Loading...
HomeMy WebLinkAbout000779 Original ContractCity of Port Angeles Record # 000779 VORr.4,,V,r .-..� h SMALL WORKS ROSTER 10S``` b`/C1ORKS &~ ❑ Request for Bid ® Contract Contract Title: Water Treatment Plant Heating Replacement Contract Number: WA -13-033 Funding Number: Ops -402-4810 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" will 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. (See attachment A for specific schedule for work). ® The performance period under this Contract commences 10 calendar days after notice to proceed and ends 90 days thereafter. 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: $23,306.00 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 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. Contract No. WA -13-033 Page 1 Rev. 9/26/2013 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 the City mailing notice of discovery and shall complete such work within a reasonable time. In emergencies where damage may result from delay or when loss of service may result, such corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made against the City as a result of any defective work and the Contractor shall defend any such claims at its own expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the professional judgment of the Contractor to make appropriate selections. D. Nondiscrimination/Affirmative Action. Contractor agrees not to discriminate against any employee or applicant for employment or any other persons in the performance of this Contract because of race, creed, color, national origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contractor setting forth the provisions of the nondiscrimination clause. E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or services required by the Contractor under this Contract, shall be considered employees of the Contractor only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or rendered herein, shall not be the obligation of the City. 5. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. Contract No. WA -13-033 Page 2 Rev. 9/26/2013 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. 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. INDEMNIFICATION / HOLD HARMLESS A. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Contract No. WA -13-033 Page 3 Rev. 9/26/2013 B. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 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 forms, and Escrow Agreement for Retained Percentage form are available from the Operations Office of Public Works & Utilities (Telephone 360-417-4541). Performance and Payment Bonds 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 Bonds 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 City, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bonds as the person authorized to execute 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. Contract No. WA -13-033 Page 4 Rev. 9/26/2013 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. 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). A. The City shall pay the incorporated in the Contract. 20. COMPENSATION AND METHOD OF PAYMENT. Contractor for work performed under this Contract as detailed in the bid, as Contract No. WA -13-033 Page 5 Rev. 9/26/2013 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, an example of which may be found in Attachment E. D. Requests for payments for any alterations in or additions to the work provided under this Contract shall be submitted on the Request For Information (RFI) and are not approved until an approved Construction Change Order (CCO) is issued. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request form(s). RFI and CCO forms are included in Attachment E. 