Loading...
HomeMy WebLinkAbout000781 Original ContractTHIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND Sitkum Tree Specialist, LLC ("CONTRACTOR"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which is attached hereto and by this reference is incorporated herein. 2. TERM OF CONTRACT All work under this Contract is to be completed as indicated (check one): ❑ All work under this Contract is to be completed by this date: ® All work under this Contract is to be completed 20 days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. The performance period under this Contract commences calendar days after contract award and ends calendar days after contract award. . PAYMENT A. The City shall pay the Contractor for the work performed under this contract (check one): ❑ Time and material, not to exceed: $ ❑ Time and actual expenses incurred, not to exceed: $ Unit prices set forth in the Contractor's bid or quote, not to exceed: $ ® Firm Fixed Price set forth in Contractor bid or quote in the amount of: $3,658.50 The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance with and as described in the Attachment "A". The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof; except as are mentioned in the specifications to be furnished by the City of Port Angeles. B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract number. Invoices shall be in a format acceptable to the City. C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a properly completed invoice. D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon request. Project PK -12-01.5 Page 1 Rev. 08/30/2011 City of Port Angeles Record 000781 1"t& "oR, of Port Angeles Public Works & ��u� Utilities Dept. Operations Office DCity fl�f, ��� �. - °mom 1703 South S Street ��° " Port Angeles WA 98362 LIMITED PUBLIC WORKS PROCESS w�, Tel: 360-417-4541 Fax: 360-452-4972 ❑ Request for Quotation ® Contract Contract Title: Trees Removal Project Number: PK -12-015 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND Sitkum Tree Specialist, LLC ("CONTRACTOR"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which is attached hereto and by this reference is incorporated herein. 2. TERM OF CONTRACT All work under this Contract is to be completed as indicated (check one): ❑ All work under this Contract is to be completed by this date: ® All work under this Contract is to be completed 20 days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. The performance period under this Contract commences calendar days after contract award and ends calendar days after contract award. . PAYMENT A. The City shall pay the Contractor for the work performed under this contract (check one): ❑ Time and material, not to exceed: $ ❑ Time and actual expenses incurred, not to exceed: $ Unit prices set forth in the Contractor's bid or quote, not to exceed: $ ® Firm Fixed Price set forth in Contractor bid or quote in the amount of: $3,658.50 The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance with and as described in the Attachment "A". The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof; except as are mentioned in the specifications to be furnished by the City of Port Angeles. B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract number. Invoices shall be in a format acceptable to the City. C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a properly completed invoice. D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon request. Project PK -12-01.5 Page 1 Rev. 08/30/2011 E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the Contract, the Contractor shall correct or modify the required work tocomply with the requirements ofthis Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the Contract Documents. 4,RESPONSIBILITY KDF CONTRACTOR A. Safety, Contractor shall take all necessary precautions for the safety ofemployees 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 orunusual 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 defectsare 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 orwhere 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 ofsame shall be paid by the Contractor. C. Warranty. Contractor shall be liable for any costs, losses expenses ordamages 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 ofengineering, 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 asaresult 0fany defective work and the Contractor shall defend any such claims atits 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 bodiscriminate against any employee orapplicant for employment nrany other persons inthe performance of this Contract because of race, creed, color, national origin, marital status, sen age or handicap, or Other circumstances as may be defined by federal, state or local law orordinance, except for a bona fide occupational que|Uioation. Contractor agrees bJ post in conspicuous places, available toemployees and applicants for employment, notices to be provided bvContractor setting forth the provisions ofthe 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 ofsaid 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 bethe obligation ofthe City. S. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable tothe work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of 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 bvthe City. B. The City may terminate the [bn[n3c1 and take possession of the premises and all materials thereon and finish the work bywhatever methods i[may deem expedient, by giving 10 days written notice tothe Project PK- l%-Al5 Page Rev. 08/30/2011 upon the occurrence of any one Or more of the events hereafter specified. 1. The Contractor makes a general assignment for the benefit ofits creditors. 2. A receiver is appointed as a result of the insolvency of the Contractor. ]. The Contractor persistently Or repeatedly refuses orfails to complete the work required herein. 1. Contractor fails to make prompt payment to subcontractors for material or labor. 