Loading...
HomeMy WebLinkAbout000887 Original Contract Record #000887 1 0�VO"';;1��i City of Port Angeles `� rs Public Works&Utilities Dept. Engineering 321 E.5"'Street Port Angeles,WA 98362 LIMITED PUBLIC WORKS PROCESS 0RXS,, ` Tel: 360-417-4541 Fax: 360-417-4709 ❑ Request for Quotation ® Contract Project Title: Equipment Services Ductless Heat Pump Installation Project Number: CON15-07 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY")AND DAVE'S HEATING &COOLING SERVICE INC WASHINGTON ("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 60 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 xx calendar days after notice to proceed and ends xx days thereafter or after contract award. 3. PAYMENT A. The City shall pay the Contractor for the work 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: $5,842.76 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 No. CON 15-07 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. 5. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final payment by the City. ii 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 I Project No. CON15-07 Page 2 Rev. 8/30/2011 Contractor, upon the occurrence of any one or more of the events hereafter specified. 1. The Contractor makes a general assignment for the benefit of its creditors. 2. A receiver is appointed as a result of the insolvency of the Contractor. 3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein. 4. Contractor fails to make prompt payment to subcontractors for material or labor. 5. Contractor persistently disregards federal, state or local regulations and ordinances. 6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms of this Contract. 7. The City determines that sufficient operating funds are not available to fund completion of the work contracted for. C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and interests of the City under the Contract, provided such legal costs shall be reasonable. 7. OWNERSHIP OF DOCUMENTS A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract shall become the property of the City and shall be forwarded to the City upon its request. B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City or by court order. 8. CLAIMS Any claim against the City for damages, expenses, costs or extras arising out of the performance of this Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making application for final payment, shall be deemed to have waived its right to claim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for the City under this Contract and shall oversee and approve all work to be performed, coordinate communications, and review and approve all invoices, under this Contract. 10. 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 No. CON15-07 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 Project No. CON15-07 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). I i Project No. CON15-07 Page 5 Rev. 8/30/2011 IN WITNESS WHEREOF, the parties have executed this Contract as of 2015. DAVE'S HEATING &COOLING SERVICE, INC. CITY OF PORT ANGELES By: By: Printed Name: Printed Name: Title: ~r Title: �)he ee-Ae- Address: f _rx-w City: 0 Tax ID #: -7-7- -7 Phone Number: 5� Purchase Order #: YA �Y\V0\* U-> Project No. CON 15-07 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: Supply and installation of one dual zone ductless heat pump Location: 1703 South B. Street, Port Angeles, WA 98363, Building "L" Site Point of Contact: Dennis McBride, Fleet Manager at 360-565-3860. Work Hours and Schedule: The contractor will be allowed to work from 7:00 AM to 3:30 PM, Monday through Friday, except all legal holidays. Work outside of these hours may be requested from and is at the discretion of the Site Point of Contact. Permits: A mechanical permit is required from the City of Port Angeles. Acquiring the permit shall be the responsibility of the Contractor. Work Requirements: 1.0 Project Description 1.1 The Contractor shall supply and install one dual zone ductless heat pump, to heat the office and break room of the Equipment Services building. 