Loading...
Public Restroom Company - CP11011 Contract# 7 CITY OF TIGARD -1 PUBLIC IMPROVEMENT CONTRACT COOK PARK PRE-FABRICATED RESTROOM THIS CONTRACT made and entered into this 28th day of March,2011,by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called "City" and Public Restroom Company, hereinafter called "Contractor", duly authorized to perform such services in Oregon, collectively hereinafter called the"Parties." RECITALS WHEREAS, the City requires services which Contractor is capable of providing,under terms and conditions hereinafter described;and WHEREAS, the Contractor entered into an agreement with Leon County,Florida for substantially the same services as required by the City that included language that allows for permissive cooperative purchases;and WHEREAS, the City is eligible for a permissive cooperative purchase under authority granted in ORS 279A.215;and WHEREAS, time is of the essence in this contract requiring all work to be completed prior to May 16,2011; TERMS OF AGREEMENT THEREFORE,in consideration of the promises and covenants contained herein,the parties hereby agree as follows: 1. Services Contractor's services under this Agreement shall consist of the following: Construction and installation of a "turn-key" restroom at the City's Cook Park as specified in the attached 9-page Exhibit A — Project Proposal, dated January 19,22011, and in the attached 5-page Exhibit B—Specification. The City will do site preparation of the building as referenced in Exhibit A. 2. Prevailing Wage The provisions of ORS Chapters 279A and 279C and all other Oregon and Federal provisions pertaining to minimum salaries and wages are incorporated herein by reference as if fully set forth. The Contractor agrees that the workmen in each trade or occupation required for the work to be done pursuant to the contract, employed in the performance of the Contract, either by the Contractor or Subcontractor or other person doing or contracting to do any part of the work contemplated by the Contractor shall be paid not less than the prevailing, minimum hourly rate of wage specified by the Commissioner of the Bureau of Labor,and attached hereto. For contracts$50,000 or greater,the City shall pay a fee equal to one-tenth of one percent(.001) of the price of the contract. The fee shall be paid on or before the first progress payment or 60 days from the date work first began on the contract, whichever comes first. The fee is payable to the Bureau of Labor and Industries and shall be mailed or otherwise delivered to the Bureau at the following address: Bureau of Labor and Industries Wage and Hours Division Prevailing Wage Unit 800 NE Oregon Street,#32 Portland, Oregon 97232 Contractor shall provide proof to the City prior to the beginning of any of the work that the Contractor has filed a public works bond with a corporate surety in the amount of$30,000 with the Construction Contractors Board as required under Oregon PWR law. 3. Contract Documents The Contractor is hereby bound to comply with all requirements of the Contract Documents prepared by the City and the performance pertaining to this contract,in the City of Tigard, Oregon, and by this reference made a part hereof to the same legal force and effect as if set forth herein in full. The contract documents include the documents with the following titles that are bound in the solicitation documents and the standard documents comprised of the Oregon Standard Specification for Construction,2008,Volume 1 and Volume 2. Solicitation Documents Leon County Contract with Public Restroom Company with permissible cooperative language (The City is using a permissible cooperative purchase as authorized in ORS 279A.215 for this purchase.) Standard Documents General conditions (Oregon Standard Specification for Construction, 2008 Volume 1 as amended by the special provisions) Standard Specifications (Oregon Standards Specifications for Construction, Volume2 as amended by Technical Specifications) Oregon Prevailing Wage Rates—January 1,2011 w/ applicable amendments 4. Cil's Representative For purposes hereof, the City's authorized representative will be Nicklas Nissan, Facility Services Supervisor,who can be reached my mail at 13125 SW Hall Blvd.,Tigard, Oregon 97223; by telephone at(503) 718-2605;or via email at ngn(@dgard-oL.gov. 5. Contractor's Representative For purpose hereof, the Contractor's authorized representative will be Katie Kaufman, Project Development Manager, who can be reached by mail at 9390 Gateway Drive, Suite 102, Reno Nevada 89521 or by phone at (888) 888-2060,extension 120. 6. Contractor Identification Contractor shall furnish to the City the Contractor's employer identification number, as designated by the Internal Revenue Service,or Contractor's social security number,as City deems applicable. 