HomeMy WebLinkAbout000176 Original ContractTO Red Rock Holdings Inc.
DATE: July 1, 2011
NOTICE TO PROCEED
City of Port Angeles
(360) 417 -4541
PROJECT: PW -11 -009, Prototype Design Installation Wayfinding Project
You are hereby issued this Notice to Proceed for Contract PW -11 -009. You are to complete the work
within 30 calendar days.
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED is hereby acknowledged this day of
July, 2011.
Signature
Randall Brackett,
Deputy Director of Operations
By
Title M c i, /t-�_GI-� 4
Please return ORIGINAL to Public Works Operations, Lucy Hanley, P. O. Box 1150, Port Angeles,
WA 98362. Fax: 452 -4972.
Retain a copy for YOUR files.
City of Port Angeles
Public Works Utilities Dept.
Operations Office
1703 South B Street
Port Angeles WA 98362 LIMITED PUBLIC WORKS PROCESS
a Tel: 360 -417 -4541
Fax: 360 452 4972 Request for Quotation
Contract
Contract Title: Prototvoe Desian Installation Wavfindina Project Project Number: PW -11 -009
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
"CITY AND Red Rock Holdinas LLC "CONTRACTOR
1. WORK BY CONTRACTOR
The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents)
which is attached hereto and by this reference is incorporated herein.
2. TERM OF CONTRACT
All work under this Contract is to be completed as indicated (check one):
All work under this Contract is to be completed by this date:
All work under this Contract is to be completed 30 days from the Notice to Proceed. No work is
to be performed prior to written Notice to Proceed by the City.
The performance period under this Contract commences calendar days after contract
award and ends calendar days after contract award.
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract (check one):
Time and material, not to exceed:
Time and actual expenses incurred, not to exceed:
Unit prices set forth in the Contractor's bid or quote, not to exceed:
Firm Fixed Price set forth in Contractor bid or quote in the amount of: $28.135.86
The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance
with and as described in the Attachment "A
City of Port Angeles
Record #000176
The Contractor shall provide and bear the expense of all equipment, work and labor of any sort
whatsoever that may be required for the transfer of materials and for constructing and completing
the work provided for in this contract and every part thereof; except as are mentioned in the
specifications to be furnished by the City of Port Angeles.
B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor
shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract
number. Invoices shall be in a format acceptable to the City.
C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a
properly completed invoice.
D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives
of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon
request.
Project PW -11 -009
Page 1 Rev. 05/12/2011
E..If during the course of the Contract, the work rendered does not meet the requirements set forth in the
Contract, the Contractor shall correct or modify the required work to comply with the requirements of this
Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the
Contract Documents.
4. RESPONSIBILITY OF CONTRACTOR
A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall
comply with all applicable provisions of federal, state and local regulations, ordinances and codes.
Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work,
all necessary safeguards for the protection of workers and the public and shall post danger signs warning against
known or unusual hazards.
B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and /or
materials discovered within one year after acceptance of this work. When corrections of defects are made,
Contractor shall be responsible for correcting all defects in workmanship and /or materials in the corrected work
for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such
defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a
reasonable time. In emergencies where damage may result from delay or where loss of service may result, such
corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the
Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and
the cost of same shall be paid by the Contractor.
C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential
damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of
materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and
supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made
against the City as a result of any defective work and the Contractor shall defend any such claims at its own
expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the
professional judgment of the Contractor to make appropriate selections.
D. Nondiscrimination /Affirmative Action. Contractor agrees not to discriminate against any employee or applicant
for employment or any other persons in the performance of this Contract because of race, creed, color, national
origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local
law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by Contractor setting forth
the provisions of the nondiscrimination clause.
E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or
services required by the Contractor under this Contract, shall be considered employees of the Contractor only and
not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said
employees, while so engaged, and all claims made by a third party as consequence of any negligent act or
omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or
rendered herein, shall not be the obligation of the City.
5. COMPLIANCE WITH LAWS
The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done
under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material
provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the
City, in whole or in part, and may result in ineligibility for further work for the City.
6. TERMINATION OF CONTRACT
A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final
payment by the City.
B. The City may terminate the Contract and take possession of the premises and all materials thereon
and finish the work by whatever methods it may deem expedient, by giving 10 days written notice to the
Project PW -11 -009 Page 2
Rev. 05/12/2011
contractor, upon the occurrence of any one or more of the events hereafter specified.
1. The Contractor makes a general assignment for the benefit of its creditors.
2. A receiver is appointed as a result of the insolvency of the Contractor.
3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein.
4. Contractor fails to make prompt payment to subcontractors for material or labor.
5. Contractor persistently disregards federal, state or local regulations and ordinances.
6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise
substantially violates the terms of this Contract.
7. The City determines that sufficient operating funds are not available to fund completion of the work
contracted for.
C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further
amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as
scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this
Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or
which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess
shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance,
Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to
the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and
interests of the City under the Contract, provided such legal costs shall be reasonable.
7. OWNERSHIP OF DOCUMENTS
A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or
unfinished documents and material prepared by the Contractor with funds paid by the City under this
Contract shall become the property of the City and shall be forwarded to the City upon its request.
B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by
the Contractor under this Contract will be kept confidential and shall not be made available to any individual or
organization by the Contractor without prior written approval of the City or by court order.
8. CLAIMS
Any claim against the City for damages, expenses, costs or extras arising out of the performance of this
Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or
loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making
application for final payment, shall be deemed to have waived its right to claim for any other damages for which
application has not been made, unless such claim for final payment includes notice of additional claim and fully
describes such claim.
9. GENERAL ADMINISTRATION AND MANAGEMENT
The Director of the Public Works and Utilities Department or his /her designee shall have primary responsibility for
the City under this Contract and shall oversee and approve all work to be performed, coordinate communications,
and review and approve all invoices, under this Contract.
10. HOLD HARMLESS
A. The Contractor shall protect, defend, indemnify and save harmless the City, its officers, employees and agents
from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting from the
negligent acts or omissions of the Contractor. The Contractor agrees that its obligations under this subparagraph
extend to any claim, demand, and /or cause of action brought by, or on behalf of, any of its employees or agents.
For this purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any immunity
that would otherwise be available against such claims under the industrial insurance provision of Title 51 RCW. In
the event the City obtains any judgment or award, and /or incurs any cost arising therefrom including attorneys'
fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable form the
Contractor.
