Loading...
HomeMy WebLinkAbout001259 Original Contract CLERIC'S ORIGINAL COPY The City of Port Angeles Record # 001259 THE CITY OF _ t W A S H I G T 0 N Project No. CON-2017-23 (PK02-C 0 0 17)Field Audio System PUBLIC tTMITIES 'ugh.Date: MS/2017 Proposal Due Date & Time: 2 PM PST; 6/13/2017 For more information regarding this project, contact: Corey D likat, Director of Parks& Recreation,Project Manager i 360-417-4551 CITY OF PORT Al" WASHINGTON ADVERTISEMENT FOR PROPOSAL Civic Field Audio System Replacement CON-2017-23 (P 02-17) The City of Port Angeles(City) is seeking proposals ftom qualified firms to install anew audio system at our athletic stadium, Civic Field located at 308 South Race Street, Port Angeles, WA. Request for Proposal (REP) packets may be examined at Port Angeles City flail, Engineering, 321 East 5th Street, Port Angeles Washington. Request fir Proposal packets may be obtained from the City of Port Angeles' website, http-.//wa-portangeles.eivicplus.com/bid,s.Lisn2i. These are available for viewing, downloading and printing free of charge. Questions regarding this Request for Proposal shall be directed in writing to Corey Delikat, Project Manager, at cdelikat.0.)cityp1b� a.0 . Sealed responses will be received by the City's Public Works and Utilities Department Contracts Office up to the hour of 2:00 p.m., Tuesday,June 13 2017.Responses delivered later will not be accepted. The City of Port Angeles is not responsible for delays in delivery. All responses to this request that are mailed through the United States Postal Service(USPS) shall be addressed to Public Works and Utilities, Arm.- 1,ucy Hanley,321 E 5`h St, Port Angeles, Washington 98362-0217. Please be advised that USPS deliveries requiring a signature may not be delivered in a timely manner as our receiving point is not staffed at all times and may not be available to sign at the time of delivery. Hand-delivered responses or responses not sent through the mail, shall be delivered to the Port Angeles City Hall, Engineering Department, 2nd floor lobby, City of'Port Angeles, 321 East Fifth Street, Port Angeles, Washington 98362-0217 All proposals shall be placed in a sealed envelope, which is clearly marked "CIVIC FIELD AUDIO SYSTEM RFP." Responses by FAX will not be accepted. The City of Port Angeles is committed to providing equal opportunities to State of Washington certified Minority, Disadvantaged and Women's Business Enterprises in contracting activities. The City of Port Angeles reserves the right to cancel this request or reject any and all responses submitted or to waive any minor irregularities of`this call if"the best interest of the City would be served. No respondent may withdraw their proposal after the hour set for the opening thereof, unless the award of contract is delayed for a period exceeding nineq, (90) days. Publishing Date: Peninsula Daily News— Sunday,May 28, 2017 **END OF SECTION" Project No. CON-2017-23 (PK02-17) Page 1 SECTION 002 INSTRUCTIONS TO BIDDERS 1. INTRODUCTION: The City of Port Angeles owns and operates Civic Field which is a multiple use athletic stadium that is host to many community events and activities. Very little has been done to the stadium since it was built and opened in 1979. The City is currently doing facility improvements to the stadium and is now looking to seek services to remove and replace the current audio and public address system that is located in the rafters of the covered grandstands and the area located along the baseball field seating. 2. GENERAL DESCRIPTION: The goal of this project is of this project is to install a new audio system the produces Sound Pressure Level (SPL) greater than existing system to enable an evenly distributed sound system that is intelligible and clear. The City estimates an average maximum SPL of 105 A-weighted decibels (dBA) throughout the stadium and the baseball seating area. System must support receivers for Assistive Listening. 3. SPECIFICATIONS: • The Contractor will remove the existing speakers. • The Contractor will install new speaker system and wiring. • The Contractor will install a new input panel in both announcer's booth. • The Contractor will provide three(3)wireless microphones. • The Contractor will provide the snorkel lift that will be required to reach the speaker locations. • The Contractor must add two additional speakers that face (east)towards the playing field. • The Contractor shall provide City personnel a minimum of four(4)hours training on new sound system. • The Contractor will obtain an electrical permit for the work. • The Contractor will clean the site and dispose of debris generated from project. • The Contractor shall provide one(1)year parts and labor warranty for new system. 4. BASIS OF AWARD: The City will award a firm fixed-price contract to that responsible Bidder whose proposal the City has determined conforms to the solicitation, is fair and reasonable, and proposals the best overall value to the City, considering all non-price factors described herein, and price. All evaluation factors, other than price, when combined, are considered more important than price, however the Contract award shall not exceed the cost budget amount of$55,000. The intent of this solicitation is to obtain the best proposal within the cost limitation. After the City individually evaluates and rates each proposal, they will compare proposals to determine which proposal represents the best value, The City reserves the right to accept other than the lowest priced proposal or to reject all proposals. The City will not award a contract to a Bidder whose proposal does not meet City requirement or a combination of flaws that appreciably Project No. CON-2017-23 (PK02-17) Page 2 increases the risk of unsuccessful contract performance to an unacceptable level. If there is a lower priced, conforming proposal,the City must determine that the added value of a more expensive proposal (within the cost limitation)would justify award to that Bidder. As part of the evaluation, the City will evaluate betterments/preferences in proposals relative to the minimum standards in the RFP to determine if proposal provide additional value to the City. In addition, innovations in proposals will be evaluated to determine if creative ideas of the Bidder are a better value to the City compared to the minimum criteria. 5. SELECTION AND AWARD: An evaluation committee selected by the City will review, evaluate, score and rank proposals, in accordance with criteria identified below. Clarification of submitted material may be requested during the evaluation process. In the event of a tie in the ranking totals, only the raw scores of the Bidders who are tied will be totaled to determine the appropriate ranking, The City may award to the successful Bidder based on their initial proposal or invite them to enter into contract negotiations. 6. APPROXIMATE TIMELINE Advertisement Date: May 28, 2017 Proposals due: June 13, 2017 2:00 p.m. Technical Evaluation: June 13 to June 16, 2017 Target Award Date: June 20, 2017 Work Schedule: August 01, 2017 —August 31,2017 7. GENERAL INSTRUCTIONS: a. Proposals should be submitted initially on the most favorable terms front a price and technical standpoint. Do not assume that bidder will be contacted or afforded an opportunity to clarify, discuss or revise their proposals. The City reserves the right to ask for or Best and Final Offers, however, the City desires to award from the initial proposal. b. Firms formally organized as integrators, design firms and construction contractors that have associated specifically for this project, consortia of firms or any other interested parties may submit proposals. Associations may be as joint ventures or as key team subcontractors. Any legally organized bidder may submit a proposal, provided that the bidder or bidder's subcontractor has or will have professionals and engineers, registered in the appropriate technical disciplines and provided that the requirements for registration in the State of Washington are met. All designs must be under the direct supervision of appropriately licensed professionals for each discipline involved. c. Bidders are encouraged to submit clear responses to the RFP. Responses of excessive length or overly elaborate are discouraged. The City reserves the right to include any and all portions of the selected proposal in the formal contract. Due to the need for an expedient review of proposals and selection of a bidder,bidders are cautioned against