Loading...
HomeMy WebLinkAbout000631 Original Contract City of Port Angeles -- Record # 000631— LIMITED PUBLIC WORKS PROCESS CONTRACT r� phi-�c KORRS b� ❑ Request for Bid ® Contract Contract Title: Washington Substation Fencing Contract Number: LO-13-023 Funding: Ops-401-4810 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND Viking Fence Comoanv ("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: September 30, 2013. ❑ All work under this Contract is to be completed _calendar days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. (See attachment A for specific schedule for work). ❑ The performance period under this Contract commences _calendar days after notice to proceed and ends Cxx days thereafter or after contract award). 3. PAYMENT A. The City shall pay the Contractor for the work performed under this contract (check one): ❑ Force Account - Time and material, not to exceed: $ ❑ Force Account-Time and actual expenses incurred, not to exceed: $ ❑ Force Account- Unit prices set forth in the Contractor's bid or quote, not to exceed: $ ® Firm Fixed Price set forth in Contractor bid or quote in the amount of: $23,240.96 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 those indicated to be furnished by the City of Port Angeles in Attachment A. 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. LO-13-023 Page 1 Rev. 8/30/2011 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. 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 awn 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. S. 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 LO-13-023 Page 2 Rev.8/30/2011 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 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. 30. HOLD HARMLESS/INDEMNIFICATION A. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. LO-13-023 Page 3 Rev. 8/30/2011 B. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 11. INSURANCE, BONDS, &RETAINAGE A. The Contractor shall maintain insurance as set forth in Attachment B. B. If the total bid amount including tax exceeds $35,000, this project will be awarded as a small works roster contract and payment and performance bonds and retainage will apply in accordance with Washington State law. A retainage of 5% will then be applicable to this contract. The Contractor shall obtain payment and performance bonds in accordance with this Contract and all Attachments incorporated herein. Copies of the Bid Security Transmittal Form, Performance and Payment Bond form, and Escrow Agreement for Retained Percentage form are available from the Operations Office of Public Works & Utilities (Telephone 360-417-4541). Performance Bond and Retainage forms are provided in Attachment D. 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, contact phone, 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). 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. LO-13-023 Page 4 Rev. 8/30/2011 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 inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at Contractor's risk and expense. 16. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from this Contract without the express prior written consent of the other. 17. INDEPENDENT CONTRACTOR 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 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. 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: 1) Industrial insurance coverage for the subcontractor's employees working in Washington as required in Title 51 RCW; 2) An employment security department number as required in Tile 50 RCW; and 3) A state excise tax registration number as required in Tile 82 RCW; 4) An electrical contractor license, if required by Chapter 19.28 RCW; 5) 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). 20. COMPENSATION AND METHOD OF PAYMENT. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Contract. LO-13-023 Page 5 Rev. 8/30/2011 A. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. B. Progress payments.shall be based on the timely submittal by the Contractor of the City's standard payment request form. C. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request form(s). D. