 8/30/2011 01/15/2013 10:25 3602977899 HENDEN ELECTRIC PAGE 03/03 QUOTATION FORM Project Title: Metering Project Project Number:CLO1-201.3 . The bidder hereby bids the following amounts for all work (including labor, equipment, time and materials) required to perform the work in the Statement of Work and this package. 1. Lump Sum $ q , S 00. 00 Sales Tax(8.4%) $ Cil Qi .00 Total Bid $ 1 0. Z9 S Gy 2.The bidder hereby acknowledges that it has received Addenda No(s)- N/A (Enter"N/A" if none.were issued)to this Request for Quotation package. 3. 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.Any written notices required by the terms of an awarded contract shall be served or mailed to the following address: Contractorinformation: HENDEN ELECTRIC INC. 1. Company Name:. + 2. Address: 26124 CALVARY LANE NE 3. City, state, zip code: KINGSTON, WA 98346 4. Phone Number: 360-297-4433 5. Contractor Registration Number: HENDEEI110NZ 6. uBI Number: 601-188-218 7. WA State Industrial Insurance Account Number: 544,829-01 8. WA state Employment Security Dept Number: 674475 00 7 9. State Excise Tax Registration Number: 91-1449766 The bidder represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. Signed by Title PRESIDENT Printed Name: D. SCOTT HENDEN Date 11 , 5113 Project CLOI-2013 Page 3 Rev 9/30/2011