HomeMy WebLinkAbout4.282 Original ContractPORT ANGELES BRANCH LIBRARY
Library Shelving
Bid Documents and Specifications
for
CITY OF
PORT ANGELES
Port Angeles, Washington
March 11, 1998
DESIGN PERSPECTIVES
911 Western Avenue
Suite 420
Seattle, WA 98104
206 447 6963 206 442 9128 Fax
DR 3 \A_
Bid Set No.
RECE1V
MAR 1 81998
CITY OF PORT ANGELES
WIC WORKS
DESIGN PERSPECTIVES
I
i
i
i
i
i
PROGRAMMING SPACE PLANNING INTERIOR DESIGN
FAX TRANSMITTAL
TOTAL PAGES TRANSMITTED: 1
DATE: 3/19/98
TO: Rick Timmerman, T chnical Furniture Systems
FROM: Laura Baldwin
PROJECT: Port Angeles Branc Library
RE: SHELVING BID DOCUMENTS
ADDENDUM #1
PLEASE MAKE THE FOLLOWING ONE CHANGE TO THE SHELVING BID
DOCUMENTS FOR PORT ANGELES BRANCH LIBRARY:
1. Apple wood is an acceptable substitute for Tupelo wood in the construction of the end
panels and canopy tops.
CITY OF FORT ANGEL.
PUBLIC WOnv:•
911 Western Avenue 420 Maritime Building Seattle, WA 98104 [T] 447 -6963 [F] 442 -9128
RECEIVED
AM
pORTq,
keucvoto
April 14, 1998
TO: Technical Furniture Systems, Inc.
1727 East Marine View Drive, Suite e
Everett, WA 98201
Dated this 14th day of April, 1998.
ACCEPTANCE OF NOTICE
CITY OF PORT ANGELES
NOTICE OF AWARD
PROJECT Description: Provision and installation of library shelving for the new 26,000 square foot Port Angeles
Branch Library.
The Owner has considered the bid submitted by you for the above described work in response to its
Advertisement for Bids dated March 11, 1998.
You are hereby notified that your bid has been accepted for items in the amount $132,737.80.
You are required, as stated in the Information for Bidders, to execute the contract and furnish the required
Contractor's Performance and Payment Bond and certificates of insurance within ten (10) calendar days from the
date of this notice to you.
If you fail to execute said contract and to furnish said bonds within ten (10) days from the date of this Notice,
said Owner will be entitled to consider all you rights arising out of the Owner's acceptance of your bid as abandoned
and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be granted by law.
You are required to return an acknowledged copy of this Notice of Award to the Owner.
Please return original to the City of Port Angeles Public Works Department.
Receipt of the above Notice of Award is hereby acknowledged this day of Ap 1998.
SIGNATAE
RECEIVEp
APR 1 7 1998
CITY OF PORT ANGELES
PUBLIC WORKS
Print Name iC., I r l Wt IAi1P,[? Lvov oj
Title U
N 1PROJECTS\94- 19LIB \TECHFURN NOA PW- 7_028111/95)
PART I BID DOCUMENTS AND CONDITIONS
ADVERTISEMENT FOR BIDS
00 100 BIDDING INFORMATION
00 300 BID FORMS
00 400 SUPPLEMENTS TO BID FORMS
00 410 BID BOND
00 420 BIDDER'S QUALIFICATION FORM
00 430 SUBCONTRACTOR LIST
00 480 NON COLLUSION AFFIDAVIT
00 500 AGREEMENT FORMS AIA DOCUMENT 177
00 510 ESCROW AGREEMENT FOR RETAINED PERCENTAGE
00 600 BONDS AND CERTIFICATES
00 610 PERFORMANCE BONDS
00 700 GENERAL CONDITIONS
00 800 SUPPLEMENTARY CONDITIONS
1. CERTIFICATE OF NON SEGREGATED FACILITIES
2. PUBLIC WORKS DEPARTMENT POLICY AND PROCEDURES
3. RESOLUTION NO. 7 -91
4. DESIGN CLARIFICATION/VARIATION REQUEST /FIELD AUTHORIZATION
5. FLOW CHART FOR CHANGE ORDERS
6. CONTRACT CHANGE ORDER
7. DCVR LOG
00 830 PREVAILING WAGE RATES
SCHEDULE AND DELIVERY OF WORK
SUBSTITUTION REQUEST FORM
TECHNICAL SPECIFICATIONS
GENERAL SHELVING NOTES
SHELVING SPECIFICATIONS
END PANEL AND CANOPY TOP SPECIFICATIONS
INSTALLATION PLANS
Table of Contents
Shelving Bid Documents
Port Angeles Branch Library
TABLE OF CONTENTS
Library Shelving
Port Angeles Branch Library
PART II GENERAL REQUIREMENTS
-END TABLE OF CONTENTS-
Page -1
ADVERTISEMENT FOR BIDS
Library Shelving
Port Angeles Branch Library
Sealed bids will be received by the office of the City Clerk at 321 East Fifth Street, P. O. Box 1150, Port
Angeles, Washington 98362, until 2:30 o.m.. Tuesday March 24. 1998 and not later, and will then and there
be opened and publicly read at that time in the City Council Chambers for the construction of the
improvements.
Involves the providing and installation of library shelving for the new 26,000 square foot
Port Angeles Branch Library.
Detailed plans and specifications (Project Manual) may be obtained from the office of Design Perspectives
at 911 Western Avenue, Suite 420, Seattle, WA 98104, for a non refundable fee of $25.00 per set.
Informational copies of plans and specifications are on file for inspection in the office of the City Engineer
Phone 360 417 4700].
Bidders shall be qualified for the type of work proposed. A Bidder's Construction Experience Form is included
in the Project Manual.
All bids shall be submitted on the prescribed Bid Forms and in the manner as stated in this advertisement and
in the Project Manual and said bids shall be accompanied by a bid deposit in the form of cashier's check,
postal money order, or a surety bond to the City of Port Angeles in the amount of five percent (5 of the total
amount of the bid. If a surety bond is used, said bond shall be issued by a surety authorized and registered
to issue said bonds in the State of Washington. The bond shall specify the surety's name and address and
shall include a power of attorney appointing the signatory of the bond as the person authorized to execute it.
Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within
the time stated in the specifications, the bid deposit shall be forfeited to the City of Port Angeles. Faxed bids
and/or surety bonds shall not be accepted.
Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this
invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or
handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for
participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the
City for such notification. Further, all bidders are directed to solicit and consider minority and women owned
businesses as potential subcontractors and material suppliers for this project.
The City of Port Angeles reserves the right to accept the bids and award contracts to responsible bidders
which are in the best interest of the City, to postpone the acceptance of bids and the award of the contracts
for a period not to exceed thirty (30) days, or to reject any and all bids received and further advertise for bids.
When awarded contracts, the successful bidder shall promptly execute contracts and shall furnish bonds of
faithful performance of the contracts in the full amount of the contract prices.
Bids must be sealed with the outside of the envelope marked BID OPENING DATE (write the date of bid
opening) PROJECT (write the name of project). Name and address of the bidder should also appear on the
outside of the envelope. Bids should be addressed to the City Clerk, PO Box 1150, 321 East Fifth Street, Port
Angeles, Washington 98362.
PUBLISH: Peninsula Daily News March 11. 1998 and March 15. 1998
Daily Journal of Commerce Publish Twice
N:\ PROJECTS ■94- 191JBlCONSULTISPECSIBIDAD SH.WPD
Becky J. Upton, City Clerk
Sealed bids will be received by the City of Port Angeles (herein
called "Owner'), at 321 East Fifth Street, Port Angeles, Washington
98362, until the time and date as stated in the ADVERTISEMENT
FOR BIDS or as amended through addendum, and then at said
office publicly opened and read aloud.
Each bid shall be received by the Owner in the manner set forth in
the ADVERTISEMENT FOR BIDS. Each bid must be submitted in
a sealed envelope, so marked as to indicate its contents without
being opened, and addressed in conformance with the instructions
of the ADVERTISEMENT FOR BIDS.
Each bid shall be submitted on the required bid form contained in
the project manual and shall be submitted attached to the project
manual with which it was onginally bound. All blank spaces for bid
prices must be filled in, in ink or typewritten, and the bid form must
be fully completed and executed when submitted Only one copy of
the bid form is required. BIDS WILL NOT BE READ if detached
from the project manual with which they were originally bound, nor
shall any of the accompanying papers be detached therefrom, but
the entire package (project manual without the plans), including
addendums, must be unbroken, in good order, and enclosed in a
sealed envelope, endorsed with the name of the work. Each bid
shall be accompanied by a bid deposit in the form of a cashier's
check, postal money order, or surety bond to the City of Port
Angeles for a sum of not less than 5% of the amount of the bid, and
no bid will be considered unless accompanied by such bid deposit.
The Owner may waive any informalities or minor defects or reject
any and all bids. Any bid may be withdrawn prior to the scheduled
time for the opening of bids or authorized postponement thereof.
Any bid received after the time and date specified shall not be
considered. No bidder will be permitted to withdraw its bid between
the closing time for receipt of bids and the execution of contract,
unless the award is delayed for a period exceeding thirty (30)
calendar days. A conditional or qualified bid will not be accepted.
The bid award will be made to the lowest responsible bidder.
The work embraced in the project manual shall be under the
supervision of the City of Port Angeles Public Works Department,
subject to the acceptance and approval of the City Council. It shall
be begun within ten (10) calendar days after notice to proceed from
the Director of Public Works and shall be completed within the time
as stated in the Advertisement for bids.
The Owner may make such investigations as it deems necessary to
determine the ability of the bidder to perform the work, and the
bidder shall furnish to the Owner all such information and data for
this purpose as the Owner may request. The Owner reserves the
nghtto reject any bid, if the evidence submitted by, or investigation
of, such bidder fails to satisfy the Owner that such bidder is property
qualified to carry out the obligations of the contract and to complete
the work contemplated therein.
The party to whom the contract is awarded will be required to
execute the contract and obtain the performance and payment bond
within ten (10) calendar days from the date the notice of award is
delivered to the bidder. Such bond(s) shall be on the form provided
by the Owner, specify the name and address of the surety, and shall
include a power of attorney appointing the signatory of the bond(s)
as the person authorized to execute it (them).
The notice of award will be accompanied by the necessary contract
and bond forms. In case of failure of the bidder to execute the
contract, the Owner may, at its option, consider the bidder in default,
in which case the bid bond accompanying the bid shall become the
property of the Owner.
INFORMATION FOR BIDDERS AND CHECKLIST
The Owner, within ten (10) calendar days of receipt of acceptable
performance bond, payment bond, and contract signed by the party
to whom the contract was awarded, shall sign the contract and
return to such party an executed duplicate of the contract Should
the Owner not execute the contract within such period, the bidder
may, by written notice, withdraw its signed contract. Such notice of
withdrawal shall be effective upon receipt of the notice by the
Owner.
The notice to proceed shall be issued within ten (10) calendar days
of the execution of the contract by the Owner. Should there be
reasons why the notice to proceed cannot be issued within such
period, the time may be extended by mutual agreement between the
Owner and contractor. tithe notice to proceed has not been issued
within the ten (10) calendar day period or within the period mutually
agreed upon, the contractor may terminate the contract without
further liability on the part of either party. All applicable laws,
ordinances, and the rules and regulations of all authorities having
jurisdiction over construction of the project shall apply to the
contract throughout
CHECKLIST
1. Has a bid deposit in the form of a surety bond in the proper
form, postal money order, or cashier's check been enclosed
with your bid?
2. Is the amount of the bid deposit at least five percent (5 of
the total amount of the bid?
3 Have the bid forms been properly signed?
4. Do the written amounts of the bid forms agree with the
amounts shown in figures?
5. Have you bid on all items?
6. Has the non collusion affidavit been properly executed?
7. Have you shown your contractor's state license number on the
bid form?
8 Have you listed all sub contractors that you will use for the
project?
9 Have you filled out the bidder's construction experience form?
The following forms are to be executed after the contract is
awarded:
A Contract To be executed by the successful bidder and
the City.
B. Performance bond To be executed on the form provided
by Owner, by the successful bidder and its surety
company. To include name and address of surety and
power of attorney of signatorv.
C Insurance certificate(s).
PW-407_07 (11195]
DIVISION 00- BIDDING INFORMATION
00 100 INSTRUCTIONS TO BIDDERS
1. Examination of Site and Conditions:
a. The bidder is required to examine carefully the site of the proposed work, the
proposal, plans and specifications and contract forms before submitting a proposal.
It is mutually agreed that submission of a bid shall be considered prima facie
evidence that the bidder has made such examination and is satisfied as to the
conditions to be encountered in performing the work as scheduled, or as at any time
altered as stipulated in the General Conditions of the hereinafter mentioned
Standard Specifications; and as to the character, quality and quantities of work to be
performed and material to be furnished, and as to the requirements of the plans,
specifications, supplemental specifications, special provisions, contract, and
addenda thereto.
b. No statement made by any officer, agent or employee of the City of Port Angeles
and/or the Designer in relation to the physical conditions pertaining to the site of the
work will be binding on the City of Port Angeles and/or the Designer.
c. The failure or omission of any bidder to examine any form, instrument or document
shall in no way relieve any bidder from any obligation in respect to this bid.
2. Proposal Sums:
a. The sum of money shown on the proposal covering all work included in base bid
contract documents, together with any addenda thereto and/or for unit prices called
for, or for any alternates called for, shall include all items of labor, material,
equipment, overhead and compensation to complete all of the work under each
particular heading.
3. Laws and Regulations:
a. The bidder is assumed to be familiar with all Federal, State, County, and Municipal
laws, regulations, and ordinances, which in any manner affect those or have
jurisdiction over those engaged or employed in the work or the materials or
equipment used in the proposed construction, or which in any way affect the
conduct of the work, and no pleas of misunderstanding will be considered on
account of ignorance thereof. If the bidder, or contractor, shall discover any
provision in the plans, specifications, or contract which is contrary to or
inconsistent with any law or regulation, he shall forthwith report it to the Designer
in writing.
4. Addenda and Internretations:
a. No interpretation of the meaning of the plans, specifications or other pre -bid
documents will be made to any bidder orally.
b. Every request for such interpretation should be addressed to Design Perspectives,
(206) 447 -6963, and to be given consideration must be received at least five (5)
days prior to the date fixed for the opening of bids. Any and all such interpretations
and any supplemental instruction will be in the form of written addenda to the
specifications which, if issued, will be mailed not later than three (3) days prior to
the date fixed for the opening of bids. Failure of any bidder to receive such
addenda shall not release the bidder from any obligation under his bid as submitted.
All addenda so issued shall become part of the contract documents.
Instructions to Bidder
Library Shelving
Port Angeles Branch Library
5. Prohibition of Alterations:
a. Except as otherwise provided herein, proposals which are incomplete, or which are
conditioned in any way, or which contain erasures, alterations, or items not called
for in the proposal, or which are not in conformity to the law, may be rejected.
b. The proposal form invites bids on definite plans and specifications. Only the
amounts and information asked for on the proposal form furnished will be
considered as the bid. Each bidder shall bid upon the work exactly as specified and
as provided in the proposal form.
c. No oral or telephonic proposals or modifications will be considered.
6. Method of Award Lowest Responsible Bidder:
a. It is the intent of the Owner to award the Contract to a qualified Contractor
submitting the lowest bid within the funds available for work included in the Base
Bid and any or all alternates selected in any order enumerated in Section 01030.
7. Contract Documents:
a. The construction contract shall be executed upon AIA A177 Abbreviated Form of
Agreement Between Owner and Contractor for Furniture, Furnishings and
Equipment including General and Supplemental Conditions. NOTE: Sections
10.5 and 10.8 are to be deleted and replaced with the following:
All claims, disputes and other matters in question between
the Contractor and the Owner, arising out of or related to the
contract documents or the breach thereof or arising out of the
project, except for claims which have been waived by the
making or acceptance of final payment, shall be decided by a
court of law under regular rules of civil procedure, with
venue in Clallam County, State of Washington. Unless
otherwise stated in writing, the Contractor shall carry on the
work and maintain its progress during any court
proceedings.
b. Additional forms used in the prosecution of the work shall be but not limited to:
1) Change Order City Resolution 7 -91
2) Application and Certificate for Payment AIA G702
Copies of the above forms are available upon request from the Architect (Lindberg
Architects: Stuart Bonney or Bill Lindberg, phone 360 -452- 6116).
8. Contracts and Performance Bond.:
a. Signatures
1) Proprietorship: Execution by the contractor shall be in the correct name. If
a sole proprietorship (even though the words "and Company" appear), the
person shall name himself as owner. Example: John Doe dba/John Doe
Company.
2) Partnership: If the contractor is a partnership the managing partner shall
sign, describing himself as such.
3) Corporation: If the contractor is a corporation, a signature for the
corporation by the president or his equivalent and by the secretary or his
equivalent, describing themselves as such, plus imprint of the seal, will be
required. If the corporation has a resolution or copy of by -laws authorizing
some other signature, the resolution or copy of the by -laws shall be with the
offer.
Where contract requires a performance bond, the persons signing for the
corporation must sign both the contract agreement and bond, describing themselves
Instructions to Bidder
Library Shelving
Port Angeles Branch Library
as such on both documents. The seal for the bonding company is required on the
performance bond.
b. Attorney-In-Fact-
1) The surety shall be bound by an attorney -in -fact, resident in Clallam County
preferable, but certainly in the State of Washington.
2) The seal of the bonding company is required on all performance bonds.
9. Title 82 RCW:
a. Before payment by the contractor of any taxes to the Department of Revenue for or
on account of any materials or work involved in this contract, the parties shall
determine the amount which may be claimed due under the provisions of Title 82
R.C.W. and such sum shall be withheld by the City from the contract price to be
paid by the City directly to said Department if found to be due by final
determination of the courts of the State of Washington.
b. Base Bid and Alternate bids shall not include any Washington State and Local sales
taxes.
10. Substitutions and Annroval Prior to Receint of Bids:
a. Bids must be based upon the specific articles and materials named in the Contract
Documents, or their approved equals and be in accordance with Section 01 630,
Substitutions and Product Options.
b. During the bidding period, written requests for approval of substitutions by prime
bidders will be considered if received by Design Perspectives, 911 Western Avenue
Suite 420, phone 206 -447 -6963 not later than five (5) days prior to the scheduled
date of bid opening. Such requests shall be accompanied by complete descriptions,
technical data, and documentary evidence that the proposed substitution is equal to,
or better than, those articles or materials specified. The Designer reserves the right
to request that samples be submitted and satisfactory demonstrations be made for
the proposed substitutions prior to approval.
c. Approval of proposed substitutions will be made by addenda, mailed to all bidders.
Proposed substitutions not so listed shall be considered having been rejected.
11. Oualifications of Bidding:
a. The Contractor covenants that he is registered and licensed as required by the laws
of the State of Washington. The Owner may take such investigations as he deems
necessary to determine the ability of the bidder to perform the work, and the bidder
shall furnish to the Owner all such information and data for this purpose as the
Owner may request. The Owner reserves the right to reject any bid if the evidence
submitted by, or investigation of, such bidder fails to satisfy the Owner that such
bidder is properly qualified to carry out the obligation of the contract and to
complete the work contemplated therein.
b. The Owner at his discretion may determine that a bidder is not responsible and
reject his proposal for any of the following reasons.
1) More than one proposal on the same project from a bidder under the same or
different names.
2) Evidence of collusion with any other bidder, or bidders.
3) If a bidder is not qualified for the work involved or to the extent of his bid.
4) Unsatisfactory performance record, judged from the standpoint of conduct
of work, workmanship, or progress as shown by past or current work for
the Owner.
5) Uncompleted work, whether for the Owner or otherwise, which might
hinder or prevent the prompt completion of the work bid upon.
Instructions to Bidder
Library Shelving
Port Angeles Branch Library
I
1
1
I
1
1
6) Failure to pay or settle bills for labor or materials on any former or current
contracts.
7) Any other inability, financial or otherwise, to perform the work.
8) A bidder is not licensed and authorized to do business in the State of
Washington.
9) For any other reasons deemed proper as determined from a pre -award
survey of bidder's capability to perform.
12. Supplementary Condi
a. Supplementary Conditions are used to amend or abridge the General Conditions.
13. Prevailing Wages:
a. The Contractor shall pay the prevailing wages for the specific type of construction
as determined by the State of Washington or Federal Prevailing Wages, whichever
is higher, in the city or county where the work is being performed. See
Specification Section 00 830.
14. Hours of Labor.
a. All work under this Contract shall be performed pursuant to public policy of the
State of Washington, as set forth in Chapter 49.28, revised Code of Washington,
as amended requiring that public work be performed in work days of not more than
eight (8) hours each, except in extraordinary emergency. The provisions of said
Chapter 49.28 R.C.W. as amended, are by reference incorporated and made a part
hereof. Pursuant to the provisions of Sections 49.28.050 and 40.28.060 R.C.W.
the Owner may cancel the Agreement in case the work is not performed in
accordance with said policy.