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in Attachment E to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. Final payment requests shall also include a Certification of Work Completion and Acceptance located in Attachment E). IN WITNESS WHEREOF, the parties have executed this Contract as of f5 2013. VIKING FENCE COMPANY CITY OF PORT ANDES By: By: Pri ted ame: Dan McKeen Nl lit Title: City Manage Address: ASO S1fJt4Q �1AY1lAxl 3 City: N41Pt '16312• APPROVED AS TO FORM: Tax ID #: �� ' �2ZZ�Oq� BY: - Phone Number: CITY ATTORNEY ATTEST: /s BY: Ute` 4 C CLERK Purchase Order #: 02 787G LO-13-023 Page 6 Rev. 8/30/2011 City of Port Angeles ATTACHMENT "A" Engineering Office Public Works and Utilities Department WORK BY CONTRACTOR 360-417-4700 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: Replace fencing around Washington Substation. Location: Second and Washington Streets, Port Angeles, Washington Site Point of Contact: Tod Eisle, (360) 460-8417 Work Hours and Schedule: The contractor will work from 7:00 AM to 3:30 PM, Monday through Friday, excluding all City holidays. Work outside of these hours may be requested from and is at the discretion of the City Engineer. Permits: None required Work Requirements: 1.0 Project Description Remove existing chain link fencing at Washington Substation and install new fence as shown on the drawings. 2.0 Standard Specifications The contract incorporates the Washington State Department of Transportation's 2012 Standard Specifications for Road, Bridge and Municipal Construction referred to herein as the Standard Specifications and the City of Port Angeles Urban Service Standards and Guidelines (current edition). The following City of Port Angeles Specification Sections and Construction Standards are included as part of this contract: Section 05200 — Chain Link Fencing and Gates; MS-001 - City of Port Angeles Specification of Substation Rock. 3.0 Drawings: The following drawing sheets are part of this contract: C01, CO2, CO3 4.0 Description of Work Replace fencing at Washington Substation as shown on drawings 001-003. Connections to grounding grid shown on sheets CO2 and CO3 will be performed by City of Port Angeles Light Operations (PALO). 5.0 Safety Substation will be de-energized by PALO personnel. Contractor must coordinate schedule with PALO and allow time for substation to be de-energized. Security must be maintained at the substation during fence replacement. LO-13-023 Page 7 Rev. 8/30/2011 6.0 Observance of the Law The Contractor shall be responsible for the strict observance by his employees of the laws of the United States and the State of Washington (including State of Washington Department of Transportation regulations) and all local ordinances and regulations. The Contractor shall comply with said laws, ordinances, and regulations. 7.0 Payment The City will process monthly payments for work completed and accepted by the Project Engineer within 30 days following submittal of a completed and signed Payment Request Form. Retainage in the amount of 5% will be withheld in accordance with RCW 60.28.010. After the expiration of 30 days following the final acceptance of said work by the Port Angeles City Council and receipt of proper releases for applicable agencies of the State of Washington, the final payment of the retainage, or all amounts thereof in excess of a sufficient sum to meet and discharge valid claims filed pursuant to the statutes of the State of Washington, will be made. Washington State sales tax will apply and be paid when billed on invoices. 8.0 Contract Amount/Cancellation The City reserves the right to terminate the contract at any time, for any reason. 9.0 Warranty Contractor to repair or replace arresters that fail in workmanship within the manufacturer's standard warranty period, but not less than one year from date of Substantial Completion. 10.0 Special Conditions The City of Port Angeles requires that bid submittals be made on the bid form supplied by the City, and in no other manner. SECTION 05200—CHAIN LINK FENCING AND GATES PART 1 -GENERAL 1.1 SCOPE A. The work covered by this specification includes the removal and installation of new chain link fencing and gates around Washington Substation as shown on the drawings. Furnish all labor, equipment, and materials required for fence replacement as shown on the drawings and specified herein. 