Loading...
HomeMy WebLinkAboutContract • CAG-12-051 CITY OF RENTON CONTRACT AGREEMENT THIS AGREEMENT is made as of the day of MARCH , 2012, between the CITY OF RENTON, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and D SQUARE ENERGY. LLC, hereinafter referred to as "CONTRACTOR," to Purchase and Install ASCO Transfer Switch and TRYSTAR Docking tation at Renton Community Center, 1715 g Y , Maple Valle Highway, Renton, WA 98057. p Y The City and Contractor agree as set forth below. 1. Scope of Services. The Contractor will provide all material and labor necessary to perform all work described in the Form of Proposal (Bid) which is included with this Agreement as "Attachment A". 2. Changes in Scope of Services. The City, without invalidating the Contract, may order changes in the Services consisting of additions, deletions or modifications,the Contract Sum being adjusted accordingly. Such changes in the work shall be authorized by written Change Order signed by the City and the Contractor. 3. Time of Performance. The Contractor shall commence performance of the Contract no later than ten (10) calendar days after Contract's final execution, and shall complete the full performance of the Contract not later than sixty 60 calendar days from the date of commencement. 4. Term Of Contract. The Term of this Agreement shall end at completion of the enclosed scope of work. This Agreement may be extended to accomplish change orders, if required, upon mutual written agreement of the City and the Contractor. S. Contract Sum. The total amount of this Contract is the sum of$93,596.00 which includes Washington State Sales Tax. 6. Retainage in Lieu of Bond. In lieu of a performance bond, the City will retain 50% of the contract amount for a period of 45 days after Final Acceptance of the work. 7. Method of Payment. Payment by the City for the Services will only be made after the Services have been performed and a voucher or invoice is submitted in a form acceptable to the City. Payment of the initial 50%will be made in the next pay cycle of the Renton Finance Department after receipt of such voucher or invoice (pay cycles are approximately bi-weekly). The remaining 50%will be paid 45 days after Final Acceptance and after all Prevailing Wage documents have been filed and approved with the State of Washington, Department of Labor& Industries. The City shall have the right to withhold payment to the Contractor for any work not completed in a satisfactory manner until such time as the Contractor modifies such work so that the same is satisfactory. 8. Employment. The Contractor's employees are not employees of the City of Renton. 9. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of this Contract without express written consent of the City of Renton. 10. Record Keeping and Reporting. The Contractor shall maintain accounts and records which properly reflect all direct and indirect costs expended and services provided in the performance of this Agreement. The Contractor agrees to provide access to any records required by the City. 11. Hold Harmless. The Contractor shall indemnify, defend and hold harmless the City, its officers, agents, employees and volunteers, from and against any and all claims, including claims from third parties, losses or liability, or any portion thereof, including.attorneys fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Contractor's own employees, or damage to property occasioned by a negligent act, omission or failure of the Contractor. 12. Insurance. The Contractor shall maintain throughout the duration of this contract the following insurance requirements: General Liability insurance in the amount of$1,000,000 per occurrence/$2,000,000 aggregate; Professional Liability insurance in the amount of$1,000,000 per claim; Automobile Liability in the amount of$1,000,000 per accident; and proof of Workers' Compensation coverage. The City of Renton will be name as a Primary and Non-Contributory Additional Insured on the insurance policy and an endorsement stating such shall be provided. 13. Compliance with Laws. The Contractor and all of the Contractor's employees shall perform the services in accordance with all applicable federal, state, county and city laws, codes and ordinances. 14. Conflicts. In the event of any inconsistencies between contractor proposals and this contract, the City of Renton contract shall prevail. 