15. Discrimination:
a. Discrimination in all phases of employment is prohibited by Title VII of the Civil
Rights At of 1964, Presidential Executive Order 11246, as amended by Executive
Order 11375, the Washington State Law Against Discrimination, Chapter 49.60
R.C.W., and by Gubernatorial Executive Orders 66 -1 and 70 -01, among other
laws and regulations.
s
16. Additional Bidder Information:
a. See accompanying City of Port Angeles "Information for Bidders and Checklist
-END SECTION 00 100 INSTRUCTIONS TO BIDDER- t-
Instructions to Bidder
Library Shelving
Port Angeles Branch Library
:,.4Z
l',F ',V .I+
00 300 BID FORMS
North Olympic Library System Service Center
and New Port Angeles Public Library
Library Shelving
Honorable Mayor and City Council
City of Port Angeles
321 East Fifth Street
Port Angeles, Washington 98362
The bidder, in compliance with your invitation for Bids for the North Olympic Library System
Service Center and Port Angeles Public Library, Port Angeles, Washington, having examined the
specifications, drawings, related documents and the site of the proposed Work, and being familiar
with all of the conditions surrounding the work of the proposed project including the availability of
material and labor, hereby proposes to furnish all labor, materials, and incidentals, and to perform
the Work in accordance with the Contract Documents, at the prices stated below. These prices are
to cover all expenses incurred in performing the Work required under the Contract Documents, of
which this proposal is a part.
Bidder hereby agrees to commence work under this contract immediately upon receipt of written
notice to proceed and to fully complete work as described in Contract Documents.
1. Base Bid:
a. For the Base Bid as defined in the Project Manual, the following sum of:
One hundred thirty two thousand seven hundred
thirty -seven and 80/100
Dollars($ 132,737.80
2. Alternate Bids:
Undersigned proposes to perform additions or substitutions to the Base Bids called for in
the following alternates, in accordance with Section 01030.
3. Overhead Profit:
a. The undersigned agrees that all of the above named Base Bid include all
Contractor's overhead and profit or fee.
4. Sales Tax:
a. None of the above bid prices shall include State and/or Local Sales Tax.
5. Rieht of Resection:
a. Bidder agrees that the Owner reserves the right to reject any or all bids and to waive
any informalities in the bidding. Bidder agrees that any or all Alternates may be
taken in any order.
Bid Forms
Library Shelving
Port Angeles Branch Library
6. Procedure:
a. The undersigned agrees that if he is notified of the acceptance of this bid within 60
days of the date set for opening bids, or any time thereafter before this bid is
withdrawn, he will execute a Contract for the above work, for a compensation
computed from the sums stipulated in the Form of Bid, in the standard form of
agreement noted in the specifications and to furnish insurance, performance and
payment bonds as stipulated in Section 00 600.
7. Bid Security:
Street
Address:
T e
City:
Bid Forms
Library Shelving
Port Angeles Branch Library
a. The bid security is attached in the sum of Six thousand sig hundred
thirty -six and 89/1 00 Dollars 6,636. 8 9
b. The Undersigned agrees that the bid security accompanying this bid shall be left in
escrow with the Owner, that the amount of the bid security is the measure of
damages which the Owner will sustain by the failure of the Undersigned to execute
the contract within 10 days after written notice of the award of the contract to him,
the amount of the bid security shall be paid to the Owner. If this bid is not accepted
within 60 days after the time set for opening bids, or if the Undersigned delivers
said contract and bonds as instructed, then the bid security shall be returned to the
bidder or become void.
8. Addenda:
a. Receipt of Addenda numbered #1 throughout 1 is hereby
acknowledged, and all costs of the work therefore have been included in the Form
of Proposal.
Technical Furniture Systems, Inc.
Bidder:
1727 East Marine View Drive, Suite E
Iveretpt, -WA o n
i
BY: I
981
Ick Timmerman,
Vice President
State of Washington Contractor's License No.: TECHNFSO99KH
Contractor's License Expiration Date: 1 1- 9 8
WA
Give State of Incorporation:
If bidder is a partnership, give full names of all partners.
If bidder is a corporation, Affix Corporate Seal:
Rick Timmerman V.P.
Terry Town President
-END SECTION 00 300 BID FORMS-
a n d
CORPORATE ACKNOWLEDGMENT
I TATE OF WASHINGTON
runty ofULJ- (2'1 SS.
r.4--
On this day of 'YYIGt,t-e k_ 1 7 personally appeared before mer t c.-k.- T n,,m r rY r
to me known to be the Vic P_ (KPQ Y'I�eT±
I f the corporation that executed the within and foregoing instrument, and acknowledged said instrument to be the free and
oluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that (5
authorized to execute said instrument and that the seal affixed (if any) is the corporate seal of said corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
rporate Acknowledgment
ashington Legal Blank, Inc., Issaquah, WA Form No 68 2/91
ATERIAL MAY NOT BE REPRODUCED IN WHOLE OR IN PART IN ANY FORM WHATSOEVER
V 2Qx 2
Notary Public in and for the State of (?..2/41C./(_.
My appointment expires: 1d 19x'' 3
00 400 SUPPLEMENTS TO BID FORMS
00 410 BID BOND
1. See accompanying City of Port Angeles Public Works "Bid Bond Form
2. THIS FORM MUST ACCOMPANY EACH BID WITHOUT ALTERATION.
Supplements to Bid Forms
Library Shelving
Port Angeles Branch Library
-END SECTION 00 410-
HereWIth find deposit in the form of a cashiers check, postal money order or bid bond in the amount of
which amount is not leas than five (5 percent of the total hid.
=OM=
KJJOW ALL MEN BY THESE PRESENTS:
TECHNICAL FURNITURE SYSTEMS., INC. RELIANCE SURETY COMPANY
That**, ri napat and as Surety, are held and firmly bound
unto the CITY OF PORT ANGELES as Obfigee, in the penal sum of FIVE PERCENT OF BID Dollar*. for the payment
of which the a Prlecipel'and the qurety bind themselves, their heirs, executors, administrators, successors and assigns,
jointly! anal severally, by these preeents.
The dondaion of this obligation is such that if the Obligee shall make any sward to the Principal for.
SUPPLY LIBRARY SHELVING
acco to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with
the igee in accordance with the terms of said bid and award and shauigive bond for the faithful performance
there f, vith Surety or Sureties appraveid by the Obligee; or ff the Principal shall, in case of failure so to do, pay and
forfeit to the Obligee t he penal amount of the deposit specified in the advertisement for bids, then this obligation shall
be mutt and void; othepwise It shall be and remain in full force and effect and *Surety shall forthwith pay and forfeit to
the Obligee, as•penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS 17TJiy of MARCH ,19 9B
Dated:
Rec erveairotum of deport in the awn of
vw ca_`cr mem
SIGN HERE
TE r I r �+YSTEMS, NC.
By;
Principal
RELIANCE SURETY COMPANY
e, Ci Yars7�
Surety Geraldine C. Stewart, Attorney -in -Fact
By
BID BOND FORM*
BID BOND
1
\,,Ililriil 114n C sl I II
p „1
RELIANCE S URETY'CC'►MP'.
°PIi,� 9111V,gllll,
IIU Ii
UNITED;' PACIFI 1NSURi
ornpantes
sy�oi.certifiCate; e
tares and facsimilell
II' rte I I III I IIIIIIII'II °I Il�illIllliilll IIP�
arnied;und0 the= laws_of the State of�illl61i ;�;�;,,�IIII�P��'�11�I� s.,
4 1 e 4 4
Washington
t
t
@G9
Q0 42Q BIDDERS QUALIFICATION FORM
i See accompanying City of Port Angeles Public Works "Bidder's Construction
Experience
2. THIS FORM MUST ACCOMPANY EACH BID WITHOUT ALTERATION.
Bidders Qualification Form
Library Shelving
Port Angeles Branch Library
-END SECTION 00 420-
r
1
7.
BIDDER'S CONSTRUCTION EXPERIENCE
All questions must be answered and the data given must be clear and
comprehensive. If necessary, add separate sheets for items marked
1. Name of bidder: Technical Furniture Systems, Inc
2. Permanent main o f f i c e address: 1 727 East Marine View Drive Everett, Wa. 98 2 1
3. When organized: 1991
4. Where incorporated: Washington
5. How many years have you been engaged in the contracting business under your present
firm name? 7 years
6. *Contracts on hand. (Schedule these, showing gross amount of each contract and the
approximate anticipated dates of completion.)
See Attached List
*General character of work performed by your company: Library Shelving and
Furniture
8. Have you ever failed to complete any work awarded to you?
If so, where and why?
9. Have you ever defaulted on a contract? No
10. *List the more important projects recently completed by your company, stating
approximate cost for each, and the month and year completed.
See Attached List
11. *List your major equipment available for this contract: Delivery Trucks
Complete Wood working Installation Tools
12. *Experience in construction work similar in importance to this project:
See Attached List
13. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the City? Yes
14. The undersigned hereby authorizes and requests any person, f corporation to
furnish any information requested by the City of Port Angele
Date:
PW-407 09 (11/95)
No
Title:
Bidder Signature
Print Name: Rick G. Timmerman
Vice President
16
PORT ANGELES LIBRARY BID
RE: BIDDER'S CONSTRUCTION EXPERIENCE
MAJOR CONTRACTS ON HAND
#97 -711 Oregon State University Library $983,031.44 Estimated Completion 11 -98
#97 -673 Arctic Research Center Library $349,383.00 Estimated Completion 7 -98
#98 -739 Edmonds Community College Library $307,839.53 Estimated Completion 5 -98
MAJOR CONTRACTS RECENTLY COMPLETED
#97 -600 Meridian Public Library $372,513.90 Recently Completed 4 -97
#97 -605 Green River Comm. College Library $534,413.40 Recently Completed 5 -97
#97 -671 Central Oregon Comm College Library $642,729.95 Recently Completed 2 -98
If you need any additional projects for your reference please feel free to contact me.
Sincerely
TECHNICAL FURNITURE SYSTEMS, INC.
1727 EAST MARINE VIEW DRIVE, SUITE E
EVERETT, WA 98201
(425) 252 -2969 FAX (425) 252 -2433
J -41'
Rick G. Timmerman
Vice President
00 430 SUBCONTRACTOR LIST
1 See accompanying City of Port Angeles Public Works "Listing of Proposed Sub
Contractors and Major Material Suppliers
2. THIS FORM MUST ACCOMPANY EACH BID WITHOUT ALTERATION.
Subcontractors List
Library Shelving
Port Angeles Branch Library
-END SECTION 00 430-
Bidder shall list all subcontractors proposed to be used on portions of the work in
excess of ten percent of the total bid. FAILURE TO LIST SUB CONTRACTORS
SHALL BE CONSIDERED TO BE A NON RESPONSIVE BID. If there are no sub-
contractors, write "NO SUB CONTRACTORS WILL BE USED
Il NAME AND ADDRESS DESCRIPTION OF WORK
LISTING OF PROPOSED SUB CONTRACTORS
I NO SUB CONTRACTORS WILL BE USED
I
I
I
I
I
I
I
1
I
1
I
S IGNATURE sand TITLE
00 480 NON- COLLUSION AFFIDAVJI
1. See accompanying PW- 407.8(11/95) "Non- Collusion Affidavit
2. THIS FORM MUST ACCOMPANY EACH BID WITHOUT ALTERATION.
Non Collusion Affidavit
Library Shelving
Port Angeles Branch Library
-END SECTION 00 480-
1
i
I
1
1
1
STATE OF WASHINGTON
COUNTY OR.SI h,M(L(
NON COLLUSION AFFIDAVIT
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.
PW -407.8 j11/95)
Subscribed and sworn to before me this o2 day of '1n
gig-nature of Bidder /Contractor
V 4 -V. LQ..UL
Notary Public in and for the
State of Washington.
Residing at 10 (V.4
My Comm. Exp.:
I
00 500 AGREEMENT FORMA
1. Contents;
a. See accompanying sample American Institute of Architects, Electronic Document
I Service, AIA Document A 177, Abbreviated Form of Agreement Between Owner
and Contractor, 1990 Addition, together with its accompanying General
Conditions, Pages 1 -11.
I b. This Document is for sample use only. Refer to Section 00 100, "Instructions to
Bidders
1
1
I
I
I
I
I
I
I
I
I
I
1
1
I
Agreement Forms
Library Shelving
Port Angeles Branch Library
-END OF SECTION 00 500-
Abbreviated Form of Agreement Between Owner and
Contractor for Furniture, Furnishings and Equipment where
the Basis of Payment is a Stipulated Sum
THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS
COMPLETION OR MODIFICATION AUTHENTICATION OF THIS ELECTRONICALLY DRAFTED AIA DOCUMENT MAY BE MADE BY USING AIA
DOCUMENT D401
Portions of this Document are derived from AIA Document A107, Abbreviated From of Agreement Between Owner and Contractor, copyright 1936, 1951, 1958,
1961, 9163, 1974, 1978, copyright 1987 by The American Institute of Architects, and AIA Document A271, General Conditions of the Contract for Furniture,
Furnishings and Equipment, copyright 1977, copyright 1990 by The American Institute of Architects and The American Society of Interior Designers Material in
MA Document A177 differing from that found in AIA Documents A107 and A271 is copyright 1980, copyright 1990 by The American Institute of Architects and
The American Society of Interior Designers Reproduction of the material herein or substantial quotation its provisions without written permission of AIA and ASID
violates the copyright laws of the United States and will be subject to legal prosecution
AGREEMENT
made as of the day of
(In words, indicate day, month and year)
BETWEEN the Owner:
(Name and address)
City of Port Aneeles
321 E. 5th Street
Port Aneeles, WA 98362
and the Contractor:
(Name and address)
Technical Furniture Systems. Inc.
1727 East Marine View Drive. Suite E
Everett, WA 98201
The Project is:
(Name and location)
Port Aneeles Branch Library. Library Shelvine
2210 S. Peabody Street
Port Aneeles. WA 98362
The Architect is:
(Name and address)
Lindbere Architects
319 S. Peabody. Suite B
Port Aneeles. WA 98362
The Owner and Contractor agree as set forth below.
AIA Document A177 Electronic Format
in the year of Nineteen Hundred and Ninetv- Eieht.
ALA DOCUMENT A177 ABBREVIATED OWNER INTERIORS CONTRACTOR AGREEMENT 1990 EDITION AIA COPYRIGHT 1990 THE
AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N W, WASHINGTON D C 20006 -5292 ASID COPYRIGHT 1990 -THE
AMERICAN SOCIETY OF INTERIOR DESIGNERS, 608 MASSACHUSETTS AVENUE, N E WASHINGTON, D C 20002 WARNING, Unlicensed
photocopying violates U.S copyright laws and is subject to legal prosecution. This document was electronically produced with permission of the AIA and can be
reproduced without violation until the date of expiration as noted below
Electronic Format A177 -1990
User Document SHELVING DOC 4/20/1998 AIA License Number 103005, which expires on 2/28/1999 Page #1
ARTICLE 1
THE WORK OF THIS CONTRACT
1.1 The Contractor shall execute the entire Work described in the Contract Documents, except to the extent specifically indicated in
the Contract Documents to be the responsibility of others, or as follows:
Provide and install shelvinm for the Port Aneeles Branch Library as described in the specifications.
ARTICLE 2
DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
2.1 The date of commencement is the date from which the Contract Time of Paragraph 2.2 is measured, and shall be the date of this
Agreement, as first written above, unless a different date is stated below or provision is made for the date to be fixed in a notice to
proceed issued by the Owner.
(Insert the date of commencement, if it differs from the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed)
N/A
2.2 The Contractor shall achieve Substantial Completion of the entire Work not later than
(Insert the calendar date or number of calendar days after the date of commencement Also insert any requirements for earlier Substantial Completion of certain
portions of the Work, f not stated elsewhere in the Contract Documents)
Beein installation approximately June 17. 1998.
Duration of installation to not exceed three weeks as described in the "Schedule and Delivery" section
subject to adjustments of this Contract Time as provided in the Contract Documents.
(Insert provisions, if any, for liquidated damages relating to failure to complete on time
N/A
I 3.3 Unit prices, if any, are as follows:
N/A
ARTICLE 3
CONTRACT SUM
3.1 The Owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of One
Hundred Thirty Two Thousand. Seven Hundred Thirty Seven Dollars and Eighty CentsDollars ($132.737.80 plus tax
subject to additions and deductions as provided in the Contract Documents.
3.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby
accepted by the Owner:
(State the numbers or other identification of accepted alternates If decisions on other alternates are to be made by the Owner subsequent to the execution of this
Agreement, attach a schedule of such other alternates showing the amount for each and the date until which that amount is valid)
N/A
ARTICLE 4
PROGRESS PAYMENTS
4.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the
Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided in the Contract
Documents. The period covered by each Application for Payment shall be one calendar month ending on the last day of the month,
or as follows:
N/A
4.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the
absence thereof, at the legal rate prevailing from time to time at the place where the Project is located.
(Insert rate of interest agreed upon, f any
N/A
(Usury laws and requirements under the Federal Truth in Lending Act, similar state and local consumer credit laws and other regulations at the Owner's and
MA DOCUMENT A177 ABBREVIATED OWNER INTERIORS CONTRACTOR AGREEMENT 1990 EDITION AIA COPYRIGHT 1990 THE
AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N W, WASHINGTON D C 20006 -5292 ASID COPYRIGHT 1990 -THE
AMERICAN SOCIETY OF INTERIOR DESIGNERS, 608 MASSACHUSETTS AVENUE, N E WASHINGTON, D C 20002 WARNING, Unlicensed
photocopying violates U S copyright laws and is subject to legal prosecution This document was electronically produced with permission of the AIA and can be
reproduced without violation until the date of expiration as noted below.
Electronic Format A177 -1990
User Document SHELVING DOC 4/20/1998. AIA License Number 103005, which expires on 2/28/1999 Page #2
Contractor's principal places of business, the location of the Project and elsewhere may affect the validity of this provision Legal advice should be obtained with
respect to deletions or modifications, and also regarding requirements such as written disclosures or waivers)
5.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when
the Work has been completed, the Contract fully performed, and a final Certificate for Payment has been issued by the Architect.
6.1 The Contract Documents are listed in Article 7 and, except for Modifications issued after execution of this Agreement, are
enumerated as follows:
6.1.1 The Agreement is this executed Abbreviated Form of Agreement Between Owner and Contractor, AIA Document A177,
1990 Edition.
6.1.2 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated March 11. 1998.
and are as follows:
Document
Proiect Manual
6.1.3 The Specifications are those contained in the Project Manual dated as in Subparagraph 6.1.2, and are as follows:
(Either list the Specifications here or refer to an exhibit attached to this Agreement
Section Title Pages
Part II General Requirements
Scnedule anciDavery of Work. Substitution Reauest Form. Technical Specifications.
General shelving Notes. Shelving Specifications. End Panel Canopy Ton Specifications. Installation Plans
6.1.4 The Drawings are as follows, and are dated January 21. 1997 unless a different date is shown below:
(Either list the Drawings here or refer to an exhibit attached to this Agreement)
Number Title Date
ID -3 Coded Shelving Floor Plan 1/21/97
ID -4 coded End Panel Corner Filler Floor Plan 1/21/98
ID -4 Canopv Ton Floor Plan 1/21/98
6.1.5 The addenda, if any, are as follows:
Number
Addendum #1
ARTICLE 5
FINAL PAYMENT
ARTICLE 6
ENUMERATION OF CONTRACT DOCUMENTS
Title
Port Angeles Branch Library. Library Shelving
Date
3/19/98
Pages
Section 00 800
Pages
1
Portions of addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also
enumerated in this Article 6.
6.1.6 Other documents, if any, forming part of the Contract Documents are as follows:
(List any additional documents which are intended to form part of the Contract Documents)
Proiect Manual Section 00 100- Bidding Information Bid Documents Executed by Contractor.Including Bid Bond
Performance and Payment Bond Certificate of Insurance
AIA DOCUMENT A177 ABBREVIATED OWNER INTERIORS CONTRACTOR AGREEMENT 1990 EDITION ALA COPYRIGHT 1990 THE
AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N W, WASHINGTON D C 20006 -5292 ASID COPYRIGHT 1990 -THE
AMERICAN SOCIETY OF INTERIOR DESIGNERS, 608 MASSACHUSETTS AVENUE, N E WASHINGTON, D C 20002 WARNING, Unlicensed
photocopying violates U S copyright laws and is subject to legal prosecution This document was electronically produced with permission of the AIA and can be
reproduced without violation until the date of expiration as noted below.
Electronic Format A177 -1990
User Document. SHELVING.DOC 4/20/1998. AIA License Number 103005, which expires on 2/28/1999 Page #3
ARTICLE 7
CONTRACT DOCUMENTS
7.1 The Contract Documents consist of this Agreement
with Conditions of the Contract (General, Supplementary and
other Conditions), Drawings, Specifications, addenda issued
prior to execution of this Agreement, other documents listed
in this Agreement and Modifications issued after execution of
this Agreement. The intent of the Contract Documents is to
include all items necessary for the proper execution and
completion of the Work by the Contractor. The Contract
Documents are complementary, and what is required by one
shall be as binding as if required by all; performance by the
Contractor shall be required only to the extent consistent with
the Contract Documents and reasonably inferable from them
as being necessary to produce the intended results.
7.2 The Contract Documents shall not be construed to
create a contractual relationship of any kind (1) between the
Architect and Contractor, (2) between the Owner and a
Subcontractor or Sub subcontractor or (3) between any
persons or entities other than the Owner and Contractor.
7.3 Execution of the Contract by the Contractor is a
representation that the Contractor has visited the Project
premises or, if the Project premises have not yet been
constructed, has reviewed the documents pertaining thereto,
and become familiar with local conditions under which the
Work is to be performed.
7.4 The term "Work" means the furniture, furnishings and
equipment required by the Contract Documents, whether
completed or partially completed, and includes fabrication,
transportation, installation, and all other services, labor and
materials provided or to be provided by the Contractor to
fulfill the Contractor's obligations. The Work may constitute
the whole or a part of the Project.