5. Contractor persistently disregards federal, state orlocal 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.Inthe event this Contract is terminated bythe 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 bepaid bvthe City tothe Contractor. Ifthe 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 onSis 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 Vfthe City and shall beforwarded hJthe City upon its request. B. Any records, reports, information, data orother documents nrmaterials given tVor 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 orextras arising out ofthe performance ofthis Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making application for final payment, shall be deemed to have waived its right to claim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for the City under this Contract and shall oversee and approve all work to be performed, coordinate communications, and review and approve all invoices, under this Contract. 10. HOLD HARMLESS A.The Contractor shall protect, defend, indemnify and save harmless the City, its officers, employees and agents from any and all costs, claims, judgmentsorawandsofdamageG,arisingoutoforinanyweyrosu|tingfronnthe negligent acts or omissions of the Contractor. The Contractor agrees that its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any immunity that would otherwise be available against such dairnS under the industrial insurance provision of Title 51 RCVV. In the event the City obtains any judgment oraward, and/or incurs any cost arising therefrom including attorneys' fees to enforce the provisions of this article, all Such fees, expenses, and costs shall be recoverable form the Contractor. Project PK -12-015 Page Rev. 08/30/2011 B. The City shall protect, defend, indemnify and save harmless the Contractor, its officers, employees and agents from any and all costs, claims, judgments or awards of damages, arising out oforinany way resulting from the negligent acts oromissions ofthe City. The City agrees that its obligations under this subparagraph extend toany claim, demand, and/or cause of action brought by, or on behalf of, any of its ennp|Vy8e5 or agents. For this purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any immunity that would otherwise be available against such claims under the industrial insurance provision of Title 51 RCVV. In the event the Contractor obtains any judgment oraward, and/or incurs any cost arising therefrom including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable from the City. 11.1. INSURANCE The Contractor shall maintain insurance as set forth in Attachment B. 12. PREVAILING WAGE This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to prevailing wages. {)nPublic Works projects, funded inpart orinwhole 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 asdetermined bvthe Industrial Statistician ofthe Department ofLabor 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 Cit/ 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 ofIntent 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 ofWages Paid". Fora contract award or an on-call contract work order under $2/500, and in accordance with RCVV 39.12.040(2), the contractor orsubcontractor isauthorized tosubmit a combined Statement DfIntent ToPay Prevailing Wages &Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form developed bythe Washington State Department ofLabor and Industries and available from the City ofPort Angeles Public Works and Utilities Department. In case any dispute arises as to what are the prevailing notes of wages for e specific trade, craft oroccupation 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 inthe 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|a||am County, Washington. 14. BRANDS OR EQUAL When a special "brand orequa|"is named it shall be construed solely for the purpose ofindicating 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 ofequal quality, performance, or use specified must be represented as an alternate and not asan equal, and failure todo so shall be sufficient reason to disregard the bid. 15. INSPECTION AND REJECTION All goods, services, work, or materials purchased herein are subject to 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. Project PK- l2-Ol5 Page Rev. 08/30/2011 16. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any rights,duties orinterest accruing from this Contract without the express prior written consent of the other. 17. INDEPENDENT CONTRACTOR The Contractor isand shall be atall times during the term ofthis Contract anindependent 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. A. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include substantially the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of this Section apply to all subcontractors regardless of tier. B. At the time Ofsubcontract 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 RCVV; - Have a current state unified business identifier number; - If applicable, have: • Industrial insurance coverage for the subcontractor's employees working in Washington as required in Title 51 RCVV; w Anemployment securitydeoartmentnumberasrequiredinTl|e 50RCVV and * A state excise tax registration number as required in Tile 82 RCVV * An electrical contractor license, if required by Chapter 19.28 RCVV; w An elevator contract license, if required byChapter 7U.87 RCVV. - Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Project PK -12-015 Page K*v. 08B0D011 IN WITNESS WHEREOF, the parties have executed this Contract as of 12012. SITKUM TREE SPECIALIST, L C CITY OF PORT ANGELES By e r ---By: Printed Name: Printed b, LJOP- Title: Title: Address: City: Tax ID #: Phone Number: Purchase Order #: Project PK -12-015 Page 6 Rev. 08/30/2011 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENT "A" WORK BY CONTRACTOR required for this work. General Scope: Felling of four (4) trees at Lincoln Park and removing of four (4) fir trees all' loth & Milwaukee and one (1) cherry tree at Webster