Project PW -11 -009
Page 3 Rev. 05/12/2011
B, The City shall protect, defend, indemnify and save harmless the Contractor, its officers, employees and agents
from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting from the
negligent acts or omissions of the City. The City agrees that its obligations under this subparagraph extend to any
claim, demand, and /or cause of action brought by, or on behalf of, any of its employees or agents. For this
purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any immunity that
would otherwise be available against such claims under the industrial insurance provision of Title 51 RCW. In the
event the Contractor obtains any judgment or award, and /or incurs any cost arising therefrom including
attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable
from the City.
11. INSURANCE
The Contractor shall maintain insurance as set forth in Attachment B.
12. PREVAILING WAGE
This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to
prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws
and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE
PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE
as determined by the Industrial Statistician of the Department of Labor and Industries for the State of
Washington. The schedule of prevailing wage rates for this Contract is made a part of this contract as though
fully set forth herein.
Prior to making any payment under this Contract, the City must receive an approved copy of the "Statement of
Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries.
It is the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage The
Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that prevailing
wages have been paid by the Contractor and all subcontractors. Following the final acceptance of services
rendered, Contractor shall submit an "Affidavit of Wages Paid
For a contract award or an on -call contract work order under $2,500, and in accordance with RCW 39.12.040(2),
the contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages
Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form
developed by the Washington State Department of Labor and Industries and available from the City of Port
Angeles Public Works and Utilities Department.
In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation
and such dispute cannot be adjusted by the parties in interest, including labor and management representatives,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his
decision shall be final, conclusive, and binding on all parties involved in the dispute.
13. INTERPRETATION AND VENUE
This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The
venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington.
14. BRANDS OR EQUAL
When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards
of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered,
provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid
containing a brand which is not of equal quality, performance, or use specified must be represented as an
alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
15. INSPECTION AND REJECTION
All goods, services, work, or materials purchased herein are subject to inspection and to approval by the City. Any
rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications
of this order, whether held by the City or returned, will be at Contractor's risk and expense.
Project PW -11 -009 Page 4
Rev. 05/12/2011
16. SUBLETTING OR ASSIGNING OF CONTRACTS
Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from
this Contract without the express prior written consent of the other.
17. INDEPENDENT CONTRACTOR
The Contractor is and shall be at all times during the term of this Contract an independent contractor and not an
employee of the City.
18. EXTENT OF CONTRACT /MODIFICATION
This Contract, together with the attachments and /or addenda, represents the entire and integrated Contract
between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written
or oral. This contract may be amended, modified or added to only by written instrument properly signed by both
parties hereto.
19. SUBCONTRACTOR RESPONSIBILITY
A. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require
each of its subcontractors to include substantially the same language of this section in each of their subcontracts,
adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to
all subcontractors regardless of tier.
B. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets
the following bidder responsibility criteria:
At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter
18.27 RCW;
Have a current state unified business identifier number;
If applicable, have:
Industrial insurance coverage for the subcontractor's employees working in Washington as required
in Title 51 RCW;
An employment security department number as required in Tile 50 RCW; and
A state excise tax registration number as required in Tile 82 RCW;
An electrical contractor license, if required by Chapter 19.28 RCW;
An elevator contract license, if required by Chapter 70.87 RCW.
Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).
Project PW -11 -009
Page 5 Rev. 05/12/2011
IN WITNESS WHEREOF, the parties have executed this Contract as of JU 2 r 2011.
RED ROCK 1LRy6 LLC
dings
Signature:
Ings LLC
Printed Name: Dean Pavletich
Title: Member /Manager
CITY OF PORT ANGELES
Address: 1702 Walker Park Rd
City: Shelton
Tax ID UBI -601 977 805, Fed ID- 91- 1990477
Phone Number: 360- 426 -8638 Purchase Order
Project PW -11 -009 Page 6
Signature:
Printed Name: ITS
Title: (.1 1 AlielAA
Rev 05/12/2011
Gity of Port Angeles
Operations Office
Public Works and Utilities Department
360 -417 -4541
ATTACHMENT "A"
WORK BY CONTRACTOR
The contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the project described below. Unless otherwise provided for in the Statement of
Work, the Contractor will be responsible for obtaining and paying for any and all permits
required for this work.
General Scope: The City of Port Angeles Wayfinding Prototype Sign Installation project
consist of the installation of six (6) City- supplied signs within City rights -of -way in downtown
Port Angeles. The installations include the construction of concrete post footings within
existing concrete or brick sidewalks for five (5) of the signs. The construction includes saw
cutting of the existing concrete or bricks, hand or vacuum extractor excavation for the sign
post footings, and placement of concrete for the footings and surface finishing.
Sign C -1 will be installed in the existing structural slab sidewalk on the west side of North
Laurel Street between First Street and the alley to the north. This sign installation will require
the coring of the existing sidewalk, fabrication of steel support and restraint brackets, and
attachment of the brackets to the concrete beams that support the sidewalk slab and to the
concrete buttress wall below the sidewalk.
The sign installation locations are shown on the attached overall site plan and are detailed on
the attached sketches. All work shall be completed in conformance with the attached plans,
sketches, and specifications. Copies of the shop drawing for the signs are also included for
information purposes. City- supplied signs include the sign posts.
Locations:
Downtown Port Angeles, Washington (see attachment on page 8 below)
Site Point of Contact:
Deputy Director of Operations, Randall Brackett (360)417 -4802
Work Hours: Contractor shall work Monday through Friday between the hours of 8:00 AM to
4:30 PM. Work outside of these hours may be requested from and is at the discretion of the
Site Point of Contact listed above.
Permit(s): The City of Port Angeles will carry all permits necessary for work described below
for both sites.
Traffic Control: The contractor shall provide a traffic control plan (TTCP), traffic control
devices and personnel for traffic control. The TTCP shall be reviewed and approved by City
Engineers before commencing work. The TTCP shall address appropriate measures in
minimizing traffic congestion in downtown Port Angeles during the installation of signs.
Project PW -11 -009
Page 7 Rev. 05/12/2011
ed• Th
work conduct
from he contractor is
enera
shall dispose of debris generated
e contractor.
sha re sponsib ility 1: The contractor l e the resp
ebris Disposa o f debris shall exlstm9 condition.
o s p n disposing ore wor site to
esponsible to rest
irements: (See below
Work. ReQu
Ph
n `o tion Ilan
i
Pag
Rev, 05/1212011
PART 1: GENERAL
1.01 SECTION INCLUDES
A. Material and installation instructions for installing signs.
1.02 RELATED SECTIONS
A. None
1.03 SUBMITTALS
A. Concrete mix design
B. Expansion
SIGN INSTALLATION SPECIFICATIONS
1.04 QUALITY ASSURANCE
A. Contractor shall be experienced in the work included within this contract and must
be willing to provide past performance references if requested by the Engineer.
