Loading...
HomeMy WebLinkAbout000706 Original ContractCity of Port Angeles Public Works & Utilities Dept. Operations Office 1703 South B Stree Port Angeles WA 98362 Tel: 360-417-4541 Fax: 360-452-4972 City of Port Angeles Record #000706 LIMITED PUBLIC WORKS PROCESS CONTRACT Request for Quotation Contract Contract Title: College Meter Upgrades Project Number: CLO2-2013 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND OLYMPIC ELECTRIC CO., 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: August 23, 2014. | All work under this Contract is to be completed 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 performe under this contract (check one): Force Account - Time and material, not to exceed: $ Force Account - Time and actual expenses incurred, not to exceed: $ n 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: $ 22'384.60 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 Citys 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. Project CL02-2013 Page 1 Rev 2/3/2014 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 defect 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 Ioss 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 Iiable 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 em of the Contractor only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or rendered herein, shall not be the obligation of the City. 5. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final payment by the City. Project CL02-2013 Page 2 Rev 2/3/2014 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. Z. A receiver is appointed as a result of the insolvency of the Contractor. 3. The Contractor persistently or repeatedly refuses or falls 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 Iocal 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 ofthisContnnct 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. INDEMINIFICATION / HOLD HARMLESS A. The Contractor shall defend, indemnify and hold the City, its officers, offic ls, employees and volunteers harmless from any and all claims, injuries, damages, Iosses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. B. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City its officers, officials, employees and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is Project CL02-2013 Page 3 Rev 2/3/2014 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. 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 areavni|nb|efromthe{}perationsOfficeofPub|icVVorks&UU|ities(Te|ephone36O'417'4S41). 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 Paid 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 C|aUam County, Washington. 14. BRANDS OR EQUAL When a special "brand orequa|^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 Project CL02-2013 Page 4 Rev 2/3/2014 containing a brand which is not of equai 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 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; - 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. Project CL02-2013 Page 5 Rev 2/3/2014 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 Att chment E). IN WITNESS WHEREOF, the parties have executed this Contract as of ~«~aPL�I. , 2014. OLYMPIC ELECTRIC CO., INC. By: Printed Name: Title: CITY OF PORT ANGELES By: City anager ~1~ ~��� . L. \ \ . ��\V��� ��araLf- l_ �_ laxID #: H \ ~ \ |\ \ S-T)--) 61 Phone Number: � kAPPROVE AS TO FORM: BY: CITY ATTORNEY ATTEST: BY: CITY ERK Purchase Order #: PrnicctCL02-2Ul3 Page 6 Rev 2/3/2014 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACH M ENT "A" WORK BY CONTRACTOR 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. Division 1 of Washington State Department of Transportation Standard Specifications fbr Road, Bridge, and Municipal Construction (Standard Specifications), 2012 Edition, is incorporated into these requirements and made a part of these specifications. All work in this project shall also comply with the National Electrical Code (NEC), 2014 Edition. General Scope: Revise service entrance conductors and metering to existing building. Location: Port Angeles Community College, 1502 E. Lauridsen, Building Q, Port Angeles, WA Site Point of Contact: Bob Williams, Senior Meterman, Port Angeles Light Operations (PALO), Tel: 360-417-4743 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: PART 1 - 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 Raceways and Conduits Wire and Cable Grounding Meter Socket Project CL02-2013 Page 7 Rev 2/3/2014 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 PART 2 - PRODUCTS 2.01 RACEWAYS A. In general, rigid non-metallic schedule 40 polyvinyl chloride resin extruded conduit (PVC) shall be used throughout except as specified hereinafter or indicated on the drawings. PVC shall be light gray in color, supplied in 10—foot lengths, each with a coupling, made of virgin polyvinyl chloride resin. 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 manufacturer's recommended procedures. Expansion joints shall be provided 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. B. Rigid metal steel (GRS) conduit shall be used only where noted 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. 2.02 WIRE AND CABLE - 600 VOLT A. All wire and cable for feeder and branch of circuits shall confon-n to the requirements of the current edition of the National Electrical Code (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. Project CL02-2013 Page 8 Rev 2/3/2014 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 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 90-inch high free-standing NEMA 3R enclosed switchboard section with a sealable steel cabinet for service conductors and utility supplied metering transformers. Provide removable bus bars for CT transformer mounting, rated for 1,800 amps, 480Y/277 volts. Cover must be side hinged and not have meters or other equipment. Transformers will be supplied by PALO. B. Provide instrument rated 13 ten-ninal ring-type meter socket on side of CT enclosure. 