ARTICLE 8
OWNER
8.1 The Owner shall furnish information, including
drawings, describing physical characteristics of the Project
premises, and shall indicate areas which the Contractor may
utilize.
8.2 Except for permits and fees which are the
responsibility of the Contractor under the Contract
GENERAL CONDITIONS
Documents, the Owner shall secure and pay for necessary
approvals, easements, assessments and charges required for
the use or occupancy of permanent structures or for
permanent changes in existing facilities.
8.3 If the Contractor fails to correct Work which is not in
accordance with the requirements of the Contract Documents
or persistently fails to carry out Work in accordance with the
Contract Documents, the Owner, by a written order, may
order the Contractor to stop the Work, or any portion thereof,
until the cause for such order has been eliminated; however,
the right of the Owner to stop the Work shall not give rise to
a duty on the part of the Owner to exercise this right for the
benefit of the Contractor or any other person or entity
ARTICLE 9
CONTRACTOR
9.1 The Contractor shall supervise and direct the Work,
using the Contractor's best skill and attention. The Contractor
shall be solely responsible for and have control over the
means, methods, techniques, sequences and procedures of
fabrication, transportation and installation and for
coordinating all portions of the Work under the Contract,
unless Contract Documents give other specific instructions
concerning these matters
9.2 In addition to the Contractor's representations under
Paragraph 7.3, the Contractor shall, prior to shipment,
delivery and installation, visit and inspect the Project
premises in order to confirm the conditions under which the
Work is to be performed, verify the stage of completion of
the Project premises, determine availability of facilities for
access, delivery, transportation and storage, and correlate
these observations with the requirements of the Contract
Documents.
9.3 Unless otherwise provided in the Contract Documents,
the Contractor shall provide and pay for labor, materials,
furniture, furnishings and equipment, tools, installation
equipment and machinery, transportation, and other facilities
and services necessary for proper execution and completion
of the Work, whether temporary or permanent and whether or
not incorporated or to be incorporated in the Work.
9.4 The Contractor shall enforce strict discipline and good
order among the Contractor's employees and other persons
carrying out the Contract. The Contractor shall not permit
AIA DOCUMENT A177 ABBREVIATED OWNER INTERIORS CONTRACTOR AGREEMENT 1990 EDITION AIA COPYRIGHT 1990 THE
AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N W, WASHINGTON D C 20006 -5292 ASID COPYRIGHT 1990 -THE
AMERICAN SOCIETY OF INTERIOR DESIGNERS, 608 MASSACHUSETTS AVENUE, N E WASHINGTON, D C 20002 WARNING, Unlicensed
photocopying violates U S copyright laws and is subject to legal prosecution This document was electronically produced with permission of the AIA and can be
reproduced without violation until the date of expiration as noted below
Electronic Format A177 -1990
User Document: SHELVING DOC 4/20/1998. AIA License Number 103005, which expires on 2/28/1999 Page #4
employment of unfit persons or persons not skilled in tasks
assigned to them.
9.5 The Contractor warrants to the Owner and Architect
that materials, furniture, furnishings and equipment supplied
under the Contract will be of good quality and new unless
otherwise required or permitted by the Contract Documents,
that the Work will be free from defects not inherent in the
quality required or permitted, and that the Work will conform
with the requirements of the Contract Documents. Work not
conforming to these requirements, including substitutions not
properly approved and authorized, may be considered
defective. The Contractor's warranty excludes remedy for
damage or defect caused by abuse, modifications not
executed by the Contractor, improper or insufficient
maintenance, improper operation, or normal wear and tear
under normal usage. If required by the Architect, the
Contractor shall furnish satisfactory evidence as to the kind
and quality of materials, furniture, furnishings and
equipment.
9.6 Unless otherwise provided in the Contract Documents,
the Contractor shall pay sales, consumer, use and similar
taxes which are legally enacted when bids are received or
negotiations concluded, whether or not yet effective or
merely scheduled to go into effect, and shall secure and pay
for permits, governmental fees, licenses and inspections
necessary for proper execution and completion of the Work.
9.7 The Contractor shall comply with and give notices
required by laws, ordinances, rules, regulations and lawful
orders of public authorities bearing on performance of the
Work. The Contractor shall promptly notify the Architect
and Owner if the Drawings and Specifications are observed
by the Contractor to be at variance therewith.
9.8 The Contractor shall be responsible to the Owner for
acts and omissions of the Contractor's employees,
Subcontractors and their agents and employees, and other
persons performing portions of the Work under a contract
with the Contractor.
9.9 The Contractor shall review, approve and submit to the
Architect Shop Drawings, Product Data, Samples and similar
submittals required by the Contract Documents with
reasonable promptness. The Work shall be in accordance
with approved submittals.
9.10 The Contractor shall keep the premises and
surrounding area free from accumulation of waste materials
or rubbish caused by operations under the Contract. At
completion of the Work the Contractor shall remove from and
about the Project premises waste materials, rubbish, the
Contractor's tools, installation equipment, machinery and
surplus materials.
9.11 The Contractor shall provide the Owner and Architect
access to the Work wherever it is in preparation or progress,
before, during and after delivery to the premises and in any
stage of completion.
9.12 The Contractor shall pay all royalties and license fees;
shall defend suits or claims for infringement of patent rights
and shall hold the Owner harmless from loss on account
thereof, but shall not be responsible for such defense or loss
when a particular design, process or product of a particular
manufacturer or manufacturers is required by the Contract
Documents unless the Contractor has reason to believe that
there is an infringement of patent.
9.13 To the fullest extent permitted by law, the Contractor
shall indemnify and hold harmless the Owner, Architect,
Architect's consultants, and agents and employees of any of
them from and against claims, damages, losses and expenses,
including but not limited to attorneys' fees, arising out of or
resulting from performance of the Work, provided that such
claim, damage, loss or expense is attributable to bodily
injury, sickness, disease or death, or to injury to or
destruction of tangible property (other than the Work itself)
including loss of use resulting therefrom, but only to the
extent caused in whole or in part by negligent acts or
omissions of the Contractor, a Subcontractor, anyone directly
or indirectly employed by them or anyone for whose acts they
may be liable, regardless of whether or not such claim,
damage, loss or expense is caused in part by a party
indemnified hereunder. Such obligation shall not be
construed to negate, abridge or reduce other rights or
obligations of indemnity which would otherwise exist as to a
party or person described in this Paragraph 9.13.
9.13.1 In claims against any person or entity indemnified
under this Paragraph 9.13 by an employee of the Contractor,
a Subcontractor, anyone directly or indirectly employed by
them or anyone for whose acts they may be liable, the
indemnification obligation under this Paragraph 9.13 shall not
be limited by a limitation on amount or type of damages,
compensation or benefits payable by or for the Contractor or
a Subcontractor under workers' or workmen's compensation
acts, disability benefit acts or other employee benefit acts.
9.13.2 The obligations of the Contractor under this
Paragraph 9.13 shall not extend to the liability of the
Architect, the Architect's consultants, and agents and
employees of any of them arising out of (1) the preparation or
approval of drawings, opinions, reports, Change Orders,
Change Directives, designs or specifications, or (2) the giving
of or the failure to give directions or instructions by the
AIA DOCUMENT A177 ABBREVIATED OWNER INTERIORS CONTRACTOR AGREEMENT 1990 EDITION AIA COPYRIGHT 1990 THE
AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N.W, WASHINGTON D C 20006 -5292 ASID COPYRIGHT 1990 -THE
AMERICAN SOCIETY OF INTERIOR DESIGNERS, 608 MASSACHUSETTS AVENUE, N E WASHINGTON, D C 20002 WARNING, Unlicensed
photocopying violates U S copyright laws and is subject to legal prosecution This document was electronically produced with permission of the AIA and can be
reproduced without violation until the date of expiration as noted below
Electronic Format A177 -1990
User Document SHELVING.DOC 4/20/1998 AIA License Number 103005, which expires on 2/28/1999 Page #5
Architect, the Architect's consultants, and agents and
employees of any of them provided such giving or failure to
give is the primary cause of the injury or damage.
ARTICLE 10
ADMINISTRATION OF THE CONTRACT
10.1 The Architect will provide administration of the
Contract and will be the Owner's representative (1) during
performance of the Work, (2) until final payment is due and
(3) with the Owner's concurrence, from time to time during
the correction period described in Paragraph 18.1.
10.2 The Architect will visit the Project premises at
intervals appropriate to the progress of the Work to become
generally familiar with the progress and quality of the
completed Work and to determine in general if the Work is
being performed in a manner indicating that the Work, when
completed, will be in accordance with the Contract
Documents. However, the Architect will not be required to
make exhaustive or continuous inspections at the Project
premises to check quality or quantity of the Work. On the
basis of such observations as an architect, the Architect will
keep the Owner informed of progress of the Work and will
endeavor to guard the Owner against defects and deficiencies
in the Work.
10.3 The Architect will not have control over or charge of
and will not be responsible for the means, methods,
techniques, sequences or procedures of fabrication,
procurement, transportation or installation, or for safety
precautions and programs in connection with the Work, since
these are solely the Contractor's responsibility as provided in
Paragraphs 9.1 and 17.1. The Architect will not be
responsible for the Contractor's failure to carry out the Work
in accordance with the Contract Documents.
10.4 Based on the Architect's observations and evaluations
of the Contractor's Applications for Payment, the Architect
will review and certify the amounts due the Contractor and
will issue Certificates for Payment in such amounts.
.5 The Architect will interpret and decide matt
con ing performance under and requirement the
Contract uments on written request of eithe e Owner or
Contractor. T rchitect will make in decisions on all
claims, disputes or -r matters question between the
Owner and Contractor, but ot be liable for results of any
interpretations or deci s refl. ed in good faith. The
Architect's decisi. on matters rela to aesthetic effect
will be fina consistent with the intent .ressed in the
Contr. ocuments. All other decisions of the chitect,
pt those which have been waived by makin or
aseeptans a of final payment, shall be sub '.ect to =rhinnaaien
u rd
10.6 The Architect will recommend to the Owner rejection
of Work which does not conform to the Contract Documents.
10.7 The Architect will review and approve or take other
appropriate action upon the Contractor's submittals such as
Shop Drawings, Product Data and Samples, but only for the
limited purpose of checking for conformance with
information given and the design concept expressed in the
Contract Documents.
Except by written consent o
joined, no arbitration arising
Documents shall include, b
other manner, any per
Agreement under whic
shown at the time th
such person or ent
question of fact
entity is requir
arbitration,
entity in th
entity is
or con
the
re
.8 All claims or disputes between the Contractor and t
O er arising out of or relating to the Contract, or the bre h
ther :.f, shall be settled by arbitration in accordance wi the
Cons ction Industry Arbitration Rules of the A erican
Arbitrat n Association currently in effect unless tr parties
mutually ree otherwise and subject to an initial esentation
of the clai of dispute to the Architect as r- uired under
Paragraph 10. Notice of the demand for arb' ration shall be
filed in writing ith the other party to th' Agreement and
with the America rbitration Associatio and shall be made
within a reasonable ime after the dis r to has arisen. The
award rendered by th arbitrator or a•.itrators shall be final,
and judgment may be -ntered up it in accordance with
applicable law in any ..urt ing jurisdiction thereof.
th
c o
or
such arbi
demand for arb'
is substantially in
r law, (2) the presence
d if complete relief is to b
the interest or responsibility o
matter is not insubstantial, and (4) s
ot the Architect or any of the Architect'
tants. The agreement herein among the
greement and any other written agreement to
rred to herein shall be specifically enforceable
plicable law in any court having jurisdiction thereof.
ARTICLE 11
SUBCONTRACTS
person or entity sought to be
of or relating to the Contract
olidation, joinder or in any
tity not a party to the
tion arises, unless it is
ation is filed that (1)
olved in a common
of such person or
accorded in the
uch person or
ch person or
mployees
arties to
bitrate
der
11.1 A Subcontractor is a person or entity who has a direct
contract, purchase order or other authorization with the
Contractor to perform a portion of the Work at the Project
premises, or to fabricate, transport, supply or install a portion
of the Work for the Project.
AIA DOCUMENT A177 ABBREVIATED OWNER INTERIORS CONTRACTOR AGREEMENT 1990 EDITION AIA COPYRIGHT 1990 THE
AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N W, WASHINGTON D C 20006 -5292 ASID COPYRIGHT 1990 -THE
AMERICAN SOCIETY OF INTERIOR DESIGNERS, 608 MASSACHUSETTS AVENUE, N E WASHINGTON, D C 20002 WARNING, Unlicensed
photocopying violates U S copyright laws and is subject to legal prosecution This document was electronically produced with permission of the AIA and can be
reproduced without violation until the date of expiration as noted below
Electronic Format A177-1990
User Document. SHELVING.DOC 4/20/1998. AIA License Number 103005, which expires on 2/28/1999 Page #6
11.2 Unless otherwise stated in the Contract Documents or
the bidding requirements, the Contractor, as soon as
practicable after award of the Contract, shall furnish in
writing to the Owner through the Architect the names of the
Subcontractors for each of the principal portions of the Work.
The Contractor shall not contract with any Subcontractor to
whom the Owner or Architect has made reasonable and
timely objection. The Contractor shall not be required to
contract with anyone to whom the Contractor has made
reasonable objection. Contracts between the Contractor and
Subcontractor shall (1) require each Subcontractor, to the
extent of the Work to be performed by the Subcontractor, to
be bound to the Contractor by the terms of the Contract
Documents, and to assume toward the Contractor all the
obligations and responsibilities which the Contractor, by the
Contract Documents, assumes toward the Owner and
Architect, and (2) allow to the Subcontractor the benefit of all
rights, remedies and redress afforded to the Contractor by
these Contract Documents.
ARTICLE 12
RELATED ACTIVITIES OF OWNER
OR OF SEPARATE CONTRACTORS
12.1 The Owner reserves the right to perform activities
related to the Project with the Owner's own forces, and to
award separate contracts in connection with other portions of
the Project or other activities on the Project premises under
conditions of the contract identical or substantially similar to
these, including those portions related to insurance and
waiver of subrogation. If the Contractor claims that delay or
additional cost is involved because of such action by the
Owner, the Contractor shall make such claim as provided
elsewhere in the Contract Documents.
12.2 The Contractor shall afford the Owner and separate
contractors reasonable opportunity for introduction and
storage of their materials and equipment and performance of
their activities, and shall connect and coordinate the
Contractor's activities with theirs as required by the Contract
Documents.
12.3 Costs caused by delays, defects or improperly timed
activities shall be borne by the party responsible therefor.
ARTICLE 13
INSTALLATION
13.1 Unless otherwise provided in the Contract Documents,
installation shall be performed during normal working hours
prevailing at the location of the Project.
13.2 The Owner shall provide adequate facilities for
delivery, unloading, staging and storage of furniture,
furnishings and equipment in accordance with a mutually
agreed -upon schedule, and shall provide reasonable access to
the Project premises for the above activities. The Owner
shall provide security against loss and damage to materials,
furniture, furnishings and equipment stored at the Project
premises.
13.3 The Owner shall inspect the Work upon delivery for
the sole purpose of identifying furniture, furnishings and
equipment and of verifying quantities delivered. Such
inspections are not final and do not constitute acceptance of,
or taking charge or control over, furniture, furnishings of
equipment.
13.4 Receipt shall not be construed as acceptance of
furniture, furnishings or equipment prior to installation and
Substantial Completion unless the Owner specifically accepts
in writing. If any previously inspected or accepted Work is
found to be defective or damaged or not in conformance with
the Contract Documents, through no fault of the Owner, the
Owner may refuse or revoke acceptance.
13.5 The Contractor shall employ such labor and such
means and methods of carrying out the Work as are required
by conditions relating to delivery, installation and labor.
ARTICLE 14
CHANGES IN THE WORK
14.1 The Owner, without invalidating the Contract, may
order changes in the Work consisting of additions, deletions
or modifications, the Contract Sum and Contract Time being
adjusted accordingly. Such changes in the Work shall be
authorized by written Change Order signed by the Owner,
Contractor and Architect, or by written Change Directive
signed by the Owner and Architect.
14.2 The Contract Sum and Contract Time shall be changed
only by Change Order.
14.3 The cost or credit to the Owner from a change iri the
Work shall be determined by mutual agreement.
ARTICLE 15
TIME
15.1 Time limits stated in the Contract Documents are of
the essence of the Contract. By executing the Agreement the
Contractor confirms that the Contract Time is a reasonable
period for performing the Work.
AIA DOCUMENT A177 ABBREVIATED OWNER INTERIORS CONTRACTOR AGREEMENT 1990 EDITION AIA COPYRIGHT 1990 THE
AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N W, WASHINGTON D C 20006 -5292 ASID COPYRIGHT 1990 -THE
AMERICAN SOCIETY OF INTERIOR DESIGNERS, 608 MASSACHUSETTS AVENUE, N E WASHINGTON, D C 20002 WARNING; Unlicensed
photocopying violates U S copyright laws and is subject to legal prosecution. This document was electronically produced with permission of the AIA and can be
reproduced without violation until the date of expiration as noted below
Electronic Format A177 -1990
1 User Document SHELVING.DOC 4/20/1998 AIA License Number 103005, which expires on 2/28/1999 Page #7
15.2 The date of Substantial Completion is the date certified
by the Architect in accordance with Paragraph 16.3.
15.3 If the Contractor is delayed at any time in progress of
the Work by changes ordered in the Work, by labor disputes,
fire, unusual delay in deliveries, abnormal adverse weather
conditions not reasonably anticipatable, unavoidable
casualties or any causes beyond the Contractor's control, or
by other causes which the Architect determines may justify
delay, then the Contract Time shall be extended by Change
Order for such reasonable time as the Architect may
determine.
ARTICLE 16
PAYMENT AND COMPLETION
16.1 Payments shall be made as provided in Articles 4 and
5 of this Agreement.
16.2 Payments may be withheld on account of (1) defective
Work not remedied, (2) claims filed by third parties, (3)
failure of the Contractor to make payments properly to
Subcontractors or for labor, materials or equipment, (4)
reasonable evidence that the Work cannot be completed for
the unpaid balance of the Contract Sum, (5) damage to the
Owner or another contractor, (6) reasonable evidence that the
Work will not be completed within the Contract Time and
that the unpaid balance would not be adequate to cover actual
or liquidated damages for the anticipated delay, or (7)
persistent failure to carry out the Work in accordance with the
Contract Documents.
16.3 When the Architect agrees that the Work is
substantially complete, the Architect will issue a Certificate
of Substantial Completion.
16.4 Final payment shall not become due until the
Contractor has delivered to the Owner a complete release of
all liens arising out of this Contract or receipts in full
covering all labor, materials, furniture, furnishings and
equipment for which a lien could be filed, or a bond
satisfactory to the Owner to indemnify the Owner against
such lien. If such lien remains unsatisfied after payments are
made, the Contractor shall refund to the Owner all money that
the Owner may be compelled to pay in discharging such lien,
including all costs and reasonable attorneys' fees.
.2 failure of the Work to comply with the requirements
of the Contract Documents; or
.3 terms of special warranties required by the Contract
Documents.
Acceptance of final payment by the Contractor or a
Subcontractor shall constitute a waiver of claims by that
payee except those previously made in writing and identified
by that payee as unsettled at the time of final Application for
Payment.
ARTICLE 17
PROTECTION OF PERSONS AND PROPERTY
17.1 The Contractor shall be responsible for initiating,
maintaining and supervising all safety precautions and
programs in connection with the performance of the Contract.
The Contractor shall take reasonable precautions for safety
of, and shall provide reasonable protection to prevent
damage, injury or loss to:
.1 employees on the Work and other persons who may
be affected thereby;
.2 the Work and materials, furniture, furnishings and
equipment to the incorporated therein; and
.3 other property at the Project premises or
The Contractor shall give notices and comply with applicable
laws, ordinances, rules, regulations and lawful orders of
public authorities bearing on safety of persons and property
and their protection from damage, injury or loss. The
Contractor shall promptly remedy damage and loss to
property at the Project premises caused in whole or in part by
the Contractor, a Subcontractor, a Sub subcontractor, or
anyone directly or indirectly employed by any of them, or by
anyone for whose acts they may be liable and for which the
Contractor is responsible under Subparagraphs 17.1.2 and
17.1.3, except for damage or loss attributable to acts or
omissions of the Owner or Architect or by anyone for whose
acts either of them may be liable, and not attributable to the
fault or negligence of the Contractor. The foregoing
obligations of the Contractor are in addition to the
Contractor's obligations under Paragraph 9.13.
17.2 The Contractor shall not be required to perform
without consent any Work relating to asbestos or
polychlorinated biphenyl (PCB).
16.5 The making of final payment shall constitute a waiver
of claims by the Owner except those arising from:
.1 liens, claims, security interests or encumbrances
arising out of the Contract and unsettled; ARTICLE 18
AIA DOCUMENT A177 ABBREVIATED OWNER INTERIORS CONTRACTOR AGREEMENT 1990 EDITION AIA COPYRIGHT 1990 THE
AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N W, WASHINGTON D C 20006 -5292 ASID COPYRIGHT 1990 -THE
AMERICAN SOCIETY OF INTERIOR DESIGNERS, 608 MASSACHUSETTS AVENUE, N.E WASHINGTON, D.0 20002. WARNING, Unlicensed
photocopying violates U S copyright laws and is subject to legal prosecution This document was electronically produced with permission of the ALA and can be
reproduced without violation until the date of expiration as noted below
Electronic Format A 177 -1990
1 User Document' SHELVING DOC 4/20/1998 AIA License Number 103005, which expires on 2/28/1999 Page #8
I
I
INSURANCE
18.1 The Contractor shall purchase from and maintain in a
company or companies lawfully authorized to do business in
the jurisdiction in which the Project is located insurance for
protection from claims under workers' or workmen's
compensation acts and other employee benefit acts which are
applicable, claims for damages because of bodily injury,
including death, and from claims for damages, other than to
the Work itself, to property which may arise out of or result
from the Contractor's operations under the Contract, whether
such operations be by the Contractor or by a Subcontractor or
anyone directly or indirectly employed by any of them. This
insurance shall be written for not less than limits of liability
specified in the Contract Documents or required by law,
whichever coverage is greater, and shall include contractual
liability insurance applicable to the Contractor's obligations
under Paragraph 9.13. Certificates of such insurance shall be
filed with the Owner prior to the commencement of the
Work.
