Loading...
HomeMy WebLinkAbout000821 Original Contract City of Port Angeles `Okr,g,1.�F(s City of Port Angeles Record # 000821 Public Works&Utilities Dept. Engineering 321 E.5"' . g eles,WA 98362 Street Port Angeles, LIMITED PUBLIC WORKS PROCESS lj.()kKs&��� Tel: 360-417-4541 Fax: 360-417-4709 ❑ Request for Quotation ® Contract Contract Title: Civic Field Boiler Replacement Project Number: PK 01-14 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND Swift Plumbing & Heating ("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 10 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 seven (Z)calendar days after notice to proceed and ends five (5) working 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: $14.212.32 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 01-14 Page 1 Rev. 8/30/2011 E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the Contract, the Contractor shall correct or modify the required work to comply with the requirements of this Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the Contract Documents. 4. RESPONSIBILITY OF CONTRACTOR A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known or unusual hazards. B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and/or materials discovered within one year after acceptance of this work. When corrections of defects are made, Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a reasonable time. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made against the City as a result of any defective work and the Contractor shall defend any such claims at its own expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the professional judgment of the Contractor to make appropriate selections. D. Nondiscrimination/Affirmative Action. Contractor agrees not to discriminate against any employee or applicant for employment or any other persons in the performance of this Contract because of race, creed, color, national origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contractor setting forth the provisions of the nondiscrimination clause. E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or services required by the Contractor under this Contract, shall be considered employees of the Contractor only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or rendered herein, shall not be the obligation of the City. S. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final payment by the City. B. The City may terminate the Contract and take possession of the premises and all materials thereon and finish the work by whatever methods it may deem expedient, by giving 10 days written notice to the N Project PK 01-14 Page 2 Rev. 8/30/2011 s 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. B. 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. INDEMINIFICATION / 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. 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 Project PK 01-14 Page 3 Rev. 8/30/2011 waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 11. INSURANCE The Contractor shall maintain insurance as set forth in Attachment B. 12. PREVAILING WAGE This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. The schedule of prevailing wage rates for this Contract is made a part of this contract as though fully set forth herein. Prior to making any payment under this Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries. It is the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage". The Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance of services rendered, Contractor shall submit an "Affidavit of Wages Paid". For a contract award or an on-call contract work order under $2,500, and in accordance with RCW 39.12.040(2), the contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages &Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form developed by the Washington State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities Department. In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his decision shall be final, conclusive, and binding on all parties involved in the dispute. 13. INTERPRETATION AND VENUE This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. 14. BRANDS OR EQUAL When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 15. INSPECTION AND REJECTION All goods, services, work, or materials purchased herein are subject 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. 