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 :7e.C. • " , 2013. OLYMPIC ELECTRIC CO., INC. By: Printed Name: Title: Address: OLYMPIC ELECTRIC CO., INC. City: 4230 Tumwater Port Angeles, WA 98363 Tax ID#: 7) )- 1�)lS L' -)U.1 Phone Number: � - CITY OF PORT ANGELES By: Printed Name: Ocie"'' Title:�st14- a Purchase Order #: d a 011 d 3 Contract No. WA -13-033 Page 6 Rev. 9/26/2013 City of Port Angeles ATTACHMENT "A" Engineering 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: Remove existing infrared heaters and provide and install new unit heaters Location: City of Port Angeles Water Treatment Plant, 3501 W. 18`h Street, Building J, Port Angeles, WA. Site Point of Contact: Larry Messenger at 360-417-4860 Work Hours and Schedule: The Contractor will be allowed to work from 6:00 AM to 4:30 PM, Monday through Friday, excluding all legal holidays and weekends. Work outside of these hours may be requested from and is at the discretion of the Site Point of Contact. Permits: Electrical permit required Work Requirements: 1.0 Project Description The Contractor shall remove and dispose of existing electric infrared heaters as shown on the drawings, and shall provide and install new electric unit heaters and thermostats as shown and specified. 2.0 Standard Specification This contract incorporates the Washington State Department of Transportation's 2010 Standard Specifications for Road, Bridge and Municipal Construction referred to herein as the Standard Specifications and the City of Port Angeles Urban Services Standards and Guidelines (Current edition). The following specification sections are also included and are part of this contract: 16050 — Basic Material and Methods 16851 — Electric Heating 3.0. Drawings: The following listed drawings are part of this contract: E-1 Demolition Plan E-2 New Heating Plan Contract No. WA -13-033 Page 7 Rev. 9/26/2013 SECTION 16050 — BASIC MATERIAL AND METHODS PART 1 — GENERAL 1.01 GENERAL A. The 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. This section shall include but not be limited to: Equipment Identification and Cleanup Cutting and Patching Raceways and Conduits Outlet Boxes, Pull Boxes and Junction Boxes Wire and Cable 1.02 EQUIPMENT IDENTIFICATION A. All electrical equipment furnished by the Contractor shall be provided with identification indicating its use or function. Equipment to be identified shall include, but not be limited to panelboard breakers, junction boxes, and empty conduits provided for future use. B. Special care must be taken for protection of heaters during construction. Damage from rust, paint, scratches, etc., shall be corrected as directed by the City. PART 2 —PRODUCTS 2.01 RACEWAYS A. Heavy wall conduit shall be hot -dip galvanized alloy steel with the U.L. label and be manufactured to conform to the A.S.A. C-80.1 and Federal Specifications WW -C-581. Heavy wall, galvanized steel, conduit shall be sued in all runs where required for mechanical protection. B. Liquid -tight flexible metal conduit with liquid -tight fittings shall be sued for connections to electric heaters. C. Where noted on the drawings, rigid non-metallic conduit shall be made of virgin polyvinyl chloride resin, extruded, Schedule 40 PVC rigid conduit, light grey in color, supplied in 10 foot lengths each with a coupling. It shall be UL listed and bear a label that shows it may be used above ground, underground direct burial, and concrete -encased. D. On all conduit systems the connector fitting shall be of the insulated throat type. Where rigid conduit is connected to a threadless box, the double locknut method shall be used. E. All conduit fittings shall be steel as manufactured by Steel City Company, RACO, or equal. Malleable iron fittings shall not be used on any conduits. Contract No. WA -13-033 Page 8 Rev. 9/26/2013 2.02 OUTLET BOXES, PULL BOXES AND JUNCTION BOXES A. Outlet boxes shall be at least 1-'Y2 inches deep, 4 inch square stamped steel type with 4 inch square device covers of size to accommodate devices noted. Outlet boxes in masonry walls may be special masonry type. Outlet boxes on exposed conduit runs in unfinished areas and equipment rooms shall be 4 inch square or multi -gang boxes with matching covers. Outlet boxes on exposed conduit runs in finished areas or where indicated on the drawings shall be cast FS type with covers rated as weatherproof when in use. B. All outlet boxes shall be protected from entrance of foreign materials during the construction period. C. All outlet boxes shall be surface mounted. D. Mounting heights indicated on drawings shall be to center line of outlet unless indicated otherwise. Heights may be adjusted to align with mortar joints as specified above, however, all similar outlets in a given area shall be adjusted to the same height unless specifically noted at the outlet. 