1.2 STANDARDS A. Comply with the provisions of the following American Society of Testing and Materials (ASTM) codes, specifications, and standards, except as otherwise shown or specified. The latest edition of the code or standard shall 'govern: 1. ASTM A 90Standard Test Method for Weight of Coating on Zinc-Coated (Galvanized) Iron or Steel Articles. 2. ASTM A 121 Standard Specification for Zinc-Coated (Galvanized) Steel Barbed Wire 3. ASTM A 123 Standard specification for Zinc-Coated (Hot-Dip Galvanized) Coatings on Iron and Steel Products LO-13-023 I Page 8 Rev. 8/30/2011 4. ASTM A 392 Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric 5. ASTM A 446 Standard Specification for Zinc-Coated (Galvanized) by the Hot-Dip Process, Structural (Physical) Quality 6. ASTM A525 Standard Specification for General Requirements for Sheet Steel, Zinc- Coated (Galvanized) by the Hot-Dip Process 7. ASTM A 569 Standard Specification for Steel, Carbon (0.15 Maximum, Percent), Hot- Rolled Sheet Steel and Strip Commercial Quality. 8. ASTM A 570 Standard Specification for Steel, Sheet, and Strip, Carbon, Hot-Rolled Structural Quality 9. ASTM A 824 Standard Specification for Metallic-Coated Steel Marcelled Tension Wire for Use with Chain Link Fence 10. ASTM F 626 Standard Specification for Fence Fittings 11. ASTM F 669 Standard Specification for Strength Requirements of Metal Posts and Rails for Industrial Chain Link Fence. 12. ASTM F 1083 Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized)Welded for Fence Structures 13. ASTM F 1234 Standard Specification for Protective Coatings in Steel Framework for Fences PART 2 - PRODUCTS 2.1 CONSTRUCTION A. Refer to Drawing Sheet CO2 for material required. PART 3 - EXECUTION 3.1 GENERAL A. Unless otherwise indicated on the drawings, this Contractor shall completely excavate and remove existing fence post foundations at Washington Substation. Fence fabric, post tops, barb wire, and miscellaneous fittings shall be removed. All removed material and concrete shall be disposed of off-site according to prevailing laws, ordinances, regulations, and rules, at no additional cost to the City. Contractor shall have on file a copy of the disposal permits or agreements. Excavations shall be backfilled with aggregate and compacted sufficiently to prevent erosion or settling. B. The new chain link fence shall be installed in compliance with the drawings and this specification. Installation crew shall be experienced in the erection of this type of fence. The fence shall be erected on the existing lines and to the existing grades. C. New fence shall be constructed inside or outside of existing fence to maintain security during construction. West, north, and east sides shall be inside the existing fence. South side shall be outside the existing fence and overhead poles. Site must be supervised whenever there are gaps in the fencing. D. The 2" PVC underground electrical conduits across gate openings indicated on drawings will be installed in the future and are not part of this contract. E. Posts shall be spaced not more than 10 feet on-centers in the line of the fence. Posts shall be plumb, with tops properly graded and aligned. Corner posts shall be located at all angles of 200 or greater. Pull posts shall be placed when a grade change of more than 200 in slope or a ratio of ten to three and one half occurs. LO-13-023 Page 9 Rev. 8/3012011 F. Pieces of fencing or other scrap materials shall be removed. Dirt from excavations and left over concrete shall be removed or deposited as instructed by the City, and the area shall be left clean and orderly. 