15. Prevailing Wage Rates. The Contractor, and any or all subcontractors, must comply with the State of Washington prevailing wage requirements. The Contractor must file an Intent To Pay Prevailing Wage at the beginning of the project and an Affidavit of Wages Paid at the end of the project with the Washington State Department of Labor and Industries. Information can be found at: http://www.Ini.wa.gov/TradesLicensing/PrevWage/defauIt.asp. I . This Agreement is entered into as of the day and year written above. CONTRACTOR CITY OF RENT N IL ignature Signat Don Dunavant, Managing Member Denis Law, Mayor Printed Name and Title Printed Name and Title D Square Energy, LLC � Business Name Bonnie I . Walton, City Clerk 1546 Boalch Avenue, Suite 70 Mailing Address North Bend WA 98045 City State Zip * j (206) 947-1740/(800)820.0162 a. Telephone D2Pd2energy.com Email I i I 1 SECTION 00300 - BID FORM FORM OF PROPOSAL (BID) for the RENTON COMMUNITY CENTER TRANSFER SWITCH 1715 Maple Valley Highway Renton, WA 98057 Bids Due: 5:00 P.M. WEDNESDAY, February 29, 2012 To: City Clerk, Room#728 Seventh Floor of City Hall 1055 South Grady Way Renton, WA 98055 The undersigned hereby certifies that they have carefully examined the Contract Documents as defined in the General Conditions entitled " RENTON COMMUNITY CENTER TRANSFER SWITCH, 1715 Maple Valley Highway,Hi hwa , Renton WA, and have examined the site of the work and the location where said work is to be done, and fully understands the manner in which payment is proposed to be made for the cost thereof, hereby proposes to furnish all materials and to perform all labor which may be required to complete said work within the time fixed, and upon the terms and conditions provided in said Contract Documents for consideration of the following amount: A. BASE BID and For all work shown in the Contract Documents, the sum of: $ 55, 476 Washington State Sales Tax: , 015 $ g . 1 Grand Total Base Bid: B. ALTERNATE BIDS ALTERNATE NUMBER AND DESCRIPTION: ALTERNATE#1: . XXX: N/A $ X XXX: N/A $ X Grand Total Alternate#1: N/A $�� 00300-1 RCC TRANSFERSWITCH BID FORM I F. LIQUIDATED DAMAGES If the Contractor fails to complete the Work by the FINAL COMPLETION DATE (or such extension of that date which might be granted by the Owner); he agrees to abide by all provisions of the Contract. In addition, Liquidated Damages in the amount of One Hundred Dollars ($ 100.00)will be assessed for each calendar day that the Contractor exceeds the "FINAL COMPLETION DATE." G. ADDENDUM RECEIPT Receipt of the following "ADDENDA"to the CONTRACT DOCUMENTS is acknowledged: Addendum No. Date Addendum No._ Y\ Date H. EXECUTION OF PROPOSAL Name of Firm �Q G�p,E �E��`( , Le State License Registration No; L S a 1 S F.q,J. 5 K01 Address )5q {' o ALc,4 AVM 7o City- Uo 2T" L kJ k State A Zip Code 9 B Telephone ()42a 88 A -2982- FAX ( LRS) 31Z.`SS72 The undersigned designates the above as the firm and address to which "NOTICE OF CONTRACT AWARD" may be mailed, hand delivered or delivered via facsimile. NOTE: If a Bidder is a corporation, write state of incorporation; and if a partnership, give full names and addresses of all partners below: 51kTE of l As41"Ta&j LL SQ kAXZC 'E"E OU'l L U C -t s WA . 00300.3 RCC TRANSFERSWITCH BID FORM SECTION 00400 - V 1-COLLUSION, ANTI-TRUST, ANL A�NIMUM WAGE FORM NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says,that he is the identical person who submitted the forgoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further,that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid,or any other person or corporation to refrain from bidding,and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over the other Bidder or Bidders. AND CERTIFICATION RE:ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor,vendor hereby assigns to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract,except as to overcharges resulting from anti-trust violations commencing after the date of the bid,quotation, or other event establishing the price under this order or contract. In addition,vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I,the undersigned, having been duly sworn,deposed,say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer,workman,or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract:that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON-COLLUSION AFFIDAVIT,ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Renton Community Center Transfer Switch Name of Bid er s Firm signature of Authq zed Representative of Bidder Subscribed and sworn to before me on this Z"71 day of Fe�Ofv4 r y 20_2 Notary lublls Notary Public in and for the State of Washington Skate of Waal ington Residing at: /VerAk ?en- I l.