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 i Project PK 01-14 Page 4 Rev. 8/30/2011 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 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 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: • Industrial insurance coverage for the subcontractor's employees working in Washington as required in Title 51 RCW; • An employment security department number as required in Tile 50 RCW; and • A state excise tax registration number as required in Tile 82 RCW; • An electrical contractor license, if required by Chapter 19.28 RCW; • An elevator contract license, if required by Chapter 70.87 RCW. - Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Project PK 01-14 Page 5 Rev. 8/30/2011 IN WITNESS WHEREOF, the parties have executed this Contract as of /� '�( ' 1'/ , 2014. SWIFT PLUMBING & HEATING CITY OF PORT ANGELES By: By: Printed Name: r\ Printed Name: Title: IES Title: 0. i 1 E CC I Address: 0;1 0 UA I ej /e o( City: 6 Tax ID #: Phone Number: Project PK 01-14 Page 6 Rev.8/30/2011 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 and replace the existing 500 gallon electric boiler at Civic Field. Location: Civic Field, 307 South Race Street, Port Angeles, WA Site Point of Contact: Eric Walrath at 360-417-4806. Work Hours and Schedule: The contractor will be allowed to work from 8:00 AM to 5:00 PM, Monday through Friday, non-holidays. Work outside of these days and/or hours may be requested from and is at the discretion of the City Engineer. Permits: City of Port Angeles Electrical Permit and State of Washington Department of Labor and Industries Boiler/Pressure Vessel Water Heater Installation or Reinstallation Permit. Contractor to obtain and bear the cost of required permits. Work Requirements: Licensed Electricians and Plumbers 1.0 Project Description Removal and disposal of the existing 500 gallon boiler, removal of existing electrical conductor, installation of new conductor, removal and disposal of existing cartridge fuses, installation of new cartridge fuses, plumbing, electrical conduit, conductor, and connections as necessary to install the new 300 gallon boiler. New boiler is located at project site. 2.0 Standard Specifications This contract incorporates the Washington State Department of Transportation's 2014 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). 2.1 Special Provisions 1-01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. i Project PK 01-14 Page 7 Rev. 8/302011 Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for"Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed Project PK 01-14 Page 8 Rev.8/30/2011 The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians,bicyclists, wheelchairs, and equestrian traffic. Bid Items Not Included in the Proposal Section 1-04.1(2) is replaced with the following: "When the contract specifies Work that has no Bid item, and the Work is not specified as being included with or incidental to other Bid items, payment for the Work shall be included in an appropriate unit price or lump sum bid item in the Bid Form." 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Current edition of the City of Port Angeles Urban Services Standards and Guidelines, 7. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes in Work Section 1-04.4, Changes, of the Standard Specifications shall be supplemented with the following: All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the 'REQUEST FOR INFORMATION (RFI)"form. A construction contract change order may be initiated by the Contractor, City Inspector, or Engineer by using the RFI form contained in Contract documents. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment c Project PK 01-14 Page 9 Rev. 8/30/2011 will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one(1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. Measurement and Payment All costs associated with this item shall be incidental to the contract prices for the various bid items. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. Project PK 01-14 Page 10 Rev.8/30/2011 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.14, it will take these performance reports into account. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as a-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency, 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. Project PK 01-14 Page 11 Rev. 8/30/2011 The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 8-19 Boiler Removal and Replacement 8-19.1 Description Removal and disposal of the existing 500 gallon 480 volt 3 phase boiler, removal of existing electrical conductor, installation of new (3) #2 and (1) #8 copper THHN conductor in existing 1-1/4" EMT, removal and disposal of existing fuses, installation of new 100 amp fuses, plumbing and electrical conduit and connections as necessary to install the new 300 gallon, 480 volt, 3-phase boiler. 8-19.2 Materials All materials shall be new and meet all permit and manufacturer's specifications and requirements. New boiler will be provided by the City for installation by this Contractor. Approximate quantities for electrical work are as follows: New 120 ft(342 THHN CU)wire New 120 ft(148 THHN CU ground) Miscellaneous conduit changes and connections 3 New fuses Remove existing branch circuit conductor from fused switch to existing boiler. Install new boiler and wiring. Reuse existing 1-1/4" conduit for new conductor. Electrical connection to new heater shall be with new watertight flexible metal conduit, not over 5 feet in length. Make all plumbing connections to existing piping. 8-19.3 Construction Requirements All workmanship shall be complete and in accordance with the latest accepted industry standards, and the current editions of the Uniform Plumbing Code and National Electrical Code. 8-19.4 Measurement "Boiler Removal and Replacement"will be measured by Lump Sum. 8-19.5 Payment The unit Lump Sum Contract price for"Boiler Removal and Replacement" shall be full compensation for all costs incurred to carry out the requirements of this contract including, but not limited to, Removal and disposal of the existing 500 gallon boiler, removal of existing electrical conductor, installation of new conductor, removal and disposal of existing cartridge fuses, installation of new cartridge fuses, plumbing and electrical conduit and connections as necessary to install the new 300 gallon boiler, permit fees, and start-up testing. Project PK 01-14 Page 12 Rev. 8/30/2011 3.0 Drawings: The following listed drawings are part of this contract: None Project PK 01-14 Page 13 Rev. 8/30/2011 City of Port Angeles ATTACHMENT "B" Engineering Office Public Works and Utilities Department INSURANCE 360-417-4541 INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Includes construction and remodeling,janitorial service, tree maintenance, road maintenance,painting, electrical work,plumbing, movers, and on site maintenance agreements. Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. No Limitation Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products- completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an equivalent endorsement. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: Project PK 01-14 Page 14 Rev. 8/30/2011 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit. Other Insurance Provision The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. G. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. i Project PK 01-14 Page 15 Rev.8/30/2011 SWIFPL1 OP ID: DM ,acoRl7 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/10/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Edgren Hecker&Lemmon Ins Inc PHONE FAx P.O.Box 986 A/C No Ext: (AIC No): _ Poulsbo,WA 98370 EMAIL Brian Edgren ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# _ INSURER A:Mutual of Enumclaw Ins Co INSURED Swift Plumbing, Inc. INSURER B:American Fire&Casualty Co. Cal& Bev Swift ---- --- PO Box 296 INSURER C_ Poulsbo,WA 98370 INSURER D INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR IADDLiSUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS GENERAL LIABILITY ! EACH OCCURRENCE $ _ 1,00_0,000 DAMAGE TO RENTED B X COMMERCIAL GENERAL LIABILITY X IBKA54811264 05/06/2014' 05/0612015 1 PREMISES(Ea occurrence)' $ _ 1,000,000 CLAIMS-MADE I X OCCUR MED EXP(Any one person) $ _ 15,000 f j WA STOP GAP ! 1 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE I $ _2,000,000 GENT AGGREGATE LIMIT APPLIES PER: j ! PRODUCTS-COMP/OP AGG 1 $ 2,000,000 POLICY FX !I PRO- JECT LOC $ AUTOMOBILE LIABILITY 1 ' COMBINED SINGLE LIMIT 1000000 (Ea accident) $ > > A iV !ANY AUTO !BAP0003155 1 05/06/2014 1 05/06/2015 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED _ i AUTOS AUTOS BODILY INJURY(Per accident) $ NON-OWNED 1 PROPERTY DAMAGE X ! HIRED AUTOS X AUTOS f PER ACCIDENT) $ { I UMBRELLA LIAB �_ I EACH OCCURRENCE ) $ OCCUR EXCESS LIAB CLAIMS-MADE j AGGREGATE $ DED RETENTION$ $ t WORKERS COMPENSATION i f WC STATU- i I OTH-' r AND EMPLOYERS'LIABILITY I i TORY LIMITS I ER YIN B ANY PROPRIETOR/PARTNER/EXECUTIVE ', 'IBKA54811264 0510612014! 