3.2 EXCAVATION AND CONCRETE WORK A. All foundations for posts and gate catches shall be concrete with the top 6"formed. If the ground is firm enough to permit excavation of the post hole to neat lines, the concrete may be placed without forms. B. Ready-mix concrete shall have a minimum 28-day compressive strength of 3000 psi, maximum slump of four(4) inches, air content of 5% ± 1%, and water-cement ratio at time of placement of 0.53 by weight. Site-mixed concrete shall be 1:2:3 mix(one-cement, two sand, and three gravel). Maximum slump for ready-mix or site-mixed concrete shall be 4 inches. C. The top exposed surface of the concrete shall be crowned to shed water and troweled smooth. Top of concrete shall be formed in fine with the sides of hole to avoid "mushrooming" of the concrete. D. Where solid rock is encountered, a hole two inches larger than the post diameter may be drilled and the post grouted into the hole with a fine mix of concrete. Minimum depth of holes in solid rock shall be 12 inches for line posts and 18 inches for end, corner, gate, and pull posts. Where solid rock is covered with an overburden of soil, the post shall be set in the solid rock to the depth as listed above and the upper portion of the hole shall be complete as a standard concrete footing. 3.3 EXTENSION ARMS AND BARBED WIRE A. All extension arms shall be firmly seated on the top of the posts with the blade portion of the arm slanting outward at forty-five degrees (45°). Three strands of barbed wire shall be installed with sufficient tension to maintain tautness during temperature changes, and shall be securely fastened to the extension arms. 3.4 TOP RAIL A. The top rail shall pass through the base of the line post tops and shall be securely fastened to terminal posts. Every fifth coupling, in 100 foot sections or longer, shall have an integral spring to compensate for contraction and expansion. 3.5 BRACING A. Braces shall be installed midway between the finished grade line and the top rail on all corner, pull, terminal, and gate posts. Bracing shall extend from these designated posts to the adjacent line posts, and be diagonally trussed from the line posts back to the base of these designated posts. The three-eighth inch (3/8") diameter truss rod shall be tensioned properly. 3.6 TENSION WIRE A. The tension wire shall be installed with sufficient tension to maintain tautness during temperature changes and installed two inches above finished grade. The tension wire shall be secured to the fabric and each line post, and shall be terminated at each corner, gate, terminal, and pull post. 3.7 FABRIC A. The fabric shall be installed only after the concrete has sufficiently cured (minimum seven days after placing), and after all framework and braces have been installed. The fabric shall be stretched taut, with its lower edge four inches below finished grade. Panels of fabric shall be LO-13-023 Page 10 Rev. 8/30/2011 stretched between all terminal posts and terminated on stretcher bars, which are held by fabric bands spaced not more than 15 inches. B. Contractor shall attach fabric to the fence structure with the type of galvanized fastenings and maximum spacing listed as follows: 1. Top of Fabric to Top Rail: #9 gauge galvanized steel tie wire, 24 inch spacing. 2. Center of Fabric to Bracing: #9 gauge galvanized steel tie wire, 18 inch spacing. 3. Width of Fabric to Line Posts: #9 gauge galvanized steel tie wire, 15 inch spacing. 4. Bottom of Fabric to Tension Wire: #12 gauge galvanized steel tie wire or#11 gauge galvanized steel wire hog rings, 24 inch spacing. 3.8 GATES A. Vehicle and personnel entry gates shall be installed as shown on the drawings. B. Gates shall be erected to provide easy operation. Gateposts will not be used as corner posts nor located closer than ten feet to a corner, unless indicated on the drawings. Braces shall be installed on each side of all gates. Top of gate frame and barbed wire shall be aligned vertically. Horizontal brackets and two strands of barbed wire shall be installed as shown on the drawings to clear the gate posts. Lower edge of bottom rail shall be no more than two inches above finished grade. C. Install one center gate catch block, one drop-rod latch, and one commercial strong-arm latch on each double gate. Install two gate-catches with each double gate. LO-13-023 Page 11 Rev. 8/30/2011 a/urya� cVwuns\rw awnV`+ivcw 5T aue-111 A ow FENCE PANEL DETAIL. TTP. OF 16 LOCATIONS CO2GO g - - 1 - - - INn 16' DOUBLE SWING /\ FUTURE GATE SECURITY U TGATE DETAIL I I CONDUIT DETAIL, TV. WIRING OF EACH GATE CO2 I `Q, TYPICAL AT EACH GATE CO2 (~EXISTING 319 CU GROUND GRID 1 I 0' 4' B' 16' 24' [; 2 — - - - -�. — - - -1 - - - - - I I I JE:X I I I I I - - - I Isr 5- IE I " coeomr, a FTI DEEP _ — — - -- — — — — — — r I I I I I I I I I m ~`EXISTING ,/ I I —« — — — — SLAB _ 2 — —•— — — —I— — — —.