18.2 The Owner shall be responsible for purchasing and
maintaining the Owner's usual liability insurance. Optionally,
the Owner may purchase and maintain other insurance for
self protection against claims which may arise from
operations under the Contract. The Contractor shall not be
responsible for purchasing and maintaining this optional
Owner's liability insurance unless specifically required by the
Contract Documents.
18.3 Unless otherwise provided, the Owner shall purchase
and maintain, in a company or companies lawfully authorized
to do business in the jurisdiction in which the Project is
located, property insurance upon the entire Work at the
Project premises to the full insurable value thereof. This
insurance shall be on an all -risk policy form and shall include
interests of the Owner, the Contractor, Subcontractors and
Sub subcontractors in the Work and shall insure against the
perils of fire and extended coverage and physical loss or
damage including, without duplication of coverage, theft,
vandalism and malicious mischief.
18.4 A loss insured under Owner's property insurance shall
be adjusted with the Owner and made payable to the Owner
as fiduciary for the insureds, as their interests may appear,
subject to the requirements of any applicable mortgagee
clause.
18.5 The Owner shall file a copy of each policy with the
Contractor before an exposure to loss may occur. Each
policy shall contain a provision that the policy will not be
cancelled or allowed to expire until at least 30 days' prior
written notice has been given to the Contractor.
18.6 The Owner and Contractor waive all rights against
each other and the Architect, Architect's consultants, separate
contractors described in Article 12, if any, and any of their
subcontractors, sub subcontractors, agents and employees, for
damages caused by fire or other perils to the extent covered
by property insurance obtained pursuant to this Article 18 or
other property insurance applicable to the Work, except such
rights as they have to the proceeds of such insurance held by
the Owner as fiduciary. The Contractor shall require similar
waivers in favor of the Owner and the Contractor by
Subcontractors and Sub subcontractors. The Owner shall
require similar waivers in favor of the Owner and Contractor
by the Architect, Architect's consultants, separate contractors
described in Article 12, if any, and the subcontractors,
sub subcontractors, agents and employees of any of them.
18.7 Partial occupancy or use shall not commence until the
insurance company or companies providing property
insurance have consented to such partial occupancy or use by
endorsement or otherwise. The Owner and the Contractor
shall take reasonable steps to obtain consent of the insurance
company or companies and shall, without mutual written
consent, take no action with respect to partial occupancy or
use that would cause cancellation, lapse or reduction of
insurance.
ARTICLE 19
CORRECTION OF WORK
19.1 The Contractor shall promptly correct Work rejected
by the Owner or failing to conform to the requirements of the
Contract Documents, whether observed before or after
Substantial Completion and whether or not fabricated,
installed or completed, and shall correct any Work found to
be not in accordance with the requirements of the Contract
Documents within a period of one year from the date of
Substantial Completion of the Contract or by terms of an
applicable special warranty required by the Contract
Documents.
19.2 Nothing contained in this Article 19 shall be construed
to establish a period of limitation with respect to other
obligations which the Contractor might have under the
Contract Documents. Establishment of the time period of one
year as described in Paragraph 19.1 relates only to the
specific obligation of the Contractor to correct the Work, and
has no relationship to the time within which the obligation to
comply with the Contract Documents may be sought to be
enforced, nor to the time within which proceedings may be
commenced to establish the Contractor's liability with respect
to the Contractor's obligations other than specifically to
correct the Work.
ALA DOCUMENT A177 ABBREVIATED OWNER INTERIORS CONTRACTOR AGREEMENT 1990 EDITION AIA COPYRIGHT 1990 THE
AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N W, WASHINGTON D C 20006 -5292 ASID COPYRIGHT 1990 -THE
AMERICAN SOCIETY OF INTERIOR DESIGNERS, 608 MASSACHUSETTS AVENUE, N E WASHINGTON, D.0 20002 WARNING, Unlicensed
photocopying violates U.S copyright laws and is subject to legal prosecution This document was electronically produced with permission of the AIA and can be
reproduced without violation until the date of expiration as noted below
Electronic Format A177 -1990
User Document: SHELVING DOC 4/20/1998 AIA License Number 103005, which expires on 2/28/1999 Page #9
ARTICLE 20
MISCELLANEOUS PROVISIONS
20.1 The Contract shall be governed by the law of the place
where the Project is located.
20.2 As between the Owner and the Contractor, any
applicable statute of limitations shall commence to run and
any alleged cause of action shall be deemed to have accrued:
.1 not later than the date of Substantial Completion for
acts or failures to act occurring prior to the relevant
date of Substantial Completion;
.2 not later than the date of issuance of the final
Certificate for Payment for acts or failures to act
occurring subsequent to the relevant date of
Substantial Completion and prior to issuance of the
final Certificate for Payment; and
.3 not later than the date of the relevant act or failure to
act by the Contractor for acts or failures to act
occurring after the date of the final Certificate for
Payment.
ARTICLE 21
TERMINATION OF THE CONTRACT
21.1 If the Architect fails to recommend payment for a
period of 30 days through no fault of the Contractor, or if the
Owner fails to make payment thereon for a period of 30 days,
SECTION 10.5 AND 10.8 shall be replaced with the followine:
ARTICLE 22
OTHER CONDITIONS OR PROVISIONS
the Contractor may, upon seven additional days' written
notice to the Owner and the Architect, terminate the Contract
and recover from the Owner payment for Work executed and
for proven loss with respect to materials, furniture,
furnishings, equipment, tools, and installation equipment and
machinery, including reasonable overhead, profit and
damages applicable to the Project.
21.2 If the Contractor defaults or persistently fails or
neglects to carry out the Work in accordance with the
Contract Documents or fails to perform a provision of the
Contract, the Owner, after seven days' written notice to the
Contractor and without prejudice to any other remedy the
Owner may have, may make good such deficiencies and may
deduct the cost thereof, including compensation for the
Architect's services and expenses made necessary thereby,
from the payment then or thereafter due the Contractor.
Alternatively, at the Owner's option, and upon certification by
the Architect that sufficient cause exists to justify such action,
the Owner may terminate the Contract and take possession of
the Project premises and of all materials, furniture,
furnishings, equipment, tools, and installation equipment and
machinery thereon owned by the Contractor and may finish
the Work by whatever method the Owner may deem
expedient. If the unpaid balance of the Contract Sum exceeds
costs of finishing the Work, including compensation for the
Architect's services and expenses made necessary thereby,
such excess shall be paid to the Contractor, but if such costs
exceed such unpaid balance, the Contractor shall pay the
difference to the Owner.
All claims, disputes and other matters in Question between the Contractor and the Owner. arisine out of or related to the contract
documents or the breach thereof or arisine out of the proiect. except for claims which have been waived by the makine or acceptance
of final payment_ shall be decided by a court of law under reeular rules of civil procedure. with venue in Clallam County. State of
Washineton. Unless otherwise stated in writine. the Contracor shall carry on the work and maintain its proeress durine any court
proceedines.
AIA DOCUMENT A177 ABBREVIATED OWNER INTERIORS CONTRACTOR AGREEMENT 1990 EDITION AIA COPYRIGHT 1990 THE
AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N W, WASHINGTON D C 20006 -5292 ASID COPYRIGHT 1990 -THE
AMERICAN SOCIETY OF INTERIOR DESIGNERS, 608 MASSACHUSETTS AVENUE, N.E., WASHINGTON, D C 20002 WARNING; Unlicensed
photocopying violates U S copyright laws and is subject to legal prosecution This document was electronically produced with permission of the AIA and can be
reproduced without violation until the date of expiration as noted below
1
This Agreement entered into as of the day and year first written above.
OWNER
(Signature)
Gary Braun. Mayor
(Printed Name and Title)
APPROVED AS TO FORM:
City Attorney
ATTEST:
d P.
CONTRACTOR
(Signature) IT—NNetAQ,��l."-
Technical Furniture Systems. Inc.
(Printed Name and Title)
AIA DOCUMENT A177 ABBREVIATED OWNER INTERIORS CONTRACTOR AGREEMENT 1990 EDITION ALA COPYRIGHT 1990 THE
AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N W, WASHINGTON D.0 20006 -5292 ASID COPYRIGHT 1990 -THE
AMERICAN SOCIETY OF INTERIOR DESIGNERS, 608 MASSACHUSETTS AVENUE, N E., WASHINGTON, D C 20002. WARNING, Unlicensed
photocopying violates U S copyright laws and is subject to legal prosecution This document was electronically produced with permission of the ALA and can be
reproduced without violation until the date of expiration as noted below
00 510 ESCROW AGREEMENT FOR RETAINED PERCENTAGE
1 See accompanying City of Port Angeles Public Works, "Escrow for Agreement for
Retained Percentage
Escrow Agreement for Retained Percentage
Library Shelving
Port Angeles Branch Library
-END OF SECTION 00 510-
TO: Technical Furniture Systems, Inc.
1727 East Marine View Drive, Suite E
Everett, WA 98201
ESCROW AGREEMENT for RETAINED PERCENTAGE
Escrow No.:
City of Port Angeles
Contract No.
Completion Date:
THIS ESCROW AGREEMENT is for the investment of the retained percentage of the above contract, in
accordance with chapter 60.28 of the Revised Code of Washington. It is limited to FDIC insured Washington
State Chartered Banks who are covered by the State of Washington Public Deposit Protection Act.
The undersigned, Technical Furniture Systems, Inc., (as "Contractor"), has directed the CITY OF PORT
ANGELES (as "City to deliver to you its warrants which shall be payable to you and /or the contractor. The
warrants are to be held and disposed of by you in accordance with the following instruction:
INSTRUCTIONS
1. Upon delivery the warrants shall be endorsed by you and forwarded to the City for collection. You shall
use the monies to purchase investments selected by the Contractor and approved by the City. You may
follow the last written direction received by you from the Contractor, for each purchase, provided the
direction otherwise conforms with this agreement. Acceptable investments are:
A. Bills, certificates, notes or bonds of the United States;
B. Other obligations of the United States or its agencies;
C. Obligations of any corporation wholly owned by the Government of the United States;
D. Indebtedness of the Federal National Mortgage Association;
E. Time deposits in commercial banks;
F. Other investments, except stocks, selected by the Contractor, subject to express prior written consent
of the City.
2. The investments shall be in a form which allows you alone to reconvert them into money if you are
required to do so by the City.
3. The investments must mature on or prior to the date set for the completion of the contract, including
extension there of or thirty (30) days following the final acceptance of the work.
4. When interest on the investments accrues and is paid, you shall collect the interest and forward it to the
Contractor unless otherwise directed by the Contractor.
5. You are not authorized to deliver to the Contractor all or any part of the investments held by you
pursuant to this agreement (or any moneys derived from the sale of such investments, or the negotiation
of the City's warrants) except in accordance with the written instructions from the City. Compliance with
such instructions shall relieve you of any further liability related thereto.
6. In the event the City orders you, in writing, to reconvert the investments and return all monies, you shall
do so within thirty (30) days of receipt of the order.
7. The Contractor agrees to compensate you for your services in accordance with your current published
schedule of applicable escrow fees. Payment of all fees shall be the sole responsibility of the Contractor
and shall not be deducted from any monies placed with you pursuant to this agreement until and unless
the City directs the release to the Contractor of the investments and monies held hereunder, whereupon
you shall be entitled to reimburse yourself from such monies for the entire amount of your fee.
8. This agreement shall not be binding until signed by both parties and accepted by you.
9. This document contains the entire agreement between you, the Contractor, and the City, with respect to
this Escrow, and you are not a party to, nor bound by any instrument or agreement other than this. You
shall not be required to take notice of any default or any other matter, nor be bound by nor required to
give notice or demand, nor required to take any action whatever except as herein expressly provided.
You shall not be liable for any loss or damage not caused by your own negligence or willful misconduct.
CONTRACTOR
Federal Tax I.D. No.
By:
Title:
You shall be entitled to reasonable compensation for extraordinary services from the Contractor and
reimbursement from the Contractor for all costs and expenses, including attorney fees in the event you
are made a party to any litigation with respect to the monies held by you hereunder; the conditions of this
Escrow are not promptly fulfilled; you are required to render any service not provided for in these
instructions; or there is any assignment of the interest of this Escrow or any modifications hereof.
Address:
DATE:
CITY OF P
By:
Rick Timmerman 1
V.P.
91- 1740324
1727 East Marine View
Everett, WA 98201
April 20, 1998
ES
Title: 4IVEL C e\g c WoA. S
DATE: slbl e5l2)
DISTRIBUTION:
Public Works Dept.
Finance Department
Technical Furniture Systems, Inc.,Contractor
Project No. 94 -19
Dr. Suite E
-b.
THE ABOVE F AGREEMENT RECEIVED AND ACCEPTED on the au day of
19 '1
BANK
By: V e (a a
Title:4-i eL,L t 66_./._C L C(. (.t t Q //a5 o2J/ .?S
Address: l,a1.ld 4A/L-Po 4,G1y7 n09n
00 600 BONDS AND CERTIFICATES
00 610 Performance Bonds
1. See accompanying City of Port Angeles Public Works "Performance and Payment Bond
Bonds and Certificates
Library Shelving
Port Angeles Branch Library
-END OF SECTION 06 610-
RODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Hurley, Atkins Stewart, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1 800 Ninth Ave. Suite 1500 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
eattle WA 98101 COMPANIES AFFORDING COVERAGE
Diana Phillips
hone No. 206- 682 -5656
NSURED
CO
TR
A
A
ACORD, CERTIFICATE OF LIABILITY INSURANCE CSR DK DATEIMM /DD/YYI
TECFU -1 04/17/98
X
X
X
X
Fax No.
Technical Furniture Systems,
Inc.
1727 E. Marine View Drive #E
Everett WA 98201
TYPE OF INSURANCE
GENERAL LIABILITY
X I COMMERCIAL GENERAL LIABILITY
I I CLAIMS MADE X OCCUR
X OWNER'S CONTRACTOR'S PROT
WA Stop Gap
X Per Project Agg.
AUTOMOBILE LIABILITY
GARAGE LIABILITY
ANY AUTO
E XCESS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
FMPLOYERS' LIABILITY
THE PROPRIETOR/
PARTNERS /EXECUTIVE
OFFICERS ARE
OTHER
CERTIFICATE HOLDER
INCL
EXCL
City of Port Angeles
321 East Fifth
Port Angeles WA 98362
CORD 25 -S (1I95)
010E1172462
PORCII7
COMPANY
A American States Insurance Co
COMPANY
B
COMPANY
C
COMPANY
D
OVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
DATE (MM /DD/YY) DATE (MM /DD/YYI
10/01/97 10/01/98
ANY AUTO 010E1172462 10/01/97 10/01/98
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
I GENERAL AGGREGATE
PRODUCTS COMP /OP AGG
PERSONAL ADV INJURY
EACH OCCURRENCE
FIRE DAMAGE (Any one fire)
MED EXP (Any one person)
ESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /SPECIAL ITEMS
RE: Port Angeles Library Project certificate holder is added as an additional insured with respects their
interest in work performed by the Named Insured.
I $1,000,000
1$1,000,000
1$1,000,000
1$1,000,000
1$ 50,000
1$ 5,000
COMBINED SINGLE LIMIT S 1,000,000
BODILY INJURY
IPer person)
BODILY INJURY
IPer accident)
PROPERTY DAMAGE S
AUTO ONLY EA ACCIDENT
I OTHER THAN AUTO ONLY
EACH ACCIDENT
AGGREGATE
IEACH OCCURRENCE
IAGGREGATE
I I T LIMITS I I
EL EACH ACCIDENT
EL DISEASE POLICY LIMIT
EL DISEASE EA EMPLOYEE
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATI
Diana Phillips
ACORD CO(PORATION 1988
The conditions of the above obligation are such that:
SQUARE FOOT PORT ANGELES BRANCH LIBRARY
Title
PW-4..1; _13 j i 1 S]
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles
KNOW ALL MEN BY THESE PRESENTS:
Bond P2824410
TECHNICAL FURNITURE SYSTEMS, I S Prince al, and RELIANCE
I Thatlwei the undersigned, p
SURETY, COMPANY, a corporation, organized and existing under the laws of
the State of DELAWARE as a surety corporation, and qualified under the laws of the State of
I Washington to become surety upon bonds of contractors with municipal corporations as surety,
are jointly and se4ferally held and firmly bound to the City of Port Angeles in the penal sum of
143,224.09 for the payment of which sum on demand we bind ourselves and our
I succssbrs, heirs; administrators or personal representatives, as the case may be.
This! obligation is entered into pursuant to the statutes of the State of Washington and the
I ordinances cif the City of Port Angeles.
Dated at PORT ANGELES Washington, this l of APRIL 199a
I WHEREAS, the City of Port Angeles has let or is about to let to the said TECHNICAL FURNITURE
SYSTEMS, INC. the above bounded Principal, a certain contract, the said contract being
numbered and providing for LIBRARY SHELVING FOR THE NEW 26,000
whiph contract isi referred to herein and is made a part hereof as though attached hereto), and
WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and
undertake to perform the work therein provided for in the manner and within the time set forth;
now, therefore,
if th4 said Principal, TECHNICAL FURNITURE SYSTEMS, INC. shall faithfully
perform all of the provisions of said contract in the manner and within the time therein set forth, or
within such extensions of time as may be granted under said contract, and shall pay all laborers,
mecpanics, subcontractors and materialmen, and all persons who shall supply said Principal or
subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify
and hold the City of Port Angeles harmless from any damage or expense by reason of failure of
performance as specified in said contract or from defects appearing or developing in the material
or workmanship provided or performed under said contract within a period of one year after its
acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be
void, but otherwie, it shall be and remain in full force and effect.
Signled this 16THy of APRIL 19 98
RELIANCE SURETY COMPANY
Surety, Principal
e. By. 4 -‘fo. /9,1 1; (2_ i ,(7*' B y_l_
I Geraldine C. Stewart
attorney —in —pact 0 I7)2 j LdQ,
Title
TECHNICAL FURNITURE SYSTEMS, INC.
,_.,�'��T� ,U�7S, �U��o U�iG�Q O�IU PAPER
�u "'Illl :`"\,'\`��.:c II "�i'i l'IIII'I'�i r'�Il�i *2 'u iili liflil "ilil '4• ,i" ���,��,�,i,�.���in�,
i I II i I�i���',I I'ii :.I II I!, ol, I,. IIII e I, i l'6i llll 6 'q "ililu,� i 0
C.T�' n�l�,l, Il;i JIIIIOIIu JlVlnmdl ddr�.•,�? ;tic
,S l,. �i li',i4 it '�n�C "��I�nl p�'Vi t J,
�lr I i it l' i i I
I a II `a� rrI
I ,I ,.r :v�' IIII I f �'a:. I If��' h I ;�j� t "i
qli�� „6 „I= iil l�lll o��l�ll�v> a.o iJ illr��'gli ��s.ati .L, e`'....e' r, y,
a:�t�:�. <VVuI l l� .I r dlJllll
RELIANCE.SURETY,COMPANY ".�;x� =,_f COMPANY'
`il li ill I` iil�i =may t 0 i�
9111 JIII °:a`, "p yll �I�f�li;� A' ��'I
<aS �I III I��To�` ����I�I,. ;�Il l�lla'�5 's� -a �,�ll�l'��`I, i,r .a, �'I �J'I'�fl�'
IT ,In i'� "c.^ 'i'lll l., r' ����III II, �x IlM�dllih I to t�l4lpp� C,�� n,al�, �f
,v' •.I�J,�I�6 'E� 1. II „I I,IIlam\ ��j' f 'II'P;, III '�Id'r'
UNITED '.I'PAGIFIG „'INSURANCECUMPAN_Y_ RELIANCE NATIONAL INDENINITY. COlVIPANY'''
III ��II, ,�161� n�l��l \c��i "1''gllll "��I� �ydl �l
I I ..I. el,ll i,�>•„ I ulll�,�l pll Id'�Idl ����,�i I u, �Im� I' �u� I���I ,.�r` e..�
1.1” I', Ilr'�� .a �d�l,� „I� 'u' .I „II�'ll'',le`i 0:�2 dl IP' lulwr'plluJl' �```laP I' yud!dl0'll I' 'I'.'
I� .l �-k., Il �.l �i S �i yu�. ��V,,,. 'S� ,t�. II ,111116�g1 s!s.�4, a.�Illl611pl lll�llmd n'
Illlm .�a.., o r�l r x' �`ie
'I II; v'W il'ilil �i -.x no r`
it C I.