submitting excessive and extraneous material not directly responding to the issues raised in the RFP. Instructions regarding scope and content are given in this section. These instructions are designed to ensure the submission of information essential to the understanding and comprehensive evaluation of the proposal. Project No. CON-2017-23 (PK02-17) Page 3 d. Technical proposals shall include the information required of the RFP in the organization and fonnat specified herein. Do not show or submit any price information with the baseline schedule or technical proposal. The information requested below should be organized in separate sections in the manner specified in order to achieve a uniform review process and obtain the maximum degree of comparability for the Evaluation Committee. The technical proposal shall be bound separately from the cost proposal. I. Text shall be in English in a standard font, a minimum of 11 points in height, and single- spaced. Text pages shall be single-sided 81/2 -inch x I I-inch white paper, with simple lettered or numbered dividers for each section. Number each page in each section consecutively(i.e., 1-1, 1-2...; -1, 2-2...; etc.), and center page numbers at the bottom of each page. Drawings, sketches, organization charts, and/or schedules may be submitted on I I-inch by 17-inch or 8 V., -inch by I 1-inch white paper. Present information clearly and concisely. Documentation that is difficult to read may be rejected and may lead to disqualification. The information shall be easily reproducible by normal black and white photocopying machines. 2. The technical proposal page count shall not exceed fifteen (15)pages, exclusive of tabbed dividers. Limit the information provided to that which is required in the RFP. Any additional information, pages or appendices provided by the Proposer but not requested by the City will be removed from the proposal and returned to the Proposer and will not be reviewed by the City. 3. Resumes of staff personnel may be attached to the proposal as appendices and will not be included in the page count for proposals. 4. Provide one (1)original, four(4)hard copies, and one electronic(pdf) copy of the complete technical proposal. The technical proposals shall be submitted in three-ring binder(s). The original copy shall be named **Original", and each copy numbered in **X of Y" fashion. One electronic copy of the complete technical proposal shall be provided on CD, DVD, or portable flash drive, 5. Cost Proposals shall be submitted on the forms provided in Section 005. Note that the City will not evaluate any material that exceeds the page limits. Cost proposals shall clearly identify the bidder. 8. SUBMITTAL CRITERIA: The criteria below were developed to aid in proposal development. They also provide for a structured format so reviewers can systematically evaluate several proposals. Each copy of the proposal package should include all of the sections in the order indicated. Attachments should be clearly referenced and identified to facilitate the review process. Each proposal should include: Project No. CON-2017-23 (PK02-17) Page 4 1. Qualifications—Provide your firms qualifications to perform the work listed in this RFP including, but not limited to: a. Information regarding length of time in business-, b. Qualifications of staff that will be providing the service(s). 2. Experience—Provide documentation of your firm's experience with smiilar work including, but not limited to: a. Similar work performed for other agencies including narratives explaining some of the projects. b. Experience of the staff that will be providing the services(s). Including work performed on similar projects. 3. Approach and Understanding- Provide a detailed description of the finn's approach to overall management of all activities required by the general scope of work. Information should include,but not be limited to: A color sound prediction rnap indicating the proposed software model meets coverage requirements of placement of speakers and if sound pressure level is evenly distributed. 4. Capacity for Performance— Provide information about your company's ability to fulfil this contract. Information should include, but not be limited to: a. The number and title of staff performing work under this contract. b. An explanation of how your firm will prioritize the City's projects. 5. Cost—Provide the overall cost for the installation of a new audio sound system. Cost should include everything necessary to complete project.. Cost can include material, equipment, labor, and permit fee(s). 6. Contract modifications (if any) - Any concerns with attached Contract must be addressed prior to submission of the proposal. Request to modify the Contract after the proposal's closing date and time will not be considered. 9. EVALUATION CRITERIA Each proposal received in response to the RFP will be evaluated based on: • Qualifications—2"a most important factor • Experience—3rd most important factor • Approach and Understanding— l" most important factor • Capacity for Performance—4"' most important factor • Cost—5h most important factor 1.0. ADDITIONAL INFORNIATION: All questions about the meaning or intent of the Contract Documents are to be directed to Project Manager, Corey Delikat,Director of Parks& Recreation, in writing by email at colelikat(i4cityoffia.us. lin erpretat ions or clarifications considered necessary by the City in response to such questions will be issued by Addenda posted to City website. Questions received less than ten(5)days prior to the date Project No. CON-2017-23 (PK02-17) Page 5 for opening of Bids may not be answered, Only answers provided by formal written Addenda will be binding. Oral and other interpretations or clarifications may not be relied upon and shall be without legal effect. 11. SITE VISTS: Civic Stadium Field is located at 307 South Race Street, Port Angeles, WA 98362, Prospective Proposers, subcontractors and suppliers are welcome to visit the site. To arrange a site visit, email Project Manager at cdeIikatL,�,,,1.ci1y9fjpa.u.s. No discussion with City staff will occur during these individual site visits. Written questions may be addressed to the Project Manager. 12, PREVAILING WAGE This Contract is subject to Chapters 39.12 and 49.28 RCS', amendments thereto and regulations issued thereunder, relating to prevailing wages, benefits, and other requirements, Workers shall receive no less than the prevailing rate of wage, Bidders shall examine and be familiar with such requirements. No claim for additional compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such requirements by the Contractor or a failure to include in Contractor's price adequate increases in such wages during the performance ofthis Contract, The Contractor is advised to consult the Washington State Department of Labor and Industries to determine the prevailing wages that must be paid. This public works project is being done in Clallarn County. Washington State wage determinations for Clallam County Journeymen and Apprentices can be found at: litt-os://fortress.wa.p-o,,/Ini/wap-elook-up/pLyWageloo pp.aspx httos,://f'otiress.,Ara,fzov/lnii/'w�a el�ookU/ApprenticeWafxeLoo,kupLas x The applicable wage determinations to use have an effective on the bid due date. A copy of the applicable wage rates is available for viewing at the Port Angeles Public Works and Utilities Contracts Of In addition,the CitykArill mail a hard copy of the applicable wage rates upon request. For a contract award under$2,500, and in accordance with RCVS 39,12.040(2),the Contractor or subcontractor is a6thonz`c'dro' submit a combined Statement Of Intent To Pay P,revaidag, 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 ftom 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 he final,conclusive, and binding on all parties involved in the dispute. 10. CONTRACT The successful proposer shall enter into a Contract with tile City(see attachment A). The Contract is meant to be non-negotiable, but may be modified at tile City's sole discretion. Any concerns with said Contract must be addressed within the submitted proposal. The City will review all concerns but is not Project No. CON-2017-23 (P 02-1.7) Page 6 I obligated to change any part of said Contract. Request to rnodily the Contract after the proposal's closing elate and time will not be considered. The R:FP and successful Contractor's proposal, as amended at time of Contract signing, shall become part of the Contract. The City, at its sole discretion, may terminate this Contract for convenience at any time for any reason deemed appropriate. 