PART 2: PRODUCTS
2.01 SIGNS
A. Posts, hardware and signs will be provided by the Owner and will conform to the
plans.
2.02 CONCRETE
A. Concrete shall have a minimum compressive strength of 3,000 psi at 28 days.
B. Concrete shall be air entrained and have an air content from 4.5% to 7.5
C. Concrete shall have a minimum cementitious material content of 564 pounds per
cubic yard of concrete.
2.03 EXPANSION JOIN
A. Expansion joint shall be 3/8" thick full depth, asphalt impregnated premolded joint
filler.
PART 3: EXECUTION
3.01 EXAMINATION
A. Contractor is responsible for contacting Washington 811 at least 48 hours prior to
beginning any excavation and sufficiently in advance of any site meeting with the
Engineer.
B. Examine all areas and verify with Engineer locations of sign installations.
3.02 PREPARATION
A. Sawcut and remove existing concrete or brick walkway and dispose of material.
B. Provide adequate protection of the construction zone. Minimize impact to adjacent
sidewalk. Protection shall be approved by the Engineer prior to the start of foundation
excavation.
C. Excavate for footing to the extents shown on drawings. All excavation for signs
Project PW -11 -009
Page 9 Rev. 05/12/2011
must be by hand or other means of nondestructive excavation, such as a
vacuum extractor. Immediately remove all excavated material from the
construction area. No augers, mini excavators or any other equipment will be
permitted to excavate due to the amount of underground infrastructure at each sign
location. Contractor shall notify the Engineer when obstructions prevent construction
of the foundation as detailed in the drawings.
D. Install 4" minimum thickness by 12" minimum diameter precast concrete pad in the
bottom of the footing excavation.
3.03 EXECUTION
A. Sign Installation:
1. Set post directly in the center of the precast concrete pad within footing
excavation.
2. Contractor to provide all temporary bracing and shoring as needed to keep the
sign post plumb and at the correct location and orientation.
B. Concrete Footing:
1. Contractor shall not place concrete under rainy conditions.
2. If footing excavation contains water, the Contractor shall pump dry before
placing concrete.
3. Engineer shall approve excavation for footing prior to pouring concrete.
4. Pour concrete in the footing evenly around all sides of sign post. Consolidate
concrete with use of a vibrator.
5. Temporary bracing shall remain in place until a minimum of 72 hours after the
completion of the concrete pour.
C. Install Signs on Posts
1. Install sign material on posts no earlier than 72 hours after the completion of
the concrete pour.
2. Install signs on posts in accordance with the approved construction drawings
and the manufacturer's recommendations. Signs shall be installed to the
correct elevation and orientation as indicated on the drawings.
3. Sign rotation for Signs B, C1, C2, D1 and D2 shall be directly perpendicular to
the nearby curb direction with the front of the sign facing on- coming traffic.
Rotation of Sign E shall be parallel with the near curb with the face of the sign
facing the pedestrian walkway and plaza.
D. Concrete Surface
1. Pour 6" minimum thickness concrete surfacing to the extents shown in the
drawings.
2. Strike of surface of concrete with a straight edge as soon as the surface can be
worked. Use a steel trowel to finish the concrete.
3. Install expansion joint around the entire exterior of the pour where new
concrete is adjacent to existing concrete or brick.
4. Use a stiff bristled broom to brush the concrete surface in a transverse
direction.
5. Cure the concrete for a minimum of 72 hours by means of moist burlap or
Project PW -11 -009
Page 10 Rev 05/12/2011
quilted blankets. No pedestrian or vehicular traffic shall be allowed on the
concrete during the curing process.
PART 4: QUALITY CONTROL
A. Tolerances: Items installed outside the tolerances described below shall be corrected
by the Contractor at no expense to the Owner.
1. Bottom and top of sign elevations as shown on the drawings shall be with 0.15'
2. Rotation of signs shall be within 2 1/2 degrees of orientation described above.
3. Sign posts shall be plumb with less than 1/2" horizontal deviation over 8 vertical
feet.
END OF SECTION
Note: See drawing below for sign foundation detail below
Project PW -11 -009
Page 11 Rev 05/12/2011
Sion Foundation Detail:
SCALE:
1/2 1'
OATE:
4/1 /2011
JOB NO:
10199
FILE:
SIGNS
1
Project PW -11 -009
CD
3' -6"
'1 "I
o
D p M
D
6" THICK CONCRETE SURFACING;
SEE SPECIFICATIONS
PLAN VIEW
SIGN POST
CLIENT:
CITY OF PORT ANGELES
321 EAST 5TH STREET
PORT ANGELES. WA 98362
2' -6" (SIGN TYPE B, 02)
2' -O" (SIGN TYPE 01)
1' -6" (SIGN TYPE E)
TIRE: WAY FINDING SIGNS IN DOWNTOWN PORT ANGELES
SIGN FOUNDATION DETAIL
Z ENOVIC
ASSOCIATES
SAWCUT EXISTING CONCRETE OR
BRICK WALKWAY;
INSTALL 3/8" EXPANSION JOINT
BETWEEN NEW CONCRETE AND
EXISTING WALKWAY
EXISTING CONCRETE OR
BRICK WALKWAY
yon 3,000 PSI MIN. CONCRETE
FOUNDATION PER
SPECIFICATIONS
EXCAVATE TO LIMITS
SHOWN BY HAND
POUR FOUNDATION CONCRETE
DIRECTLY AGAINST LIMITS OF
EXCAVATION
4" THICK X 1 2"0 PRECAST
CONCRETE PAD
301 E. 6TH STREET. SLATE 1
PORT ANGELES. WA 98362
PHONE: (360) 417 -0501
FAX, (360) 417 -0514
INCORPORATED E11AIt: ZENovipiermovicxer
SHEET
1
OF 1
Page 12 Rev. 05/12/2011
PART 1 GENERAL:
SIGN C1 FOUNDATION SPECIFICATION
1.01 SECTION INCLUDES
A. Material and installation instructions for C1 Sign foundation.
1.02 RELATED SECTIONS
A. None
1.03 SUBMITTALS
A. Anchors
B. Epoxy
C. Structural Steel shop drawings showing all welding with AWS A2.4 symbols.
D. Welding Procedure Specifications
E. Grout: Provide certification of conformance with ASTM C1107.
1.04 QUALITY ASSURANCE
A. Contractor shall be experienced in the work included within this contract and must be
willing to provide past performance references if requested by the Engineer.