,r p�� l gill?" it it W Milli „I it
lii b�' I I� dill 'C< •I '�I�
3, I it 2�:
'I' ..h 'Pl�i l�, ,r�`I III `:•S „I,.• ��il �u �l�d fns`', 16, `a
,.L.,'. ;4:r ..L. I� e L� f II, a`2 "Y� A �'r 'I,`'1 i i,
I'.I i<�it .I ����i C.. I�,`1`, �I !�.r:,;� �,'r vl�!IIII'I'14,d w161'l1p�811' 11116 �';i p��� o
>�a Wit` ,ADN_IINISTRATIVE <OFFICE' PHILADELPHIA, PENNSYL "VANIA I, a.t 1. ,l „y, 11
...Ilr.0 "I qi l„ �p� "I ��JI,,, ,r S
.o,���. .�.,.la ��I�'�� .,.�..u. I' °I "�''J'liiuil���i I, o�i' r �,1..
II S» e III "I' I'' ''�t iu I r.' u
I'I i t
I i
ri� Ili ul� .v�,` .irli illilllll IV °'r,:;'',r,•;';, 'illl;'�I,�� ',�,p' ���,I�I n..'
,II Illnu i,d ,.I, „I. I,. JI P I w I II�� nill' '�z, 'd;u! I�'I "I''�rl '�i
n! .�lG oe. .a.. „I I ,I Ullo% ;i'� i. I,II I "J'11'', IPA y „I''i''I�y, lll6,llllll611, ,,,i „f ''i
t n,,, I I ,rj',, I I I lu, }A% r`' yr,`:'_ Illill� I I QU�nQ�I
y „POWER,,OF:AT°TORNEY�, I,�.I W ,,'1,, z4 -r,- =z ,I�Il;i „I;iJ`�%
,,,�i,�r y, k' r`„Y, ry: N lr` %l3fy �'a 'ryx„ ,W',. a r''
,r
1. a'� n f( n r 1R�;'� �lin� it .u.r
I I I71 „��q G r f nl iii ,l, I �I f �ru� nl���(�'I Si ri
"5 „.6, ���6 I I I.. r .r" laulal��d "I'I'I Illa�n 11 J I' �'uul 'p,"p'
�I,� ,.12 sf I d.. I i a'''il, ;a', ,ern ��il it In "'�,ill�li ,Nr'�. µ,tw, Ii illl'l'� I
'f, Ali ll; "I;', e *II��III'i llllr li��ll lil tlll�i
IK' N® Lli'iMEN'BY,rTHESEIiyPRESENT,S, xhatRELIANCE SURETY a corporation., duly,` organized ;under_.the laws =of the State, of Del-
that <;RELIANCE INSUR'A'NCE'COMPANY and UNITED %�PA�CIFI'C'�INSUR COMPA duly_ organiied :undi;r'I''ttie'Ifaw''ll''''''
aware, and °sllllll;l
`;of;;, the;` Corrfmonwealfh% fif�Perinsylvania ';anil;,•thatdRELI_ANCE NATIONAL INDEMNITYCO ,MPA „NY� "'a,,,eorpoFatlo'n, duly- organized, ;under tt%e�
';the State (hereln,;,collecbvely, called= "the Companies'�);and that ,the Comgarnes by "'virtue 6t signature_and s`eal's do he�e'tiy'" "make, ;L'I'I'"
constrtute'l -a" oint�l'IStepen'Ws;� y I „I ForsytFi,'','�Molly E. °Ulfers, -of Seattle, Washington ),;theiry,�
true •and Iawful�Attorne ,(s1 -In -Fact, to make execute seal, and,deliver,'for and,on .their be ,I. r _y
Palmer ":Mar A. Dobbs,'Geraldinel C:'Stewart; Davfd J I'
I pp half,.and as`,thelr act and deed,an and -all bonds and
�undertakmgs of`�surety hfp:and,�to'ibmd'tFie Companies. theretiy ;asP "to same!' °eztent�'as''Ilf ^sucN� bonds' and� undectakmgs !'',and�,otherdl'4111�',;;;�.
°'w�itiri 's ";''P'obli ator °,in •thel;lunatu're,l'thereof� were signed_b an s .Executive „Offtcer,,,,of the- tComp'`anies and '�sealed,,and- atie_sied' -_by one other of','such„
t g� I ,g ,y /i I „PUl y �.�I� I��lei ,i, ,ai aoen��i6��, l��uuni ,f 'G t -x /iy t „r ,,u I u I
officers,,,and he�eby;rattftes�arid, confirms all that their_satd A"ttomeyls -In -Fact may do In =pursuarice "hereof. j," II' IJI! Ulu''�;d�ll'!�IJ''dUdli�Irl;C�c
h, p911,r 9, �h,!I'�P, ,'i� �.r "'1.,; :'r,;, :IlrgPlr y'yl�l7, ��'v y,+ �i' 'z %r• f
II ".y y,�ir�,,; „c% i,, �Fr,� „ei(+ ",t” a ,,;,1g r J_
�r'�iz' ,�..✓;H i�,/ '�C• r,% ,r,,,.,, i� °'as„ K, ,u•e,'.,-
Power.,', of� ;Attorney�,isl,granted,�under: and authority of,-Article' VII, "of�'the' By= laws' "of RELIANCE 'SURETY" COMPANY;
�REL'' IA` O NCE :�INSURANCE`;'COMPANY� %;UNITED< PACIFIC''INSURANCE COMPANY „arid�',REL'IANCE,zNATIONAL� ;INDEMNITY >,.COMPANY,�which, n
�p rovistons`:a�e;now,iri'full force;;and� effect °,�eading`, follows:' `r`
r. n✓ x, n,•P. ..n ,,rr/,r rM.' s"`' %!r r� J, "s av o r
/m ;s, j;L; ni, /„'r ;i, +,y%% r %may z`,,. .v
`"�y !sib %i; /.,F, :d� 'r; ;n "'e „lr ..s. ";J /'i w: {i:!//�•?„ 'r %s ',i o,, �il��•;i;i;.µl=��, ,i� Y
N. r ^i .'tr,, :H�:,. g'r�is, {.6 �;v �wh
..w.� „y,., /i ,.d.a'•rn?.rh i7l,,srJ✓,, 'f, ,�s,,y% f „u
s;�,3'; /.fix, i.v;G;,' tirr �p EXECUTION OF „BONDS,AND ,UNDERTAKINGS:" %r„ s J��-
�'`y' oD•,r oye:� +r ,l: yxr.rrca• s�„ rir,., „-r /a ,.�y "'f, %i''.�.�'..
?i ���t� 'v+'•' .4 4r �d 't%£'( rc ,%ifJ �J `:`i' .f.£r i '��'''i
y'j”;
f� "fi�V4161�1'!,aThe Boani- bf;Directors; the PresEdeni the C.ha+rriian'afl;ttie" Board ariy;' Serilor, Vlce .Presldent,lany.Vlce�Fresldent or,Assistant V+cenPres+ dent, or ',other�,off+r.'er�;deslgnated by „tbe_Board of
�Dlrectorsl and authoFny =m`_ (a)- appoint Attorney -Fact and to author+ze them tt _execufe =on 6ehalt�ot th_e_Company� tionns and unaertaKinga,'recogmcanca�; cunt:acts of +ntiemnrty'
I,�yIII V'illlll �Iriy'� ,y .Opll ^�i „id,uuwli "�'r flo�,l ".I r i' .61': r
�lan er wiinhgs�obl+gatory In- the,natuie thereof and Ib) to +remove any„ such�Attorneyls In =F_act= at- a_hy- tlme'and revpke the power and authontyyglven torthem 'li!,i,lllllp;pl';�I',ly�;fd! ,,,J, y
III I'll'lll'I "'lli'�I lu 'E.
roll I I,�y _6 nu4 i�gp'�II i I'I',. ice_
1 ��II I 'I'I �I „I 16��C� �'a. ,IIV'I', II o�'� �v:S
���,I I 1 '�,J;I� I „I,I I. ice, r t
2 Attorneyls) -!n -Fact shall have power and authonty, sub)ect to terms and hmrtaUOns_of.[he Power of Attorney issued to _them,�fo'ezecute delEyerpon!,behalf of,tfie Company;'bonds,
r�i "I I "ui.r'yP r .+y a a, III"
and'undertavkmgs;; +recognizance §1 contracts,. of= lndeirin+ty; and �ot6ervvuntmgs�obhgatory�+n tfie, nature [fiereof: aTtie corporate seal Is not necessary; for the �Jandny;of ,bonds,and undertak+rigs;.=
eco n+zances; contracts of�Endemnrt�arid othei,wnhn s obb `ai i D ui hen ure h �r f"' 1 'u'�I t'��, =a'
yul�'llly, Cpl '',IIP�`r,,.,.. 4�; zr ,I. ',�f' �ulnul�
'A��'�'a�d un, llll�� :c \4`=.m 'IJ����,li� I u'.C.
n �I old', '.+w`. F' idl l I d' �rldllh'��r.. e I ;,r� {.,'q.,
uIII�II" �I n���J�l l'IIV�I,i ,.\x I. ICI �,I, i!�n l .C.1`, `"Ja: iil� "A •a,.�
y” 1'" ;c._ L. II :e= „II UPr'I lll',��i,jlri',����,,� �,a����
•r ,��3 Attorrieyls)= m•Fact_shall have wer.and'authorrt��� ��to 1' 2 c i
�I'4+'r,P�;',t a �li�" Po Y, execute ,affidaJlts to be- attached�to Fwnds�= recogmzances- conirects�of ,indemnity +or����oilier condrt+onal_or obligatory
ill'I �r�ll i lllllllr o-� c,_=e_ ,=3a �n zr b�.:..�� .fi .i..= e._ I:,,
under�takmgs and�they sha0 also have, power, an_ d_ a _uthonryao�certlfy�tha`f�nanc+ai "'statement of- [he•Company_arid to•copres'of= the�By= l`aws the Company, onany ,articlelvi��sect+on,thereof: =yam ;xa
�;il a�'�kii „���k ^,ii'bl'i��', t�`� <v, �_a,�' t a F. r
�dlJr�b l;l, .3ei,q'' �;I��� I,• r �l,�l, Iz r�,,.
rl,l',nl� �l,ll \J,. IIL "''1161= �^'c
''d� �I I I �ilJ ,�5�.:' rlipll'llq �u �ldn��,ll I i .t,!< I
°tT,hls „P.owerP,of Attorney +s'- signed and sealed tiq- facsrmde,underand by aiithon[y oF,.[fiegfollowmg ?esolutlon= adopted tiy,ttie`Executrve= and_Fnance Commrttees�;of, tf�ie�Boaids,of Dvectors of= Reliance°
fie' ���ro '..,,a• �1. a
^�Insutance„ Company;, �United< Paolf+ c�Insurance�Company ,and„Rehanca,,NatEOnal Inderriruty Company�tiy„ Urian +mous.CoriseritsBated °as,,.of February,28,,at994„and�6y the `Execirt+ve7and'Financ+al;”
x c o- z. :0�: W v,a: „aa� YC'e :'a�� o<, s :w aux
Coinmrttee`of,the�8oa�d of Dlrectorsof Reliance Surety Company by Unarnmous Consent dated as of -March 31; t994''
,��U I II, I „II'�n i��
ml "Ildl, ";il� I I J' .,�3I� II'7;IIII P�IV I ri
I !I JI; �I�II �'5... ,I�I� n�lil Ila���l l��`O\\ c `N: 's>; II II':`p �r:
I, �I�, :ia C. �d���,l Ji Ivh i,l alp`___ °`1. .::i• 1' w� I'�Illli!'� IiIImI�iJ �'i•
h,� \Z= .,•ter ^ll i 4 s lJbll��l'I,�II III�nl�llllll�d vnl7l nl�:'�.
�I;prl �p, �l,'iu; V'�'Resolved;that,the` -si natures =of such directors and',off+cers and the seal of the Corrigan -may -be .affixed'to' any such Powerof an cerhhcates relatm b
';'n';Plllliull'l q ����Ibd1 u`^ta .,rAc =_>y�R tai+ "r., ��r "I g'll lull „I��r,�� a�;uur. ,e��,�..�°_. y Y I 9 Y_
any such�Fowerof,Attorney or��erhhcate beanngl !such•facslmiles+gnatures br facsimile ^sealwshall,be vand_end the'Campanyzand any\sucti?PotN`er
I II'' III' executedgand ceruf+ed by' fa�slmde ,srgnatures�and:facslmde seal shall be val+d;arid bmdrng'tipon tfie Company, m the future with respect,to any bond or,undertalung,to which rt i
III ,�II�,I I,LiI; .I �dpx..; �a C ��I� Il l�iul�n Illulllil ''llhlll wc,.`_. °rt>Z III ,I II ply Flu lli °•1�
x� „'.�'�i 'I'I I,III I II I II ,,c
I I �el�m I 'I '''N `a�,`, ,z Z,- _________...a 'i r I ,,ii'l e "Ilill��ll�ad
.It attacFi'ed ;v I ,�I :1 ;Ilbd, I ,!I�L'��� �I�blll I I III h�`'.'
I' "fill I' I I .61 I, 'C`
I �I it ��l III I'I',�° I I N^. r'
�dll ���ll I�nl� „III �I'I6IItl J \a, tom- "�..��a II'll �Ilu��l 'I'i�..0 :.1 "'vl'I',� I ;�a�
I dlflll�� Illlld� I'��Ilhll� c .G` a 3 o� II �y� a
I ild'y� ^v�
,IN, WITNESS "WHEREOF;= 'the'.Cfirnpanies have caused "'theses presents �to;tie�signed:'arid�Lheir corpiiraii3 seal's `to be�he�eto''affixed_;thi`s_July 19,_
-2�: I II I' j' Ihlli� III I II I I I !il I• g� E \a," x.
Flu ^,'lil' ul I•
COLORED
BACKG ROUND
'c i. a
�Asslstarit,Secretariyav
�IT llfi' I�, Illlillil` II�I�i' Ifdll�' I YI! u ',Illll�i'�!E��,�,�.' x N
j�lli��il d, l lll 'I "�d,7, ++;a,�
yl a.� ^r' �,i, '"\r.• ^ti' q 'ql „w, r!,id l�P,l; c'�
,a �'I' ����rb' .�<�ty,�� �IV���o�u "a ?a, ",m���
C��J G��00�Q�Q (AIARTIFIC «IAL�Q�3oG�Q(_LD Q4Qf;�Q f L
tom. ta.. �c.�
/t 'fi r v+��, -`k'
,w,Y._ `tom
i tt ,n� 1 r,
t'• +I�! ^l�fl 'IJ, ill ''.I',�ilVlliill!I'Ip!II,�II;�
��x• s�i j' il�lill�IllfJp ';�,I S
e�
v_'S�t �c �.�yl InIIrF.
00 700 GENERAL CONDITIONS
1. Refer to 00 500, Agreement Forms, for General Conditions included in AIA Document A-
717, Abbreviated Form of Agreement Between Owner and Contractor, 1990 Edition.
General CondSdons
Library Shelving
Port Angeles Branch Library
-END OF SECTION 00 700-
00 800 SUPPLEMENTARY CONDITIONS,
00 820 ADDITIONAL ARTICLES,
1. CERTIFICATION OF NON SEGREGATED FACII,TfIES
The Bidder certifies that he does not maintain or provide for his employees any segregated facilities
at any of his establishments, and that he does not permit his employees to perform their services at
any location, under his control, where segregated facilities are maintained. The bidder certifies
further that he will not maintain or provide for his employees any segregated facilities at any of his
establishments, and that he will not permit his employees to perform their services at any location
under his control where segregated facilities are maintained. The bidder agrees that a breach of this
certification will be a violation of the Equal Opportunity clause in any contract resulting from
acceptance of this bid. As used in this certification the term "segregated facilities" means any
waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, parking
lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities
provided for employees which are segregated by explicit directions or are in fact segregated on the
basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The
bidder agrees that (except where he has obtained identical certification from proposed
subcontractors for specific time periods) he will obtain identical certifications from proposed
subcontractors prior to the award of subcontracts exceeding $10,000 which are exempt form the
provisions of the Equal Opportunity clause, and that he will retain such certifications in hts files.
Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001
D om; 3 -23 lg 98 Technical Furn�re�Systems, Inc
Name of Bidder
ma
Official Address R�c
By
1727 E. Marine View Dr. Vice President
Street Address Title
Everett Wa. 98201
City, State, Zip
Supplementary Conditions
Library Shelving
Port Angeles Branch Library
N
r
Port Angeles Library
Name of Project
THIS FORM MUST ACCOMPANY EACH BID WITHOUT ALTERATION.
2. Public Works Department Policv and Procedures:
a. See accompanying City of Port Angeles Public Works, "Public Works Department
Policy and Procedures
3. Resolution No. 7 -91:
a. See accompanying City Council of the City of Port Angeles, "Resolution No. 7-
91
4. �,gn �larific�tionN�riation Re u�/Field Authorization:.
a. See accompanying City of Port Angeles Public Works Department "DCVR
5. Flow Chart for Chance Order:
a. See accompanying City of Port Angeles Public Works "Flow Chart for Change
Orders on Construction Contracts
6. Contract Change Chder,
a. See accompanying City of Port Angeles Public Works Department "Contract
Change Order N0.
7. DCVR LOgL
a. See accompanying City of Port Angeles Public Works Department "DCVR Request
Log"
Supplementary Conditions
Library Shelving
Port Angeles Branch Library
-END OF SECTION 00 820-
t
1
1
1
1
t
December 15, 1993
PUBLIC WORKS DEPARTMENT
POLICY AND PROCEDURES
CHANGE ORDERS ON
CONSTRUCTION CONTRACTS
PW-404
1.0 PURPOSES
1.1 To provide inswctions to field inspectors aad office peisamel on procedurrs for contract change orders.
1.2 To improve rxordkeepiag oa construction projects.
1.3 To provide a uaiform method for contract cbaage orders
2.0 ORGANIZATIONS AFFECTED:
2.1 Public Works Engiaeeriag staff
2.2 Engineers aad Architects on City maaaged eo�nstructioa projects
3.0 POLICY:
3.1 All revisions, clarifications, field requests aad field authorizations for construction contracts shall be
documeatod using the 'DESIGN CLARIFICATIONNARIATION /REQUE.ST/FIELD ALTI'HORIZATIOIV'
form.
3.2 All change orders to contracts shall be approved in accordance with City Couacil Resolution No. 7 -91
Appendix 6.1.
4.0 DEFII�TTTIONS:
4.1 DCVR: Design ClarificationNariation Request/Field Authoriutioa.
S.0 PROCIDURES:
5.1 A c�astruction contract change order maybe iaitiate� by the Contractor, City inspector, of
Architect/Eagiaeer by using the DCVR form, Appendix 6.2.
5.2 The person completing the form shall fill in all areas of the form and sign the request.
5.3 The paperwork flow on the change order aball proceed as shown on the attached diagram. Appeadu 6.3.
5.4 The change order form is Appeadiz 6.4.
6.0 APPRNDIX:
6.1 City Council Resolution No. 791 PW- 404.01 [3/9.
6.2 The 'Design ClarificationNariation Request/Field Authorization' Form PW�04.02 [11/9 3]
6.3 Procedure flow for Change Orders PW- 404.03 [11/93]
6.4 Change Order Form PW- 404.04 [11/93]
6.5 DCVR Request Log PW- 404.05 [12/93]
S )eck Prth� D�reetor
RESOLUTION NO. 7 -91
A RFSOLLIT'ION of the City Council of the City
of Port Aagdes Authoririag tho approval
of chaage otders for construction contracu
uader certain cimumctaaces. aad establishing
a procrdure for City Council review.
WHEREAS, change orders, which are revisions to a construction contract, are an Integral part of co❑ rucuoa
contracts that are adatiaisterod by the Public Works Departtaeat and City Ught Department; and
WHEREAS, decisions oa change orders must often be made immediately to allow the contractor to contr se wi
the work with a miaitaum of administnuive delay; and
WHEREAS. the City of Port Angeles desires to establish a fotmal policy and procedure which would allow the Cit�
Manager and the Directors of Public Works and City Light to approve change orders under certain etrcumstance�: now,
therefore,
BE IT RESOLVED BY TES CITY COUNCIL OF 'I'�IE CITY OF PORT ANGELES as follows:
Set:tion 1: The City Manager snd the Director of Public Works and Director of City Light are hereby author
and dirocted W approve and sign construction contract change ordeta an construction contracts under the following con iiti
If the change order does not anbstaatially change the scope of the projxt; and
2. If the total increase or decrease in the contract amount. as a result of the change order, does not excea' fifteen
percent (1596) for contacts under S100,000, and tea percent (1096) for coatncts over 5100,000 of the bid coca! aced
the original approved contract; except that no individual change order shall exceed S 100.000; and
3. If the total contract amount as adjusted by the changes order is within the amount budgeted for the proixt.
4. If the atnount of the change order is SS,000 or less, the Din:ctor of Public Works or Dir�cctor of City La;sht m>�
approve and sign the change order; if the amount of the change order is over 55.000, it must also be approved and signed
by the City manager or his desigaea.
Section 2: Where the Ditector of Public Works or Director of City Light approves and signs change otde:s
according to the conditions stated above, he shall forward the chaago order to the City Council for its iaformadon wit
thirty (30) days of the signing of the change ordes.
Section 3: If tha ch�m�ge order does not meet the oaoditiaas set forth in Section 1, the Director of Public Wotia
or Director of City light shall submit the change+ order to the City Council for approval is advance of his approval a�
signing of the change order.
PASSED by the City Council of the City of Port Angeles at a regular meeting of said Council held on the 19th
of March, 1991.