05/06/2015 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) WA STOP GAP E.L.DISEASE-EA EMPLOYEE! $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below ! E.L.DISEASE-POLICY LIMIT $ 1,000,000 i I � I DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) City of Port Angeles is named as primary & non-contributory additional insured for the ongoing operations of the named insured per attached policy form CG8810 0413. CERTIFICATE HOLDER CANCELLATION CITYPO4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Port Angeles THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y 9 ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1150 Port Angeles,WA 98362 g � AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 88 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON-OWNED AIRCRAFT 2 NON-OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY- ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS-COVERAGES A AND B 3 ADDITIONAL INSUREDS-BY CONTRACT,AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY-ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS- EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6 WHO IS AN INSURED-INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED-FELLOW EMPLOYEE EXTENSION-MANAGEMENT EMPLOYEES 6 NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE, OFFENSE,CLAIM OR SUIT 7 LIBERALIZATION CLAUSE 7 BODILY INJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US- 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU i © 2013 Liberty Mutual Insurance CG 88 10 0413 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 8 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON-OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, exclusion g.Aircraft,Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired,chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada,designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. B. NON-OWNED WATERCRAFT Under Paragraph 2.Exclusions of Section I-Coverage A-Bodily Injury And Property Damage Liability, Subparagraph (2)of exclusion g.Aircraft,Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY-ELEVATORS 1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liabil- ity, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV - Commercial General Liability Conditions, Condition 4. Other Insurance,Paragraph b.Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary,excess,contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section I-Coverage A-Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the follow- ing: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning,explosion,smoke,or leakage from an automatic fire protection system)to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. © 2013 Liberty Mutual Insurance CG 88 10 04 13 includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 2 of 8 b. The last paragraph of subsection 2.Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III-Limits Of Insurance. 2. Paragraph 6. under Section III- Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to: a. Anyone premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection sys- tems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage)- Paragraph 9.a.of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I - Coverage C- Medical Payments, Subparagraph (b)of Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS-COVERAGES A AND B 1. Under Supplementary Payments-Coverages A and B, Paragraph 1.b. is replaced by the following: b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS-BY CONTRACT,AGREEMENT OR PERMIT 1. Paragraph 2. under Section II - Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "per- sonal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 3 of 8 b. Premises or facilities rented by you or used by you; or c. The maintenance,operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and ad- vertising injury" arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar expo- sures; or (b) The construction,erection,or removal of elevators; or (c) The ownership, maintenance,or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted bylaw; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insur- ance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV- Commercial General Liability Condi- tions. l 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 4 of 8 2. With respect to the insurance provided by this endorsement,the following are added to Paragraph 2. Exclusions under Section 1-Coverage A-Bodily injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or"property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. c. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys,field orders,change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occur- rence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. d. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work,on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS endorsement is- sued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds,the following is added to Section iiI -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amend- ed as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 5 of 8 b. The following is added to Paragraph b.Excess Insurance: When a written contract or written agreement, other than a premises lease,facilities rental contract or agreement, an equipment rental or lease contract or agreement,or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the addi- tional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS-EXTENDED PROTECTION OF YOUR"LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2.Duties In The Event Of Occurrence,Offense,Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III - Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED-INCIDENTAL MEDICAL ERRORS/MALPRACTICE WHO IS AN INSURED-FELLOW EMPLOYEE EXTENSION-MANAGEMENT EMPLOYEES Paragraph 2.a.(1)of Section II-Who Is An Insured is replaced with the following: (1) "Bodily injury" or"personal and advertising injury": (a) To you,to your partners or members(if you are a partnership or joint venture),to your members(if you are a limited liability company), to a co-"employee" while in the course of his or her employ- ment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee" or "volunteer worker" as a consequence of Paragraph (1) (a)above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs(1) (a) or(b)above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing profes- sional health care personnel to others, or if coverage for providing professional health care ser- vices is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not apply. Paragraphs (a) and (b) above do not apply to "bodily injury" or "personal and advertising injury" caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employ- ees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 6 of 8 advertising injury" arising out of their willful conduct, which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxica- tion by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3.of Section II-Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage 8 does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV- Commercial General Liability Conditions, the following is added to Condition 6. Repre- sentations: Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior "occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE,OFFENSE, CLAIM OR SUIT Under Section IV - Commercial General Liability Conditions,the following is added to Condition 2. Duties In The Event of Occurrence,Offense,Claim Or Suit: Knowledge of an "occurrence", offense, claim or "suit" by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II -Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge,your policy will automatically provide the coverage as of the day the revision is effective in your state. 0. BODILY INJURY REDEFINED Under Section V- Definitions, Definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sick- ness or disease. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office.Inc.,with its permission. Page 7 of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV - Commercial General Liability Conditions, the following is added to Condition 8.Trans- fer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agree- ment. ® 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 8 of 8 City of Port Angeles ATTACHMENT "C" Engineering Office Public Works and Utilities Department PREVAILING WAGE RATES 360-417-4541 See attached listing: 1. Washington State Prevailing Wage Rates For Public Works Contracts—Journey Level and Apprentices, Clallam County, effective September 25, 2014. 