Park. Location: Site #1: 1521 West Lauridsen Blvd, Port Angeles, WA. 98363 Site #2: 607 East 4 th Street, Port Angeles, WA. 98362 Site #3: loth and Milwaukee Drive, Port Angeles, WA. 98363 Site Point of Contact: Superintendent Corey Delikat at 360-417-4566 (office) or 360-912- 0216 (cell) Work Hours: Contractor shall work Monday through Friday, from 7:00 AM to 4:30 PM, excluding any city holidays. Contractor shall notify the site point of contact Corey Delikat a minimum of three (3) days before any work begins, so he can notify property owner of Site #2 not to be in the surrounding area. Site #1 There are four (4) trees at Lincoln Park that need to be felled as they pose a threat to the public. The trees are located west side of Lincoln Park and in different locations of the park (See photo's #1-6 below for general location and specific pictures of the trees). The trees that need to be taken down will be marked with ribbon and are depicted in Photo #2-6 below. If needed, please contact Site Point of Contact for walk around to show specific trees that need to be removed. 111, P , I 111� Site # 2 There is one Cherry Tree to be removed on the Southwest side of Webster Park. The physical property address is 607 East 4 th Street (See attached photo #6) and the tree is leaning with some of the canopy of the tree being above the private property located at 607 East 4 th Street. Property owner will be removing the fabric of the fence that surrounds the area of the tree. Project PK -12-015 Page 7 Rev. 08/30/2011 The tree will be marked with yellow ribbon and is depicted in photo #7 below. If needed, please contact Site Point of Contact for walk around to show specific trees that need to be removed. The contractor shall remove the tree above ground in its entirety, the stump to be cut as lov] as possible without damaging the adjacent Cedar Trees. The contractor shall remove all wo and debris, the cost of which shall be included in the bid amount. i Site # 3 There are four (4) trees along the west end of the Discovery Trail that need to be felled as they pose a threat to the public. The physical property address is 10th and Milwaukee Drive (See attached photo #8 and #9). The trees will be marked with yellow caution ribbon and is depicted in photos #10 and #11 below. If needed, please contact Site Point of Contact for walk around to show specific trees that need to be removed. The contractor shall remove the trees above ground in its entirety, the stump to be cut as low as possible. The contractor shall remove all wood and debris, the cost of which shall be included in the bid amount. Site # I- Lincoln Park (Generalized Area -Majority of Trees do not Exist — see photos 1, 2, 3, 4 & 5) Photo #1 Project PK -12-015 Page 8 Rev. 08/30/2011 I Photo #2 Photo #3 Project PK -12-015 Page 9 Rev. 08/30/2011 Photo #4 Project PK -12-015 Page 10 Rev. 08/30/2011 Site # 2- Webster Park (House Physical Address- 607 East 4"' Street — See photos 6 & 7 below) Photo #6 Photo #7 Project PK -12-015 Page ll Rev. 08/30/2011 Site # 3— 10t" & Milwaukee —See photos 8, 9, 10 & 11 below Photo #8 (Generalized Areas) Project PK -12-015 Page 12 Rev. 08/30/2011 Photo #10 Photo #11 Project PIS -12-015 Page 13 Rev. 08/30/2011 City of Port Angeles ATTACHMENT B Operations Office INSURANCE Public Works and Utilities Department 360-417-4541 INSURANCE & INDEMNITY REQUIREMENTS FOR CONSTRUCTION ANDS VI CONTRACTS Includes construction and remodeling, janitorial service, tree maintenance, road maintenance, painting, electrical work, plumbing, movers, and on site maintenance agreements. Indemnification / Hold Harmless The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. No Limitation Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products - Project PK -1.2-015 Page 14 Rev. 08/30/2011 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 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 deten-nination shall be made in accordance with reasonable and prudent business practices. G. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. Project PIS -12-015 Page 15 Rev. 08/30/2011 H. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. Project PK -12-015 Page 16 Rev. 08/30/2011 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 See attached listing: ATTACHMENT "C" PREVAILING WAGE RATES 1. Washington State Prevailing Wage Rates For Public Works Contracts — Journey Level and Apprentices, Clallam County, effective 4/6/2012 2. To access applicable prevailing rate(s) of wages rates for the describe work by trade, use the following Labor and Industries website link: http://www.—ItiL.-wa—.-&,Qv—Ll'-,-adesL�icel-lsing/Pr(�vWag-q-LWAg(il�Lit� s/default.asp 3. A copy of the applicable prevailing wage rates can be obtain by contacting Lucy Hanley at 360-417-4541 or by email,lhanlev(Li)citvofpa.us. A hard copy is available for viewing in person at 321 E. 5"', Port Angeles, WA. 98363. Project PK -12-015 Page 17 Rev. 08/30/2011 City ofPort Angeles ��n�� x ��������� Operations Office Public VVodmand Utilities Oepo�meni Quotation Form Quotation Form Attachment: Page 3 — Quotation Form Proj ect PK- 12 - 015 Page 18 Rev. 08/30/2011 V4/1Z/ZV12 11'.14 FAX 2Q63236235 POSTAL PLUS Project Title, Tr R al Project Number: PK -1-2-015 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 for all 3 different sites. 5. The bidder hereby acknowledges that it has received Addenda nter "N/K it none were issued) to this Request for Quotation package. 6, The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract 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. - cap, M I-, -0i 7. WA State Industrial Insurance Account Number; S. WA S6te Employment Security Dept Number: 3 tos If :7 W Lf 9. State Excise Tax Registration Number: (0c) -6 — 00 -z— — 7 11 The bidder represents that itis qualified and possesses sufficient skills and the necessary capabilities to perform the services set fort in this Contract_ Signedby Title Printed Name, Date Project: PK -12-015 Page 3 Rcv 8130/2011