Loading...
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