2.02 WIRE AND CABLE 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 and unsoft-drawn copper and unless otherwise noted on the drawings and in these specifications, shall have type THWN insulation. Wire and cable shall not be older than 12 months. B. Conductor sizes shall be standard American wire gauge sizes and shall be as noted on the drawings. All conductors No. 10 and smaller shall be solid; No. 8 and larger, stranded. Minimum size for power circuits shall be No. 12, unless otherwise noted. C. Splices shall be made with solderless — tapeless, mechanical wire connectors with spring action to maintain constant pressure on the conductors. Connectors shall be U.L. listed and equal to 3M Scotchlok Brand, Type Y, R, G, and B. D. Wire and cable shall be factory color -coded by integral pigmentation, with a separate color for each phase and neutral conductor. The colors shall be sued consistently throughout the electrical installation. PART 3 — EXECUTION 3.01 CUTTING AND PATCHING A. In existing construction the 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 the Contractor shall be subject to the direction and approval of the City. The Contractor shall not endanger the stability of the structure by cutting, digging, or otherwise, and shall not be at any time cut or alter work of any other contractor without the City's consent. Contract No. WA -13-033 Page 9 Rev. 9/26/2013 3.02 CONDUIT A. Conduits shall be sized as noted or as required by NEC for number and size of conductors installed except that 3/ inch shall be minimum size for branch circuit home runs and '/2 inch shall be minimum size for all other conduit runs. Maximum size shall be as allowed by the NEC and within the limits of commonly manufactured sizes. B. All conduit and raceways, except as noted below and unless the building construction forms an approved means of support, shall be securely positioned by galvanized steel straps, clamps and hangers with suitable fastenings. Concealed conduit shall be run in a direct line with long sweep bends and offsets. Exposed conduits shall be run parallel to and at right angles to building lines and neatly grouped and supported with approved conduit hangers or channel supports. Wooden plugs shall not be used. C. All conduits shall be run exposed unless noted otherwise. D. Where conduits pass through roof, care should be taken to provide proper flashing and seal against moisture leakage. 3.03 REMODELING WORK A. Contractor shall visit existing building before submitting bid and become familiar with existing conditions. A pre-bid walk-through of the project will be conducted as noted elsewhere in these documents. Contractors are strongly encouraged to attend. B. In general, wiring in existing buildings shall remain as is except as noted on drawings or specified elsewhere. C. Added loads to existing circuiting shall be balanced between phases. On existing panelboard or motor control center where circuitry is changed, the Contractor shall furnish a revised, typed panel directory. D. Contractor shall assume for bidding that all existing equipment noted to be reused are in good working condition and can be installed without any repairs. If certain items area found to be in need of repair or in unusable condition, Contractor shall notify the City representative for decision; however, Contractor shall be responsible for any damage caused by him to equipment in removal or handling. E. Existing