1.2 Room sizes: a. Office: Approximately 160 sq. ft., 1,280 cubic feet with two (2) 58" x 46" single pane exterior windows, one (1) 59"x 40" interior facing window, one (1) 36" x 80"door opening to the building interior and one (1) 36" x 80" exterior door with a 36" x 22" single pane window. b. Break Room: Approximately 255 sq. ft, 2,042 cubic ft. with one (1) 30" x 80" door opening to the interior of the building door and one (1) 47"x 341/2"single pane exterior window. 1.3 Additional Contractor Requirements: • Contractor to provide one wireless remote control for each heating head. • Filters shall be washable. Contractor to provide one (1) spare filter to the Owner. • Outdoor unit shall be mounted on a raised concrete pad. Concrete pad shall be level and a minimum of 2 inched above existing grade. • Installation and anchoring of outdoor unit shall be per manufactures recommendations. • Installation and anchoring of indoor head units shall be per manufactures recommendations. • Installation of refrigerant line set and condensate drain shall be per manufactures recommendations. • Testing, Adjusting, Balancing - Contractor shall test all equipment for proper function. • Contractor shall provide documentation to the owner that includes operation and maintenance manuals and as-built drawings for all equipment and components installed. • These documents are intended to demonstrate design intent only. The Contractor is responsible for verifying dimensions provided herein. • The Contractor is responsible for a complete functional system and incorporating all aspects of the Project No. CON 15-07 Page 7 Rev.8/30/2011 design as indicated in these documents. • Dual zone ductless heat pump is to be designed/sized by the Mechanical Contractor, within the constraints defined herein and all applicable codes and standards. • The Contractor shall provide all necessary construction documents as required by the authorities having jurisdiction (City of Port Angeles) for permitting purposes. • The contractor is to provide a complete and satisfactorily working installation. If there appears to be insufficient space to install the equipment, the owner shall be notified prior to proceeding with the work. Failure to comply with this requirement will be considered sufficient cause to require altering the work, at no additional cost to the contract, as directed by the owner. • All materials furnished and all work installed shall comply with the current versions of the Washington state administrative code, international fire code, national electrical code, international building code, international mechanical code, uniform plumbing code, federal, state, and local standards, and applicable energy codes. The contractor shall satisfy the requirements of all local utility, governmental agencies, and departments having jurisdiction as they relate to this project. 1.4 The Contractor is required to do all the work described above with the exception of electrical wiring. City personnel shall be responsible for electrical wiring and obtaining the electrical permit needed. Pictures of both rooms are attached below in Section 3.0 Drawings. 2.0 Standard Specifications This contract incorporates the Washington State Department of Transportation's 2008 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). Ductless Heat Pump Minimum Specifications: 18,000 btu dual zone, single outdoor unit with two wall mounted indoor units to heat two separate rooms. Refrigerant: R-410A Efficiency: HSPF 9.3, SEER 18.0, EER 12.5 Minimum Warranty: Five (5) years for parts, one (1) year for labor and sever-- T years for compressor. Project No. CON15-07 Page 8 Rev.8/30/2011 i 3.0 Drawings: The following listed drawings are part of this contract: Break room: 04 mow., i3 v vt Dice: d� r � � Project No. CON 15-07 Page 9 Rev. 8/30/2011 I I 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 perforined 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 Project No. CON15-07 Page 10 Rev. 8/30/2011 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 detennination 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 t Project No. CON15-07 Page 11 Rev. 8/30/2011 ACOR°® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) `...