SIGNED: Joan K. Sargent. Mayor
A'ITE.ST: Dorothy J. McFarlutd, Acting City Clerk
APPROVED AS TO FORM: Craig K. Knutson, City Attoraay
is our apiaioo @ut ttiit �rocl: is oot as extra to tba ooat�et and d'uect 16e �aaor w peefotm tba v�ocic deacdbed per tbs oot�cna doeumea�a.
U you txoaider tl>s above to be an ears a We 000tnct, rou moat Peepaee aed submit t dwiled eoa ptvpoaal and jtntifieatioa.
h L our op'toioo that ttiu vatf v� eesuh iA a Deed toe a ehat�s ocdcr to the eo�net amount and/or time. You abculd peepaei a daailee eac
proposal and ju�tifieuioa u soon a pouibk ainee the wort vi(1 sot be autAocved unu7 such dau is approved. if such �rort is eritiea! to the timer
e :eevtion of the eoanu, rou ars suthoriud to proeeed wbjal to the wroct Dot e:eeed'ut� S and dare to the eoetna time. Fwal
eoa and time chattta ahaU be subjext to the mriear and approwl and exeewioa of a ebaetje order. Payment for tdework Aetein autiwrized gill rat be ttude
price to the e:autaa o[ a ehae�e order.
PROJECT NAME:
ORIGINATOR:
ITEM:
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF REQUEST:
DATE REPLY REQUIRED:
PROJECTED COST EFFECTS:
cosr rNC�.ASE IAPPROx. vAI.vE;
NO CHANGE M PRICE
COST DECREASE [APPROX. VALUE S
ORIGINATOR SIGNATURE:
VARIATION REMARKS:
CLARIFICATION:
A1tCKITECT/ENGWEDt
CIIY IIdSPECI'OR
CIi•Y F?iGTN£FR
PU821C R'ORKS DIItECI�pR
CIt1' MANAGER
.�.o�,��,�,
CITY OF PORT ANGELES
PUBLIC WORKS DEPARTMENT
DESIGN CLARIFICATION /VARIATION REQUEST /FIELD AUTHORIZATION
REVIEWED BY:
OWNER 1 ARCHITECT /ENGINEER
1
1
COPTES'r0:_OWNFA _ARCH. ENGR ._MECH._ELEC. _MANAGER _COUNCR _OTHER
PROJECT NUMBER:
CRITICAL TO SCHEDULE: YES
PROJECTED TIME EFFECTS:
IIdCREASE IIJ CONTRACt TDrtE DAYSJ
NO II�ICRFaSE W CONTRACT TIME
DECREASE at CON'ITtAC1' TASE DAYS)
DATE:
SIGNATURE: DATE:
DCVR NO.
NO_
DCVR INITIATED by
Contractor
Inspector
Arch. /Enpr.
I I
Rwiw by Rwieu by
A/E City Engineer
Change Orde� NO DCVR Coapleted Dy
Heeded inspector and �+ork
considered pert of
Yes initial contrut
rw.,oa,m luAO)
Change Order over
ss,000
teope of the TES
Pro)eet d�anDed
YES
City ltensper sign
Change Order
I
Contractor authorized
to be0in cork
FLOW CHART FOR CHANGE ORDERS
ON CONSTRUCTION CONTRACTS
Ti�inp Yes Contractor provide
Critical rough atieste and
tie�e est. on DCVR
I Mo
Request e�ed�e to
Contractor for
aea�t and/or
days infotsrtion
I
Formal Chu�pe
Order canpleted
by inspector
City EnDineer
A�prwal
Appeal to
Cfty Engineer
ChanDe Order less
than tS,ODO Contrutor authorized Copy of Change Order
Director to begin work to Council in 30 days of
Approval approval
Total inereese /decrease over iSX for project ender 1100,000 1fE5
Totst incrsese /decrease owr 10X for projeet over 1100,000
Chafe Order over (100,000
Change Order is witfiin the NO City Council
budgeted e+aou�t for project Approval
Il
jest No.
uch work will
escribed work
4em Ds�e
No.
ORlGWAL
CONTRACT'
4'
DAYS:
��04.04 (11/93]
project Name
Contractor
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of this Change Order:
be eompeasated by: J Iaerrase or j Dxnase in bid items; j Foroe Account; ]Negotiated Price: The
affects the existing contract items and /or adds aad/or delues bid items as follows:
�o
S
DAYS:
•:APPAOVED.SY:
ARCHTI'ECIYFNGIIdEER
PItOJECi aIGRJCi1SC ENGWEER
CON'ISACTOR
PUBLIC WORKS DIItFrCJ�OR
CITY MANAGER
Ci'TY COUNCII. APPROVAL DATE:
LID No. Stace/Fed. Aid No.
DCVR z Qwmitr Uou •S Coa •S Coa
;:a Pier Uoit
O"t'
�tCY.
v I
Rev.
�Y• I
RC.
v' I
Rsv.
CITY OF PORT ANGELES
PUBLIC WORKS DEPARTMENT
CONTRACT CHANGE ORDER NO.
CURRFNr ESf. NET CHANGE TOTAL CHANGE ORDERS.
CONTRACT THLT CHANGE ORDER WCLUDWG THIS ONE
S S
DAYS: DAYS:
Saks Ta: Not Iacloded
°'ork• materiab and meannerneeus to be in accordance with the proviiiom of Ne o�i=in�l eoatnet and/or the widud rpecifieatioas end �peeial prvvisioeu for
the type of eooanxtioo involved. The p�rneas and/or edd'uaeul time �peeifieE end �:esed to in dais order include every claim Dr the Coraractor for eery aan
meat or aaemioa of time with �espeet w We vat desec�ed 6ceeia, iaciudie� dei�p a the ovenU project.
S10NATURE:
SHEET OF
DATE:
•Net S Cose
F. $a
I
I I
�l���s ��0.��9
I
���:k�;,,ao .:�oX,�;;3...
..dj.
�r�
ES'i'. CONTRACT AFI'FR
THIS CHANGE ORDER
S
DAYS:
DATE:
pK
c' G
r oR� o��-
I
r
DFS��
C ggQt;fF�T �„pG
D ��ER
pRa��
r
r
4
1
DATE DA'TF.
REPLY
itF�'� p
4
4
1
RFl�
a
t
i
0
f
r
00 830 PREVAILING WAGE RATES,
1 See accompanying Department of Labor and Industries prevailing wage rate schedule.
Prevailing Wage Rate
Library Shelving
Port Angeles Branch Library
-END OF SECTION 00 830-
Classification
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe
benefits. On public works projects, workers' wage and benefit rates must add to not less than this
total. A brief description of overtime calculation requirements is provided on the Benefit Code Key.
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section Telephone (360) 902 -5335
PO Box 44540, Olympia, WA 98504 -4540
CLALLAM COUNTY
Effective 03-04-98
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL
BOILERMAKERS
JOURNEY LEVEL
BRICK AND MARBLE MASONS
JOURNEY LEVEL
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL
CARPENTERS
ACOUSTICAL WORKER
CARPENTER
CREOSOTED MATERIAL
DRYWALL APPLICATOR
FLOOR FINISHER
FLOOR LAYER
FLOOR SANDER
MILLWRIGHT AND MACHINE ERECTORS
PILEDRIVERS, BRIDGE DOCK WARF CARPENTERS
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
SAWFILER
SHINGLER
STATIONARY POWER SAW OPERATOR
STATIONARY WOODWORKING TOOLS
CEMENT MASONS
JOURNEY LEVEL
DIVERS TENDERS
DIVER
DIVER TENDER
DREDGE WORKERS
ASSISTANT ENGINEER
ASSISTANT MATE (DECKHAND)
BOATMEN
ENGINEER WELDER
LEVERMAN, HYDRAULIC
MAINTENANCE
MATES
OILER
DRYWALL TAPERS
JOURNEY LEVEL
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL
Page 1
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$25.60 1M 5D
$33.63 1R 5N
$30.57 1M 5A
$13.12 1
$29.85 1M 5D
$29.69 1M 5D
$29.79 1M 5D
$29.69 IM 5D
$29.82 1M 5D
$29.82 1M 5D
$29.82 1M 5D
$30.69 1M 5D
$29.69 1M 5D
$29.89 1M 5D
$29.82 1M 5D
$29.82 1M 5D
$29.82 1M 50
$29.82 1M 5D
$25.01 1
$63.77 lm 5D 8A
$31.81 1 M 50
$30.12 iT 5D 8L
$29.68 1T 5D 8L
$30.12 1T 5D 8L
$30.17 1T 5D 8L
$31.56 IT 5D 8L
$29.68 iT 5D 8L
$30.12 17 5D 8L
$29.76 1T 5D 8L
$29.80 1J 5A
$9.37 1J 5A
Classification
ELECTRICIANS INSIDE
CABLE SPLICER
CABLE SPLICER (TUNNEL)
CERTIFIED WELDER
CERTIFIED WELDER (TUNNEL)
CONSTRUCTION STOCK PERSON
JOURNEY LEVEL
JOURNEY LEVEL (TUNNEL)
ELECTRICIANS MOTOR SHOP
CRAFTSMAN
JOURNEY LEVEL
ELECTRICIANS POWERLINE CONSTRUCTION
CABLE SPLICER
CERTIFIED LINE WELDER
GROUNDPERSON
HEAD GROUNDPERSON
HEAVY LINE EQUIPMENT OPERATOR
JACKHAMMER OPERATOR
JOURNEY LEVEL LINEPERSON
LINE EQUIPMENT OPERATOR
POLE SPRAYER
POWDERPERSON
ELECTRONIC TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL
ELEVATOR CONSTRUCTORS
CONSTRUCTOR
MECHANIC
MECHANIC IN CHARGE
PROBATIONARY CONSTRUCTOR
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS
FENCE ERECTORS
FENCE ERECTOR
FENCE LABORER
FLAGGERS
JOURNEY LEVEL
GLAZIERS
JOURNEY LEVEL
HEAT FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
HEATING EQUIPMENT MECHANICS
MECHANIC
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL
INLAND BOATMEN
DECKHAND
ENGINEER DECKHAND
OPERATOR
CLALLAM COUNTY
Effective 03 -04-98
Page 2
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$36.49 1J 6H
$39.42 1J 6H
$35.16 1J 6H
$37.95 1J 6H
$20.02 1J 6H
$33.83 1J 6H
$36.49 1J 6H
$15.37 2A 6C
$14.69 2A 6C
$33.36 4A 5A BE
$30.62 4A 5A BE
$22.26 4A 5A 8E
$23.40 4A 5A BE
$30.62 4A 5A BE
$23.40 4A 5A 8E
$30.62 4A 5A 8E
$26.15 4A 5A 8E
$30.62 4A 5A 8E
$23.40 4A 5A BE
$12.07 1
$27.48 4A 61
$37.19 4A 61
$41.06 4A 61
$14.41 4A 61
$13.50 1
$13.80 1
$11.60 I
$20.92 1M 5D
$10.72 1
$31.08 1F 6R
$18.45 1J 5A
$15.65 1
$9.07 1
$22.69 1K 5D
$24.52 1 K 5D
$25.38 1K 5D
Classification
CLALLAM COUNTY
.ww ***r•
Effective 03-04-98
INSPECTION /CLEANING /SEALING OF SEWER WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $9.73 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $12.78 1
TECHNICIAN $6.25 1
TV TRUCK OPERATOR $10.53 1
INSULATION APPLICATORS
JOURNEY LEVEL $20.50 1
IRONWORKERS
JOURNEY LEVEL
LABORERS
ASPHALT RAKER
BALLAST REGULATOR MACHINE
BATCH WEIGHMAN
CARPENTER TENDER
CASSION WORKER
CEMENT DUMPER/PAVING
CEMENT FINISHER TENDER
CHIPPING GUN (OVER 30 LBS)
CHIPPING GUN (UNDER 30 LBS)
CHUCK TENDER
CLEAN -UP LABORER
CONCRETE FORM STRIPPER
CONCRETE SAW OPERATOR
CRUSHER FEEDER
CURING LABORER
DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS)
DITCH DIGGER
DIVER
DRILL OPERATOR (HYDRAULIC, DIAMOND)
DRILL OPERATOR, AIRTRAC
DUMPMAN
FALLER/BUCKER, CHAIN SAW
FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT
construction debns cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GABION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
HAZARDOUS WASTE WORKER LEVEL A
HAZARDOUS WASTE WORKER LEVEL B
HAZARDOUS WASTE WORKER LEVEL C
HIGH SCALER
HOD CARRIER/MORTARMAN
JACKHAMMER
LASER BEAM OPERATOR
MINER
Page 3
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$31.42 1B 5A
$26.08 1M 5D
$25.60 1M 5D
$20.92 1M 5D
$25.60 1M 5D
$26.44 1M 5D
$26.08 1M 5D
$25.60 1M 5D
$26.08 1M 5D
$25.60 1M 5D
$25.60 1M 5D
$25.60 1 M 5D
$25.60 1M 50
$26.08 1 5D
$20.92 1M 5D
$25.60 1M 5D
$25.60 1M 50
$25.60 1M 5D
$26.44 1M 5D
$26.08 1M 5D
$26.44 1M 5D
$25.60 1M 5D
$26.08 1M 5D
$18.60 1M 5D
$25.60 1M 5D
$25.60 1M 5D
$25.60 1M 50
$25.60 1M 5D
$25.60 1M 5D
$26.08 1M 5D
$25.60 1M 5D
$25.60 1M 5D
$26.44 1M 5D
$26.08 1M 50
$25.60 1M 5D
$26.44 1M 5D
$26.08 1M 5D
$26.08 1M 5D
$26.08 1 M 5D
$26.44 1M 5D
CLALLAM COUNTY
Effective 03 -04-98
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $26.08 1M 5D
PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $26.08 1M 5D
PILOT CAR $20.92 1M 5D
PIPE RELINER (NOT INSERT TYPE) $26.08 1M 5D
PIPELAYER CAULKER $26.08 1M 5D
PIPELAYER CAULKER (LEAD) $26.44 1M 5D
PIPEWRAPPER $26.08 1M 5D
POT TENDER $25.60 1M 5D
POWDERMAN $26.44 1M 5D
POWDERMAN HELPER $25.60 1M 5D
POWERJACKS $26.08 1M 5D
RAILROAD SPIKE PULLER (POWER) $26.08 1M 5D
RE- TIMBERMAN $26.44 1M 5D
RIPRAP MAN $25.60 1M 5D
SIGNALMAN $25.60 1M 5D
SLOPER SPRAYMAN $25.60 1M 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $26.08 1 M 5D
SPREADER (CONCRETE) $26.08 1M 5D
STAKE HOPPER $25.60 1M 5D
STOCKPILER $25.60 1M 5D
TAMPER SIMILAR ELECTRIC, AIR GAS $26.08 1M 5D
TAMPER (MULTIPLE SELF PROPELLED) $26.08 1M 5D
TOOLROOM MAN (AT JOB SITE) $25.60 1M 5D
TOPPER- TAILER $25.60 1M 5D
TRACK LABORER $25.60 1M 5D
TRACK LINER (POWER) $26.08 1M 5D
TUGGER OPERATOR $26.08 1M 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $25.60 1M 5D
VIBRATOR $26.08 1M 5D
WELDER $25.60 1M 5D
WELL -POINT LABORER $26.08 1M 5D
LABORERS UNDERGROUND SEWER WATER
GENERAL LABORER $25.60 1M 5D
PIPE LAYER $26.08 1M 51)
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.81 1
LANDSCAPING OR PLANTING LABORERS $7.93 1
LATHERS
JOURNEY LEVEL $29.80 1J 5A
MACHINISTS (HYDROELECTRIC SITE WORK)
MACHINIST $16.84 1
METAL FABRICATION (IN SHOP)
FITTER)WELDER $15.16 1
LABORER $11.13 1
MACHINE OPERATOR $10.66 1
PAINTER $11.41 1
PAINTERS
JOURNEY LEVEL $24.63 2B 5A
Page 4
I
1
*i
Classification
CLALLAM COUNTY
Effective 03 -04-98
PLASTERERS
JOURNEY LEVEL $30.71 1R 5A
PLAYGROUND PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $7.93 1
PLUMBERS PIPEFITTERS
JOURNEY LEVEL $38.26 1B 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $28.29 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YD UNDER) $30.75 IT 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO UNDER 6 YD) $31.19 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $31.69 IT 5D 8L
BACKHOES, (75 HP UNDER) $30.39 1T 5D 8L
BACKHOES, (OVER 75 HP) $30.75 1T 50 8L
BARRIER MACHINE (ZIPPER) $30.75 IT 5D 8L
BATCH PLANT OPERATOR, CONCRETE $30.75 17 50 8L
BELT LOADERS (ELEVATING TYPE) $30.39 1T 50 8L
BOBCAT $28.29 1T 5D 8L
BROOMS $28.29 1T 5D 8L
BUMP CUTTER $30.75 1T 5D 8L
CABLEWAYS $31.19 1T 5D 8L
CHIPPER $30.75 1T 5D 8L
COMPRESSORS $28.29 1T 50 8L
CONCRETE FINISH MACHINE LASER SCREED $28.29 1T 5D 8L
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $30.75 IT 5D 8L
CONCRETE PUMPS $30.39 17 5D 8L
CONVEYORS $30.39 1T 5D 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $30.39 1T 5D 8L
CRANES, 20 44 TONS, WITH ATTACHMENTS $30.75 1T 5D 8L
CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $31.19 IT 5D 8L
WITH ATACHMENTS)
CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $31.69 1T 5D 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $32.19 IT 5D 8L
WITH ATTACHMENTS)
CRANES, A- FRAME, 10 TON AND UNDER $28.29 IT 50 8L
CRANES, A- FRAME, OVER 10 TON $30.39 17 5D 8L
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $32.69 1T 5D 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $30.75 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $31.19 17 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $31.69 1T 5D 8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $31.69 1T 5D 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $32.19 1T 5D 8L
CRUSHERS $30.75 1T 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $30.75 1T 5D 8L
DERRICK, BUILDING $31.19 1T 5D 8L
DOZERS, D-9 UNDER $30.39 1T 5D 8L
DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $30.39 1T 5D 8L
DRILLING MACHINE $30.75 1T 5D 8L
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $28.29 IT 5D 8L
EQUIPMENT SERVICE ENGINEER (OILER) $30.39 IT 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $30.75 1T 5D 8L
Page 5
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
Classification
CLALLAM COUNTY
Effective 03-04-98
FORK LIFTS, (3000 LBS AND OVER)
FORK LIFTS, (UNDER 3000 LBS)
GRADE ENGINEER
GRADECHECKER AND STAKEMAN
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS
HORIZONTAL/DIRECTIONAL DRILL LOCATOR
HORIZONTAUDIRECTIONAL DRILL OPERATOR
HYDRALIFTS/BOOM TRUCKS (10 TON UNDER)
HYDRALIFTSBOOM TRUCKS (OVER 10 TON)
LOADERS, OVERHEAD (6 YD UP TO 8 YD)
LOADERS, OVERHEAD (8 YD OVER)
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED
LOCOMOTIVES, ALL
MECHANICS, ALL
MIXERS, ASPHALT PLANT
MOTOR PATROL GRADER (FINISHING)
MOTOR PATROL. GRADER (NON FINISHING)
MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING
OPERATOR
PAVEMENT BREAKER
PILEDRIVER (OTHER THAN CRANE MOUNT)
PLANT OILER (ASPHALT CRUSHER)
POSTHOLE DIGGER, MECHANICAL
POWER PLANT
PUMPS, WATER
QUAD 9, D -10, AND HD-41
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING
EQUIP
RIGGER AND BELLMAN
ROLLAGON
ROLLER, OTHER THAN PLANT ROAD MIX
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS
ROTO -MILL, ROTO- GRINDER
SAWS, CONCRETE
SCRAPERS, CONCRETE AND CARRY ALL
SCRAPERS, SELF PROPELLED UNDER 45 YD)
SCRAPERS, SELF PROPELLED (45 YD AND OVER)
SCREED MAN
SHOTCRETE GUNITE
SLIPFORM PAVERS
SPREADER, TOPSIDE OPERATOR BLAW KNOX
SUBGRADE TRIMMER
TRACTORS, (75 HP UNDER
TRACTORS, (OVER 75 HP)
TRANSFER MATERIAL SERVICE MACHINE
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
TRENCHING MACHINES
TRUCK CRANE OILER/DRIVER UNDER 100 TON)
TRUCK CRANE OILER/DRIVER (100 TON OVER)
WHEEL TRACTORS, FARMALL TYPE
YO YO PAY DOZER
Page 6
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$30.39 1T 51) 8L
$28.29 1T 51) 8L
$30.39 iT 5D 8L
$28.29 1T 5D 8L
$30.39 1T 5D 8L
$30.39 1T 50 8L
$30.75 IT 513 8L
$28.29 1T 5D 8L
$30.39 1T 5D 8L
$31.19 IT 5D 8L
$31.69 IT 5D 8L
$30.75 IT 5D 8L
$30.75 1T 5D 8L
$30.75 IT 5D 8L
$30.75 1T 5D 8L
$30.75 1T 5D 8L
$30.39 1T 50 8L
$31.19 1T 5D 8L
$28.29 IT 5D 8L
$28.29 1T 50 8L
$30.75 1T 5D 8L
$30.39 IT 5D 8L
$28.29 1T 513 8L
$28.29 1T 5D 8L
$28.29 IT 5D 8L
$31.19 IT SD 8L
$31.19 IT 50 8L
$28.29 1T 51) 8L
$31.19 IT 5D 8L
$28.29 1T 5D 8L
$30.39 IT 5D 8L
$30.75 1T 513 8L
$30.39 IT 5D 8L
$30.39 iT 5D 8L
$30.75 IT SD 8L
$31.19 1T SD 8L
$30.75 IT SD 8L
$28.29 IT 5D 8L
$31.19 1T SD 8L
$30.75 IT 50 8L
$30.75 1T SD 8L
$30.39 1T 5D 8L
$30.75 IT SD 8L
$30.75 1T 5D 8L
$31.19 1T SD 8L
$30.39 1T SD 8L
$30.39 IT SD 8L
$30.75 IT 5D 8L
$28.29 IT 5D 8L
$30.75 1T 5D 8L
I
1
1
I
I
I
1
I
I
I
I
1
I
I
I
I
I
1
Classification
CLALLAM COUNTY
Effective 03-04-98
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER WATER
ALL CLASSIFICATIONS $19.85 1
POWER LINE CLEARANCE TREE TRIMMERS
BRUSHHANDLER $13.34 4A 5A
JOURNEY LEVEL IN CHARGE $26.52 4A 5A
SPRAY PERSON $25.08 4A 5A
TREE EQUIPMENT OPERATOR $25.44 4A 5A
TREE TRIMMER $23.50 4A 5A
TREE TRIMMER GROUNDPERSON $17.10 4A 5A
REFRIGERATION AIR CONDITIONING MECHANICS
MECHANIC $27.68 1
RESIDENTIAL BRICK MARBLE MASONS
JOURNEY LEVEL $30.57 1M 5A
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $21.21 1N 5D
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $18.00 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $21.05 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $15.94 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $10.00 1
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $9.86 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $8.44 1
RESIDENTIAL PAINTERS
JOURNEY LEVEL $22.19 1
RESIDENTIAL PLUMBERS PIPEFITTERS
JOURNEY LEVEL $16.97 1
RESIDENTIAL REFRIGERATION AIR CONDITIONING MECHANICS
JOURNEY LEVEL $36.76 1B 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL $23.12 1J 5A
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10.88 1
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $28.75 1R 51
ROOFERS
JOURNEY LEVEL $27.75 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $30.75 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL $34.48 1J 6L
SIGN MAKERS INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $19.29 1
STOCK PERSON $10.39 1
SIGN MAKERS INSTALLERS (NON ELECTRICAL)
JOURNEY LEVEL $12.15 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $10.88 1
Page 7
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
Classification
CLALLAM COUNTY
Effective 03-04-98
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL
SURVEYORS
CHAIN PERSON
INSTRUMENT PERSON
PARTY CHIEF
TELEPHONE LINE CONSTRUCTION OUTSIDE
CABLE SPLICER
HOLE DIGGER/GROUND PERSON
INSTALLER (REPAIRER)
JOURNEY LEVEL TELEPHONE LINEPERSON
SPECIAL APPARATUS INSTALLER I
SPECIAL APPARATUS INSTALLER II
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
TELEVISION GROUND PERSON
TELEVISION LINEPERSON /INSTALLER
TELEVISION SYSTEM TECHNICIAN
TELEVISION TECHNICIAN
TREE TRIMMER
TERRAZZO WORKERS TILE SETTERS
JOURNEY LEVEL
TILE, MARBLE TERRAZZO FINISHERS
FINISHER
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
TRUCK DRIVERS
DUMP TRUCK
DUMP TRUCK TRAILER
OTHER TRUCKS
TRANSIT MIXER
WELL DRILLERS IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
OILER
WELL DRILLER
Page 8
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$10.31 1B 50
$26.41 1
$13.23 1
$9.35 1
$11.40 1
$13.40 1
$22.11 2B 5A
$11.84 2B 5A
$21.15 2B 5A
$20.48 2B 5A
$22.11 2B 5A
$21.65 2B 5A
$22.11 2B 5A
$20.48 2B 5A
$11.17 2B 5A
$15.26 2B 5A
$18.38 2B 5A
$16.43 2B 5A
$20.48 2B 5A
$28.58 1 B 5A
$23.66 1B 5A
$23.93 1K 5A
$16.27 1
$29.18 1T 5D 8L
$18.27 1
$17.66 1
$11.60 1
$9.45 1
$11.60 1
BENEFIT CODE KEY EFFECTIVE 03 -04 -98
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF
TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS), SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID
AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
S ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12.00AM SUNDAY AND 6:00AM MONDAY AND ON
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
T ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:00PM SATURDAY TO 6:00AM MONDAY AND ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY
RATE OF WAGE.