equipment removed and not reused shall become Contractor's property and be removed from the site, unless otherwise specified or shown. F. The City will be occupying the existing building during construction. Contractor shall provide any temporary connections necessary to maintain plan operation. Provide advance notice of minimum 72 hours to the City of any temporary service outages. Advance notice shall be in writing to the City. G. In general, contractor shall assume that all work which involves a service outage shall be performed on an overtime basis. Work shall continue until service is restored. END OF SECTION 16050 Contract No. WA -13-033 Page 10 Rev. 9/26/2013 SECTION 16051 — ELECTRIC HEATING PART 1 —GENERAL 1.01 DESCRIPTION OF WORK A. The Contractor shall furnish and install as shown or specified herein all conduit, wire, and electrical heating equipment. B. The section shall include, but not be limited to: 1. Electric Vertical Unit Heaters 2. Electric Horizontal Unit Heaters 1.02 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 manufactures. The type and weight of materials used for each purpose shall be as herein specified, and all materials 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., where testing is provided and shall bear their label. C. Where the notation of NEMA is indicated, the equipment shall conform to National Electrical Manufacturers Association standards. 1.03 SHOP DRAWINGS A. Shop drawings shall be submitted for each heater type. PART 2 — PRODUCTS 2.01 ELECTRIC VERTICAL UNIT HEATERS (VUH) A. Furnish and install a vertically orientated electric unit heater capable of high heat and air movement with heavy duty squirrel -cage blower and totally enclosed ball bearing motor. Unit shall be capable of delivery 1600 CFM maximum and rated for 19 KW, 480 volt, 3 phase. B. Heater shall be equipped with 24 Volt Class 2 transformer relay switching for a remote thermostat. C. Cabinet shall be rust -resistant with baked enamel finish, designed for vertical suspension from the structural members. Contract No. WA -13-033 Page 11 Rev. 9/26/2013 D. Unit shall be Modine #VE200-480, or equal. 2.02 ELECTRIC HORIZONTAL UNIT HEATERS (HUH) A. Furnish and install a horizontally orientated electric unit heater capable of high heat and air movement with heavy duty squirrel -case blower and totally enclosed ball bearing motor unit capable of delivering 725 cfm minimum, and rated for 9 kW, 480 volt, 3 phase. B. Heater shall be equipped with 24 volt Class 2 transformer relay switching and integral relay for fan operation only. C. Cabinet shall be rust -resistant, with baked enamel finish designed for horizontal suspension from the structural member noted on the drawings. Provide necessary mounting brackets. D. Unit shall be King #KB4809-3MP, or equal. 2.03 THERMOSTATS A. Heaters shall be controlled by low -voltage remote thermostats mounted where noted on the drawings. Honeywell #CT50A, or equal. PART 3 — EXECUTION 3.01 INSTALLATION A. HUH air flows shall be directed as shown on the drawings. B. Mount all heaters according to drawings and factory recommendations. Maintain minimum clearances required to surrounding structures and equipment. END OF SECTION 16851 Contract No. WA -13-033 Page 12 Rev. 9/26/2013 7 SCALE: I CITY OF PORT ANGELES, LIGHT DIVISION DEMOLITION NOTES OREMOVE 22 EXISTING INFRARED HEATERS, FLEX AND CONDUCTORS TO DISCONNECTS. OREMOVE EXISTING 3P-30AMP DISCONNECT. INSTALL JUNCTION BOX WITH BLANK COVER AND LABEL WITH CIRCUIT NUMBER, TYPICAL OF 10. OREMOVE EXISTING 3P-30AMP DISCONNECT, DISCONNECT TO BE REUSED IN NEW LOCATION. INSTALL JUNCTION BOX WITH BLANK COVER AND LABEL WITH CIRCUIT NUMBER, TYPICAL OF 5. ® EXISTING 3P-30AMP DISCONNECT TO REMAIN AND BE REUSED. O(4) EXISTING 1' SPARE GRS CONDUITS, O EXISTING PANEL P7 277/480 VOLT GE AEF3424MBX. OEXISTING 3P-30AMP DISCONNECT TO REMAIN. PULL CONDUCTORS BACK TO NEXT DISCONNECT TO SOUTH AND REMOVE. LABEL CONDUIT AS SPARE ON EACH END. ®(3) EXISTING J -BOXES WITH CONTACTORS