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.ini.wa.gov/TradesLicensinp,/PrevWage/WapeRates/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, contracts(dm,cityofpa.us. A hard copy is available for viewing in person at 321 E. 5`" Street,Port Angeles, WA. 98362. Project PK 01-14 Page 16 Rev. 8/30/2011 City of Port Angeles ATTACHMENT "D" Engineering Office Public Works and Utilities Department ASBESTOS SURVEY 360-417-4541 Project PK 01-14 Page 17 Rev. 8/30/2011 Northwest Asbestos Consultants 406 Reed St. Port Townsend, WA 98368 360-385-0584 northwestasbestosconsultants@cablespeed.com pate: 7/2/07 Job Locadon: Civic Field 4th and Race St. Port Angeles, WA 98362 Owner: City of Port Angeles P.O.Box 1150 Port Angeles, WA 98362 Contact: Corey Delikat Parks Assistant superintendent P.O.Box 1150 Port Angeles, WA 98362 Subject: Informational only. Inspector: Bob Witheridge AHERA - Building inspector / Management Planner WAMOA-0042-10270601 Expires - 10/27/07 Scope of work 1) Good faith inspection for asbestos containing building materials (ACBM). 2) Survey, sample and record suspect materials. 3) Report to Corey Delikat with results of testing by Northern Industrial Hygiene, Inc. Inspection Report The inspection started with a visual survey looking for Asbestos Containing Building Material (ACBM). Civic Field, pipe insulation on heating system and mud at elbows. Sample results are as follows: Sample #1: Maintenance room pipe wrap. Homogeneous to facility. Sample #2: Maintenance room elbow mud. Homogeneous to facility. Sample was sent to lab. See results. ASBESTOS BULK SAMPLE DATA Northwest Asbestos Consultants 406 Reed St. Port Townsend,WA 98368 360-385-0584 northwestasbestosconsultants @cablespeed,com To Northern Industrial Hygiene, Inc. Date: 6/28/07 Job Location: Civic Field 4th and Race St. Port Angeles, WA 98362 Owner: City of Port Angeles P.O.Box 1150 Port Angeles, WA 98362 Contact: Corey Delikat Parks Assistant Superintendent P.O.Box 1150 Port Angeles, WA 98362 Sa_mnle #1: Maintenance room pipe wrap. Homogeneous to facility. Sample #2: Maintenance room elbow mud. Homogeneous to facility. Inspector: Bob Witheridge AHERA - Building Inspector / Management Planner WAMOA-0042-10270601 Expires - 10/27/07 Please call with test results when completed. See attachment. Thank you, C4 e Bob Witheridge, EFM 215 SW 153W Stfee 13urion,WA 96100 I I I OFFICE-1706)911!8.1746 FAX:(106)9ta-1978 EMIL;nihkc@oschoton.com oMOU r��r�v�srrrrrr.ran. NVLAPS 2M11.0 Bulk Asbestos Analysis Report Naftfrtwes!Asbestos Consuttsr►b� NIH Batch Number. 07.SOf Y 426 tt ad SUMP C11"Jab slumber: Pon Townsend,WA filfifle- Tum Around Time: 6 Day C Pmeat t amim U&wocf F&A Pod Angsh s.WA Samples Ln!! ed. Client Sample Number. 1 Lab Sample Number, 074"VA1001 Sompte pasarfAW. P410 wrap Sample 1.00ldon: Moir+Ramon► Sam Comments: GTieGkad if Sarrtisfr3 Ault Artaty�bd D La"r 9 VflM ea MV on whfW fitxoua 9vavan npl'iW4f As bestaS F16TM COMPOInts: Non-A5 Fibrvfrs COMI OREnts: WQti-fMmus COMM ME No Asbsstm Ostectod s% cefivtase SO% coating 67% FftmW"s Esyar 2 Vllt m 110mus compressed powif;r AttiesWe A6eaus+CamOOMIM Pion-ASKS f CGmiso�terrts tdtrrh"I mus Comwenls: No AxD@dft DOUCUld 1$% caiivtass 86% FEW and i3ttidei' Client Sample Kum*r 2 lab Sample Number: 0740 i37.80M2 Samoa t : F4p*(elbow mod Banos Lacaalam Main rate Gornmanta: Cl1at>fred it Sample iVotAnt3iyzed D -AnIt Layer 1 Wt ft coamw an wtd*we""f oom Aabestlaa flbrw"Ompenoaft- Alan-mb%Ms Ffbsow Cortrponenta Nan-FRMUs COmpnfrent9: No AabosW((tamed 29b Ceifulc" 30% US" iie% Fi-srgtam Layer 2 to h"f wmo Ow"PROved mataft Asbestoo gibraus Bari 06"Antl: NOA.ASbestos taus Garb: Nvrh Fmxws Camportetits: No AGIDOWN,DOMM4 15% cef le" 55% FRWr and BVMr sampled by: M wwwddps ea�rr -..A� Received W. Radni 100111cera f w4W#sd by: Judo Cummings TlPI1D0T Juduu 69frtrr!149s4#;AtrOrY ma" pop 1 Summary of Inspection This survey includes all areas of inspection with report results from Northern Industrial Hygiene, Inc. Sa=le #1: Maintenance room pipe wrap. Homogeneous to facility. No asbestos detected. Sam lie #23 Maintenance room elbow mud. Homogeneous to facility. No asbestos detected. All asbestos containing building materials with a reading greater than 1% is considered a hazardous material if disturbed. If removed the owner or a certified abatement contractor must follow the rules of the EPA and governed by Olympic Region Clean Air Agency. During renovation it is possible that additional suspect asbestos containing building material (ACBM) may be found. Should such suspect material be discovered an AHERA certified inspector will have to sample and test the material to prove it is of non-asbestos. Northwest Asbestos Consultants is not responsible for identification of hidden materials that are not identifiable with reasonable diligence. Copies for City of Port Angeles Permit Center and Olympic Region Clean Air Agency. Thank you, Bob Witheridge, E.F.M. W AGWE11005WE IBM Aft Vill, WASM IN 'A OGI ,TI "MAI NTENAN C&q and 6",­" �0PERATI0N,S.'