— — — —:[ i' EXISTING_ WIT I SCHYARD I 1 0 iD I /.\ / El ROCK1 i0 - - - - -I - - - I — — — — — — — I CE I a I - - - - - - -I- - - 4- o EXISTINGI " E%SIT 4• CONDUIT, I SLAB Y I I I ~ — 4FTO CORNER POST DETAIL, TYPICAL OF EACH CO2 nOTFS k LEGEND CORNER FENCE PLAN INDICATES B-0•EE ST LINK FENCE,EED WORE, 7' G'OF STAND F B BED STRANDS ED BAR9E0 WIRE,w1TX TCP STAND OF BARBED WINE LOCATED It•ABDVE THE FAH[IC. —_ SIGNS PROVIDED AND I45TALLID BY CITY: "DANGER HIGH VOLTAGE' 'PCPT ANGILS wASRINGTDN ST.WBSTATION' IN FENCE MATERIAL SPECIFICATIONS AND NOTES, SEE SHEET CO3. DSGM EANLAND REUSE OF DOCUMENTS WASHINGTON SUBSTATION SHEET CO Yril6lxis R 9 R rs oxE do rn w T wEBSTER THIS oaawENT.AND THE TGEAS AND DEsrws dGGANINATEn o+rGdu DRAwdc yyA$F{INGTON SUBSTATION 113B2AC81 HEREd,As AN dsmuMD[T ai RR6IISIO"AL EERNCE.O`'HE ell' CITY OF PORT ANGLES FENCE PLAN DATE MAV 2013 HK "EA` RiA 6 iP1A%Is ENGINEERING.dC AND I5 NOi io BE IF NOT ONE INCH W M AN AN USER, Iry Awa_,ON d PART,FOR ARY OTHER PRO.E[l wriHar PORT ANGELES, WASHINGTON Eir9ii�eenir9 / Nu mac. Pw w w THwI nw a duXls dcvuRdc,dO ss vRo�dar. N 4 11382A M AN AN N0. DATE REVISION BY UAP Page 12 L10"10" FEN M AT RI qP IFI ATIONa _Tf7_ FABRIC INE POST, IAMADE FROM LLONDINTERWOVEN DETAIL AMINUM VISE OR DIAMOND MESHMIN TWISTED AND BARBED SELVAGE AT TOP AND BOTTOM. MINIMUM ALUMINUM SPLIT ear I- TENSILE STRENGTH OF THE WIRE SHALL BE 90A00 PSI BEFORE ZINC COATING. AND ____-_- --------- ------------------ •-•-•------------------ a TOP VIEW I ROA00 PSI AFTER ZINC COATING. FABRIC SHALL BE F ZINC GALVANIZED AFTER FABRICATION OF p CLASS I, WITH A MINIMUM WEIGHT W L20 OMNA- 2.ZINC PER SQUARE FOOT OF UNCOATED WIRE SURFACE ACCORDING C ASTMRDIN A-J92, LATEST REVISION, AND SHALL r TOP RAIL$' BELOW 3 WITHSTAND A TEST OF GALVANIZING ACCORDING TO ASTM A-90, LATEST REVISION. TOP OF FABRIC MAX' NE_POST� RUN GROUND WIRE _ LINE POSTS SHALL BE TUBULAR, 215" 0.0.. EN IPS LENGTH TO S].I LBS. MIN. PER WITHIN THE MESH OF THE FABRIC p} LINEAR FOOT). THEY SHALL BE OF SUFFICIENT LENGTH i0 SET 3'-0- MIN IN A CONCRETE FOOTING. /4 SOL AL(TYP) DETAIL 1O TT RMrN CO3 4' O.D. TERMNAL POSTS INCLUDE END. CORNER. AND PULL POSTS WHICH SHALL BE TUBULAR, 2%' FENCE LINE POST r FENCE POST FENCE GATE GATE POST O.D., (2)5' !PS WEIGHING 5.79 L85, PER LINEAR FOOT). POSTS SHALL BE OF SUFFICIENT GROUNDING DETAIL�— / GROUNDING DETAIL 12 GROUNDING� _ 3h IPS AT LENGTH TO SET 3'-0-, IN A CONCRETE FOOTING. CO3 / CO3 DETAIL CO3 9.11#/FT END POSTS: PROVIDE SUFFICIENT LENGTH FOR THREE STRANDS OF BARBED WERE. BRACING CORNER POSTS: PROVIDE FOR 45 DEGREE BARBED WIRE SUPPORT ARMS. FINISH GRADE ? PULL POSTS: PROVIDE FOR 45 DEGREE BARBED WIRE SUPPORT ARMS. ^ FENCE DILATE GROUNNG DETAIL© F%i ISIDN ARMS AND POST TOPS 3/0 CU, TYP t BE \/��� i FABRIC COJ ALL SUPPORTRARMSATE WITH WIREEP POSITIONED WT510E THE FENCEIH S ARMS E SHALLBE PRESSED 6RID�ING GROUND. _____________ _ ./\\�,_____- %,IPS AT DETAIL 1G STEEL OR MALLEABLE IRON DESIGNED TO HOLO THE TW RAIL AND THREE STRANDS OF DETAIL - DETAIL 1D 2.72 T CO3 BARBED WIRE, WITH THE TOP STRAND LOCATED 12' ABOVE THE FENCE FABRIC. ARMS 1" CROWN, TYP HAVING PROJECTIONS TO BE BENT DOWN OVER BARBED WIRES MAY NOT BE USED. C0] CO3 n TUBULAR POSTS SHALL BE EQUIPPED WITH TOPS SO DESIGNED AS TO EXCLUDE ji MOISTURE FROM THE POSTS. _ _,____ �- ___--___-_ EXISTING GROUND I11C_BB1L 10'-0" iM - _T r 71- -CA16 THE TOP RAIL SHALL BE TUBULAR, 195' O.D., (18' IPS WEIGHING 2.27 LBS. PER O z I] DETAIL�J LINEAR FOOT), AND SHALL BE NRNISHED IN APPROXIMATELY 20 FOOT SECTIONS. DETAIL SPLICES SHALL BE 14 GAGE GALVANIZED STEEL. AUTOMATIC CENTERING, AND BE FENCE PANEL DETAIL coJ •.I' . .,I I '. CO3 AT LEAST B- LONG. U: ^7 U BRACES AND TRUSS RODS_ THE S PER DETAIL LINEAR FOOT).SHALLES B AND THE T TRUSS RRODS SHALL(1 E V IY4- ITS N DIAMETER WITIGHING 2,27 H TRUSS COT V-6'I TIGHTENER OR TURNBUCKLE. 