FOR HEATING CONTROLS. REMOVE CONTACTORS AND SPLICE WIRES TOGETHER TO MAINTAIN CIRCUITS. OEXISTING MCC -1 277/480 VOLT GE EVOLUTION SERIES E9000. SVMR(N. T.Fr F.NT) �----- HEAVY SOLID NEW WORK r----- HEAVY DASHED EXISTING TO REMOVE ------------- LIGHT DASHED EXISTING TO REMAIN `O ENCLOSED FUSED SAFETY SWITCH C--3 EXISTING INFRARED HEATER TO BE REMOVED ® SURFACE MOUNTED THERMOSTAT O OR NEW ELECTRIC UNIT HEATER 0 JUNCTION BOX SIZE PER NEC -1-V-LOW VOLTAGE THERMOSTAT WIRING, BELOW 9FT AFF SHALL BE IN CONDUIT. CITY OF PORT ANGELES, LIGHT DIVISION SCALE: P CONSTRUCTION NOTES OINSTALL 1/2' CONDUIT FROM HEATERS TO SURFACE MOUNT LOW VOLTAGE THERMOSTAT MOUNTED O 48'AFF TO CENTER OF BOX, INSTALL THERMOSTAT CABLE AS REQUIRED, ONEW UNIT HEATER KING KMO93MPTPL W/ K882 BRACKET. INSTALL BRACKET SO BOTTOM OF HEATER IS +9FT AFF. BOLT TO STEEL SUPPORT STRUCTURE. 1/2' FLEX WITH (4) #12 CU THHN FROM DISCONNECT TO NEW UNIT HEATER. PROVIDE NEW 15 AMP FUSES IN DISCONNECT. TYPICAL OF 5 O3 NEW UNIT HEATER KING KB48093MPTPL W/ KB82 BRACKET. INSTALL BRACKET SO BOTTOM OF HEATER IS +9FT AFF. ANCHOR INTO BLOCK WALL AS REQUIRED. 1/2' FLEX WITH (4) #12 CU THHN FROM DISCONNECT TO NEW UNIT HEATER. PROVIDE NEW 15 AMP FUSES IN DISCONNECT. TYPICAL OF 3 ®EXISTING GE MCC -1. EACH HEATER IS TO BE CIRCUITED TO SPARE 3P -30A BREAKER. PROVIDE NEW LABELS. O$ NEW UNIT HEATER KING KB48093MPTPL W/ KBB2 BRACKET. INSTALL BRACKET SO BOTTOM OF HEATER IS AT +12FT AFF. BOLT TO STEEL SUPPORT STRUCTURE. 1/2' FLEX WITH (4) #12 CU THHN FROM DISCONNECT TO NEW UNIT HEATER. PROVIDE NEW 15 AMP FUSES IN DISCONNECT. © INTERCEPT EXISTING 1' SPARE GRS CONDUIT AND INSTALL JUNCTION BOX. O INTERCEPT AND EXTEND EXISTING 1' SPARE PJC CONDUIT TO DISCONNECT. RUN CONDUIT ALONG TOP OF STEM WALL THEN UP WNL. INSTALL (6)#10 & #12 GROUND. ® NEW 1' PVC CONDUIT W/(3)#8 & #10 GROUND. O9 PANELPIi REPLACE EXISTING 3P-30AMP CIRCUIT BREAKER WITH NEW 3P-50AMP. INSTALL NEW 3P-50AMP BREAKER FOR NEW HEATER CIRCUIT. ]O INSTALL EXISTING 3P-30AMP DISCONNECT THAT WAS REMOVED FROM OTHER LOCATION. PROVIDE COVERS FOR ALL UNUSED OPENINGS. I I NEW VERTICAL DELIVERY UNIT HEATER MODINE # VE200. MOUNT HEATER FROM CEILING WITH (4) 3/8 THREADED RODS ATTACHED TO CEILING USING BEAM AT CLAMPS AND STRUT. TACH STRUT TO A MINIMUM OF 2 2-PERLINS. BOTTOM OF HEATER IS TO BE 20FT AFF. 3/4' FLEX WITH (3)#10 & 012G CU THHN FROM DISCONNECT TO NEW UNIT HEATER, PROVIDE NEW 30 AMP FUSES IN DISCONNECT. TYPICAL OF 2 12 EXTEND EXISTING 1' GRC TO MCC -1 AND INSTALL (6) #10 & 012 GROUND. I3 NEW 1' PVC CONDUIT W/(3)#10 & #12 GROUND. 14 PULL IN (3)#8 & #10 GROUND IN EXISTING I- GRS CONDUIT. I$ PULL IN (6)#10 & #12 GROUND IN EXISTING 1' GRS CONDUIT. 16 EXTEND EXISTING 1' GRC TO PANEL P1 AND INSTALL (3)#8 & #10 GROUND. ADDENDUM NO. 1 TO PROJECT MANUAL FOR WATER TREATMENT PLANT HEATING REPLACEMENT PROJECT NO. WA -13-033 NOTICE TO PROSPECTIVE BIDDERS November 22, 2013 This is a Small Works Roster Project per RCW 39.04.155. Bid date is unchanged at December 6, 2013 A walk-through of the facility was conducted at 10:00 am, November 20, 2013. Those present were: Tim Amiot City of Port Angeles Terry Dahlquist City of Port Angeles Ken Simpson Angeles Electric Rick St. Vincent Advanced Classroom Technologies Mike Rutten Olympic Electric Concern was expressed by all three contractor representatives regarding the difficulty of access to the structure for mounting the two heaters required in Note 11, Drawing E-2. NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: Drawing Sheet E-2: Note 7 — Replace with the following: Intercept and extend existing 1" spare PVC conduit to disconnect mounted on new heater support. Install (6- #10 & #12 GROUND)1 "PVC along top of containment wall. 2. Note 11: These two heaters may be installed on floor mounted support structures as shown in attached detail. Install (3410 & #12 Gnd)3/4"PVC with liquid -tight flex connection to each heater. Install new 30 amp fuses in each disconnect. This addendum must be acknowledged in the space provided on the project Bid Form when it is submitted to the City with your bid. Failure to do so may result in the bid being rejected as being non-responsive. )DENDUM NO. 1 Addendum No. 1 Page 1 of 2 i Y J Q r � � L) 3� U U x W Q PP M tC"i WQJU Wf-J LL. F- - u U < Q '-' H Z ri Q' -'SW WW¢ 0 ►-• A o}C6CL Uzi J ��0 I-zW Z� <[ o X � Y t- -J M �Nfa KAI zDZZ UZ V z Lu MvW =pWq f— F- z Lr)W O N W •+ W C.0, O _ o = N ID O m Q_ Q. o "O� N GO 4 Q LU 1— C!