PART 2 PRODUCTS:
2.01 ADHESIVE ANCHORS
A. 1/2" diam. All Thread Rods. All Threads Rods shall be hot dipped galvanized per
ASTM 153
2.02 EPDXY
A. Anchoring adhesive shall be a two- component high solids, epoxy -based system
supplied in manufacturer's standard cartridge and dispensed through static mixing
nozzle supplied by the manufacturer. The adhesive anchor shall have been tested and
qualified for performance in cracked and uncracked concrete per ICC -ES AC308.
Adhesive shall be SET -XP Epoxy -Tie adhesive from Simpson Strong -Tie, or approved
equal. Install per manufacturer's recommendations.
2.03 MECHANICAL ANCHORS
A. Screw Anchors shall have 360 degree contact with the base material and shall not
require oversized holes for installation. Fasteners shall be manufactured from carbon
steel, and are heat treated. Anchors shall be mechanically galvanized in accordance
with ASTM B695. The anchor shall have been tested and qualified for performance in
cracked concrete per ACI 355.2 and ICC -ES AC193. Anchors are not to be reused
after initial installation. Screw anchors shall be Titen HD anchors from Simpson
Strong -Tie.
2.04 GROUT
A. Grout shall be prepackaged, non shrink grout using non metalic aggregates, and shall
conform to the most current version of ASTM 1107 Grade B.
B. Grout shall be designed to have 4,000 psi strength at 28 days.
Project PW -11 -009
Page 13 Rev. 05/12/2011
2.05 STRUCTURAL STEEL
A. All steel shall conform to the following:
1. Steel Pipe
2. Steel Plates and Bars
3. Material Called Out on Plans as A36
4. Anchor Bolts /Rods
PART 3 EXECUTION:
Project PW -11 -009
ASTM A53, Type E or S
Grade B, Fy 35 KSI
ASTM A36, Fy 36 KSI
ASTM A36, Fy 36 KSI
ASTM F1554 Grade 36,
Fy 36 KSI
ASTM A307
ASTM A36, Fy 36 KSI
5. Common Bolts
6. Steel (unless otherwise noted)
B. Coating
1. All steel shall be primed with one coat Tnemec Series 135 Chembuild, 4.0 6.0 mils
dry film thickness.
3.01 EXAMINATION
A. Examine sign location area and verify location with Engineer prior to beginning work.
B. Take field measures of existing conditions to verify conformance with plans.
3.02 PREPARATION
A. Core drill 6 inch diameter hole through existing 6 1/2 inch thick concrete sidewalk.
B. Take measurements from post base location to existing concrete buttress wall and
from the stabilizing bracket location to existing sidewalk support beams.
C. Use measurements to fabricate Stabilizing Bracket and Post Base.
1. All welding shall be done by AWS /WABO certified welders and in accordance with
AWS D1.1. Welds shown on drawings are minimum sizes. Increase weld size to
AWS minimum sizes, based on plate thickness. The minimum weld size shall be
3/16 Field welding symbols have not necessarily been indicated on the drawings.
Where shown, proper field welding per AWS D1.1 shall be used. Where no field
welding symbols are shown, it is the Contractor's responsibility to coordinate the
use of shop and field welds. All welds shall be made using low hydrogen
electrodes with minimum tensile strength per AWS D1.1 (minimum 70 ksi). Low
hydrogen SMAW electrodes shall be used within 4 hours of opening their
hermetically sealed containers, or shall be redried no more than one at a time, and
electrodes that have been wet shall not be used.
2. All welding shall be performed in strict adherence to a written welding procedure
specification (WPS) per AWS D1.1. All welding parameters shall be within the
electrode manufacturer's recommendations. Welding parameters shall be
submitted to the Owner's testing agency for review before starting fabrication or
erection. Copies of the WPS shall be on -site and available to all welders and the
special inspector.
3. All field welding shall require special inspection.
Page 14 Rev. 05/12/2011
3.03 EXECUTION
A. Drill 5/8 inch diameter holes and install 1/2 inch diameter All Thread Rods with 4 inch
minimum embedment per manufacturer's instruction. Special inspection by
Engineer required during installation.
B. Install the post base after the epoxy has had the required cure time as specified in the
manufacturer's instructions.
C. Install 5 inch diameter schedule 40 steel pipe through sidewalk and attach to the
installed post base; trim post length as required.
D. Verify Stabilizing bracket location and drill 1/2 inch diameter holes for screw anchors.
E. Connect the Stabilizing bracket to the post and connect to the sidewalk support
beams as detailed in the structural drawings.
F. Place grout between the post and the sidewalk penetration to seal.
PART 4 QUALITY CONTROL
A. Tolerances: Post location shall meet the minimum offset dimensions as shown in the
Structural Drawings.
Note: See drawings below for foundation specification:
Project PW -11 -009
END OF SECTION
Page 15 Rev. 05 /12/2011
'A: Sion C1 Foundation Detail
SCALE:
1/2" 1
DATE:
5/11/2011
ies NO:
10199
FILE:
SIGNS
41
Project PW -11 -009
GROUT PIPE IN PLACE
AFTER INSTALLATION
FABRICATED POST
BASE, PER DETAILS
A&B/S4
!i
4 7¢'0 A.T.R. WITH 4" EMS.
W /SET -XP EPDXY GROUT
CUENT:
CITY OF PORT ANGELES
321 EAST 5TH STREET
PORT ANGELES. WA 98362
EX. SIDEWALK BEAM
8"0 CORE DRILLED HOLE 112" MFN.