16' DOUBLE SWING DRIVE GATE TENSION `RE THE TENSION WIRE SHALL BE 07 GAGE SPRING COIL MEDIUM-LOW CARBON WIRE OF A HARD GALVANIZED TEMPER, WITH A TME 3 WEIGHT OF COATING, COMPLYING WITH PETp L AISI SPECIFICATIONS. \\\\\IyL�L\RJJyT1 CO1 FITTINGS ALL FITTINGS SHALL BE GALVANIZED MALLEABLE IRON OR PRESSED STEEL OF THE MINIMUM SIZE AND WIDTH SPECIFIED BELOW THICK FABRIC STRETCHER NRS: 9:' WIDE Ya' THICK T THICK FABRIC TENSION BARDS: T' WIDE J5" THICK POST TOPS AND EXTENSION ARMS: 14 GALE CATS POST BRACE IL TRUSS BANGS: 1' MOE. M• THICK CORNER PAST NF PO<T FOUNDATION S GATE POST TOP RAIL TS AN I' DIA T THICK EXTENSION ARM DETAIL �-cAE j ' CE FABRIC BOLTS, NUTS AND TRUSS RODS: 35' DIAMETER 2' 90 BARBED WIRE THREAEA DED CR AND BARBED WIRE SHALL BE MADE OFGALVANIZINGL WIRE. THREE STRANDS OF GALVANIZED, TWISTED,IN A UM DETAIL (31 2° SCH 40 . 2 -/ MALE ADAPTER µE GCHT COF OONO BOUNCES OF Z NC PER SOU REgFOOTE OF CLASS COATED WIRE SURFACE. IN SHEEP, TM. 2 PLCS. _ ACCORDANCE WITH ASTM DESIGNATION A-121, LATEST REVISION. BARBS SHALL BE 2%' 0 D 2" SCH 40 . 2 `2' SCH ER ` TYP. 4 P CS COUPLINGS, CARBON FOUR-POINT ON APPROXIMATELY 5' CENTERS. BARBS SHALL BE 14 GAUGE TERMINAL POST SWEEP. TM. 2 PLCS. 10' COYER 2$' ITS AT r O ATT OF M SHA AND GA. IING RE- 5'79//FT CMNEDETAIL / POST DETAIL TOP VIEW ALL MATERIALS SHALL BE OF U. COMMERCIAL QUALITY CARBON STEEL. USED, D. _OR_ / ROLLED. RE-GALVRIZEO, OR OPEN SEAM PSIS OR RAILS WILL NOT BE PERMITTED. CYCLONE TME II - 3Ye r3yi _ - FaNRIC, BARBED. AND TENSION WIRE SHALL BE GALVANIZED AS PREVIOUSLY NOTED, ROLL FORM SHAPE AND ALL REMAINING MATERIAL SHALL BE GALVANIZED WITH A MINIMUM OF tB OUNCES OF ZINC PER SQUARE FOOT OF ACTUAL SURFACE AREA, AND SHALL WITHSTAND THE AT 5.H//FT. ` t�q pr TEST FOR THIS COATING AS SPECIFIED UNDER ASTM DESIGN ATIQV a-239. FENCE CORNS ` GROUNDING J tgy° O.D. BRACE RAIL DETAIL NG 6 1 _ O.D. TOP RAIL CONNECT FENCING TO GROUNDING GRID A 22 LOCATIONS TOTAL, AS SHOWN IN DETAIL CD} 1 IPS AT 227/FT LINE POST 2 O.D. DETAILS 1, 2, AND RE 4. REMOVE ROCK. EXCAVATE i0 Gft[0, BONG CONDUCTORS, END CLAMP "-OR- ROLL 7�7 2" IPS AT 3.1#/FT., MIN BACKFILL, AND REPLACE ROCK. STRETCHER AT 1.35' ROLL FORM LO E BAR BAND AT 1.35x/FT. CYCLONE TYPE 11 F DETAI 10� BOX BEAM ROLL FORMED —7{O"x�(" FABRIC BOX BEAM AT 2.34y/FT. CO3 STRETCHER BAR 35" TRUSS ROD TRUSS BANDW/TIGHTENER CORNER POST GRODUNDING 11 —FENCE FABRIC DETAIL CO3 SUBGRAOE STEN ION WIR SUBGRADE FINISHED GRADE� - FINISH GRADE EXISTING MOUND __ ) THREADED CAPS 2" SCH 40 / TI • ---- 14_ _ 1'• CROWN (TYP 2' SCH 40 5 " THREADED CAP II L � 1 2' SCH 40 MALE ii P �2" SCH 40 MALE Nora �� _ \ U; ADAPTER J II-. u ADAPTER I ALL CABLE BENDS SHOWN SHALL NOT BE LESS THAN 3' RADIUS. DETAIL[ 9 ------- 2 2' SCH 40 / I 2. GROUND ALL POSTS h FABRIC WHERE GROUNDS CURRENTLY EXIST. 10•-0" TYP. 90° SWEEP' J/ II L2' SCH 40 L 2- SCH 40, 2' SCH 40 II' 3. ALL POSTS SHALL BE SET INSIDE THE EXISTING RETAINING WALL WHERE TM. 2 PLCS. '. j COUPLINGS, l b - APPLICABLE. EXCAVATE ADJACENT TO EXISTING RETAINING WALL AS NECESSARY TO 45° SWEEP, 18' COVER SECURE THE NEW FENCE SUPPORTS. IF EXISTING FOOTING OBSTRUCTS EXCAVATION, 'U, TM. 2 PLCS. TYP. 4 PLCS. 'U AN ALTERNATE DESIGN TO SECURE THE BOTTOM OF THE POST i0 THE EXISTING FOOTING MAY BE PROPOSED BY THE FENCE CONTRACTOR FOR OWNER APPROVAL. (BRACE CORNER POSTS ALONG EACH FENCE LINE) 4. LL ALL TWO CLAMPS SHABE INSTALLED ON AFENCE POSTS TO SEWRE THE POST TO CORNER POST THE RETAINING WALL: ONE CLAMP SHALL BE 2' BELOW THE FINISHED FENCE AND T E_ FUTUREAT RIT-Y—WIRING —CLAMP-SHALL BE"LOCATED-EW AL D[STR CE BETNEEN FINISHED GRADE AND THE TOP PEPS CLAMP. TA 4DETAIL 5 5. SECURE FABRIC AND STEEL CABLE TO THE EXISTING CONCRETE RETAINING WALL WITH GALVANIZED CLIPS AND ANCHORS FOR Y.' BOLTS, C01 C01 USGN BEANLAND REUSE OF DOCUMENTS WASHINGTON SUBSTATION SHEET CO2 e BAR I I CNE-NAIP R¢w 11382ACO2 TriAxis x,$ R aN aRrcwAl oRnmxc WASHINGTON SUBSTATION Hn p WEBSTER THIS ooa xc r.u o s mus AND o [ s wmRvaRA m rncw. 5 AN wS...F T OF PRRESSSTAL SUnTF IS I- CITY OF PORT ANGELES FENCE DETAILS DATE MAY 2013 HK PRrecRTY uF m kXIS ENGRWLFUNG.we Aw IS NOT r0 9E 1F Nor wE-HALT wcx WASHINGTON M AN AN usm,w a OR w vM+r, aR ANY OMEN PRMCT WIrxwr PORT ANGELES, OJ Enyi�eenirq �/JC. PD wRrtm wrxOR[uno OF OOAA.FNcv .a.we a�"mss £c aro x�isr J82A M BFANJAND I HIT 10ATE REVISION BY gPYD Page 13 v�v�o�.�o>o:�.. ETMos�,:ww..•�.nv.wi.