� Q LLJ LL J = LU Z Q wzw O �u mo Q I--�m zJ v LL �-- umw N z 00 C3 F- Q M U U Z M v �f9 a, Engineering Office Public Works and Utilities Department 360-417-4700 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. 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: 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 Contract No. WA -13-033 Page 15 Rev. 9/26/2013 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. Contract No. WA -13-033 Page 16 Rev. 9/26/2013 City of Port Angeles ATTACHMENT "C" Engineering Office Public Works and Utilities Department PREVAILING WAGE RATES 360-417-4700 Prevailing Wage Rates Information Below: 1. Washington State Prevailing Wage Rates For Public Works Contracts — Journey Level and Apprentices, Clallam County, effective 12/06/2013. 2. To access applicable prevailing rate of wage by trade, use the following Department Labor and Industries website link: http•//www Ini wa gov/TradesLicensing/"PrevWage/"WageRates/default asp 3. A copy of the applicable prevailing wage rates can be obtained by contacting Lucy Hanley at 360-417-4541 or by email, Ihanley cityofpa.us. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles, WA. 98363. Contract No. WA -13-033 Page 17 Rev. 9/26/2013 City of Port Angeles ATTACHMENT "D" Engineering Office Public Works and Utilities Department 360-417-4700 PERFORMANCE AND PAYMENT BONDS PERFORMANCE BOND to City of Port Angeles, WA Bond No. The City of Port Angeles, Washington, City has awarded to (Principal), a contract for the construction of the project designated as Water Treatment Plant Heating Replacement, Project No. WA -13-033 in Port Angeles, Washington, and said Principal is required to furnish a bond for performance of all obligations under the Contract. The Principal, and (Surety), a corporation, organized under the laws of the State of and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City in the sum of US Dollars ($ ) Total Contract Amount, subject to the provisions herein. This statutory performance bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2) original counterparts, and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL SURETY Principal Signature Printed Name Title Date Surety Signature Printed Name Title Name, address, and telephone of local office/agent of Surety Company is: Approved as to form: City Attorney, City of Port Angeles Date Date Contract No. WA -13-033 Page 18 Rev. 9/26/2013 PAYMENT BOND to City of Port Angeles, WA Bond No. The City of Port Angeles, Washington, City, has awarded to (Principal), a contract for the construction of the project designated as Water Treatment Plant Heating Replacement, Project No. WA -13-033 in Port Angeles, Washington, and said Principal is required under the terms of that Contract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington (RCW) and (where applicable) 60.28 RCW. The Principal, and (Surety), a corporation, organized under the laws of the State of and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Port Angeles in the sum of US Dollars ($ ) Total Contract Amount, subject to the provisions herein. This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with Titles 60.28, 39.08, and 39.12 RCW including all workers, laborers, mechanics, subcontractors, and materialmen, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Title 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2) original counterparts, and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL SURETY Principal Signature Date Printed Name Title Surety Signature Date Printed Name 'Title