-1­_,., ,CERTIFY,, 7V. THIS IS TO- THA .......... Ad r, t , _-P6rt j- e cipeadd i,h P ' HE:'UD%'A ­ -E A'A t� A S C Ri" INS 71 MANAG PL AN Em T -he --Course.6ft6d'bythe'-_ ;4c . •, -A -5-1 O` -­:1AT1.0k:' f W SHINGTONi-I ­4 " "OPERATI T - n QN$'ADMINI, TOR ° ' .Thefui( day ogram- i- re -alljopics sped ip --in, hie covef0d t 66F, a d Wdel"AbdrEditt 1 -1 h -un er. 7z T If 6f &-,-6 TS' CA' :2000- The"'course was taKen ,onOctob.er 27 • in I ver a e, S-1, _g on,, -pj- atio- -0ctobet.,27, 2007 ca e - _Ceqjfi " t #1 706,01 �Ex r n. (42$) 46,6­4� I i 0j9 a vc. City of Port Angeles ATTACHMENT "E" Engineering Office BOILER CATALOG CUT Public Works and Utilities Department 360-417-4541 Project PK 01-14 Page 18 Rev. 8/30/2011 1 t � 1 IIIgA Ef6clency whlcr Iie�lrrt,❑uilcn iod Pnol lleaRrr 1 � £ NO a s _ a ,y ,Ig w 150 to 2500 Gallons Storage Vertical and Horizontal Energy Saving Performance , 1 Dimensions Vertical Round Models 150.1000 Vertical Square Models 1250.2500 3/4'T d P RELIEF VALVE CONNECTION 6 ��• HOT WATER OUTLET ADDITIONAL T 8 P HElONT IF I HOt WATER "1 RELIEF REOVIREp VALVE OU1ti E7 1 CONNECTION CONTROL VOLTAGE TOFF SWITCH WITH FMLOTLIGNT CONTROLVOLTAOE ONtOFF SWRCH WITH PILOT LIGHT n A CLEANOUT CLEAtiOUT COLD WATER INLET COLD WATER INLET O DRAIN PAN CONNECTION DRAlN Guy/4YlfL.(HV'160flHV'TOO do nolluve dunnel) •oPnoNU. HINGED DOOR TO ELECTRIC CONTROL �---- ° COMPARTMENT 34'DRAIN ---------- (1508200\ / ordy) / , O (� i o � c C ` 1'DRAIN� 0 Y (250 THRU 1000) 1 / / Hk1GEO DOOR TO _ HINGED DOOR ELECTRIC CONTROL TO ELECTRICAL COMPARTMENT COMPARTMENT 'An ovamized control panel may be mgWed on modeb with Inpuu ebow 72 kW An ow6t?M control panel may uwraeaa the width and depth of the equate Ixl%el by up to 2' TOP VIEW TOP VIEW Horizontal Models 8 8' C HOT WATER ADDITIONAL -.._ OUTLET ___ _..I HEIGHT IF T 6 P RELIEF VALVE i I REQUIRED CONTROL VOLTAGE ON/OFF SWITCH WITH PILOT LIGHT 4'�_ HANDHOLE 0 p p A F t INLET O (�—DRAIN END VIEW AS D ELEVATION FROM FINISHED FLOOR EXTRA PANEL BOX MAY BE NECESSARY FOR WUTS HIGHER THAN 72KW.CONSULT FACTORY 2 S ecifications Max. Gal. Water Shipping C r Conn. Weight HV*kW-150 135 150 65-1/2" 32 38-3/4' 7.3/4" 1'-1/2" 1.1/2" 650 HV*kW-200 180: 200 78" 32" 38-3/4" 7-3/4" 1-1/2" 1-1/2" 750 HV*kW-250 216 250 92" 34" 40-3/4" 19-1/2" 1-1/2" 1.1/21' 1,165 NV*k1N-300 2 1` 300 30�` 40"' 21"` 1350, HV*kW-400 360 400 80" 46" 52-L/4" 22-1/2" 2" 2" 1,590 HV*kW-500 396 500 92" 46" 52-y4" 22-1/2" 2" 2" 1,700 HV*kW-600 396 600 92" 52" 60-3/4" 24-1/2" 2-1/2" 2-1/2 2,010 HV*kW-800 396 750 104' 52" 60-3/4" 24-1/2" 2-1/2" 2-1/2"_ 2,450 HV*kW-1000 396 950 128" 52" 60-3/4" 24-1/2" 2-1/2" 2-1/2" 3,160 NOTES: Vertical hound models above 90 kW at 208V,240V or 38OV,and 162 kW at 415V,4801!or 60OV exceed the capacity of a single control box and may require multiple control panels. Consult the factory for-specific details and optional construction. Vertical Square construction is available as an option for models that exceed the listed kW limits. Cone, nnrel lrei ht on Vertical Round models nru exceed tank het'ht—consult actory or•s rcci rc he!Wits on models with inputs above 72 k14! Vertical q , HV*kW-1250 900 1,250 132-1/2" 64.1/2" 64.1/2 23-1/4" 3" 3" 3,560 HV*kW-1500 900 1,500 128-1/2" 70-1/2" 70.1/2 25-1/4" 3" 3" 4,120 HYMEN 900 2,000 140-1/2" 76-1/2" 76-1/2" 27-1/4" 3" 3" 4,350 HV*kW-2500 900 2,500 146-1/2" 82-1/2" 82-1/2" 29" 3" 3" 5,750 Horizontal Square- HH*kW-150 135` 150 37" 68-1/2" 34-1/4" 12" 2" 2" 1,180 HH*kW-200 180 200 37" 78" 34-1/4" 12" 2" 2" 1,370 HH*kW-250 225` 250 39" 90-1/4" 36-1/4" 13" 2r' 2" 11450 HH*kW-300 270 300 45" 78-1/4" 42.1/4" 14.3/4" 2" 2" 1,530 HH*kW-400 360 400 52" 78-1/4" 48-1/4 16" 2" 2"_ 1,750 HH*kW-500 450 500 52 90-3/4" 48-1/4" 16" 2" 2 1,860 HH*kW-600 540 600 58" 90-3/4" 54-1/4" 13-1/2" 2-1/2" 2" 2,340 HH*kW-800 720 750 58" 102.1/4" 54.1/4" 13-1/2" 2-1/2" 2" 2,850 HH*kW-1000 900 950 58" 126-1/4" 54-1/4" 13-1/2" 2-1/2" 2" _ 3,040 HH*kW-1250 900' 1,250 64" 130-1/4" 60-1/4" 15" 311 3" _ 3,750 HH*kW-1500 900 1,500 70" 126-1/4" 66-1/4" 16" 3" 3" 4,340 HH*kW-2000 900' 2,000 76" 131-1/4" 72.1/4" 17-1/2" 31' 3" 4,580 HH*kW-2500 —900 2,500 82" 144-1/4" 78-1/4" 16-1/2" 3" 3" 6,060 EASE IN c Vof iog@ f t FOR BY MODEL NUMBER ORDERING kW = Kilowofl Y-38DV3e H V X 72 250 Is _ K—208V 30 0—400V 30 _ r A—240V 10 Z—415V 30 � " B—240V 30 _ X-�-4841! W—277V 19 N—600V 38 This unit is a Custom Hi-Power,Vertical,480 Volt, — Three Phase,72 Kilowatt,250 gallon water heater. 