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. Switchgear sections with built-in meter sockets are not allowed. C. Current transformers shall be installed in such a manner as to be readily accessible after all bussing is in place. Neutral connections for metering shall be readily accessible and sealable. All sections of the switchgear that contain metering equipment or unmetered conductors shall have provisions for sealing compartment doors or covers. Project CL02-2013 Page 9 Rev 2/3/2014 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 Standards 486A and B, and the National Electrical Code. 3.03 LOCATION OF EQUIPMENT A. Verify locations and dimensions of electrical equipment. 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. Project CL02-2013 Page 10 Rev 2/3/2014 3.06 ADJUSTING AND CLEANING A. Adjust operating mechanisms for free mechanical movement. B. Touch-up scratched or maned enclosure surfaces to match original finishes. 3.07 EQUIPMENT CLEANUP A. 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 surfaces to their original condition, unless otherwise indicated. B. All cutting and patching done by this contractor shall be subject to the direction and approval of 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 site before submitting bid and become familiar with existing conditions. B. In general, wiring in existing building 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. Coordinate all work with PALO for revisions to the electrical service. Existing pad-mounted transformer needs to be removed to revise secondary cabling. This transformer removal will be done by PALO crews, but this Contractor must coordinate construction schedule with PALO to minimize outage time to Building Q. Outage must occur when classes are not being conducted. An outage has been scheduled with the College for August 18, 2014 through August 22, 2014. If electric service is not fully restored by August 23, 2014, liquidated damages will apply as described in Section 1-08.9 of the Standard Specifications. END OF SPECIFICATIONS Project CL02-2013 Page 11 Rev 2/3/2014 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENT B INSURANCE 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. 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 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: Project CL02-2013 Page 12 Rev 2/3/2014 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. Project CL02-2013 Page 13 Rev 2/3/2014 City of Port Angeles Operations Offic Public Works and Utilities Department ATTACHMENT "C" PREVAILING WAGE RATES See attached listing: 1. Washington State Prevailing Wage Rates For Public Works Contracts — Journey Level and Apprentices, Clallam County, effective 2/21/2014. 2. To access applicable prevailing ruhz(s)o[vvagoora1cuDxdhcdeycdhnvvorkhvtrudeumotbe following Labor uud{uduatrieuvvebode\bnb:bUp://wvvvv]ui.v/u.gov/Tzudool.ioouoio PrevWo_e/VVu eRoca/dcfau]Los, 3. A copy of the applicable prevailing wage rates can be obtain by contacting Lucy Hanley at 360-417-4541 or by email, Uhaolcv@ci fouun. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles, WA. 98363. Project CL02-2013 Page 14 Rcv 2/3/2014 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACH M ENT "D" ADDENDUM Addendum 1 attached: Project CL02-2013 Page 15 Rev 2/3/2014 ADDENDUM NO. 1 TO CONTRACT DOCUMENTS / INVITATION FOR BIDS FOR College Meter Upgrades Purchase Contract No. CL02-2013 NOTICE TO PROSPECTIVE BIDDERS February 12, 2014 NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: 1. The E-1 drawing missing from Description of Work under Attachment A, Work by Contractor is attached. 2. The Bid Opening Date remains unchanged. The Bid Opening date is February 21, 2014 at 2:00 PM. This addendum must be acknowledged in the space provided on the Quotation Form that is submitted to the City. Failure to do so may result in the proposal being rejected as non- responsive. City Engineer PW-407_13 [rev. 09/18/02] Page 1 of 1 mm mm CITY OF PORT ANGELES 101.6 AMOK, WrY MOODI M 321 t M MUT M NM" M Mkt WPM IMMIX WM mm 4m NNW CALL 48 HOURS BEFORE YOU DIG 1-800-424-5555 6 9 z 8 9 2 2 9 0 8 METER AND CT REPAIRS 9 City of Port Angeles Operations Office Public Works and Utilities Department 360-417'4541 ATTACHMENT "F" QUOTE FORM Quote submitted by Olympic Electric attached: Project CL02-2013 Page 16 Rev 2/3/2014 QUOTATION FORM Project Title: College Meter Rebuild Project Number: CL02-2013 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 Sales Tax (8.4%) Total Bid $ 30,650.00 $ 1,734.60 $ 22,384.60 1 2. The bidder hereby acknowledges that it has received Addenda No(s). (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: Contractor Information: 1. Company Name: Olympic Electric Co., Inc. 4230 Tumwater Truck Rte. 2. Address: 3. City, State, Zip Code: Port Angeles, WA 98363 4. Phone Number: ( 360 ) 457 5303 OLYMPEC285D1 5. Contractor Registration Number: 6. UBI Number: 374,998-00 7. WA State Industrial Insurance Account Number: ' � ^ 431732-00-2 8. w* State ,_-.vyx-_~���u//°rDept Number: 9. State Excise Tax Registration Number: 600 265 927 600 265 927 The bidder represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. Signed by Title Printed Name: Date President Charles T. Burkhardt February 21, 3014 Pcoiect:CL02-2Ol3 Page 3 Rev 2/3/2014