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS) SHALL BE PAID AT ONE AND ONE
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE.
BENEFIT CODE KEY EFFECTIVE 03-04 -98
-2-
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF
TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT
TWO TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES TN"
HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE.
4 A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8).
C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7).
H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTF
THANKSGIVING DAY, AND CHRISTMAS (6).
I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6).
i
A
1
f
1
1
1`
r
1
r
i
1
N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY.
VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9).
O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (6).
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY (6).
R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2).
S. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7).
T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS.
U. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, CHRISTMAS DAY, AND A DAY OF THE EMPLOYEES CHOICE (7).
V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS.
W PAID HOLIDAYS: NINE (9) PAID HOLIDAYS.
BENEFIT CODE KEY EFFECTIVE 03-04 -98
-3-
X. HOLIDAYS: AFTER 520 HOURS NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS
NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8).
Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,
THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8)
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9).
D. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE
DAY AFTER CHRISTMAS DAY (9).
H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
L HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY. (8)
Q PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS' DAY.
R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY; WASHINGTON'S BIRTHDAY; MEMORIAL
DAY; INDEPENDENCE DAY; THANKSGIVING DAY; THE FRIDAY AFTER THANKSGIVING DAY; AND
CHRISTMAS DAY (8).
S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8).
T PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY. THE LAST WORKING DAY
BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9).
BENEFIT CODE KEY EFFECTIVE 03 -04-98
-4-
6. U. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND
A FLOATING HOLIDAY (9).
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY,
AND ONE DAY OF THE EMPLOYEE'S CHOICE (10).
W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY, DAY BEFORE CHRISTMAS DAY (10).
X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11).
NOTE CODES
8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50' TO 100' S1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 175' $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175' TO 250' $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250' DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE
HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR
MORE:
OVER 50' TO 100' $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200' S2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200' DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR.
E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB
HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANY ONE (1) DAY SHALL RECEIVE A PER DIEM
ALLOWANCE OF TWENTY -FOUR DOLLARS ($24.00) IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND
FRINGE BENEFITS.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A: $0.75,
LEVEL B: $0.50, AND LEVEL C: $0.25.
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A B: S1.00,
LEVELS C D: S0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A: $1.00, LEVEL
B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25.
1
I
1
1
1
d
1
I
r
t
1
r
1
i
a
1
1
1
1
Schedule and Delivery
Shelving Bid Documents
Port Angeles Branch Library
SCHEDULE AND DELIVERY
Library Shelving
Port Angeles Branch Library
1. The City of Port Angeles has an estimated period for delivery and installation listed
below. The Shelving Contractor shall meet and coordinate with the building General
Contractor and Owner to determine the exact delivery and installation date during this
period. If the Contractor cannot meet these delivery and installation dates he shall
provide a date for delivery and installation. It is the Shelving Contractor's responsibility
to purchase store, delivery, and install shelving in accordance with the Owner's
Schedule. He shall develop a schedule and integrate the General Contractor's schedule
into his schedule. Attendance at some site meetings will be required.
2. The estimated delivery and installation periods are as follows:
A. Begin installation approximately June 17, 1998.
Duration of installation to not exceed three weeks.
3. There is no room to accept and store the shelving in the new library. The Shelving
Contractor shall make arrangements for storage off site to park a semi trailer outside the
building at the site. A staging area will be provided inside the library to deliver and
unpack each day's supply of shelving.
4. The following work sequence is suggested during the shelving installation periods:
A. Subfloor is finished
B. Cores are drilled to under floor studs
C. Electric wire is pulled
D. Carpet is installed
E. Shelving is brought in and secured to floor. (Shelving has to be connected to
structural slab to meet seismic requirements.) This work element shall be
completed in 14 working days.
5. Shelving shall be delivered to the Shelving Contractor and stored locally in an insured
warehouse, or in a secure semi trailer, at the site not later than 10 days prior to installation
date for the library, unless otherwise determined between Owner and Contractor.
Page -1
6. Acceptance at Site and Warehouse:
A. Verify all materials as undamaged at time of delivery. Replace any damaged
items at no additional cost to the Owner.
B. Use all means necessary to protect all materials before, during and after
installation, and to protect the installed work and materials of other trades,
including the building and all building components fmishes.
C. In the event of damage the shelving, to the building, or any building components
and finishes, immediately make all repairs and replacements necessary to the
approval of the Owner and at no additional cost to the Owner.
7. The only additional compensation of delay damages will be storage cost. As all dates are
estimates, if Owner is not able to provide the building for installation as per schedule,
storage of shelving beyond thirty (30) days will be at the expense of the Owner, paid at
the pro-rated cost of storage per day until such time as shelving is totally removed from
storage, and the Contractor shall have no other right against the Owner for any other cost
or expense arising by reason of delay by the Owner.
8. The Contractor assumes the risk of loss of shelving until title of shelving passes. Title
passes at payment for shelving.
9. The Contractor's insurance for shelving shall remain in effect until final payment and at
all times thereafter when the Contractor may be correcting, removing, or replacing
defective work.
10. All crates, boxes, and other packing materials shall be removed from the site at the
Contractor's expense. The General Contractor's dumpster shall not be used unless a
direct agreement is made between him and the Shelving Contractor.
11. Beyond the Clean Up specified in the Supplemental Conditions, all shelving components
shall be hand wiped with dust cloths and an anti static spray. This cleaning of the
components shall be scheduled with the Owner and General Contractor near the end of
construction and just prior to loading the shelves with library materials.
Schedule and Delivery
Shelving Bid Documents
Port Angeles Branch Library
END OF SCHEDULE AND DELIVERY-
Page -2
1
I
i
t
1
1
I
SUBSTITUTION REQUEST FORM
Library Shelving
Port Angeles Branch Library
DATE:
FROM: (Name/Firm of Bidder)
We hereby submit for your consideration the following product instead of the specified item for the above project
(additional copies of this form may be made for multiple substitution requests):
Bid Item Number: Item Description:
Attach complete specification and technical data of proposed substitute. Include laboratory tests if applicable.
Include complete information on changes to drawings and/or specifications which proposed substitution will require
for its proper installation. Submit with request all necessary samples and substantiating data to prove equal quality
and performance to that which is specified. Clearly mark manufacturer's literature to indicate like quality and
performance.
FILL IN BLANKS BELOW AND ATTACH ADDITIONAL INFORMATION AS REQUIRED:
1. Does the substitution affect the dimensions shown in specification or on drawings?
No Yes If yes, clearly indicate differences /changes.
2. If necessary, will the undersigned pay for charges to the building design, including engineering and detailing
costs necessitated by the requested substitution?
No Yes
3. Does the substitution have effects on separate contractors?
No Yes If yes, clearly indicate effect.
4. Manufacturer's warranty of the proposed substitution is:
Same Different If different, attach new Mfr. warranty and Certification
of Equal Performance and Assumption of Liability for equal Performance.
The undersigned states that the function, appearance and quality of proposed substitute are equivalent or superior to
the originally specified item. Signature must be by person having authority to legally bind his/her firm to the above
terms. Failure to provide legally binding signature will result in retraction of approval.
Name
Title
Substitution Request Form
Library Shelving
Port Angeles Branch Library
Signature
Firm
-END SUBSTITUTE REQUEST FORM-
Page -1
1. Pre Approved Manufacturers: Borroughs/Wilson
Estey -Weld Frame
Library Bureau
The above manufacturers are all pre approved by the Owner as equal in quality, features,
and components. The above manufacturers are the specified standard, but variation of
style and detailing by the other pre approved manufacturers are acceptable as long as the
specifications are met or exceeded. All manufacturers shall include the seismic zone
three modifications required at no additional charge to the Owner.
2. The specification covers steel library shelving of the cantilever bracket type with
individual welded frame. Unit heights, depths and accessories shall be as indicated in
each of the individual libraries shelving specifications and drawings. All dimensions
indicated are actual rather than nominal.
3. The steel book stacks shall be welded, cantilever design with structural units in the form
of welded upright frames.
Construction of the shelving shall be such that all components of a book stack section
may be removed from any range without in any way disturbing the adjacent units so that
any range may be divided for the purpose of rearrangement without the necessity of
procuring additional components. Relocation and reuse of removed section(s) to be
accomplished without acquisition of any additional parts.
4. The basic stack system shall be complimented by a broad range of optional, cataloged
accessories, available for selection by the library, either at the time of initial purchase of
the shelving or later. The components required as a minimum are listed in Components
Lists.
5. The component parts shall be prepared for painting via a multi -phase cleaning and
etching process. Materials shall be rendered residue -free and covered with a leadless,
electrostatically applied, thermo- hardened polyester powder that is 1.8 MILS thick.
Finished products shall have a thickened coating on all edges and corners providing a
softening effect to all parts and leaving no sharp edges. The use of enamel paint shall not
be considered.
6. Shelf brackets shall be completely deburred and provided with minimum thickness where
units adjoin to prevent knifing of books. The shelf brackets shall have a minimum radius
at the lower front corner to eliminate sharp pointed edges which may be harmful to the
books or personnel. Shelf brackets with burrs shall be returned at the bidder's expense
and immediately replaced.
7. Upright columns of welded frame shall be formed of not less than #16 gauge steel into
channel shape with no less than 1/2" stiffening flanges measuring 2" in the web and 11/4"
at front and rear. Uprights are to be slotted with a series of 3/16" x 5/8" slots spaced 1"
on centers. Every sixth slot shall be shaped differently to ease visual leveling of shelves.
Technical Specifications
Library Shelving
Port Angeles Branch Library
Page 1
i
TECHNICAL SPECIFICATIONS
Library Shelving
Port Angeles Branch Library
1
1
t
i
1
1
1
1
r
1
1
1
i
1
1
1
1
1
1
t
t
Top spreader of welded frame will consist of #16 gauge tubular steel shape measuring at
least 1" x 21/2" in cross section. Top spreader to be welded to uprights at concealed
locations.
Bottom spreader of welded frame shall be formed of #16 gauge steel channel shape
measuring at least 1" x 13/4" in cross section and be equipped with two adjustable plastic
covered levelers to provide protection to floor surface and to prevent the stack units from
walking. The outer end will receive pre drilled weld nuts to receive floor levelers.
Bottom spreader will be welded to uprights with open portion facing outward.
8. Only the finest of materials and quality of workmanship shall be acceptable. All
components shall be manufacturer's standard as published in catalog form with
modifications only allowed as noted to meet library's dimensional requirements. Sheet
metal is to be cold rolled, Class I steel with tolerances as follows:
Quality:
Elongation:
Tensile Strength:
Yield Strength:
General Strength:
Chemicl Content:
C .06 -.15%
Mn .30 -.45%
P .04 max
S .04 max
Gauge thicknesses are U.S. standard with the following minimum reauirements:
Upright Columns
Top Spreader
Bottom Spreader
Adjustable Shelves
Base Shelves
Shelf End Brackets
Base Shelf Brackets
Kick Plates 3" Height
Triangular Seismic Gusset
Technical Specifications
Library Shelving
Port Angeles Branch Library
Commercial
20 -30%
353500 485000 lbs. /in2
2500 -3400
Max 65
Cu
Ni
Si
.2 max
.l0 max
.Ol max
#16 gauge
#16 gauge
#16 gauge
#18 gauge
#18 gauge
#16 gauge
#16 gauge
#18 gauge
#16 gauge
9. Base brackets shall be one piece and shall fit snugly around the welded frame uprights.
Brackets shall be formed of #16 gauge steel and shall have a flange which will rest on the
floor. Bracket shall provide a positive leveling capability. Top and front edge of bracket
shall be flanged outward 1/4" and profile of base bracket shall be sloped 15 degrees to
match the shelf end brackets. Base bracket shall have an impression with a hole in it for
attaching adjoining base bracket fasteners contained within the impression.
10. Base shelves shall be one piece construction formed of not less than #18 gauge steel
designed to fit around the welded frame uprights and snap into the base brackets without
the need of fasteners. Front height of base shelf shall be 3" and sides shall have stiffening
flanges.
11. All adjustable shelves shall be capable of supporting book loads of 50 pounds per square
foot without deflection in excess of 3/16 Nominal shelf sizes shall be 8 9 10" and
Page 2
12" formed of #18 gauge steel. Actual dimension of shelf shall be 1" less than the
nominal dimension. Front and rear edges of shelf shall be box formed 3/4" high, capable
of receiving wire book supports and snap on label holders. Sides of shelf to be flanged
downward to allow locking into end bracket grips. Each shelf shall measure at least 35
3/8" clear between end brackets.
12. Shelf end brackets shall be formed of #16 gauge steel with a 15 degree sloped front edge.
Top, bottom and front edge are to be flanged outward 1/4 Rear edge shall have two
crimped hooks at top and positioning tab at the bottom for engaging onto frame slots.
Two grips are to be provided for engaging side flanges of shelves. Brackets shall extend
at least 6" and have an impression to prevent brackets from overlapping.
13. The hinged periodical cabinet with the tip -up shelf shall be produced from #18 gauge
steel, with a bottom lip shall have flange and turned up lip to provide a 1 3/8" clearance
behind lip.. The shelf shall be hinged on two (2) #16 gauge plate brackets with three (3)
bonnets each. The shelf shall pivot into a horizontal position allowing for access to the
storage shelf behind. Provide hinged clear acrylic flap at hinged periodical cabinet for
newspaper display
14. Divider type shelf shall be #18 gauge steel with front end box formed 3/4" high with
integral 5" high backstop. Dividers shall be 6" high unless specified otherwise
15. Sliding reference shelf shall be #18 gauge steel which attaches to the underside of book
shelves. Shelf shall be the same depth as the shelf it hangs from and shall extend the
same depth. They shall operate on ball bearing extension slides and shall be single entry.
16. Browse boxes shall be of #18 gauge steel, which include a black, grooved, rubber lining
and steel band dividers that are welded to a removable 3/4" diameter steel rod. Browse
boxes shall be designed to accept interchangeable rods allowing for reconfiguration of
stored/displayed media.
17. Steel end panels shall consist of one piece of #18 gauge steel formed into flush profile,
with 1 1/2" square edge exposed return flanges of not less than 3 Tops and bottoms
shall be closed with spot welded closure flanges. Center of double faced panels shall be
equipped with full height channels for attaching to frame uprights and to eliminate oil
canning.
18. Metal canopy tops shall be of #18 gauge steel with a 1 1/2" front edge and supported by
#12 gauge brackets which engage the slots of the frame uprights. Sizes shall extend the
full width and depth of the base shelf.
19. Wood/Plastic Laminate canopy tops are as detailed on sheets ID.1 -ID.2
20. SEISMIC BRACING: Manufacturer must meet seismic calculations for seismic
Zone 3.
Technical Specifications
Library Shelving
Port Angeles Branch Library
-END TECHNICAL SPECIFICATIONS-
Page 3
1
1
1
1
1
1
r
1
J
1
1
1
1
1
1
1
General Shelving Notes
Library Shelving
Port Angeles Branch Library
GENERAL SHELVING NOTES
Library Shelving
Port Angeles Branch Library
1. All shelving to have closed base plates unless otherwise noted.
2. Provide one wire book support for each flat shelf unless otherwise noted.
3. Corner Fillers are to be, in all instances, the same color as the specified shelving unless
otherwise noted.
4. Provide wood edge and laminate canopy tops at all shelving indicated on the Coded
Canopy Top Floor Plan. See specifications and drawings for canopy top design.
5. Provide metal end panels on all shelving unless otherwise noted on plans by an 'S'
indicating a slotwall end panel. See specifications and drawings for end panel designs.
6. Shelving Color to be Arctic White as manufactured by Estey.
7. Metal End Panel Color to be: POLOMYX, P440 -DD98, A Polychromatic Finish
-END GENERAL SHELVING NOTES-
Page -1
I
SHELVES C•o•? C'pre?n•c 5_iz1
Shelf with integral backed ge 36" x 9"
36" x 15-3/4"
COMPONENTS LIST
ii Shelf without b,ackedg. 36" x 9"
.36" x 12"
36" x 15-3/4"
11 4
9 Strrrnr7.-'c 5i :ff.
IF r) Eackedge book supoor: for shelf 9"
(1) per shelf typical unless otherwise 12"
noted. 15-3/4"
U
Ci.w 1 C;.• V^,
Sloped shelf for paperback books and 6" CO
video tapes with integral back.
6" o r 7" actual shelf depth. 7"
P-4/
I.— "N.''
PuIl-out shelf with full extension 36 x12"
A
111 r);.-ie;,.... .r.;...;-..c .7...0 r.........
Shelf with three dividers and E 36' x 12"
plate brackets
II
1 P if!! f 7! 4 :i7 P;-..c z...., T.......
Penodical/Display sloping shelf 36" x 12" C:3
36" x 15-3/4"
N. a Sloping shelf brackets 30 decree C".3
111 43 d.z..: C16
gi 1
COMP(1NFNTS T,T4T
SHELVES
BROWSE BOXES
$tnra, Si
Tip -p periodical cabinet with 15 -3/4" x 36" x •2I7
storage shelf (shown closed) 15 -3/4"
L -shape with 2" min. at bottom.
Acrylic hinged flap for
magazine /newspapers display.