THROUGH SIDEWALK 1 I
2
z r 1
f I 1 EX. SIDEWALK BEAM -I
1
al FACE OF CURB
SIGN POST LOCATION PLAN
Scale: 1/2' 1'
SIGN POLE
CORE r
THROUGH EXISTING SIOEWALK
FABRICATED �1 1E j
STABILIZING BRACKET 11J"
PER DETAIL A /S2
I
SIGN POST SECTION
Scale: 1/2" 1'
ime
11TLE: WAY FINDING SIGNS IN DOWNTOWN PART ANGELES
SIGN Cl FOUNDATION DETAIL
4
EX. 8.5' THICK
CONCRETE SIDEWALK
EX SIDEWALK
SUPPORT BEAM
(4) rove TITEN HD ANCHORS
EXISTING 51KktT UGHT
POWER CONDUIT
ENOVIC
ASSOCIATES
INCORPORATED
EX. CURB GUTTER
EXISTING CONCRETE
BU TTRESS WALL
S1�
301 E. STH STREET. SUITE 1
PORT ANGELES, WA $8362
PHONE: (360) 417- 0301
FAX (384) 417 -0514
L'illl¢: 14'1t6VIONNNO ICJ CT
Page 16 Rev 05/12/2011
'B: Pipe Clamp Detail:
6
Project PW-11-009
EX. CONC. BEAM
I
1 MIK
CoNc. BEAM
/I
61 4
5y
/2* CEDAR FACING: r 1/
REMOVE AT BRACKET
LOCATION
(4) h T1TEN HD
ANCHORS TYP.)
7"
1
2 Y4
SCALE: I TITLE: WAY FINDING SIGNS IN DOWNTOWN PORT ANGELES
N. T.S.
DATE:
5/11/2011
J08 NO:
CUEN T:
10/ 99 GITY OF PORT ANGELES
FILE: 321 EAST 57H STREET
SIGNS PORT ANGELES. WA 98362
SIGN CI FOUNDATION DETAIL
SY4'
6h
fA8RICA 'E
COLLAR. r THICK
A36 STE 1 P14 TE
2—V4 MB
5 SCH. 40 STEEL PIPE
PIPE CLAMP CONN. DETAIL
Scale: N.T.S.
Z ENOVIC
ASSOCIATES
INcORPORATED D44L: 02404COZDIOVC.PIZT
z
301 E TH STREET. SLIM 1
PORT MODELES. WA 55352
PHONE; (350) 417-0501
rAlk PIM 4174014
S 2
Page 17 Rev. 05/12/2011
C: Pipe Clamp Installation Continues:
SCALE*
N. T.
DATE:
5/9/2011
408 NO.
10199
FILE:
SIGNS
Project PW -11 -009
OUNTING BRACKET
Scale: N.T.S.
CLIENT:
CITY OF PORT ANGELES
321 EAST 51'H STREET
PORT ANGELES, WA 98352
ansimmomm
3y
t i
PIPE CLAMP
Scale: N.T.S.
TITLE: WAY FINDING SIGNS IN DOWNTOWN PORT ANGELES
3' SCH. 40 STL, PIPE
SIGN C 1 FOUNDATION DETAIL
Y4" THICK
A36 PLATE
301 E. 6Th STREET. SUITE 1
PORT ANGELES. WA 98362
PHONE: (380) 417 -0501
fle: (36O) 417 —Q614
Z ENOVIC
ASSOCIATES
INCORPORATED mut.: Z $0wCQWO'4C.KT
SHEET
MOW
S3
Page 18 Rev 05/12/2011
D: Pipe Base Plate Detail
SCALE:
N. T. S.
DATE'
5/9/2011
JOB NO.
10199
FILE:
SIGNS
Project PW-11-009
noel( An GUSSET
PLATE. AS SHOWN
4"
CLIENT:
WY OF PORT ANGELES
321 EAST 5TH STREET
PORT ANGELES, WA 98362
(4) 7o A.T.R. WITH 4" DAB,
INTO CONCRETE W/SET-XP
EPDXY GROUT (TIP.)
h" THICK A36
sr._ PLATE
nia: WAY FINDING SIGNS IN DOWNTOWN PORT ANGELES
SIGN CI FOUNDATION DETAIL
PIPE BASE PLATE SECTION
Scale: N.T.S.
z
PIPE BASE PLATE DETAIL
Scale: N.T.S.
r7 ENOV1C
L. ASSOCIATES
44:fig
-74
FIELD VERIFY
WALL BATTER
CONCRETE
WALL
THICK A36
ST1- PLATE
301 E. 6TH STREET. SUITE 1
PORT ANGELES, WA 90.362
PHONE: (360) 417-0501
FAX (36O) 417
INCORPORATED time C.HET
1SHEE T
1
S4
Page 19 Rev. 05/12/2011
E: Structural Steel Weldina Notes:
Project PW -11 -009
STR CflJRA Sl EI
ALL STEEL SHALL CONFORM TO THE FOLLOWING:
STEEL PIPE
STEEL PLATES AND BARS
MATERIAL CALLED OUT ON PLANS AS (A35)
ANCHOR BOLTS/ROOS
COMMON BOLTS
AU. OTHER STEEL UNLESS NOTED OTHERWISE
STRUCTURAL STEEL WELDING
STRUCTURAL STEEL SHOP DRAWINGS SHALL SHOW ALL WE LDING WITH AWS A2.4
SYMBOLS. ALL YIELDING SHALL BE DONE BY AWS/WABO (WASHINGTON ASSOCIATION
OF BUILDING OFFICIALS) CERTIFIED WELDERS AND 1N ACCORDANCE WITH AWS 01.1.
WELDS SHOWN ON DRAWINGS ARE THE MINIMUM SIZES. INCREASE WELD SIZE TO AWS
MINIMUM SIZES, BASED ON PLATE THICKNESS. THE MINIMUM WELD SIZE SHALL BE
FIELD WELDING SYMBOLS HAVE NOT NECESSARILY BEEN fNDICATED ON THE
DRAWINGS WHERE SHOWN. PROPER FIELD WELDING PER AWS D1.1 SHALL BE USED
WHERE NO FIELD WCLOING SYMBOLS ARE SHOWN. IT 15 THE CONTRACTOR'S
RESPONSIBILITY TO COORDINATE THE USE OF SHOP AND FIELD WELDS. ALL WELDS
SHALL BE MADE USING LOW HYDROGEN ELECTRODES WITH MINIMUM TENSILE
STRENGTH PER AWS 01.1 (MINIMUM 70 KSI), LOW HYDROGEN SHAW ELECTRODES
SHALL BE USED WITHIN 4 HOURS OF OPENING THEIR HERETICALLY SEALED
CONTAINERS. OR SHALL BE REDRIEO NO MORE THAN ONE AT A TIME, AND
ELECTRODES THAT HAVE BEEN WET SHAU. NOT BE USED.