--� 4/13/2015 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 NOelle Fazio NAME: CALLIS & ASSOCIATES, INC. PHONE (360)452-2314 FAX (360)452-1701 A/C No E10: A/C No): 806 So Vine St E-MAIL noelle @callisinsurance.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Port Angeles WA 98362 INSURER A-American Fire and Casualty 24066 INSURED INSURER B Dave's Heating & Cooling Service Inc INSURERC: PO Box 413 INSURER D: INSURER E: Port Angeles WA 98362 INSURER F: COVERAGES CERTIFICATE NUMBER:CL1541302026 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 I ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS X I COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 DAMAGE TO RENTED A CLAIMS-MADE X❑ OCCUR PREMISES Ea occurrence $ 1,000,000 X BKA55445622 5/1/2015 5/1/2016 MED EXP(Any one person) $ 15,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE_ $ 2,000,000 PRO- POLICY r_1 JECT ❑ LOC I PRODUCTS-COMP/OP AGG $ 2,000,000 X OTHER: Package Modification Factor 1 $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident 1,000,000 A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BAA55445622 5/1/2015 5/1/2016 BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident Underinsured motorist $ 1,000,000 UMBRELLA LIAB _ OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ )w)(wMX0KKAXX%XX STATUTE EORH )(IKQ(EMPLOYERS'LIABILITY Y/N ANY PROPRIETORIPARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 A OFFICER/MEMBER EXCLUDED? Y❑ N/A (Mandatory in NH) 13KA55445622 5/1/2015 5/1/2016 E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under - -'- DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT 1$ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Evidence Only. Refer to policy(s) for all applicable terms, conditions, endorsements and exclusions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Port Angeles THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Po BOX 1150 ACCORDANCE WITH THE POLICY PROVISIONS. Port Angeles, WA 98362 AUTHORIZED REPRESENTATIVE Andy Callis/NOELLE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025(201401) City of Port Angeles ATTACHMENT "C" Engineering Office PREVAILING WAGE RATES Public Works and Utilities Department 360-417-4541 See attached listing: 1. Washington State Prevailing Wage Rates For Public Works Contracts—Journey Level and Apprentices, Clallam County, effective 3/31/2015. 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/TradesLicensing/PrevWa eg_/WageRates/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, contractsL&cityofpa.us. A hard copy is available for viewing in person at 321 E. 5`" Street, Port Angeles, WA. 98362. Project No. CON15-07 Page 12 Rev. 8/30/2011 City of Port Angeles ATTACHMENT "D" Engineering Office QUOTATION FORM Public Works and Utilities Department 360-417-4541 Dave's Heating &Cooling Service, Inc.'s quote attached: Project No. CON 15-07 Page 13 Rev. 8/30/2011 QUOTATION FORM Project Title: Equipment Services Ductless Heat Pump Project Number: CON15-07 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 C�(-o • oo 2. Sales Tax(8.4%) $ 3. Total Bid $ , 4.The bidder hereby acknowledges that it has received Addenda No(s). (Enter"N/A" if none were issued)to this Request for Quotation package. 8. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent, are listed below. Any written notices required by the terms of an awarded contract shall be served or mailed to the following address: Contractor Information: i LLll2�5 `� �c �i� �- CC)ott11 � Vt1� �►� 1. Company Name: �t 2. Address: 3. City, State, Zip Code: 4. Phone Number: �`� J� 2E f 5. Contractor Registration Number: A C c�9"c( 1 K G 6. UBI Number: aT I'U I 7. WA State Industrial Insurance Account Number: �, `� G9 ' oo 8. WA State Employment Security Dept Number: 9. State Excise Tax Registration Number: U 3 `7 U G The bidder represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services seat forth in this Contract. I r