Audio /Visual Media
Browse Bores artd SStelaes_fer
Single -her shelf for compact disc s. 6" x 36" x
including five stationary dividers
Item. No,
36" Cl s
Siza jt■rrt Nn,
Single -tier browse box for audio 4" x 36" x 9" C19
cassettes, including 9 compartments
Doubie -tier shelf for audio cassettes 8" x 36" x 9" C20
8 "x36" x 10" C1
8 "x36 "x12
Single -tier browse box for compac: 4" x 36" x 9" C23
disc s, including five compartments 4" x 36" x 12" C34
C5
Record hanger, which suspends 36" C 6.
transparent media bags for records,
audio cassettes, compact disc's, video
tapes, etc..
Size to fit King County hangers.
SHELVES
f'f1MP(1NFNTC i. TCT
5n9Tring Disniayf
The zig zag display for paperbacks 36" x 3-1/2" x OE
attach to the shelf with magnets
TIPPED BASE SHELF Sloping base shelf similar to C -10
with 10" actual shelf depth.
C?�
I LASTIC LAMINATE INSET
WILSONART, 7061 -60
ATURAL PEAR
1
1
r
1
1
1
l
1
1
1
1
ACCORDING TO
WIDTH OF
SHELVING
DESIGN PERSPECTIVES
214 NORTON BUILDING
SEATTLE, WA 98104
(206) 447 -6963 FAX(206) 442 -9128
SIM.
ELEVATION SLOTWALL END PANEL
SCALE: 1".1
1" EXPOSED PLY EASED EDGE DETAIL
CONSTRUCTED FROM TUPELO VENEERS
LAMINATED TO FORM AN INTERPLY CORE,
NATURAL EDGE.
PORT ANGELES LIBRARY
i
I
PLAN VIEW CANOPY TOP
SCALE: 1".1
NATURAL MAPLE
CLEAR FIN.
PLASTIC LAMINATE
INSET
WILSONART,
7061 -60
NATURAL PEAR
F€V.I DATE I FE:V.I DATE
1 1 I 5 1
L2 I61
1 I 7 1
4 1 1 8 1
ID.1
EASE EDGE
1' EXPOSED PLY EASED EDGE
DETAIL CONSTRUCTED FROM
TUPELO VENEERS LAMINATED
TO FORM AN INTERPLY CORE,
NATURAL EDGE.
EASE EDGE
1/4' BLACK
FIBER
INLAY
1' EXPOSED PLY EASED EDGE
DETAIL CONSTRUCTED FROM
TUPELO VENEERS LAMINATED
TO FORM AN INTERPLY CORE,
NATURAL EDGE.
DESIGN PERSPECTIVES
214 NORTON BUILDING
SEATTLE, WA 98104
(206) 447 -6963 FAX(206) 442 -9128
45 LB. HIGH DENSITY
PARTICLE BOARD
1 1/4' ,'g/1'
I S
L EASE EDGES
V
SECTION OPAC SLOTWALL
END PANELS
FULL SCALE
PORT ANGELES LIBRARY
PLASTIC LAMINATE INSET
WILSONART, 7061 -60
NATURAL PEAR
—45 LB HIGH DENSITY
PARTICLE BOARD
SECTION THROUGH CANOPY TOPS
D HALF FULL SCALE
PLASTIC LAMINATE INSET
WILSONART, 7061 -60
NATURAL PEAR
PLASTIC LAMINATE INSET
WILSONART, 7061 -60
NATURAL PEAR
PLASTIC LAMINATE INSET
WILSONART, 7061 -60
NATURAL PEAR
NOTE: THE ABOVE SECTION IS TYPICAL OF ALL CANOPY TOPS
WHEREVER LAMINATE SEAMS ARE REQUIRED IN TOPS PROVIDE A MAPLE
DEVIDER.
FEN.I
DATE I REV.' DATE
1 I 1 5 1
2 1 I A. I
3 1 17 1
4j Le I
I ID.2
1
Scale: 1" 1'0"
c!.
71'
8
PORT ANGELES LIBRARY
Divider shelves 12"D
1
item No Quantity Specification
1 21 description: Double faced steel
cantilevered shelving unit
collection: Picture Books, Easy Readers
shelf side 1: dimensions: 42" H x 36" W x 12" D
no. of shelves: 3
components: (3 C 12
collection: Picture Books, Easy Readers
shelf side 2: dimensions: 42" H x 36" W x 12" D
no. of shelves: 3
components: (3 C12
DESIGN PERSPECTIVES
214 NORTON BUILDING
SEATTLE, WASH. 98104
(206) 447-6963
42"
Item No
1
1
Scale: 1" 1'0"
0
PORT ANGELES LIBRARY
Divider shelves 12"D
1
Item No Quantity Specification
2 21 description: Single faced steel
cantilevered shelving unit
collection: Picture Books, Easy Readers
shelf side 1: dimensions: 42" H x 36" W x 12" D
no. of shelves: 3
components: (3 C 12
DESIGN PERSPECTIVES
214 NORTON BUILDING
SEATTLE, WASH. 98104
(206) 447-6963
42"
:item /401
2
t
1
1
1
1
1
i
1
1
1
1
1
1
1
1
1
1
1
Item No.
2
Scale: 1" 1'0"
�I t
Quantity Specification
g description:
PORT ANGELES LIBRARY
Hinged Periodical
Shelf 12" D.
V
Single faced steel
cantilevered shelving unit
collection: Easy Periodicals
shelf side 1: dimensions: 66" H x 36" W x 12" D
no. of shelves: 4
components: (4) not shown
66"
DESIGN PERSPECTIVES Item Noi
214 NORTON BUILDING
SEATTLE, WASH. 98104 2a
(206) 447 -6963
t
1
t
r
t
r
1
Item No
Shelves with integral
backedge 12 "D
1■
I,
+L
Quantity Specification
41 description: Double faced steel
cantilevered shelving unit
collection: Reference
shelf side 1: dimensions: 42" H x 36" W x 12" D
no. of shelves 3
components: (3) C 2
Shelves with integral
backedge 12 "D
I collection: Reference
shelf side 2: dimensions: 42" H x 36" W x 12" D
no. of shelves 3
components: (3) C 2
I PORT ANGELES LIBRARY DESIGN PERSPECTIVES
214 NORTON BUILDING
I SEATTLE, WASH. 98104
Scale: 1" =1'0" (206) 447 -6963
42"
Item NoI
3
1
II, PORT ANGELES LIBRARY
1k4:te" 4- %4:6=■;
r r.5 4
Item No, Quantity
4 12
a
"'Scale: 1" PO"
Shelves with integral
backedge 12"D
I
A
E
t
,11
A
A
Single-Tier Paperback/Video
shelves 7" actual depth
Specification
description: Double faced steel
cantilevered shelving unit
collection: J. Fiction
shelf side 1: dimensions: 66" H x 36" W x 12" D
no. of shelves 5
components: 5) C 2
collection: Adult &Y.A Paperback
shelf side 2: dimensions: 66"1-1 x 36" W x 10" D
no. of shelves: 5
components: (5 C 10a
DESIGN PERSPECTIVES
214 NORTON BUILDING
SEATTLE, WASH. 98104
(206) 447-6963
V
66"
IP= No
4
4.AF-14k
Media Bag
Holders
Item No. Quantity Specification Double faced steel
2 description: cantilevered shelving unit
PORT ANGELES LIBRARY
Scale: 1" 1'0"
collection: J. Fiction
shelf side 1: dimensions: 66" H x 36" W x 12" D
no. of shelves: 4
components: 1 C 29, (3 C 26
collection: Talking Books
shelf side 2: dimensions: 66 "H x 36" W x 12" D
no. of shelves: 5
components: (5) C 10a
66"
Shelves with integral
backedge 12 "D
DESIGN PERSPECTIVES
214 NORTON BUILDING
SEATTLE, WASH. 98104
(206) 447-6963
5
',Item Nei
1 66"
1
Scale: 1" 1'0"
7,1
PORT ANGELES LIBRARY
Shelves with integral
backedge 12 "D
Item No, Quantity Specification
description:
collection:
shelf side 1:
collection:
shelf side 2:
\l/
\i/
Double faced steel
cantilevered shelving unit
Reference, J. Fiction
dimensions: 66" H x 36" W x 12" D
no. of shelves: 5
components: (5 C 2
Reference, J. Fiction
dimensions: 66" H x 36" W x 12" D
no. of shelves: 5
components: (5 C 2
DESIGN PERSPECTIVES
214 NORTON BUILDING
SEATTLE, WASH. 98104
(206) 447-6963
.Item Isrol
6
1
Scale: 1" 1'0"
PORT ANGELES LIBRARY
Shelves with integral
backedge 12 "D
.1.
a
N.+
Item No. Ouantity Spectficatio a
description: Single faced steel
cantilevered shelving unit
collection: Reference, J. Fiction
shelf side 1: dimensions: 66" H x 36" W x 12" D
no. of shelves: 5
components: (5 C 2
DESIGN PERSPECTIVES
214 NORTON BUILDING
SEATTLE, WASH. 98104
(206) 447-6963
66"
!Item No
6a
Scale: 1" 1'0"
Item No. Ouantitj Specification
Z 1 description:
collection:
shelf side 1:
collection:
shelf side 2:
PORT ANGELES LIBRARY
Double Tier Shelves for
audio cassettes 10" D.
Double Tier Shelves for
audio cassettes 10" D.
Double Tier Shelves for
audio cassettes 10" D.
Double Tier Shelves for
audio cassettes 10" D.
Double faced steel
cantilevered shelving unit
dimensions: 66 H x 36" W x 12" D
no. of shelves: 4
components: (4) C 21
J. Fiction
dimensions: 66 H x 36" W x 12" D
no. of shelves: 4
components: (4) C 21
DESIGN PERSPECTIVES
214 NORTON BUILDING
SEATTLE, WASH. 98104
(206) 447 -6963
66"
Atom No
Scale: 1" 1'0"
Shelves with integral
backedge 12 "D
PORT ANGELES LIBRARY
collection:
shelf side 1:
collection:
shelf side 2:
Item No,. Quantity Specification
3 description:
Double Tier Shelves for
audio cassettes 10" D.
Double Tier Shelves for
audio cassettes 10" D.
Double Tier Shelves for
audio cassettes 10" D.
Double Tier Shelves for
audio cassettes 10" D.
Double faced steel
cantilevered shelving unit
Talking Books
dimensions: 66" H x 36" W x 12" D
no. of shelves: 5
components: (5 C 2
Cassettes
dimensions: 66 "H x 36" W x 12" D
no. of shelves: 4
components: (4 C 21
66"
DESIGN PERSPECTIVES tern Not
214 NORTON BUILDING
SEATTLE, WASH. 98104 8
(206) 447-6963
Item No.
2
Scale: 1" 1'0"
Quantity 5adfication
4 description:
collection:
shelf side 1:
collection:
shelf side 2:
PORT ANGELES LIBRARY
Zig Zag display with
magnets
Shelves with integral
6 ickedge 12"ll,
Aa'llf'S•
\l/
Double faced steel
cantilevered shelving unit
'45
4 1 0 ,a1 A
Talking Books
dimensions: 66" H x 36" W x 12" D
no. of shelves: 5
components: (5) C 2, (1 C 27
Talking Books
dimensions: 66' H x 36" W x 12" D
no. of shelves: 5
components: (5) C 2, (1 C 27
66"
DESIGN PERSPECTIVES Item No
214 NORTON BUILDING
SEATTLE, WASH. 98104 9
(206) 447-6963
t
a
1
1
1
1
1
1
1
1
1
1
1
1
Double Tier Shelves for
audio cassettes 10" D.
Double Tier Shelves for
audio cassettes 10" D.
Double Tier Shelves for
audio cassettes 10" D.
Double Tier Shelves for
audio cassettes 10" D.
Jtem No,. Quaff Specification Double faced steel
1Q 4 description: cantilevered shelving unit
PORT ANGELES LIBRARY
Scale: 1" 1'0"
Single Tier Browse Box
12 "D
Single Tier Browse Box
12 "D
Single Tier Browse Box
12 "D
W
collection: Cassettes
shelf side 1: dimensions: 66 H x 36" W x 12" D
no. of shelves: 4
components: (4) C 21
collection: CD's
shelf side 2: dimensions: 66 H x 36" W x 12" D
no. of shelves: 3
components: (3) C 24
66"
DESIGN PERSPECTIVES ;Item Noi
214 NORTON BUILDING O
SEATTLE, WASH. 98104
(206) 447 -6963
1
1
1
1
1
1
1
1
1
1
1
1
1
1
i
Scale: 1" 1'0"
Single Tier Browse Box
12 "D
W
Single Tier Browse Box
12 "D
Single Tier Browse Box
12 "D
W
Item No. Quantity Specification
1Qg description:
collection:
shelf side 1:
collection:
shelf side 2:
PORT ANGELES LIBRARY
Single -Tier Paperback/Video
shelves 7" actual depth
Double faced steel
cantilevered shelving unit
CD's
dimensions: 66 H x 36" W x 12" D
no. of shelves: 3
components: (3) C 24
AV
dimensions: 66 H x 36" W x 12" D
no. of shelves: 5
components: (5 ClOa
66"
DESIGN PERSPECTIVES !Item NoI
214 NORTON BUILDING
SEATTLE, WASH. 98104 11 Oa:,
(206) 447 -6963
qt
Single-Tier Paperback/Video
shelves 7" actual depth
Scale: 1" 1'0"
Item No. Quantity Specification
19k 4 description:
collection:
shelf side 1:
collection:
shelf side 2:
PORT ANGELES LIBRARY
A
I
Zig Zag display
with magnets
Double faced steel
cantilevered shelving unit
Shelves with integral
-.bAckedge 12,7D
1 4,4:4.41
Sloping base shelf 12"
actual depth
AV
dimensions: 66 "H x 36" W x 12" D
no. of shelves: 5
components: (5 ClOa
New Books
dimensions: 66" H x 36" W x 12" D
no. of shelves: 6
components: 1 C 29, (4 C 2, (1 C 27
DESIGN PERSPECTIVES
214 NORTON BUILDING
SEATTLE, WASH. 98104
(206) 447-6963
66"
V/
Scale: 1" =1'0"
PORT ANGELES LIBRARY
Shelves with integral
backedge 10 "D
Sloping base shelf 10"
actual depth
W
W
Item No,. Ouantiht Specificg Double faced steel
1.1 3.0 cantilevered shelving unit
New Books, Lg Print, Back Issue Periodicals
collection: dimensions: 66" H x 36" W x 10" D
shelf side 1: no. of shelves: 5
components: 1 C 28, (4) C 1
New Books, Lg Print, Back Issue Periodicals
collection: dimensions: 66" H x 36" W x 10" D
shelf side 2: no. of shelves: 5
components: (1) C 28, (4 C 1
66"
DESIGN PERSPECTIVES =Item No.
214 NORTON BUILDING
SEATTLE, WASH. 98104 11
(206) 447 -6963
Scale: 1" 1'0"
Item No. Quanh41 Specification
11 12 description:
collection:
shelf side 1:
collection:
shelf side 2:
PORT ANGELES LIBRARY
Shelves with integral
backedge 10"D
Double faced steel
cantilevered shelving unit
N.W.
dimensions: 66" H x 36" W x 10" D
no. of shelves: 5
components: (5 C 1
N.W.
dimensions: 66" H x 36" W x 10" D
no. of shelves: 5
components: (5) C 1
DESIGN PERSPECTIVES
214 NORTON BUILDING
SEATTLE, WASH. 98104
(206) 447-6963
66"
11a
1
1
1
1
1
1
1
1
Item No, Ouantitu S ecificatioa
12 11 description:
PORT ANGELES LIBRARY
Scale: 1" 1'0"
Hinged Periodical
Shelf 12" D.
1
V
Double faced steel
cantilevered shelving unit
collection: Periodicals
shelf side 1: dimensions: 66" H x 36" W x 12" D
no. of shelves: 4
components: (4) not shown
collection: Periodicals
shelf side 2: dimensions: 66" H x 36" W x 12 "D
no. of shelves: 4
components: (4) not shown
66"
DESIGN PERSPECTIVES m No..
214 NORTON BUILDING
SEATTLE, WASH. 98104 12
(206) 447-6963
1
1
PORT ANGELES LIBRARY
Scale: 1" 1'0"
Item No Quantity Specification
description:
inged P odical Sh with
lexi s Cover f
Newspapers 12"
IW
Double faced steel
cantilevered shelving unit
collection: Newspapers
shelf side 1: dimensions: 66" H x 36" W x 12" D
no. of shelves: 4
components: (4) not shown
collection: Newspapers
shelf side 2: dimensions: 66" H x 36" W x 12"D
no. of shelves: 4
components: (4) not shown
66"
DESIGN PERSPECTIVES atem
214 NORTON BUILDING
SEATTLE, WASH. 98104
(206) 447-6963
Item No,
14
Quantity ,specification
Z$ description:
Shelves with integral
backedge 10 "D
Sloping base shelf 10"
actual depth
Single faced steel
cantilevered shelving unit
collection: Nonfiction, Fiction,Holds, Back Work Room
shelf side 1: dimensions: 90" H x 36" W x 10" D
no. of shelves: 6
components: (5) C 1, C 28
90"
PORT ANGELES LIBRARY DESIGN PERSPECTIVES Item Nol
214 NORTON BUILDING
SEATTLE, WASH. 98104
(206) 447 -6963
Scale: 1" 1'0"
1
Item No. Quantity
12
if
PORT ANGELES LIBRARY
Scale: 1" 1'0"
Specification
description:
P.
Shelves with integral
backedge 10"D
1
4/
MY
Single faced steel
cantilevered shelving unit
collection: Archive Room
shelf side 1: dimensions: 90" H x 36" W x 10" D
no. of shelves: 6
components: 6 C 1
90"
DESIGN PERSPECTIVES 'item Nol
214 NORTON BUILDING
SEATTLE, WASH. 98104 14a
(206) 447-6963
Scale: 1" 1'0"
Jtem 1Y2,. Ouant(j Specification
12 2 description:
PORT ANGELES LIBRARY
Shelves with integral
backedge 10 "D
Sloping base shelf 10"
actual depth
Double faced steel
cantilevered shelving unit
collection: Nonfiction, Fiction,Holds, Back Work Room
shelf side 1: dimensions: 90" H x 36" W x 10" D
no. of shelves: 6
components: (5) C 1, (1) C 28
collection: Nonfiction, Fiction,Holds, Back Work Room
shelf side 2: dimensions: 90" H x 36" W x 10" D
no. of shelves: 6
components: (5)C1,(1 C 28
90"
DESIGN PERSPECTIVES
214 NORTON BUILDING
SEATTLE, WASH. 98104
(206) 447 -6963
It AST1C LAMINATE INSET
WILSONART, 7061-60
Ir TURAL PEAR
DESIGN PERSPECTIVES
214 NORTON BUILDING
SEATTLE, WA 98104
(206) 447-6963 FAX(206) 442-9128
ACCORDING TO SIM.
le
WIDTH OF
SHELVING I I
I I ;:41.,`WI r rnkr." 4 1ks
z"
SIM.
ELEVATION SLOTWALL END PANEL
SCALE: 1e=1
-qc 1' EXPOSED PLY EASED EDGE DETAIL
CONSTRUCTED FROM TUPELO VENEERS
LAMINATED TO FORM AN INTERPLY CORE,
NATURAL EDGE.
PORT ANGELES LIBRARY
I
PLAN VIEW CANOPY TOP
SCALE: 1".1'-0"
NATURAL MAPLE
CLEAR FIN.
FEV. I DATE I FEV. DATE
ii I
21 II
3I 17 I
41 I R I
-4( PLASTIC LAMINATE
INSET
WILSONART,
7061-60
NATURAL PEAR
ID.1
EASE EDGE
1' EXPOSED PLY EASED EDGE
DETAIL CONSTRUCTED FROM
TUPELO VENEERS LAMINATED
TO FORM AN INTERPLY CORE,
NATURAL EDGE. —t
EASE EDGE J511"-1.
1/4' BLACK
FIBER
INLAY
1' EXPOSED PLY EASED EDGE
DETAIL CONSTRUCTED FROM
TUPELO VENEERS LAMINATED
TO FORM AN INTERPLY CORE,
NATURAL EDGE.
DESIGN PERSPECTIVES
214 NORTON BUILDING
SEATTLE, WA 98104
(206) 447 -6963 FAX(206) 442 -9128
45 LB. HIGH DENSITY
PARTICLE BOARD
1 1/4' '6/1 d•
fi e' 1= —ale—
V
I S/S/
L EASE EDGES
SECTION OPAC SLOTWALL
END PANELS
FULL SCALE
SECTION THROUGH CANOPY TOPS
D. HALF FULL SCALE
PORT ANGELES LIBRARY
r
i
—45 LB HIGH DENSITY
PARTICLE BOARD
PLASTIC LAMINATE INSET
WILSONART, 7061 -60
NATURAL PEAR
PLASTIC LAMINATE INSET
WILSONART, 7061 -60
NATURAL PEAR
PLASTIC LAMINATE INSET
WILSONART, 7061 -60
NATURAL PEAR
PLASTIC LAMINATE INSET
WILSONART, 7061 -60
NATURAL PEAR
NOTE: THE ABOVE SECTION IS TYPICAL OF ALL CANOPY TOPS
WHEREVER LAMINATE SEAMS ARE REQUIRED IN TOPS PROVIDE A MAPLE
DEVIDER.
PEV.I DATE I FEV.I DATE
1 I 1 5 1
2 1 1 6 1
3 I 1 7 1
41 I