11. PUBLIC RECORDS AND PROPRIETARY MATERIAL Respondents should be aware that any records they submit to the City or that are used by the City even if the respondents possess the records may be public records under the Washington Public Records Act (RC's 42.56). The City must promptly disclose public records upon request unless a statute exempts them from disclosure. Respondents should also be aware that if"even a portion of record is exempt. from disclosure, generally,the rest of the record must be disclosed. Exemptions, including those for trade secrets and "valuable formula," are narrow and specific. Respondents should clearly mark any record they believe is exempt from disclosure. Upon receipt of a request for public disclosure,the City will notify the RFP respondent of any public disclosure request for the respondent's proposal. If the respondent believes its records are exempt from disclosure, it is the respondent's sole responsibility to pursue a lawsuit under RC 42.56.540 to enjoin disclosure. It is the respondent's discretionary decision whether to file such a lawsuit. however, if the respondent does not timely obtain and serve an injunction, the City will disclose the records, in accordance with applicable law. 10. SUBMITTAL PROCEDURE: Sealed responses will be received by Public Forks and Utilities, Attn. Lucy Manley 321 E Srru St, Port Angeles, Washington 98362-0217 up to the hour of 2:1111 p.m., Tuesday, Julie 13,201"7. Responses delivered later will not be accepted. The City of Port Angeles is not responsible for delays in delivery. All responses shall be placed in a sealed envelope that is clearly marked "CINTIC; FIELD AUDIO SYSTEM RFP." Responses by fax or email will not be accepted. All responses to this request shall be addressed to the attention of the Public Works and Utilities Department Contracts Office, Attn: Lucy Manley Delivery Address: Mailing Address: (Hand delivery&non-USPS) Attn: Lucy Hanley City Hall City of Port Angeles Engineering Department 321 E 5r` St. 2nd floor lobby Port Angeles, WA 98362 321 East Fifth Street Port Angeles, WA 98362-0217 Please be advised that mail deliveries requiring a signature may not be delivered in a timely manner as our receiving paint is not staffed at all times and staff may not be available to sign at the time of delivery. "allure to submit the General lnfarination page well render the proposal non-responsive and Project No. CON-2017-23 (PK02-17) Page 7 therefore void. It is the sole responsibility of the Bidder to learn of Addenda, if any. Such information may be obtained from the City of Port Angeles' web site,h tp,.//wa-portangeles.eivic _lus.comlbidsAM. The City of Port Angeles accepts no responsibility or liability and will provide no accomniodation to bidders who fail to check for addendurns and submit inadequate or incorrect responses. 10.PROPOSOR'S CHECKLIST F-1 General Information Form—page 9 F1 Non-Collusion Affidavit(property executed)— 10 F Bid Form (properly signed, corporate seal affixed if applicable)— I I El Addenda acknowledged ( if any, on Bid Form)— I I F Bid Security Transmittal Form (properly signed, both pages) - 12-13 The General InIbrination form, on the next page, is designed to serve as the cover sheet. Do not attach cover letters, title pages, or blank sheets ahead of this form, nor substitute letterhead paper for it. If additional space is needed, plain paper may be attached behind this fonn. This forin must be signed by a person authorized to make proposals and enter into contract negotiations on behalf ofyour agency. This individual must be at least 18 years of age. Failure to submit tins form will result in your proposal being deemed non-responsive. **END OF SECTION" Project No. CON-2017-23 (PK02-17) Page 8 I i SECTION 003 GENERAL, INFORMATION Civic Field Audio Replacement Project CON-2017-23 (PK0 -1.7) This form must be signed by a person authorised to make proposals and enter into contract negotiations can behalf of your company. To be considered for this project,the submittals must be completed in accordance with this R 11'and this cover sheet must be attached. Failure to sa Mbit this fomes will result inj7our proposal being deea ed non-responsive. Company Marne � ��� ��� /� Signed By Address Printed Manse City, State, Zip Title hone NUmber 3 xte Contractor's UBl# WA State Industrial Insurance FLAPIA* r) Contractor Registration# WA State Employment Security Dept. Project No. CON-2017-23 (PK02-1.7) Page 9 SECTION 004 NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON COUNTY OF X r-r-SA The undersigned, being first duly sworn on oath,says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. Signature of Bldder/Contracto� Subscribed and sworn to before me this day of 20,2 b6c Notary Pu c in and for the Pu Notary PuState r6A) State of Washington MARIA GODNEZ-00RONA My Appointrnerd Expires Jul 9,201 Residing at W My Comm. Exp.: L Project No. CON-2017-23 (PK02-17) Page 10 SECTION 005 SID FORM The bidder hereby bids the following amounts for all work(including labors equipment, time and materials) required to perform the work in the Statement of Work and this package. The Contractor will be responsible for obtaining and paying for any and all permits required for this project. 1. Pricing.- Subtotal ricing:Subtotal $ � Sales Tax(8.4%) . Total Bid 2. The bidder hereby acknowledges that it has received Addenda Do(s). _ anter"N/K if none were issued to this bequest for Bid package. 3. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent„ are listed below. Any written notices required by the terms of an awarded contract shall be served or mailed to the following address:. Contractor Information: 1. Company Dame: � � �/ SNA 2. Address: " - .,•.rr 3. City, State„Zip Code: PO .t s ` IVA 2 4, Phone Dumber: � 6 � µ 5. Contractor Registration Dumber: B"" A I 571 6. UBl Dumber: •"" �"" 7.WA State Industrial Insurance Account Dumber: 6. WA State Employment Security Dept Dumber: J. State Excise Tax Registration Dumber: „ The bidder represents that it is qualified and possesses sufficient skills to bid on this project and the necessary capabilities to perform the servio s forth in this Contract. Signed by Printed Dame1� - � Title Date - Z13, Project No. CCPD-2017-23 (P 02-1.7) ,Page 11 I SECTION 006 6[D SECURITY TRANSMITTAL FORM (pages I of i Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money carder or other security in lieu of a bid bond in the amount of %of Bid Am unt which amount is not less than fine(5%)percent of the total Nd. SIGN HERE f BID BOND KNOW ALL MEN BY THESE PRESENTS: J.Bradley arad Use Ann walker That we, dba Flarnin o�Audio as Principal and Aaslern Surety Com ,any as Surety,are held and firmly bound unto the CITY OF PORT ANGELES as Obilgee, in the penal sura of 5° of Bid A oun Dollars,for the payment of which the Principal and the Surety bind themselves, i their heirs, executors, administrators,successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any awardto the Principal for: Project Title: Civic Field Audio System Replacement Project NO.: CON-2017-23(PK072-17) according to the terms of the bid made by the Principal,and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof,with Surety or Sureties approved by the Obligee;, or if the Principat shall„ in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void„otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obiigee,as penalty and liquidated damages, the arnount of this bond. SIGNED, SEALED AND DATED THIS 13th day of June -2017 J.Bradley and Lisa Ann WUaiker dba Flami22oa Ault Principal WQjAarn auxelyrkompany JW Bond Consultants Inc Surety Agent - 023A Kellers Church Road John D.Wei brat,Attorne -Its-Fact _ 333 South Wabash Ave,,41st Floor,Chicago, tL r5t 604 Pipersvilie, PA 18947 Surety address Agent Address John D. 1Neisbrot 888-592-5631 ,John D.WWeisbrot 888-59245631 Surety Contact and Phone Number Agent Contact and Phone Number . Dated: ,June 13,2517 Received return of deposit in the sum of Project No, CON-20717-23 (PK02-17) Page 12 BILI SECURITY TRANSMITTAL FORM(pages 2 of 2) Project Ttte: Civic Field Audio System Replacement Project plumber: ON-2017-23(PlC02-17� x BIDDER, J.Bradley and Lisa Anti Walker dba Ftamirx o Audio The undersigned, hereinafter called the bidder,declares that the onky person(s)interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any Cather person snaking a bid on this project. The