Signed by t Title Printed Name: Div;r�" �(��n k��"D Date Project: CON15-07 Page 3 Rev 8/30/201 t Equipment information Make: Daikin Model: 2MXS18NMVJU —outdoor unit FTXS12LVJU and FTXS09LVJU — indoor units Warranty: 5 years on parts and compressor, 1 year labor Efficiency: HSPF 10.7 SEER 18.9 EER 12.5 D °o 0 0 N N O O O O W T n D m O O � O O C) r+ O 'v O r rt D m (D m c r N v Q W cn <n z cn z O O Go V) (D r-r 'o O CrQ�-t D rp D tD 00 w rn v1 m ecriv: rrinuyiA view https://tool.hvacspecpro.com/Site/Print.aspx?Buildingld=45( I City of Port Angeles Building L Heating: 8,700 Cooling: 10,600 Latent: 500 SpecPrn DESIGN ' SIZING SOLUTIONS Name: Teresa Sellers Company: Dave's Heating&Cooling Site Information: Project Name: City of Port Angeles Building L Subdivision: Address 1: 1703 South B Street Lot Number: Address 2: Port Angeles Plan/Model Number: State: Washington Builder: Zip/Postal Code: 98362 Year: 1984 Energy Program: 2009 IECC Climate Zone 5 and Marine Weather Location: Port Angeles HVAC Design and Actual System Data: Heating System Cooling System Manufacturer Model Nominal size(BTU/hr) Furnace: Heat Pump or AC Condenser: Fan Coil: Calculated Specified Total Heating Load: 8,699 0 Sensible Cooling Load: 10,563 Latent Cooling Load: 459 Sensible Ratio: 0.96 Heating Cooling Blower Default(CFM): 0 Blower Override(CFM): Building Characteristics: Conditioned Floor Area(sqrt): 415 Slab on Grade%: too Total Room Area: 415 Conditioned Basement%: 0 Wall Height: 8.000 Unconditioned Basement or Crawl Space%: o Bedrooms: 1 Window Orientation: Room Name i N s NE E ♦SE is r SW W NW Door Skylight Bathroom 1 21.0 21.0 Bedroom 1 62.0 Total Window Square Footage(sqrt):104 Total Room(Floor)Square Footage(sqrt):415 I Total Window to Floor Ratio(%):25.1%n I Duct Characteristics: I I Dud Material: Wire Helix(flex) Blower CFM: 0 j Attic%: 0 Max CFM/Register: 125 f2 4/14/2015 3:08 PA ccrty. rruiuufi view littps://tool.livacspecpro.com/Site/Print.aspx?Buildingld=456 Conditioned Area W 100 Friction Rate: TEL Calculated: 0 Unconditioned Basement or Crawl Space W 0 TEL Override: 0 Building Data: Selected Override Selected Override Heating 99%Dry Bulb: 27 Additional Blower Load: 1707 Cooling 1%Dry Bulb: 69 Internal Shade Coefficient: 1.0 Winter Thermostat Selpoint(°F) 70 Ceiling U-Value: 0.030 R-7 Summer Thermostat Setpoint(°F): 75 Floor U-Value: 0.033 None Daily Range: Medium None Wall U-Value: 0.059 R-0+R-2 Board Summer Design Grains: 3 Basement Wall U-Value: 0.059 None Elevation(fi): 288 Basement Floor U-Value: 0.025 None Latitude(°N): 48 Slab U-Value: 0.355 None Indoor RH: 50 Door U-Value: 0.350 Number of People: 2 Wndow U-Value: 0.350 Appliance/Lighting Load(BTU/hr): 2400 Window SHGC: 0.500 Internal Gains: 2860 2860 Duct Insulation: (R-8) None Ventilation CFM: 19 Duct Leakage: Semi Leaky None Heating Dud Multiplier: 0% Heating ACH: 0340 Cooling Dud Multiplier: 0% Cooling ACH: 0.180 %Basement Below Grade: 75% ASHRAE 152 Duct area default: Heated slab on grade: Room Data and Loads: # Duct Actual Floor Ext. Heating Cooling Room Name Ducts Size CFM/Duct CFM Measured Area Length C F Load Load Bathroom 1 4 3 102 160 22.0 100% 100% 3,250 2,944 Bedroom 1 4 3 123 255 30.0 100% 100% 4,551 3,177 Save Cancel changes Print 2 4/14/2015 3:08 PM City of Port Angeles ATTACHMENT "E" Engineering Office Public Works and Utilities Department ADDENDUM 1 360-417-4541 Addendum 1 attached: i i i Project No. CON15-07 Page 14 Rev. 8/30/2011 ADDENDUM NO. 1 TO REQUEST FOR QUOTATION FOR EQUIPMENT SERVICES DUCTLESS HEAT PUMP INSTALLATION PROJECT NO. ES-15-007 NOTICE TO PROSPECTIVE BIDDERS Bid Opening April 15, 2015 NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: 1} The bid opening date and time has changed to April 15,2015 at 2:00 PM. This addendum must be acknowledged in the space provided on the Bid Signature Sheet that is submitted to the City. Failure to do so may result in the proposal being rejected as non- responsive. Michael C. Puntenne r Deputy Director of Public Works & Uti 'ties EQUIPMENT SERVICES DUCTLESS HEAT PUMP INSTALLATION-ADDENDUM NO.I 1 of 1 i i I