�To.IT ALUMINUM VISE OR ALUMINUM SPLIT — ALUMINUM VISE OR BOLT CONNECTOR ALUMINUM SPLIT BOLT CONNECTOR ALUMINUM VISE OR ALUMINUM SPLIT BOLT CONNECTOR BOLTED BRONZE CLAMP. FOR ROUND I IPS, BURNDY GAR TWE FOR 1 1/4'", BORNEO BRONZEECLAMP, IPS OR APPROVED EQUAL BURNDY GAR TYPE OR APPROVED EQUAL FOR ROUND 1 IPS, BOLTED BRONZEE CLAMP. ALUMINUM VISE OR ALUMINUM BURNDY GAR TYPE OR SPLIT BOLT CONNECTOR EVERY APPROVED EQUAL }-0 ALUMINUM VISE OR ALUMINUM VISE OR X4 SOLID AL ALUMINUM SPLIT BOLT ALUMINUM SPLIT BOLI BOLTED BRONZE CLAMP. CONNECTOR EVERY CONNECTOR EVERY BURNDY GAR TWE FOR 1 1/2 3'-0• }'_p• IPS OR APPROVED EQUAL X4 SOLID AL M4 SOLID AL FOR ROUND 3 1/2 IPS 1 GATE POST, BOLTED BRONZE CLAMP, BURNDY FOR ROUND 2• IPS GAR TWE OR APPROVED FOR ROUND 2 1/2• IPS LINE POST, BOLTED EQUAL CORNER POST, BOLTED BRONZE CLAMP, BRONZE CLAMP, BURNDY GAR TWE OR 44' APPROVED EQUALBURNOV GAR TWE OR APPROVED EOUALLEXIBLE COPPER BRAID, SPLIT 2C LONG, TRAVIS RDU ALUMINUM VISE OR TWE F5. 1EQUAL ORALUMINUM SPLIT ItALUMINUMVISEOR NECTOR APPROVED EQUALBOLT CONNECTOR 3/0 Cu �3/0 Cu ALUMINUM VISE OR ALUMINUM SPLIT BOLT CONNECTOR (6 REQUIRED) (16 REQUIRED) (5 REQUIRED) FENCE CORNER GROUNDING FENCE LINE POST GROUNDING FENCE GATE GROUNDING DETAIL NTS CO2 DETAIL 0DETAIL NTS CO2 2 NTS Cpl02 1 I CAQWELD OR EQUAL FENCE 3/0 CU. FENCE POST 3/0 CU. Ji FABRIC- ALUMINUM CORNER POST 3/0 CU. SINGLE-BOLT VISE 3/0 CU. CONNECTOR 3/0 CU. TO GROUND GRID TIgqOUGH CABLE WITH pb SOL AL 3/0 CU.-CABLE TAP GROUND GRID CONNECTION 3/0 CU COPPER ALWAYS PLACED IN FENCE GROUNDING LOWER POSITION CORNER POST GROUNDING ROUNDIRG DETAIL DETAIL10 DETAIL 11 DETAIL 112 NTS CO2 CO2 CO2 CO2 DSGN WASHINGTON SUBSTATION SHEET CO3 M SEANLAND REUSE OF DOCUMENTS DAR Is GnE_„AM wa Tr�Ax�s R iTe..,os0». ary oRIGwAL DRAWwG WgSHINGTON SUBSTATION T1382ACB3 T WEBSTER m1s ooaxcrvl.Aro THE mcns wo oESLcxs woxPORATEo pEHUH'AS."11F0.UIT OF PP0i5514N"L g”"DF'IS THE 0-1/s GROUNDING DETAILS DATE MAY 2817 HK ROPERTI or Inures I-ORPRI we.Ano IS NOT TO BE CITY OF PORT ANGELES M BEAN ANO DSEO,w..OR Ix Port,av ANY OTHER PROJECT WITHOOr 1P rvOr Ons-.Al ww PORT ANGELES, WASHINGTON En9iieenir9 /mac. PVD THE vR1Tm+AUT„ORUATIO TERAMS ENGDNECRO1Q INC On THIS SHEET.ADJUST PR J 11382A M BEAN[AND NO. JDATE I REVISION BY lAPVVjSCALES AOCGRDINQ Y. NO Page 14 City of Port Angeles ATTACHMENT "B" Engineering Office Public Works and Utilities Department INSURANCE 360-417-4700 INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Includes construction and remodeling,janitorial service, tree maintenance, road maintenance, painting, electrical work,plumbing, movers, and on site maintenance agreements. Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. No Limitation Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1185 or an equivalent endorsement. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers'Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit. LO-13-023 Page 15 Rev, 8/30/2011 Other Insurance Provision The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. G. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. LO-13-023 Page 16 Rev. 8/30/2011 City of Port Angeles ATTACHMENT "C" Engineering Office Public Works and Utilities Department PREVAILING WAGE RATES 360-417-4700 Prevailing Wage Rates Information Below: 1. Washington State Prevailing Wage Rates For Public Works Contracts—Journey Level and Apprentices, Clallam County, effective 7/9/2013. 2. To access applicable prevailing rate of wage by trade, use the following Department Labor and Industries website link: htto://www.ini.wa.gov/TradesLicensing/PrevWage/WageRates/"default.asp 3. A copy of the applicable prevailing wage rates can be obtained by contacting Lucy Hanley at 360-417-4541 or by email, IhanleyCa)cityofpa.us. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles, WA. 98363. LO-13-023 Page 17 Rev.8/30/2011 City of Port Angeles ATTACHMENT "D" Engineering Office Public Works and Utilities Department QUOTE FORM 360-417-4700 Viking Fence Company's quote form and supplemental information attached: LO-13-023 Page 18 Rev. 8/30/2011 JUL/09/2013/TUE 11 :48 AM FAX No, P, 001 QUOTATION FORM Project Title: Washington Substation Fencing Project Number: LO-13-023 Funding: Ons401-4810 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. Bid Schedule— Bids are not-to-exceed $20,000.00. Indicate the lump sum cost for complete removal of existing fencing and installation of new fencing as described in the enclosed docum ants. BID ITEM QUANTITY PRICE Chain.Link Fence—Removal and Installation 1 Lump Sum ;t-1, '}40 ° ` 8.4% Sales Tax D4V U TotalBid.Amount 2.The bidder hereby acknowledges that it has received Addenda No(s). (Enter"N/A" if none were issued) to this Request for Quotation package. 3. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent, are listed below. Any written notices required by the terms of an awarded contract shall be served or mailed to the following address: C ntractor Information: 1. Company Name: 1.n- 2. Address: 4� � 3, qty, State,Zip Code_ R*em� n' We 9PY3 1 z 4. Phone Number: 3(00. 913-39)F)- 5. t 9)F- 5. Contractor Registration Number: y! 11J FL i'sLl7( 2 6. UBI Number: (cM— 50 -30(4 7. WA State Industrial Insurance Account Number: !1 of 60—ues Project: LO-13-023 Page 3 Pz v 8/30/2011 JUL/09/2013/TUE 11 :48 AM FAX No. P. 002 8. WA State Employment Security Dept Number: 5-3, �Z —cob ' 4. State Fxcise Tax Registration Number: The bidder represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. Signed by Title �7 Printed Name: �f�`1 r1 K t.(H!lJL.N Date q JUIM 201 , Project:LO-13-023 Page 4 Rev WCV2011 JUL/09/201 Y UE 1 L 49 aM FAX No P. 0011 ' VIKING FENCE CO• ResidWoodfr E C emial 8 Com ommemi2l Financing Available Licensed and Bonded I DOM Date: 3 July 13 Underground Public Utilities 1-800.424.5555 Estimator/Salesman: John Eosebeary ,76 �TO:VIKING FENCE COMPANY Address:3450 State Hwy.3,Bremerton,WA 98312 FROM: City of port Angeles Telephone:(360)373-7918 or(360)779-5978 Toll Free:1-800-280-7916 Adtlrese: Washington Substation Fencing 1r—�+ FAX:(360)377.0011 Email:info®vikingfr nce.biz Website:www.vikingfenoe.biz Telephone: COMMERCIAL .9 Property: ownerC] or Rent O RESIDENTIAL ❑ STEEL FENCE If hereby requests that Viking Fence WOOD FENCE O Company furnish material and labor,and install complete,subject to approval of this order by Specifications -y3 the sales manager at Viking Fence Company,the following: Fence Height "7 FL Wire Height �7 Ft �-S' 9-� —7 r 3 Wire Mesh-,-.,',1�_In. C 1w '4 1--7N ,G 1=esr G _ Wire Gage `I 77 3 ! to y 5 b0 v3le Ci '-ia S Line Post O.D. Corner Post Yyyb` O.D. End Post X 78' O.D. Pep P&.g s P-- 5�0cc. Set 1n 3FIn.Conc, Drive Gate Post4' O.D. reao9 Walk Gate Post n; O.D. Top Rall / S!e O.D. Barb Wire 3 sr�,.�.ns Est.Arms k-se Posts Spaced aMaximum TEAMS nue on completion TOTALS V'3s-lft of 10 Ft.an Center. Barbs Up`Down Follow Ground Level —a`— r I Owner to Stake outs. 1 — Gates o D. - 1 - L, ( r t 1 , � 1 7 Gates,Walk � � I I TI i i I 1 i 1 1 r l 1 I I I I _ 1 Tension Wire Yes�i No 171 -1 CAUTION! T T �i TY L Customer Responsibility --r-. I_ ANYOAMAGETO SPRINKLER AND/0R SEWER LINES Mupiareaf me above oMer by the sales tanager et VlYJng Fence Combat,upon as tams and conditions stated herein Is final.Am change'm Jr.parch...fake and any change order affecting woh<to be done meat on in writing,signed by me purchaser antl accepted by Ne.al.e merger.Vrdng Fane company shall not be ,wpousibl.for damage to undarground utilities not polmed WI In the diagram by Ne purcheeea Purchaser shall ba responsible for couxtly esfasnahing all lot and fence lines.Cancellallon of this purchase ander shalt subject purchaser to a tan percent(10%)service charge for pmpecsirg of the pumha..oMer_llnlus o[heNAse agreed above,[eine shall ba nei within 30 days,service charge at one and a hall percent(1K%)per month IhereaRar an any unpaid balance.In the eval becomes neceasaryto employ an anomey to enforcethe rightsof aM Pady to Inia purchase order,or atry modification hereof,the prevailing party anal be endled to moewr his such,of suit and Meta of public olfictalar together with a reasonabb eaorney lee of not lase Men one-rt(vd(113)of!1l a9y:KWery.TTe paries tun"r agree that,in addition m any other righs mat me seller may have.and wlthoul frejoico a the sero.,Met sell.,may claim a Igen N Ne premises upon which Ne material end supplies are to be Irrsralled;or xs)tl Mau r els antl supplies,and the purchs..r waives notice of same. Accepted Date of order date By sales Menage, Purchasers signature Please sign and return white copy Thank You!