bidder further declares that it has carefully examined the plan,specifications, and contract documents, hereinafter referred to as the Project Manual,for the construction of the proposed project improvement(s), that it has persona0y'inspected the site(s)„that it has satisfied itself as to the types and quantities of matehais„the types of equipment,the conditions of the work invopved,inti ding the fact that the description of and the quantities of work and materials, the types of equipment,the conditions of and the work lnvoWed as included herein,are brief and are Intended only to indicate the general nature of the work and to identify the said quantitles with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent frorn the City Engineer, hereinafter agso referred to as the City or Owner,and such other source of information as it determined necessary in arriving � at its conclusion. if the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: Western Surety Company JW Bond Consultants, inc. Surety agent 333 South Wabash Ave.,41st moor,Chicago, rL 6060 t Kell2rg Church B-oad,Pi ers011e PA 18947 Surety address Agent Address John D.WWeisbrot 888-592--6631 John[7.WWeisbrot 888-562-6631 Surety Contact and Phone Number ,Agent Contact and Phone Number Project No.CON-2.01.7-2 (PK02-1.7) Page 13 POWER OF ATTORNEY No.SP- 26257398 K/i oli s,Al!Men by These Preseittv: A A f1ekt fhis Power(WARomey N riot viffid or in effect unless attached to the bond which it authroi?.es exectited,but may be detached by,the approving offi,uer if deshed. That Wcocrit Su eq Conipany,it mpurefion,dries twreby irroke,cunstime and appoint the FoHowing TWO authorized individuals� TkUTHOR1Z7E1)IND]VID(Aa AUTHORIZED INDIVIDUAL JOHN D WEISBROT PATRICIA A TINSMAN in the City of— PIPERSVILLE St,,Tc,,,fPE NN SYLVAN I A wiih kniked attiliority,its hue and �awful'Attonwy(s)"m face woh fall power and authority lvereby conferred,to sign,exectior, —defiier for used on its behalfas Surety, he following described bond: ONE CONTRACT SURETY: BID, PERFORMANCE AND PAYMENT BOND, UNDERTAKING, OR OTHER OBLIGATORY INSTRUMENT OF A SIMILAR NATURE IN AMOUNTS NOT EXCEEDING ONE MILLION AND NO/100 DOLLARS (**1*000000 .00) . The acknowledgment arid execution of such bond by the said Attomey in Fact shall be as binding IcnitIT11f)uhis Company as if suh bond had becir executed and acknowledged by the regulw1y elected officers of this Icy. All authority hereby conferred shall ex;)ire and (crinitrate, without notice, unless used before midnight of APRIL 30 2022 bill untif such thrie shall be irrevocable and in full force and effect. NVE',51MIN SURLTY COATFANY Rudwr certifies tlim flue uollinving is it mrc and exact copy a,VSecfion 7 or the By-Lams uf``lVcslern Surety Compitly,duly adopted and nmv in force,try%v,4; "Sniwn 7. AR bunds,frolicies,undertakitip,flowers or'Mwornay,u�r Wicr uItHgations of tram coilmation idual be execuicd in itm corpor-ate narnt,of flhe comrany by the presidew,Secretary.any Asgisnull scCr0aly,I'mamner,or say Mce flyesident,or by such tither nfficers as die Bomd of Duream may autharize, Thp presificwany vwe Presidum",Sm-etary,any Assetirint Secretary,or ffic'rrcastiler irkay apporm Anorrieys io Fast or Agents who shril have awhority to askre ljondb,pVtk=s, or undemakiiags hi the name of die Corripany. The corporate seal is wan incessary,for the vah&y of airy`honifs,poa icies,undeiIrak Ings,Powers ref`Atior ney or oflier obligattutis atbr umpklmon.'rbe sivtoture orany such Dflicer and the cur agate seal may be pnived by fmin flc.- 7he pvyutp rimount of the borA herein described may be increawd iftherc is int acbed to this Power,wriam aurhority SOIWIH1671ng nut Chit f0fM OfaTl icael or by ilte Undowlit4ig Manager,Underimfing Consukatu, Uriderwriler,Nesident,N(kc Picsidmi,Assisailit Vice President,Tmasurer, Secretary as AssisiamSec retary cif Western Surety Company specificaNy authorizing said ricrcaw, IN WITNESS WHER1,0F,Westeig Surety Campany has clumd these pmeigs to be execrated by its Vice President",uh its co erase seep affixed this (lay at- -, qf, , W E S 7' E. R STiVIT OFSOUTH DAKOTA " COUNTYOF MINN E11A]HA Vice PresIdient' On this dayaf— U11 16 before mc, a Notary, Public, pusanafly appeared I ±_-- a,ti":yem_ZQ_, Paul T. Bailliti, who ifrmg by me d0y swom, ackuoukedged that he signed the Atrow Power of Attorney as dw aroresaid officer of WrSTERN SURETY COMPANY and ACkjjo"rzd&e4 maid histrunwit to lie the voluntary an and dcod W'said corlm9ration J,MOHR I(RIsMAY Pt BUC(RI, ISOUTH DAKOTA My(ranv,*Z E.pim Ju.13,2021 Notary Public,South Daiief) 1,the mudejrsigned tifrmet of Western Srirciy Ctirupany,a stock curporatkm of the State ofSowh Dakota,do hv, y ccrffy thlm �hod Power of Aunuter b,jil fit foce and effeLiiirmwaWc;and furthenlime,0im Set6un 7 of the @9y-Laws of lhe company as sellrraPowet 4A tr,!P. v A ripiv GAB foro- In wstimmy whereoi"I Wye liereunui este nay hand and tier ai,e seof Western Surety Cid opany this day 6r,'i— W E S T E R-N S '64t E T Y C 0 r1l P A N Y" 'IMPORTANT-. This date must be filled in before it is aftaekaed y to the bond and it must be the urne date as 6te bonid, B Form 749.6-21M To validate boRto errand OU ,evos:Hy,go >Omer/Ohilitee SerWoma>Va4date Bond Govefatre Vice Preside NOTICE, Thei bender must be BLUE 9 d is mW BLUE ihis is not a cer0od copy, it- WESTERN SURETY COMPANY Sioux Falls,South Dakota Statement of Net Admitted Assets and Liabilities December 31, 2016 ASSETS Bonds S 1,852,079,625 Common stocks 22,190,065 Cash, cash equivalents,and short-term investments 40,860,171 Investment income due and accrued 21,267,722 Premiums and considerations 31,990,790 Amounts recoverable from reinsurers 919,390 Current federal and foreign income taxes recoverable from C'NA 3,116,372 Financial Corporation Net deferred tax asset 16,401,098 Receivable from parent, subsidiaries,and affiliates 9,896,461 Other assets Total Assets S 1,998,783,961) LIABILITIES AND SURPLUS Losses S 229,857,438 Loss adJustment expense 68,982,110 Commissions payable, contingent commissions and other similar 7 charges ,779,628 Other expenses (excluding taxes, license and fees) 1,109,,'441 Taxes, License and fees (excluding federal and foreign income 2,678,781 taxes) Unearned premiums 213,765,490 Advance premiums 5,316,156 Ceded reinsurance premiums payable 1,730,621 A1110LIMS withheld or retained by company for account of others 10,02 1,647 Provision for reinsurance 1,671,808 Payable to parent, subsidiaries and affiliates 12,103 Other liabilities 7.441.7'i Total Liabilities S 546,372,979 Surplus Account; Common stock 4,000,000 Gross paid in and contributed surplus 280,071,837 Unassigned funds 1,168 33e,) 1,53 Surplus as regards policyholders S l 452,410 990 Total Liabilities and Capital 11 Trpray','Xii§tant Vice President of Western SLUCty Cornpany hereby certify that slue, above is an ace tat 'Ycp� gent tion of the financial statement of the Company dated December 31, 2016, as riled tivaillRpl lart6it,Ajni)jiance Departments and is a true and correct statement of the condition of Western sflrompOy any, Okhat date. Western Su-ety Company :u L'*c'y"'on' B y Assistant Vic, residmt Subscribed and s%vorn to me this 1Qtb day of anti:d 201T My commission exoires„ YOLANDA JIMENEZ 01FICI�AL S5AL '.'.' S'.m of VHS Ws Ota LIM My CommiWon Expftss C SeptamIfsr 2,4,2017 i SECTION 007 Attachment A —CONTRACT CIVIC F1E1,D AUDIO SYSTEM REPLACEMENT CON-2017-23 (P x02-17) THIS AGREEMENT("Contract") is made by and between the City of Port Angeles, a non-charter code city and Washington municipal corporation ("City" or "Owner"), and.lames Bradley Walker, spouse of Lisa Ann Walker, dba Flamingo Audio ("Contractor"), a sole proprietorship authorized to do business in the state of Washington. WHEREAS the Owner heretofore has requirements for CIVIC FIELD AUDIO SYSTEM replacement detailed in Attachment 1, and; WHEREAS, the Contractor represents that it is in full compliance with the statutes of the state of Washington for licensed Contractors and/or other applicable requirements, and WHEREAS, the said Contract Documents fully and accurately described in terms and conditions upon which the Contractor proposes to furnish said equipment, labor, materials, and provide said services, together with the manner and time of furnishing same; IT 1S THEREFORE AGREED,first,that a copy of said Proposal and other Contract Documents Bled with the Owner, as aforesaid, does, in all particulars, become a part of the Contract by and between the parties hereto in all matters and things therein set forth and described; and further, that the Owner and the Contractor hereby accept and agree to the terms and conditions of said Contract Documents as tiled as completely as if said terms, specifications, conditions, and plans were herein set out in full. This Contract, the Contract Documents, (Contractor's Proposal) in part or in whole, and any supporting contract documents agreed to in negotiations contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings shall be effective for any purpose. Pio provision of this Contract may be amended. except by written agreement of the Parties. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the pricer written consent of the Owner. In the event the Owner consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. Subject to the preceding sentence, this Contract shall be binding upon and inure to the benefit of the Parties" successors in interest, heirs and assigns. The venue for any dispute related to this Contract shall be Clallam County, Washington.. Failure of the Owner to declare any breach or default immediately upon occurrence thereon or delay in taking any action in connection with, shall not waive such breach or default. This Contract shall be governed by and interpreted in accordance with the laws of the State of Washington. Each individual executing this Contract on behalf ofthe Owner and Contractor represents and warrants that such individuals are duly authorized to execute this Contract. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. In the event of a conflict between the terms and provisions of any of the Contract Documents, the City Manager or his or her designee shall issue an interpretation of the controlling docurnent, which interpretation shall be final and binding. In consideration of the above representations and the terms, conditions, covenants, and agreements set forth below, the parties hereto agree as follows: 1. SCOPE OF SERVICES The CITY may review the CONTRACTOR'S services, and if they do not rneet the Professional Standard of Care the CONTRACTOR shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section 5 of this Contract. Any changes made necessary due to causes outside the CONTRACTOWS reasonable control shall be provided as an extra work herein. The Contractor shall comply with all federal, state and local laws and regulations applicable to this project. 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. The Scope of Work may be amended upon written approval of both parties. 2. MAXIMUM COMPENSATION Unless otherwise agreed to in writing by both parties, the CONTRACTOR'S total compensation and reimbursement under this Contract, including labor, direct non-salary reimbursable costs and outside services, shall not exceed $54,999.99. 3. TIME OF PERFORMANCE The Contractor may begin work, after Notice to Proceed frorn the CITY and the duration of the Contract shall extend through August 31, 2017. 4. PAYMENT The CITY shall pay the CONTRACTOR as set forth in this section of the Contract. Such payment shall be full compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. The CITY shall pay the CONTRACTOR for work performed under this Contract as detailed in Exhibit 1, as incorporated in the Contract. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the CITY. No payment shall be made for any work rendered by the CONTRACTOR except as identified and set forth in this Contract. C. The CONTRACTOR shall submit invoices to the CITY on a monthly basis. The CITY shall review the invoices and make payment for the work accomplished less the amounts previously paid. i D. The CONTRACTOR invoices are due: and payable within 30 days of receipt. In the event of disPuted billing, only the disputed portion will be withheld from payment. E. The CONTRACTOR shall submit payment requests with a completed Application for Payment form., an example of which is included in Exhibit 3 to this Contract. '"Mis farm includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed. or notarized shall be considered incomplete and ineligible for payment consideration. The CITY shall initiate authorization for payment after receipt of a satisfactorily completed payment request farm and shall make payment to the CONTRACTOR within approximately thirty (30) days thereafter. final payment to the CONTRACTOR will be made after the completion of the work and acceptance by the CITY. Retainage held from payment request(s) will be released to Contractor after approval of Notice of Completion of Public Works Contract, by the "Washington Department of Labor & Industries, Employment Security Department, and Department of Revenue. 5. CHANGES IN WORK Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the Scope of Services. Such changes shall not become part of this Contract unless and until mutually agreed upon and incorporated herein by written amendments to this Contract executed by both parties. 6. SUBCONTRACTS A. The CONTRACTOR shall not sublet or assign any of the work covered by this Contract without the written consent of the CITE"'.. B. In all solicitation either by competitive bidding or negotiation made by the CONTRACTOR for work to be performed pursuant to a subcontract, including procurement of materials and equipment, each potential sub-contractor or supplier shall be notified by the CONTRACTOR of CONTRACT©R's obligations under this Contract, including the nondiscrimination requirements. 7. NONDISCRIMINATION The CONTRACTOR shall conduct its business in a manner, which assures fair, equal and non- discriminatory treatment of all persons, without respect to race, creed or national origin, or other legally protected classification and, in particular: A. The CONTRACTOR shall maintain open hiring and employment practices and will welcome applications for employment in all positions, from qualified individuals who are members of minorities protected by federal equal opportunity/affirmative action requirements; and, S. The CONTRACTOR shall comply with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of non-discriminatory requirements in hiring and employment practices and assuring the service of all persons without discrimination as to any Person's race, color,religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin. Project No. C©N-20117-23 (PK02-17) Page 16 8. INDEPENDENT CONTRACTOR STATUS, The relation created by this Contract is that of owner-independent contractor. The CONTRACTOR is not an employee of the CITY and is not entitled to the benefits provided by the CITY to its employees. The CONTRACTOR, as an independent contractor,has the authority to control and direct the performance of services within the scope of services. The CONTRACTOR shall assume full responsibility for payment of all Federal, State, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, Social Security, and income tax. 9. EMPLOYMENT Employees of the CONTRACTOR, while engaged in the performance of any work or services under this Contract, shall be considered employees of the CONTRACTOR only and not of the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a 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 to be rendered herein, shall be the sole obligation and responsibility of the CONTRACTOR. In performing this Contract, the CONTRACTOR shall not employ or contract with any CITY employee without the CITY's written consent. 10. OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, attachments, photographic negatives, or other presentations of the work with the exception of those standard details and specifications regularly used by the CONTRACTOR in its normal course of business shall upon payment of all amounts rightfully owed by the CITY to the CONTRACTOR herein become the property of the CITY for use without restriction and without representation as to suitability for reuse by any other party unless specifically verified or adapted by the CONTRACTOR. flowever, any alteration of the documents, by the CITY or by others acting through or on behalf of the CITY, will be at the CITY's sole risk. 11. TERMINATION OF CONTRACT A. The CITY may terminate this Contract at any time upon not less than ten (l G) days written notice to the CONTRACTOR. Written notice will be by certified mail sent to the CONTRACTOR's designated representative at the address provided by the CONTRACTOR. As a condition precedent to termination for cause the CONTRACTOR shall be given the notice period to cure such cause and shall have failed to so cure. B. In the event this Contract is terminated prior to the completion of the work, a final payment shall be made to the CONTRACTOR, which, when added to any payments previously made, shall compensate the CONTRACTOR for the work completed. C. In the event this Contract is terminated prior to completion of the work, documents that are the property of the CITY pursuant to Section 10 above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONTRACTOR, Project No. CON-2017-23 (P 02-17) Page 17 i 12. PR:EVAILIN WAGE This Contract is subject to Chapters 39.12 and 49.28 R.CW, amendments thereto and regulations issued thereunder, relatinng to prevailing wages,benefits, and other requirements. Workers shall receive no less than the prevailing rate of wage. Bidders shall examine and be familiar with such requirements. No claim for additional compensation will be allowed which is based upon a lacy of knowledge or a misunderstanding of any such requirements by the CONTRACTOR or a failure to include in CONTR. CT >R's price adequate increases in such wages during the performance of this Contract:. The CONTRACTOR is advised to consult the Washington State Department of Labor and Industries to determine the prevailing wages that must be paid. This public works project is beim done in.Claillarn County. Washington State wage determinations for Clallam County Journeymen and .Apprentices can be found at: httDs://fortress,wa.goy/Ini/""wage�ookuD/DrvWacelookup,aspx htt s; fortres . a, o lni wwa elookua rerrtice a eLookU .as The applicable wage determinations to use have an effective on the laid due date.. A copy of the applicable wage rates is available for viewing at the fort Angeles Public Works and Utilities Contracts Office. In addition, the CITY will r nail a hard copy of the applicable wage rates upon request. For a contract award under$2,500, and in accordance with RCW 39a 12.040(2), the CONTRACTOR or Subcontractor is authorized to submit a combined Statement Of Intent To ;Fay Prevailing Wages & Affidavit Of Wages directly to the CITE'" at final invoicing, Submission shall be made on the farm 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 lois decision shall be final, conclusive, and binding on all parties involved in the dispute. 13. PERFORMANCE AND PAYMENT BONDS AND RETAINAGE (1) Bids less than or equal to 535,000 including tai. Performance and payment bonds and. retainage will not be required for this work if the total bid amount including tax is less than or equal to 535,000. However, the CITE"" shall have the right of recovery against the CONTRACTOR for any payments made on the C'ONTRACTOR's behalf; (2) Bids greater than$35,000 including tax. If the total bid amount including taco exceeds $35,000, this project will be awarded as a small works roaster contract and payment and performance bonds and retainage will apply in accordance with Washington State law. A retainage of 5% will therm be applicable to this Contract. The CONTRACTOR shall obtain payment and perfonrnance bonds in accordance with this Contract and all Attachments incorporated herein. Copies of the Bid Security Project No. CON-2017-23 (PK02-17) Page 18 Transmittal Form, Performance and Payment Band forms, and Escrow Agreement for Retained Percentage form are found in attachment 2. 14. INDEMNIFICATIONfHOL@ HARMLESS CONTRACTOR shall defend, indemnify and hold the CITY, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, lasses or suits including attorney fees, arising out of or resulting from the negligent acts, errors or omissions of the CONTRACTOR in perfon-nance of this Contract, except for injuries and damages caused by the sole negligence of the CITY. The CITY agrees to indemnify the CONTRACTOR from any claims, damages, losses, and casts, including, but not limited to, reasonable attorney's fees and litigation casts, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the CITY, CIT`'s employees, or agents in connection with the work performed under this Contract. If the negligence or willful misconduct of both CONTRACTOR and CITY (or a person identified. above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the CONTRACTOR and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity shall apply for such proportion. Should a court of competent jurisdiction determine that this Contract is subject to RCT 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, the CITY, and the officers, officials, employees, and volunteers of either, the CONTRACTOR'S liability hereunder shall be only to the extent;of the CONTRACTOR'S negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONTRACTOR'S waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. However, the CONTRACTOR expressly reserves its rights as a third person set forth in RC 151.24.035. 14. INSURANCE The CONTRACTOR shall procure and maintain for the duration of the Contract, 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, its agents, representatives, employees or subcontractors. No Limitation. CONTRAC"TOWS maintenance of insurance as required by the Contract 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 ill equity. A. Mininiuni Scrape of Insurance CONTRACTOR shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and ]eased vehicles. Coverage shall be written on Insurance Services Office(ISO) form CA 00 01 or a substitute form Project No. CON-2017-23 (PK02-17) Page 19 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 forni, 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' Coma sensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance CONTRACTOR shall maintain the following insurance limits: I. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of 51,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than 51,000,000 each occurrence, 52,000,000 general aggregate and 52,000,000 products-completed operations aggregate limit C. Other Insurance Provisions 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. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A. I. Best rating of not less than A: VM 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 Project No. CON-2017-23 (PK02-17) Page 20 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 tenninate 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. 14. APPLICABLE LAW This Contract shall be construed and interpreted in accordance with the laws of the State of Washington, and in the event of dispute the venue of any litigation brought hereunder shall be Clallam County. 15. ATTACHMENTS AND SIGNATURES This Contract, including its attachments, constitutes the entire Contract, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments are hereby made a part of this Contract: Attachment I — CONTRACTOR'S PROPOSAL Attachment 2 —Payment Bond, Performance Bond, Escrow, and Certificate of Insurance Attachment 3 — Payment Request Form Project No. CON-2017-23 (PK02-17) Page 21 IN F"AI"TH WHER1 9E#,witness s the hand and seals of both parties hereto on tete day and year in this Contract last below written. DATED the day and year set forth below. FLAMINGO AUDIPI- CITY OF PORT ANGELES By: BY Printed Mame. '1 . -Printed Name: Title: Title: .. Date: Date: Address: APPROVE AS TO FORK" City: Tax ID ;� 6 - —2 „ ATTEST: Phone Number: (3 (q� BY lTY CLEll1K Project No. CON-2017-2 (PK02-17) Page 22 City ofPort Angeles ATTACHMENT I Engineering Office CONTRACTOR'S PROPOSAL Public Works and Utilities Department Project No. CON-2017-23 (PK02-17) Page 23 P.O. Box 2022, Poulsbo, WA 99370-0937 FLA►M IA*003 M (360)779-5522vox FAX Sectio l - Qualifications a. Tii e In Business. Flamingo Audio was started by Brad Calker in 1956 as a project recording studio,and went full time in 1994 to till an unserved niche in the West Sound region. There was a strong market serving clients who needed higher duality sound solutions than those offered by music stares and local DJs, but who couldn't afford Seattle prices. One of our unique strengths is how our growth in the very different disciplines of live event production and permanent installation "cross-pollinated" each other. Live production demands robust but flexible systems that work every time with no"do-overs." Being on time and quickly solving unforeseen problems,are mandatory skills because"the show must go on." Permanent installation requires a thorough understanding of the principles of acoustics,electronics, grounding, wiring methodologies„ code compliance, with a strict attention to detail and aesthetics. The result is our live events have excellent intelligibility and coverage, while our