ALL WELDING SHALL BE PERFORMEO IN STRICT ADHERENCE TO A WRITTEN WELTING
PROCEDURE SPECIFICATION (WPS) PER AWS 01.1. ALL WELDING PARAMETERS SHALL
BE WITHIN THE ELECTRODE MANUFACTURER'S RECOMMENDATIONS. WELDING
PROCEDURES SHALL BE 5UBMITTE0 TO THE OWNER'S TESTING AGENCY FOR REVIEW
BEFORE STARTING FABRICATION OR ERECTION. CORES OF THE WPS SHALL BE ON
SITE AND AVAILABLE TO ALL WELDERS AND THE SPECIAL INSPECTOR.
POST INSTALLED ANCHOR NOTES:
1, ADHESIVE ANE40145 ANCHORING ADHESIVE SHALL OE A TWO COMPONENT mom
SOURS, EPDXY -BASED SYSTEM SUPPUED IN MANUFACTURER'S STANDARD CARTR90GE
AND DISPENSED THROUGH STATIC MIXING NOZZLE SIJPPLIED BY THE MANUFACTURER THE
ADHESIVE ANCHOR SHALL HAVE BEEN TESTED AND QUALIFIED FOR PERFORMANCE IN
CRACKED AND UNCRACKED CONCRETE PER MCC -ES AC309. ADHESIVE SHAU. BE SET -XP
EPDXY -TIE ADHESIVE FROM SIMPSON STRONG-TIE, OR APPROVED EOUAL. INSTALL PER
MANUFACTURE'S RECOMMENDATIONS. sPECIM IHSDFCTTON RFOUIRJP
2. blF(wANCAI ANCHORS SCREW: ANCHOR SHALL HAVE 360' CONTACT WITH THE BASE
MATERIAL AND SHALL NOT REQUIRE OVERS12E0 HOLES FOR INSTALLATION. FASTENERS
SHAU. BE MANUFACTURED FROM CARBON STEEL. AND ARE HEAT TREATED, ANCHORS
SHALL BE MECHANICALLY GALVANIZED IN ACCORDANCE WITH ASTM B595. THE ANCHOR
SHALL HAVE WEN TESTED AND QUALIFIED FOR PERFORMANCE W CRACKED CONCRETE
PER Ad 355.2 AND ICC -ES AC193. ANCHORS ARE NOT TO BE REUSED AFTER INITIAL
INSTALLATION. SCREW ANCHORS SHALL BE T1TEN HO ANCHORS FROM SIMPSON
STRONG-TIE. INSTALL PER MANUFACTURER'S RECOMUENDATIONS.
SCALE: TITLE: WAY FINDING SIGNS IN DQT4TV TOWN PORT ANGELES
N. T. S.
DATE:
5/10/20711
JOB NO: CLIENT:
T0T99 CITY OF PORT ANGELES
FILE: 327 EAST 5171 STREET
SIGNS PART ANGELES, WA 98352
STRUCTURAL STEEL WELDING NOTES
1Z ENOVIC
1 ASSOCIATES
INCORPORATED
ASTM A53, TYPE E OR S GRADE 0, Fy=35KSI
ASTM A36, Fym36K5I
ASTM A36, Fy =36KS1
ASTM F1654 GRADE 36, F•36KS1
ASTM A307
ASTM A30, Fy.30 K51
301 E. 6TH STREET. SUITE 1
PORT ANGELES. WA 48382
PH0NE: (360) 417 -0501
FAA (360) X57 -0314
MAXI Z(NOYtCOTCMONC.NCT
SHEET
S5
Page 20 Rev. 05/12/2011
I: Sian Location Exhibit Sign B
SIGN LOCATION LOOKING SOUTHWEST
Project PW -11 -009
O '0'
h'
LOCATE SIGN
POLE 4.0 FEET
FROM CURB
FACE
4
O
SIGN LOCATION LOOKING NORTHWEST
LIGHT POLE
GRASS FILLED
TREE WELL
SIGN LOCATION EXHIBIT-SIGN B
Scale: 1" 40' ENOVIC 301EATNiiED1ST. RATE
0 40' 80' 120' ZENOVIC
ASSOCI ATES FAX P1'°N (3 60) 417 -0501
t 1 if I M°ORPORAIED MAW ZDONCIIEDlOMCKCT
Page 21
Rev. 05/12/2011
G: Sign Location Exhibit Sign C1:
SIGN LOCATION LOOKING NORTHEAST
Project PW -11 -009
SIGN LOCATION LOOKING SOUTHWEST
LIGHT POLE
LOCATE SIGN
POLE 2.751
FEET FROM
CUR@ FACE
LIGHT POLE
SIGN LOCATION EXHIBIT SIGN C1
Scale: 1 30' ENOVIC
Z
30' 60' 90' ASSOCIATES
301 EAST 6TM ST. SUITE 1
PORT ANGELES, WA 00362
PHONE: (360) 417 -0501
r 3 X (360) 417 001 4
INCORPORATED EMAIL: Z(NOMCOEENOVICAIT
Page 22 Rev. 05/12/2011
H: Sign Location Exhibit Sign C2:
SIGN LOCATION LOOKING NORTHEAST
Project PW-11-009
LOCATE SIGN
POLE 2.25
FEET FROM
CURB FACE
LICH T POLE
SIGN LOCATION EXHIBIT-SIGN C2
Scale: 1 30'
0 30' 50' 90'
SIGN LOCATION LOOKING SOUTHWEST
i
1 4,$)
o,
Z ENOVIC
ASSOCIATES
INCORPORATED
401 EAST 61H SL SUITE I
PORT .INCELES. WA 96362
PHONE: (360) 417-0301
FAX (3N) 417-0514
£*Al. ZENOVICOMPICMCINET
Page 23 Rev. 05/12/2011
.I: Sign Location Exhibit Sign D -1:
SIGN LOCATION LOOKING NORTHWEST
LOCA TE SIGN
POLE 3.0 FEET
FROM CURB FACE
o
it
CHERRY
TREE
Project PW -11 -009
DRIVEWAY
END OF RED
PAINTED CURB
it fi '1'
0 Nl
S
SIGN LOCATION EXHIBIT SIGN D-1
Scale: 1" 30'
30' 60'
4
1 r
90'
I
SIGN LOCATION LOOKING SOUTHWEST
Z
ENOViC ORTAS ST. WA 63 2
ASSOCIATES 4 7-O 1: -0S0I
INCORPORATED IMAIL: AR/OYtt TANG MG.KET
Page 24 Rev. 05/12/2011
J: Sign Location Exhibit Sian D -2:
SIGN LOCATION LOOKING NORTHEAST
Project PW -11 -009
UPPER LEVEL
OF PARKING
GARAGE
SIGN LOCATION EXHIBIT SIGN D-2
Scale: 1" 30'
0 30' 60'
1 f
SIGN POLE TO BE CENTERED
ON CONCRETE COLUMN
1.25 FEET OUT FROM 16'
CONCRETE STRIP, INTO
BRICK WALK
90'
1
Page 25
SIGN LOCATION CLOSEUP
4.