</A- ' AUSTIN C"AsiLES HOPKINS My COMMISSION EXPIRES January 18,2014_ 00400-1 RCC Transfer Switch NON-COLLUSION,ANTI-TRUST, MINIMUM WAGE FORM RCCTransfer SwItchEAR Equipment Approval Request(EAR) Select Federal.Flacal.Year from pull down menu to the right Select Orant Progtem Federal Fiscal Year 2010 I pull down menu to the H ht State Homeland Security Program-SHSP Input your Agency Name in the:epaca to the right CITY OF RENTON WMD/6Mb Contract Numbsr iri ut N here' * EAR Approval Date P EttPu$mlesion N/A Type It B or C !A EMD wiii Input dais upon ti r 77 approval by statewide CHS TBD SubgreMae C6#"dtlNumbor equipment subcommittee 77r M applios a) if applicable:Input/i here Data o� !~IMA/1 1$Eftp EMU t+fitt Yhput upon teoelpt of FFMAeppra4al l x EAR Request Date Item A8L Eg4lpinsM date sent EMD MM DD YYYy Na. Category v Item -.1&Description, Estimated Estimated Coat;.. Dlacfpline Related Pr eV Inclutle Context to enhanced terrorism,/EM function for unusual< t °!ec �- tams OUantlty Recelv�ng from YYMD/EMD Equipment :.:Cordract Purchase,start up,and commissioning of Automatic Transfer 1 Power 10GE-00- YES Switch Model:ASCO700o Series,Model G7ADUSA31t100N5XC, GENR 1600 Amp 3Pole 277/480 Volt 3 Phase 60HZ Automatic Transfer 1 $35,892.00 EMA Switch YES TRYSTAR DOCKING STATION,Model GDS165WLM,1600 Amps, 480 volt,NEMA 3R Enclosure 1 $12,256.00 YES C/T Pullbox Section 1 $8,145.00 YES Conduit,Wire,Clamps,Miscellaneous Materials 1 $5,351.00 8 Other Authorized 21GN-00-Installation Equipment Installation of equipment Item 1- $23,832.00 9 E uer Authorized 21GN-00-STAR:Salsa Tax Other Authorized al a ax .5 $8,120.00 10 E ui en 21GN-00-SHIP:Shipping Shipping Other Authorized d 24 for a k ms $2,100.00 10 E ul ment 21GN-00-Installa8on Assistance Fees for PS to Disconnect a d e-Connect Ste t Power $1,800.00 Purpose.The Washington State Equipment Subcommittee for the Committee on Homeland Security reviews Equipment Approval Requests(EARS)to ensure equipment items are allowable per the Responder Knowledge Database(RKB)Authorized Equipment List(AEL)and comports to statewide standards for interoperability for equipment purchased with federal homeland security grant funds.The RKB is a clearinghouse of equipment and grant related information.The equipment process is explained in the EMD Information Bulletin 2009-013 Equipment Handbook(POF) http://wvw+.emd.wa.gov/grants/documents/H LS-I B-2009-013_Equ ipment_Hand book.pd f. Current standards include P25 for responder radios,MSA Millennium for PPE/SCBA,Avon FM53 Mask for Law Enforcement Specialty Teams(EOD,SWAT),FIPS-201 for badging,and Trelleborg VPS VP-1 Level A Vapor Ensemble,DuPont Tychem CPF-4 Level B/C Splash Ensemble,Lion Apparel MT94 Class B Splash,Lion Apparel ERS Class C CBRN for HazMat/contaminated environments. Instructions:Fill out white boxes using pull down menus and over-writing example text.Quantities and Costs are estimates at time of EAR submission and may change during Insert additional rows as needed above item p8 because the installation,shipping 9 ng procurement/invoice process. vendor invoices and Aping and tax line items have formulas to auto-populate realizing there is shipping or so applicants do not have to pp g use tax that is include seek after the fact approvals d in the invoice but not approved is the original EAR.W MD/EMD can only reimburse approved items on the EAR.Contact iheceving Equipment Program Manager at EMD regarding this template and equipment approval process.EAR revised June 2011. I i Page 1 S.F. G RIGGS ASSOCIATES, INC. 15301 NE 90th Street Phone: (425) 869-5867 Redmond, WA 98052 Fax: (425) 869-9797 E-Mail: sfgriggs @msn.com LETTER OF TRANSMITTAL TO: D Square Energy DATE: March 12, 2012 JOB NAME: Renton Communication Center LOCATION: Renton, Washington North Bend, Washington CUST PO# 2163609-2 ATTN: Don Dunavant S.O. #: SFGA#: 19214 We enclose herewith the following submittals for your review: i Purpose: ® For Approval ❑ Your Request ❑ For Your Records ❑ For Your Use QTY. TRYSTAR DOCKIN STATION 1 Trystar Docking Station Please return 1 signed, approved co of each drawing to us for our records. ® _ 9 pp PY 9 We will proceed with manufacture after receipt of approved drawing(s). ❑ These drawings are for record purposes. We have proceeded with fabrication. ❑ Special Note: This submittal on ASCO equipment contains important information and details which are pertinent to the installing contractor, consultant and end-user. Please forward. Please feel free to contact us if we may by of further assistance. Signed: SERVING THE POWER GENERATION INDUSTRY S.F. GRIGGS ASSOCIATES, INC. 16310 ONE 85 St, Suite 201 Phone: (425) 869-5867 Redmond, WA 98052 Fax: (425) 869-9797 E-Mail: sfgriggs @msn.com QUOTATION TO: D Square DATE: March 6, 2012 YOUR JOB NO: City of Renton QUOTATION NO: 3-12-19214 PAGE NO: 1 of 1 ATTN: Don Dunavant REVISION: NONE WE ARE PLEASED TO OFFER THE FOLLOWING PRODUCT (S): TRYSTAR GENERATOR DOCKING STATION 1 1 P/N: GDS165WLM Amps: 1,600 Volts: 480V -NEMA 3R Enclosure, UL 50 Listed -Aluminum Construction with Front Padlockable door. -Includes Trystar Rake System to reduce potential of cable theft. -Includes Phase Rotation Monitor. -This quote is based only on our phone conversation of 3/6/12. 240Lbs. 3-4 Weeks Shipping Point/ PPA NET 30 DAYS After receipt of order&all required Freight is not included unless so Subject to credit approvals. indicated. approval. VENDOR TRYSTAR C/O S.F. GRIGGS &ASSOCIATES, INC. 16310 NE 85th St. Suite 201 Steve Griggs REDMOND, WA 98052 SIGNED 1) This is a quotation only and not an offer to sell. Any order from this quotation is subject to acceptance by the vendor below at its home office under its usual terms of sale. Taxes not included. Errors subject to correction. 2) Orders should be in favor of the vendor and mailed to the address shown. Invoices will be issued by the vendor. 3) This quotation is subject to standard terms and conditions form of the vendor(form attached). 4) This quotation is valid for 30 days. SERVING THE POWER GENERATION INDUSTRY 8 7 6 5 4 3 2 REVISIONS REV. DESCRIPTION DATE APPROVED 38.000 CONDUIT ENTRY DEV 6/1012011 .k.f. OEV01 Che dra cked v4np:updated l°SW1011 6/13/2011 0 et-er D D 20.084 19.000 0 TOP CONDUIT ENTRY CONDUIT ENTRY 29.000 0.438 a A s, (BOTH SIDES) l C 0 MECHANICAL LUGS I o C 16.477 DIMETRIC DOOR CLOSED 0.25"X4.00"COPPER 1:24 SCALE BUSBAR 44.700 0 42.200 I 43.450 5.542 E1016 SERIES MALE a 0 CAMLOCKS 38.690----� 21.153 FRONT SECTION A-A BACK a DIMETRIC DOOR OPEN 1:24 SCALE Part Number:GOSaavW-LM IMIMS00 mcSpKIM: NexE p.f OWWbxt 6RExxC1m MDC 16110IM11 TRYST rolfRexCES:fOAI Cxf<,ID SMT jvj3jwtj TITLE: ? He°O.:"r`.v C.. 11-1 A "� < °D a _ mgalv°cEOf1 gn:oos 6°.,Px. 1600A 480/277V Wall Mount A GQ a. �,°,xx° x06„,. Docking Station aGi s°z<_ ” `i Qo x�:a`no°ONfee;D°o s n- �a uu o° vxniovniw�lwrt°mw,fenM Or a a z � eeo°fw.lfRRCx_mrsuq � M- SIZE DWG.N REV "50R�"2i32 N p M°°i o B GDS-165W-L EVo ANSI Gray Powder COat X 11 18 4 1 B % "MM(3R•N•G) 5 GN.Wi,fiN,OR,YL M " N1en.vu�or xN SS011 SCALE:1:16 WEIGHT:136.121 SHEET10F1 8 7 6 5 4 3 2 CALL 1-866•TRYSTAR(879-7827)TO PLACE YOUR ORDER.- RDER CALL 1-866-TRYSTAR(879-7827)TO PLACE YOUR ORDER Part#GDS-205W-LM 1 g Part*GDS-405W-M-K2 (pictured) ' 111' (pictured lower left) Part#GDS-045W SM-K1 .................................... .. �����������������.....•••.•......•... pictured center and lower right) DESCRIPTION DESCRIPTION •Available for 100A to 4000A service Available for 100A to 4000A service •Key releases only when doors of GDS are closed and locked •Powder coated aluminum or stainless steel construction •Patented locking block incorporated into a standard Trystar GDS •Both doors will dose only if the cable •Docking stations accommodate any style inlet or receptacle -- is not connected to the GDS •Lockable rake system reduces cable theft&cable disconnection new- Key can be installed into a facility's ,.1 new or eldsting main breaker •The facility's main breaker is used to lode out •Cam style Inputs and/or outputs or other Only the provided key will open and transfer power from utility to generator • •UL and C-UL 50 listed enclosure,NEMA 3R Trystars GDS with locking block •UL and C-UL 50 listed enclosure,NEMA 311 •Provides safe and easy cam connections to transfer switches �d •The key is captive and is only released by disconnecting the main breaker i X!- 6 �I � ff � t I Optional leg kit 1200A output panel 400A docldng station 4000A Closed 400AClosed 400A Open with rake system .. . ....._... ........._... .._....... .__. ...._.........._.. ... .... ...... .. ._..... . . ....._........ ... ..... .... ._.... . ... ._...... ......._.. a.. 507.333.3990•866.mtVSTAR•fa 507.334.1681•Irystac<om 6 ��� 507.333.3990•866.711ySTAR•hx 507.331.1683•tlyarar.COm 7