Name, address, and telephone of local office/agent of Surety Company is: Approved as to form: City Attorney, City of Port Angeles Date Contract No. WA -13-033 Page 19 Rev. 9/26/2013 City of Port Angeles ATTACHMENT "E" Engineering Office Public Works and Utilities Department FORMS 360-417-4700 REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: PROJECT/CONTRACT NUMBER: ORIGINATOR: Owner Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION/REQUEST: DATE REPLY REQUES ORIGINATOR SIGNA COMMENTS: CRITICAL TO SCHEDULE: YES NO DATE: RFI Number: Contract No. WA -13-033 Page 20 Rev. 926/2013 Project Name Contractor CONTRACT CHANGE ORDER (CCO) NO. Date 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: ORIGINAL CURRENT CONTRACT CONTRACT EST. NET CHANGE THIS CHANGE ORDER TOTAL CHANGE ORDERS, EST. CONTRACT AFTER 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 project. APPROVED BY: SIGNATURE: DATE: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS & UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE: Contract No. WA -13-033 Page 21 Rev. 9/26/2013 CONTRACTOR'S APPLICATION FOR PAYMENT PROJECT NO. WA -13-033 Page 1 of 2 TO: City of Port Angeles DATE: Public Works & Utilities Department 2 P.O. Box 1150 $ Port Angeles, WA 98362 Adjusted Contract Amount [1+2] FROM: PAYMENT REQUEST NO. PERIOD From: to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount (Excluding Sales Tax) $ 2 Total Value of Approved Change Order No(s). (Excluding Sales Tax) $ 3 Adjusted Contract Amount [1+2] $ 4 Value of Work Completed to Date (per attached breakdown) $ 5 Material Stored on Site (per attached breakdown and material receipts) $ 6 Subtotal [4+5] $ 7 8.4% Sales Tax (at 8.4% of Subtotal), As Applicable $ 8 Less Amount Retained (at 5% of subtotal) $ 9 Subtotal [6+7-8] $ 10 Total Previously Paid $ 11 AMOUNT DUE THIS REQUEST [9-10] $ WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. Continued on Page 2 Contract No. WA -13-033 Page 22 Rev. 9/26/2013 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 perfornance of all said lower -tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of 120 APPROVAL: Project Manager City Engineer Notary Public in and for the State of residing at My appointment expires Date Date Contract No. WA -13-033 Page 23 Rev. 9/26/2013 PONT u` N RKS ANS PROJECT NO.: CERTIFICATION OF WORK COMPLETION AND ACCEPTANCE 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 OF DATE: Contract No. WA -13-033 Page 24 Rev. 9/26/2013 City of Port Angeles ATTACHMENT "F" Engineering Office QUOTE RECEIVED Public Works and Utilities Department 360-417-4700 Quote received from Olympic Electric Co., Inc. attached: Contract No. WA -13-033 Page 25 Rev. 9/26/2013 Contract Title: Water Treatment Heating Upgrades Contract Number: WA -13-033 Funding Number: Ops -402-4810 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. Bid Schedule BID ITEM PRICE Water Treatment Plant Heater Upgrades $21 , 500.00 8.4% Sales Tax Total Bid Amount $23,306.00 2. The bidder hereby acknowledges that it has received Addenda No(s) (Enter "N/A" if none were issued) to this Request for Bid package. 0 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: 2. Address: 3. City, State, Zip Code: 4, Phone Number: 5. Contractor Registration Number: 6. UBI Number: Olympic Electric Co., Inc. 4230 Tumwater Truck Rte Port Angeles WA 983263 (360) 457-5303 OLYMPEC285D1 600 265 927 7. WA State Industrial Insurance Account Number: 374,998-00_ 8. WA State Employment Security Dept Number: 431732-00-2 9. State Excise Tax Registration Number: 600 265 927 The bidder represents that it is qualified and possesses sufficient skills to bid on this project and the necessary capabilities to perform the servicest fort in this Contract. Signed by -- ? `'IMr~✓ Title President Printed Name: Date Charles T. Burkhardt December 6, 2013 Contract No. WA -13-033 Page 3 Rev 08/30/2011 STATE OF WASHINGTON COUNTY OF Clallam NON -COLLUSION AFFIDAVIT 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 f Bidder/Contractor Subscribed and sworn to before me this 6 day of December 20 13 111111it WALLA ���. S . N Wipe..; CD : �P� C, ; z Notary Public in and forth v ®a '. Q�� ��•_ ® State of �® •••.