J
Z
GA TEWAY
CENTER
ENOVIC 301 TWEISS 2
ASSOCIATES 101: (360 -0
flit MO) ♦17-X 4
OICORPORATEO £MM ZOICINCIUMOIRCNCY
Rev. 05/12/2011
K: Sion Location Exhibit Sion E:
SIGN LOCATION LOOKING NORTHEAST
V
FOUNTAIN
Project PW -11 -009
PLAZA
LOCATE SIGN
POLE 2.5 FEET
FROM CURB FACE
END OF RED
PAINTED CURB
I RAMP AT
CROSSWALK
SIGN LOCATION LOOKING SOUTHEAST
CONCRETE
PLANTER
SIGN LOCATION EXHIBIT-SIGN E
Scale: 1" 20' ENOVIC T ANGELES. s Rl1 .si 95382
20' 40' 60' 7 ASSOCIA FAX (X0
I IKOarORATEO
CIRDIONC.0.
Page 26 Rev. 05/12/2011
COLORS
C-1 White
Avery HV 1200401-R Opaque
Rem-Renectrve White
C-2 Green
PMS 377C
MP00056 (Green Herb)
C-3 Dark Gray
PMS 9C (C001 Gray)
MP11490 (Vanadium Grey)
C-4 Matthews Anti-Graffiti
Clear Coat
'appbeci on air painter/
solaces
C-2
C-3
C-1
C-2
C-3
Front V
Back V lew
imund4n, r
C-3
C-4
,zele 4 1
I ••X
Iof-X
1.4 411 "A .1
1. -Ixt.XI ..1Pxx
I 0. X I. r• VS•01:Al• •P x0.1
.01 1;•tx...e S vIl
ro cirk.rs
"C• 11 ‘.101•• Pi Pftsj
1` 4 n
X117.,-1
•r•I T. ro
16
DrMENSIONS
12 er
r.r
2-&
4 --ri 25
11.1.itet
all, el lenr.
e c4 4. ra v•V
•••••1
+.`,ttlfl
0 14 4111•Ce
Anv, b C
?1 ...,I 4.444 4
•••149.3 Me" I.; II
are• ell 1
ry y•
v•••• Ce rees 4.4Cee.ert-v I
t's-ve I i,e
e I I .1
'r :.e •A•::. al
-As *a e. 4- 1.1 4.
1 ■51es.ae 4N
•n•••■ vs ,g1 ••:•04S• in
,e ":"P
hri•
COLORS
C-1 White
Avery H V 1200 101-R Opaque
Retro-Reflective White
C-2
Green
PM; 377C
MP00056 (Green 1ierbl
C-3 Dark Grey
PMS 9C (Cool Gray)
MP11490 ("Vanadium Grey)
C-4 Matthews Anti-Graffiti
Clear Coat
'aPplied ca ati painted
surfaces
C-3
C-2
C-4
C-3
C-2
Fron. V■ew
Back View
chew
C-3
AECOM
c.i'ele '7 1
4, r A
1 et.
Si 7 W: CIS
r
ore t ,,v-^P•■ 7
rry. on. 1•7
coy-v..141.te
I 0.1 i
r 1:1`M Pc 'al
'7
7.
-bi,-.7v2
175rn
rt:
12
DIMENSIONS
Alvtay 4 ix,■•=olc
AECOM
I a a
,•.1. Al I. p .1 (41•
n= .0«,
•wcPt
...LC. I r.
UtErAlt
MC` F"
•te
1.1 r svo.
)..Kg
17
COLORS
C-1 White
Avery HV1200-10t-R Opaque
Retro-Reflective White
C-2 Green
PMS .377C
MP00056 (Green Herb)
C-3 Dark Gray
PMS 9C (Cool GraV)
4PT14.90 (vanadium Grey)
C-4 Matthews Anti-Grafhti
Clear Coat
'appifed On aii painted
surfaces
C-2 (circle)
C-1 (text)
C-3
C-2
Pa D-1 Parking 0-2
C-2
r /..rts di?n,
vre. ,4 I i
3VI we.. .1 ill ts
C-3 ..-p...•••■ <iw 1
CA (text)
Ntin r• v..
1 "Ire r v
:$'r2 .e.
.r alrn I.•
)1 I.
20
DIMENSIONS
Double-SW ed
Parking D-7
AECOM
A
,L
1%7,1AI 'XI I r
4
r
1.
7....arynmr.i.•4' f.0..y
t I. —aq;
C
"i 1-.."•
•a),1,.%).VIrES
4 I 4 ,r
No.
4; t
1%110.4.."
1
."4
21
L.
COLORS
C-1 Waite
Avery HV 1200-101-R Opaque
Reiro-RefiectiVEF White
C-2 Green
PMS 377C
MP000S6 (Green Herb)
C-3 Clark Gray
PMS 9C (Cool Gray)
MP11490 (Vanadium Grey)
C-3
C-1 (text)
C-2
C-2
Front View Back View
C-3
."...nal.A I
v ay. ard •••••••••15
'Kr
M :1
g t"A :Abs
Cr)
13.)
1 oza rol; tDO
1. 11 ey...-r
1 g
rJ 7, 1.1
7(
i-i 1,11 w.i :eV
6 z r..•
is 3••••. r; Syn..01
k ',Ill
I• d
C,•• To.
>:•1 ta" Or:
24
1
DIMENSIONS
7-3'
71r
4,Y11.1r.
a.; ccent,
AECOM
ts
fa
.14..4 v I
r. 1 I 1.
4, am," -Int 1.
rS•le." K4P Y (1 Do,
s nor., 143.7
k"•••• yi .1 I. 1,,
r kito•a•el
'VfJ 51
h -art:. A. 4.