3 i i I Standard Features •Glass Lined Steel Tank •Channel Iron Skid Base(Except 150&200 gallon round) •Incoloy Heating Elements •Approved for 180°F Temperature Operation •Internal Fusing(above 120 amps) •ASME Construction and National Board Listed •Enamel Finished Galvanized Steel Jacket •All models meet or exceed ASHRAE •Magnesium Tank Saver Anodes energy efficiency standards •Immersion Thermostat • 125 psi Working Pressure •Manual Reset High Limit •Handhole/Cleanout •Full Length Hinged Doors with Key Lock •UL Listed(U.S.and Canada) •Terminal Block Connections •Safety Drain Pan(Square Models) •ASME Temperature and Pressure Relief Valve •3 Year Limited Tank Warranty (Supplied but not installed) •Control Voltage On/Off Switch w/Pilot Light Optional Eguxpment •Low Water Cut-Off •BMS Enable/Disable Contacts • Pilot Lights and Switches •Safety Door Interlock •Manual Limiting Switches •Temperature and Pressure Gauges •Alarm Bell •Manway(250 Gallon and Larger Only) •Shunt Trip Disconnect(Field Installed) • 150 psi or 160 psi Working Pressure • Low or High Water Pressure Switch •Electronic Step Controller •Lifting Lugs •Seismic Attachment Points(250 Gallon and Larger Only) •Time Clock(7 day or 24 hour) (customer must provide seismic zone or city and state of install) Standard kW input & Amperage F� Suggested 6PRIa Max. No.of kW No. of Modulating Amperage Draw kW t0Control . 111" u, 1 t 24D/480V t 08 2 _. _..._J.2..e.:.... _w._2/L_ ._vA__�.�.�• �.__���.�...��3� ��_���l9_ 75 54 4a 22 w 30 123 102,360 2' 1 15 2/1 144 1 83 72 36 A4— J _61L __ 246 299,22 ______-9—._ 1 15_._ .. 11111 __ .. _ . _9I 2$4 25 lbw 149 L? 111?S 443 368496 6. 2 18 12/4 48 300 60 130 120 492 409,440 8 3 15 8/4 414 __._,_.,_...9K620 9 144 590 441• __. 8 _� ___._1�..._-...___ J(�L� _414 162 664 552,744 9 3 18 18L�_ 8/b 4,58 X389 195 100 738 61 b 10 10 18 20/10 8/8 54Qe.e:,......__.41 1� 316 X86 736,9.H2...•.._.......— L2— _3_ __M.1�___-20 _.—.__.�........__�1.� _� _. � 5l� 119_ ._.._.-SQ__...- ZNA..R__--_.__a.13..,.., __ _1--26A ,_ AIL. ...._........ 9,824 14 _ .. ._.__ . a_—n/1-4- _.-011 - 200 6Q7 _�04 270 1,107 921,240 15 5 18 30/10 _12/10 _ _ _ 0 44 .325.•... 321 _�42 �.L402-.__1��49� —..�9•„_.__.Z______�1�__._X119 _._x.12, _• _• _ 450 831���L 2 18 42114 __,..-`409 455 -- 34�_....._!,424 �.i l.iS�_ 12. ___�---_ ------A4AZ—_ _ 1.5/16_ AL4 16116 _ _ _ ._ _._1x1541 995 w 498 432 1,771 1,473,984 24 8 18 48A6 16/16 1,200 1,040 520 For KW above 431 or other voltages please consult factory C us HLW FI{�Ett1d,w;N1RU Adlers,A•Nen•ni 1b•I Fte•ta• Lochinvar,LLC•300 Maddox Simpson Pkwy•Lebanon,TN•615-889-8900!Fax:615-547-1000 www.Lochinvor.com CHP-10 (Reprint CHP-)0 7/091 5/12-Printed in U.S,A. City of Port Angeles ATTACHMENT "F" Engineering Office Public Works and Utilities Department QUOTE RECEIVED 360-417-4541 Swift Plumbing & Heating quote attached: i i Project PK 01-14 Page 19 Rev. 8/30/2011 QUOTATION FORM Project Title. „ 1vic'Field Boiler I2oplac rp Project Number; �?I ()t14 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, 9. Remove and Replace Existing Bailer, Lump Sum s 2. Sales Tax(8.4%) 3. Total Bid $- i s,The bidder hereby acknowledges that it has received Addenda'No(s). L -� (Enter'N/A' if 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: Con ractor Inform Lion: ' 1. Company,Name: i _ 2`�r _'<t t A.;� pY.. _ 2. Address: 3. City, State, Zip Code: t w� ' 4. Phone Number: { - tp: 9 :z 115� S. Contractor Registration Number: _5 W I f T 1 1091 6, UBI Number. is vZ l'o ` eat' 7. WA State Industrial Insurance Account Number: 7 13 . IT 5 0 ^ 0i 8, WA State Employment Security Dept Number: 7 "' 55 (o'©0 C 9. State Excise Tax Registration Number: 9 13'°R-5 4 (Fed:.-ro-X 1D The bidder represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. Signed by Title YY1r' Ur Printed Name; 0 Date i Project PK 01-14 Page 3 Rev 81301201