•JAN• ATE OF Residing at My Comm. Exp.: // Contract No. WA -13-033 Page 4 Rev 08/30/2011 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 $ 5% of bid which amount is not less than five (5%) percent of the total bid. SIGN HERE F -,T7 101 it I 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: Water Treatment Heating Upgrade WA -13-033 P -Project NuffibeF-,*T-�i-828- 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 , 20_. Principal Surety Surety address Surety Contact and Phone Number Dated: Received return of deposit in the sum of $ Agent Agent Address Agent Contact and Phone Number Contract No. WA -13-033 Page 5 Rev 08/30/2011 Water Treatment Heating -UO!PrF a9W WA -13-033 Project Title:rpat parr rs-PavemerTt-Repe+f-s-- Project Number - 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. 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 POB 9271 Seattle 98109 Surety address Mark Noma (888) 825-2242 Surety Contact and Phone Number Agent POB 986 Paulsbo 98370 Agent Address Wendi Daily (360) 626-2032 Agent Contact and Phone Number Contract No. WA -13-033 Page 6 Rev 08/30/2011 BONDS Al aff CHIC INSURANCE Premium: Contractors Bonding and Insurance Company 1213 Valley Street P.O. Box 9271 Seattle, WA 98109-0271 For the CBIC branch nearest you, call Toll Free (888)283-2242 (888) 293-2242 FAX Know all by these presents, That 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 of which 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 Port Plant heaters ("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 or 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 amour 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 sealed this 05 day of December , 2013 OLYMPIC ELECTRIC COMPANY, INC (Seal) Principal Mug la By. Ches Burkhar $® gi Contractors Bonding and Insurance Company s ffi 979 ��j6)¢�6�{$�• By: c�LJ�I .; Y ICS 1 °"er9$r$ �r���da c. Wendy F. Dailey Attorney-mFact BndBID.01-US032905 P.O. Box 3967 1 Peoria, IL 61612-3967 Phone: (800)645-2402 1 Fax: (309)689-2036 Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 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 this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company, required for the applicable bond. That RLI Insurance Company, a Illinois corporation, and/or Contractors Bonding and Insurance Company, a Washington corporation (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint: Richard G. Hecker, Brian A. Edgren, Todd M. Lemmon, Rhonda M. Byers, Victoria L. Rogers, Melissa V. Fergusson, Deana M. McIntyre, Wendy F. Daily, Gerald C. Mayer, iointly or severally in the City of Port Angeles , State of Washington , as Attorney in Fact, with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million 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. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation, 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, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 1 lth day of November, 2013. 00 `�`P OR,�TGgQ�rn V .0 o ° 1979 < ; State of IllinoisSS 1 County of Peoria On this 11th day of November 1 2013 before me, a Notary Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company, and acknowledged said instrument to be the voluntary act and deed of said corporation. RLI Insurance Company Contractors Bonding and Insurance Company Roy C. Die Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, and/or Contractors Bonding and Insurance Company, a Washington corporation, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bondingand Insurance Company this l 1 , day of ----I IJ �. RLI Insurance Company M. Bockler Notary Public Contractors Bonding and Insurance Company NOTARY "OFFICIAL SEAL" Roy C. Die Vice President PUBLIC JACQUELINE M. BOCKLER STATE OF ILLINOIS COMMISSION EXPIRES 03119114 4675366020212 A0059913