11 1.1 f
f1V-1 ..1.•
11'
25
0
City of Port Angeles
Operations Office
Public Works and Utilities Department
360- 417 -4541
Insurance Requirements:
1. Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
ATTACHMENT B
INSURANCE
The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to
persons or damage to property which may arise from or in connection with the performance of the work
hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the
Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the
City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the
Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City,
off set against funds due the Contractor from the City.
a. Automobile Liability insurance covering all owned, non owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing
equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability
coverage.
b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop gap liability, independent contractors, products
completed operations, personal injury and advertising injury, and liability assumed under an insured
contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per
Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of
the Commercial General Liability insurance for liability arising from explosion, collapse or
underground property damage. The City shall be named as an insured under the Contractor's
Commercial General Liability insurance policy with respect to the work performed for the City using
ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured- Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage.
c. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
2. Minimum Amounts of Insurance
The Contractor shall maintain the following insurance limits:
a. Automobile Liability insurance with a minimum combined single limit for bodily injury and property
damage of $1,000,000 per accident.
b. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and a $2,000,000 products- completed operations
aggregate limit.
3. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile
Liability and Commercial General Liability insurance.
Project PW -11 -009 Page 35
Rev. 05/12/2011
a. The Contractor's insurance coverage shall be primary insurance as respect to the City. Any
insurance, self- insurance, or insurance pool coverage maintained by the City shall be in excess of the
Contractor's insurance and shall not contribute with it.
b. The Contractor's insurance shall not be cancelled or reduced as to coverage by either party, except
after forty-five (45) days prior written notice by certified mail, return receipt requested, has been
given to the City.
4. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VI.
5. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements,
including but not necessarily limited to the additional insured endorsement, evidencing the Automobile
Liability and Commercial General Liability insurance of the Contractor before commencement of the work.
Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk
insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements
related to this project.
6. Contractor's Insurance For Other Losses
The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools,
Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the
Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures,
scaffolding and protective fences.
7. Waiver of Subrogation
The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors,
agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by
Builders Risk insurance or other property insurance obtain pursuant to the Insurance Requirements Section of
this Contract or other property insurance applicable to the work. The policies shall provide such waivers by
endorsement or otherwise.
Project PW -11 -009 Page 36
Rev 05/12/2011
Sity of Port Angeles
Operations Office
Public Works and Utilities Department
360 -417 -4541
Prevailing Wage Rates Information Below:
ATTACHMENT "C"
PREVAILING WAGE RATES
1. Washington State Prevailing Wage Rates For Public Works Contracts Journey Level and Apprentices,
Clallam County, effective 05/17/2011.
2. To access applicable prevailing rate(s) of wages rates for the describe work by trade, use the following Labor
and Industries website link: httn:// www. lni. wa. eov/ TradesLicensina /PrevWaee /WaaeRates /default.asa
3. A copy of the applicable prevailing wage rates can be obtain by contacting Lucy Hanley at 360- 417 -4541 or by
email, lhanlevncitvofna.us. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles,
WA. 98363.
Project PW -11 -009 Page 37
Rev. 05/12/2011
7 K■s o <PoRi 4 City of Port Angeles
Public Works Utilities Dept.
Operations Office
1703 South B Street
Port Angeles WA 98362
Tel: 360-417-4541
Fax: 360-452-4972
LIMITED PUBLIC WORKS PROCESS
Request for Quotation
Contract
Contract Title: Prototvoe Desian Installation Wavfindina Proiect Project Number: PW -11 -009
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
"CITY AND Red Rock Holdinas LLC "CONTRACTOR
1. WORK BY CONTRACTOR
The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents)
which is attached hereto and by this reference is incorporated herein.
2. TERM OF CONTRACT
All work under this Contract is to be completed as indicated (check one):
All work under this Contract is to be completed by this date:
M All work under this Contract is to be completed 30 days from the Notice to Proceed. No work is
to be performed prior to written Notice to Proceed by the City.
The performance period under this Contract commences calendar days after contract
award and ends calendar days after contract award.
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract (check one):
Time and material, not to exceed:
Time and actual expenses incurred, not to exceed:
Unit prices set forth in the Contractor's bid or quote, not to exceed:
Firm Fixed Price set forth in Contractor bid or quote in the amount of: $28.135.86
The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance
with and as described in the Attachment "A
The Contractor shall provide and bear the expense of all equipment, work and labor of any sort
whatsoever that may be required for the transfer of materials and for constructing and completing
the work provided for in this contract and every part thereof; except as are mentioned in the
specifications to be furnished by the City of Port Angeles.
B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor
shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract
number. Invoices shall be in a format acceptable to the City.
C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a
properly completed invoice.
D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives
of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon
request.
Project PW -11 -009
Page 1 Rev. 05 /12/2011
City of Port Angeles
Operations Office
Public Works and Utilities Department
360- 417 -4541
Quote form attached:
Project PW -11 -009
ATTACHMENT "D"
QUOTATION FORM
Page 38 Rev. 05/27/2011
06- 01 -`11 13:44 FROM-
Page 2 of
Submitted by Red Rock Holdings LLC
QUOTATION FORM
Prototype Design Installation Wavfindina Proiect
IOW 11 -009
The bidder hereby bids the following amounts for all work (including labor, equipment, time
and materials) required to perform the work in the Statement of Work and this package
1 Lump Sum 25,955.$9
2. Sales Tax (8 4 2,180.Z7
3. Total Bid 28.135.86
5. The bidder hereby acknowledges that it has received Addenda No(s). N/A
(Enter "N /A" if none were issued( to this Request for Quotation package.
T -543 P0002 /0002 F -719
6, The name of the bidder submitting this bid and its business phone number and address, to which
address all communications concerned with this bid and with the contract shall be sent, are listed
below. Any written notices required by the terms of an awarded contract shall be served or mailed to
the following address:
Contractor Information:
1, Company Name: Red Rock Holdings LLC
2. Address: 1702 Walker Park Rd
3. City, State, Zip Code: Shelton. WA 98584
4. Phone Number: 360- 426 -8638
5. Contractor Registration Number: REDROHL011 OL
6. UBI Number: 601 977 805
7. WA State Industrial Insurance Account Number: 802. 298 -01
8, WA State Employment Security Dept Number: 584393.00 -5
9. State Excise Tax Registration Number: UBI 601 977 805
The bidder represents that it is qualified and possesses sufficient skills and the necessary capabilities
to perform the services set forth n t Contract.
Signed by
Title Member /Manager
Printed Name, Dean Pavletich
Date 6/1/2011
Project: PW -11 -009
Page 2 Rev. 5/12/2011