installations use equipment and designs that work in real life, not just marketing brochures. Graduation ceremonies are a good example. The University of Puget Sound Commencement(audio, live video, live streaming, audio and video distribution to overflow locations), graduations for North Kitsap, Kingston, Sequirn and. Bainbridge Island High Schools - all on the same weekend, all outdoors regardless of weather„ all require excellent intelligibility for both music and spoken word in front of thousands of people. Flamingo has been the AV company for all of these events for over ten years because we consistently deliver high quality results. We install equipment we use, and wve only use equipment and processes we can stake our reputation on. b._ Qualifications Of Staff i. Brad Walker owns Flamingo Audio. He has an AA from. Peninsula College (1982), and an ATA (Information Systems)front Olympic College(1.988). Bract was a database/systems analyst at Puget Sound Naval Shipyard (1988 - 1994). Brad went frill time with Flamingo Audita in 1994 and has continued to the present. Ongoing education includes courses from Synergetic Audio Concepts (Principles Of Audio, Hums and Buzzes„ System Optimization and EQ, Systems Design) Kramer Certified Digitalist, Shure Advanced Wireless Certificate, BiampAudia.Certified Programmer, SMAART analysis and optimization, and the EASE prediction and modeling software, platform. He is proficient in multiple AG'' manufacturer's prograinrning applications. Brad does the system design, is the installation lead,and is responsible for system optimization and training. Flamingo has worked with other independent contractors on a project-by-project basis for 20 years. This approach greatly enhances our projects by matching capabilities to our client's specific needs. iii. Bill Ricks of Joyful Noise Sound has 15 years of experience and has worked on most Flamingo projects over the last ten years. Bill has attended much of the same training as Brad„ including the Syn-Aucl-Con System Optimization courses. Bill is a Kramer Certified Digitalist„ has the Shure Advanced`Fireless Certificate, and is a Biamp Audia Certified Programmer. Bill would be responsible for rack equipment installation and cable termination, and assists in system performance verification. iii. The high-and low-voltage electrical work needed for this contract will be handled by a local electrical contractor. We, will select among Angeles Electric, Bronco Electric,or Black Diamond Electrical depending ora who is available -all are highly qualified. The selected electrical contractor will secure the electrical permit,install the required circuits, and have them inspected. Civic Field Audio a°yrstein "e,c'hnic°cal Proposal - 0611312017- Pages I-I P.O. Bax 2022, Poulsbo,WA 9837 4-0937 ISL AMI IIA*003 MI (360)x`79-'552 "vox (360)779-5528FAx ` f14 Section 2 - Experience a. Similar Work i. ljnivof Puagt Seund UPS Baker-Stadium is a very good example of similar work. ft's a larger venue with more loudspeakers, but the combination of Danley OS80 main speakers, Shure wireless mics, and a Biamp control system is very much what the Civic Field systemis based ora. The intelligibility in the stands there is exceptional. The speakers are holding up very well even after two very wet winters in a roww. Two pages are attached at the end of°this Technical Proposal showing the general layout of the OS80 and also the "cheat sheet"given to the users of the system for how=to operate it. Contact Dave Childers, cichilders'i �rg�lsound.e�lrr i'. Dullagliess Cuinwiluily Church, DCC is a long-time client, starting in 2006 with entirely new audio, video and lighting systems. Design work was first, then working,through different budget proposals, and there installation of all systems, An electrical contractor in the church performed all the electrical and low voltage cable work, and Flamingo terminated and tested. We have done some rnalor maintenance on the system in the last two years, including three new laser- engine-based projectors. Contact pastor Tim Richards, tinvad 111r h�org iii. tfutise OfA " ltur . After working on the 2009 Canoe .low.rrney in their brand new longhouse, numerous problems were identified with tine "stock" sound system designed and installed by a large regional AV contractor. Uneven sound coverage, no video capabilities, and mics that suffered feedback under•normal use wvere some ofte main issues. 1 modeled tlae room in EASE, and designed an new loudspeaker system that supports full 5.1 surround playback for cultural movies orf a new 16'x 9'screen and 8,000-lumen projector. All of the technology was hidden so as not to distract from the beautiful wood longhouse celebrating the Suquamish heritage. The system is operated by mostly novice users, but we often supplement it with additional equipment for large meetings and Chief Seattle Days each August. Contact Morrie black Eagle, I ackeagJe���srr(hrtrtwr._ sh.risn.0 iv, 1,1allard High en This was a 2011 project Brad Walker served as tlae Design Consultant, hired by the Ballard Schools Foundation to design and oversee, the bid process, the selection of an installing contractor, and the perl:ormance verification of the system. The process of working,with the teachers,the foundation, and the Seattle Public Schools District was challenging, but l was able to keep the focus on the technology serving the students and teachers. BHS has strong theatrical and video production programs, and the system needed to support 5.1 mixing and screening of original student movies. A new 48-channel digital console and additional wireless microphones were specified. The installing contractor used all Danley loudspeakers for the .system, and it far exceeded expectations. Contact Tom Goleeke, goleek (cf.laarbornet.cr ra v gu Christianrt Another large Dan ley-QSC-Biamp-Shure system in an auditorium operated by students and volunteers. It had a very tight installation window over Christmas break, and was up and running to rave reviews for the school's musical production of, "'File Phantorn Of The Opera." Contact Doug Sebens, dseb st n b. Experience Of Staff Brad Walker and Bill Ricks will be the primary installers. Both were directly involved in the installation work on the projects listed above" with the exception of Ballard High School (design consultants and training only). Refer to tlae Qualifications section for more of their background. Civic Field Audio lyslein Technical Proposal - 0611312017- 1'czge 2-1 2% P.O. Box 2022, Poulsbo,INA 98370-0937 F{L AMIA*0030M j I (360)779-5522vox (360)779-5528FAx Section 3 - Approach ,And Underst ndi Direct SPI,Coveragy, Map i. See attached at end of this Section. "I"he Danley speakers model very accurately, but measured coverage always seerns letter than it models. Dote: "Warmer" colors show higher SPL,(louder). L. Schedule Of Equipment t. Item Description Main Stadium'Sy, 1Biamp Dexia CS 1O.x6 rrtprrt piocessin DSP 2 Biarnp Volume/Select S remote control .(mi , inpu ,ts, stadiuIII zone volu,rues) . . ,(Dote: one control located each in Caretaker's Office, cane in Press Booth) 1 SurgeX SEQ-IU20A master power sequencer with keyed on/off switch_ .. _ . 1 SureX SX 1120 RT fierier mode surge,protector 3 Shure QI D24/KSM8 SHF wireless w/ Betar5g I111 (H50 534-598 Mliz)...,,. . ._...I 1 Shure, UA844SWB 5-way active antenna distribution w/ cables 2 Shure UA8 41.,15 Active t/13P antenna (unobtrusive low profile) 2 ,Jensen Isomax iPod interface (I each caretaker's office, press booth) 2 Q.S..C CMX80O a S Cwatt x 2 ower am liher (marri stadiums e...a.k ei s) ... .. . . ....., . .Q0t . . .. . ariley Sound labs weatherized gfdegree . ..... speaker w/ bracket I Williarm Sound PPA 457 Pro FM wireless ALS with (g) receivers 3150 I`eet C1tJ Feet 12- atuge S cortdiretoi shear er cable (roc k to ecrrter unction) _... atu e 2 conductor speaker,cable (unction to.s eakers) 1 Lowell L "R-1619 swing-out wall rack with solid locking doors, fans Baseball Announcer's Booth System mic-line 1 SD 312X mic-line nixer(receives local mic, local iPod, stadium feed) 1 Shure S14°ISSS carred rnrcro r hone w/ on/off switch, with desk stand and cable p p ( .. ... .,... wo OS 100 speakers) 1 QSC C'fi/l�XSClfI"�°a 300-watt x � ower,amplifier t 2 Danley Sound Labs DS I(1f1 weatherized 10,0-,degree speaker w/ bracket 1 Lot interconnects, mic cables, connectors, labels, hardware, consumables (above includes new in ut/out it connections at field level) C. Qeneral System Doian The system itself"is straightforward. Four main speakers cover the stadium bleachers, two more face the playing field. Three high-duality wireless mics with external antenna distribution allow use of the mics anywhere on the field and both the main press booth or baseball announcer's booth. The system uses a simple two-gang push-turn control - select a mic or if'od, turn it up or down. 'turn the field speakers on/off. Turn the overall volume up/dawn. Simple! The Baseball Announcer's Booth System can be used independently from the main stadium. system. All system components are protected by industrial duality surge units from SurgeX. A second electrical circuit will be installed to provide sufficient current to drive the speakers to full SPL". Civic Fielcl Audio System Technical Proposal - 0611312017- Page 3-1 P.0, Box 2022, Poulsbo, WA 98370-0937 IFLAMIA*00 M ; ! )779-5522 vox (360)779-5528 V,ax d. Biamp 12SP Biamp Systems is an Oregon company that makes some of the mast-installed system processors in the world. Their Nexia series has the high-end cluality of their Audia and Ttesira series, but with less expansion capability, Even so, there will be a couple of spare inputs and Outputs available should the need arise. The system is very tolerant of power outages, and reboots to the original program Once turned on. Two control locations are provided -one in the Caretaker's Office and one in the Press Box installed in a weatherproof locking utility box. With this design, there is minimal hardware exposed, but still with fall control of the system. Lotjjl5pgakers The Danley OS80 speakers are a 12" coaxial design and weigh 51 pounds each, including the bracket. They are waterproof, and designed with Outdoor direct weather exposure in mind. But they are still Manley through and through, morning they sound better than any other outdoor speaker on the market. The specification sheet is attached after-this section. The Baseball Announcer's Booth speakers are the OS 100, an Ii" coaxial version of the OS80 for lower-power applications. e. Attachmept Methods Of Speakers The Willey OS80 speakers weigh 51 pounds each, including the bracket. GRK RSS structural screws are used to attach the bracket to the wood structure of the stadium root, and attach an independent safety cable between the speaker and the roof. Speakers for baseball Scorekeeper's booth will be mounted directly to side walls, with appropriate backing material for adequate Support. All hardware is rated for Overhead Suspension, and maintains a minimum 5:1 design factor. Speaker New multi-conductor speaker cabling, will be used between amplifiers and roof to provide three separate zones for proper amplifier impedance. matching - two "North Speakers",two "South Speakers,"two "Bast Speakers" (field). The QSC amps are their best commercial series, and designed exactly for this type Of use. g. fialeball nc r' The new design puts a new amplifier, compact mixer, wired mic and speakers in the Baseball Announcer's Booth... This allows,that system to be used independently of the Main Stadium system. We will remove the existing; speaker cable that drapes from the stadium roof to the baseball backdrop fence. Instead„ the existing microphone cable that goes from the Baseball Announcer's Booth to the Caretaker's Office system will be re- purposed to feed the main stadium's un-amplified_signal to the new mixer in the Baseball booth for the times when you need to have the stadium sound corning out of the Baseball Announcer's Booth speakers. This link is transformer isolated, so no noise (hum or bUZZ) makes it through to either system from the other. The Shure Qf_,`D is an award winning series that hits the sweet spot of very high performance (both audio quality and radio stability) but with features designed for permanent installation that needs less control flexibility than large conference roorn systems. These systems will come with the Shure Beta58 handheld capsule, an extremely tough but good sounding microphone, Remote antennae are located on the stadium roof for excellent reception using low-loss cabling to the main sy^stern rack Caretaker's Office. Civic Field Audio System 7i c:hnical Proposal - 0611312017- Page 3-2 P.O. Box 2022, Poul bo„ WA 98370-,0937 FLA MIA4►.*00 3 M ►► ?` " -552 ° ?° -5528 vex Fix fiamingoaludio. om Assistive Listening A new assistive listening systern with eight receivers and a variety ofearbuds, headphones, and inductive loop accessories is included. This new systern has stranger transmission and a better antenna that will be remote Mounted in the Press Box ;:area for good coverage in tyre entire bleachers area, and beyond. i, u�An Qutputs Besides the three wireless microphones,there are two iPod interfaces in the systeal. One is installed in the Caretaker's Office main rack, one in tlae Press.Booth. Also available is one line-level input frorn the field level input box (liar the connection of all auxiliary mixer used for such events as graduations, Sunrise Easter services, etc.), and one output from tyre Main Stadium system (a recording feed for video cameras or other press, or for feeding all auxiliary system. New connectors and a new weatherproof box will be installed in this existing location. k. Surge Pga And S .Ystem On/0 The SUrgeX series-made surge protectors are truly a world-class device designed to protect expensive equipment from all but a direct lightning strike They are goad enough to have an I I-year warranty. The entire Main Stadium system is turned on and off with a key can the Surged sequencer, and a pushbutton to start the sequence. It can also be locked on. 1, Docunlentatio We will provide a binder with all manuals and serial numbers, a block diagram ofthe system, and two copies of a laminated one-page"C"heat Sheet" in the format of the one we created for the LIPS Faker Stadium systern (attached for reference after this section). Civic Field Audio Systetn KKc°hrrical Proposal- 0611312017- Page 3-3 Port ►neles Civic Field Loudspeaker Frequency Coverage "' f i/s to Trim✓ ? v ar � f� ^lE l rte,°„� ,mo, ,,.�,�, oo ,,,,, �,. ,,,�, ,.,.,a® air ,,,,.E x a. d X101 a it a 12” o"v' An, M $ f t 4"1 o 1, rF r;�f c Ih i v,, e / 250Hz 12 Hz 63Hz e t.ln 1Janle C PORT ANGELES CIVIC FIELD DIRECT SPL 06/13/2017 (VERSION 1.0) Main Field. Area = Manley OS80 Baseball Seating Area = Danley OS 100 x 2 Brad Walker,r,Flamingo Audio (360) 779-5522 brad@flamingoaudio.com y�� w The OS80 is Danley's answer for those that are looking for a high performance speaker in an outdoor enclosure impervious to weather. A single cabinet can produce high quality audio beyond 130dB from a compact full range Synergy Horn thatweighs only51 lbs, heavyduty aluminum mounting bracket and angle strap 4Y is included. APPLICATIONS can include any outdoor location such as sports venues, arenas,athletic fields and complexes,theme and recreational parks,public gatherings,race tracks,community centers,cruise ships,hockey rinks, electronic carillons,water parks,and swimming areas. Specifications Coverage Pattern ........, .......................... .....80'conical 1 � Operating Frequency Range................._.....,..........,..113 Hz-18,kHz+/-3 dB ................... 70Hz-19 kHz-10 dB Maximum Output, ,,,,,,,,,,,,,,,,,,,,,,,,127dB SPL Cont„133 dB SPL Program Recommended Amplifier Power: .............400 watts continuous,1600 wattspeak 8 ohms 4 I�� f i�4/ I til ��IVI IGiI➢ Nominal Impedance.......................... ..........__.....,,,,,, I , l Recommended Processing... 67Hz 24clB Butterworth Drivers... ,, 1 .. " HF coaxial Input Connectians... ,, ,,,,,,,,, , ,. .........Gland pigtail Enclosure Material......................,,,,.,...,.,..,.,,.,Thermal molded Poly-composite i r w .r , „ 4 t C � ,,,;, %,/ ,1,%,;i %� ,r/, j�'r,i,/��� � „!Y ��l 1r4r 1, 1 ,I" II / � 1 � i ,�%((, i �%�✓//i�%%�/������/��i✓/i/iii'//,//�l/,i/�%� ,✓lig 1 r /rt �Tr" GN/ � 1 � � � � '% � l ( ,� �/ ��//i � �� ✓���j/��/� ��nu�,��u.,v�✓,,,v�,o,✓rm.lti7„U�1�R rifnil��i.l��7�ldi'YuhNWIIPJi��� ON' ��� � i �” � l I 1M %i a i4 dk �, HI , 'd VNG „✓,,..,, ,� n,,im rra�" 4.r� ror „ir r � ear Nov nir rrc lee rsu;� a umol+ uv... «ow o�ti'n, „�.m r i!nrdriie �rrr�4ui ;ne. �, ✓rtirp�n�t✓iuj l�X i rji�,F/r �l/p ;ii// ✓r+xrNw rU,,,� �1 �, 117 r JiI�� i w l �IId4S'X X11,i,"ptu��,,.t'(ll A 7"t'r ✓ r Aumn� %ll'1F �(�'�� ,w✓w,l,l,,��w�/�,�f1� „n� �W �,4 � i ����� YG�U�r�„N/lir✓ 14,��,1 /G� � �.� a m �, } � d i , ill rr : ,� � D, i/�Ji!✓/�I�aMvum rawu era 2013 DaMey Sound Labs.AH Rights Reserved. wrww.dandeysound9abs,rom