7. Compensation Progress Payments: City agrees to pay Contractor an amount not to exceed One Hundred Twenty One Thousand Five Hundred Fifty and No/100's Dollars ($121,550.00) for performance of those services provided hereunder,which payment shall be based upon the following applicable terms: Payment constitutes full compensation to the Contractor for furnishing all materials, equipment,labor, and incidentals necessary to complete the Work; and for risk, loss, damage, and expense arising from the nature or prosecution of the Work or from the action of the elements, subject to the provisions of Oregon Standard Specification 00170.80. The Contractor shall include the costs of bonds and insurance for the Project in the unit price for each Pay Item of Work to be performed. Page 2 When the Specifications state that the unit price for a Pay Item is compensation for certain Materials or Work essential or Incidental to the Pay Item, the same Materials or Work will not be measured or paid under any other Pay Item. Contractor shall prepare and submit each month to the City's Project Manager, 13125 SW Hall-Blvd., Tigard, Oregon 97223, a statement of services rendered, (indicating the description of each service used in the proposal and the dollar amount of each service completed through the stated date), together with a request for payment duly verified by the Contractor's Representative. Payment by the City shall release the City from any further obligation for payment to Contractor for services performed or expenses incurred as of the date of the statement of services. Payment of installments shall not be considered acceptance or approval of any work or waiver of any defects therein. The City certifies that funds are appropriated and available in the current fiscal year's budget for work on this project. In the event the project crosses into subsequent fiscal years, appropriations will be determined during the budget process. If appropriated funds are not exhausted during the current fiscal year and work on the project remains, City staff shall prepare a carry-over budget amendment and present to the Council in effort to complete the work during the next fiscal year. Contractor shall include proof of payment to any and all subcontractors and suppliers with each statement submitted to the City. The City shall retain the right to withhold payments if required proof of payment to subcontractor and suppliers is not included with a statement. As required under State of Oregon Prevailing Wage Rate (PWR) Law, the City shall withhold 25% of any progress payment amounts owed to Contractor if Contractor has failed to file certified payrolls sheets with the City. Timing of Payments: Progress payments, less a five percent retainage as authorized by ORS 279C.555, shall be made to the Contractor within thirty (30) days of the City's receipt of the statement of services. The Contractor agrees that the "Time of Completion" is defined in the Bid Proposal, and agrees to complete the work by said date. The Contractor and City agree that the City will suffer damages each day the work remains uncompleted after the Time of Completion and that the amount of those damages is difficult to calculate. Contractor and City agree that a reasonable amount of damages for late completion is $200.00 per day and Contractor agrees to pay damages in that amount if the work is not completed by the Time of Completion. Final Payment: The Contractor shall notify the City in writing when the Contractor considers the project complete, and the City shall,within 15 days after receiving the written notice, either accept the work or notify the Contractor of work yet to be performed on the contract. Upon acceptance by the City, the entire balance due to the Contractor, including the retained percentage, shall be paid to the Contractor, by the City within 30 days after the date of said final acceptance. The City shall pay to the Contractor interest at the rate established in ORS 279C.570 on the final payment due the Contractor, to commence 30 days after the work under the Contract has been completed and accepted and to run until the date when final payment is tendered to the Contractor. If Page 3 the City does not,within 15 days after receiving written notice of completion,notify the Contractor of work yet to be performed to fulfill contractual obligations, the interest provided by this subsection shall commence to run 30 days after the end of the 15-day period. As a further conditions of final acceptance, the City may require the Contractor to submit evidence, satisfactory to the City's Representative, that all payrolls, material bills, and other indebtedness connected with the project have been paid, except that in case of any disputed indebtedness or liens, the Contractor may submit in lieu of evidence of payment, a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. 8. Status Of Contractor As Independent Contractor Contractor certifies that: A. Contractor acknowledges that for all purposes related to this Agreement, Contractor is and shall be deemed to be an independent Contractor as defined by ORS 670.600 and not an employee of City, shall not be entitled to benefits of any kind to which an employee of City is entitled and shall be solely responsible for all payments and taxes required by law. Furthermore, in the event that Contractor is found by a court of law or any administrative agency to be an employee of City for any purpose, City shall be entitled to offset compensation due, or to demand repayment of any amounts paid to Contractor under the terms of this Agreement, to the full extent of any benefits or other remuneration Contractor receives (from City or third party) as a result of said finding and to the full extent of any payments that City is required to make (to Contractor or to a third party) as a result of said finding. B. The undersigned Contractor hereby represents that no employee of the City, or any partnership or corporation in which a City employee has an interest, has or will receive any remuneration of any description from Contractor, either directly or indirectly, in connection with the letting or performance of this Agreement,except as specifically declared in writing. C. If this payment is to be charged against Federal funds, Contractor certifies that he or she is not currently employed by the Federal Government and the amount charged does not exceed his or her normal charge for the type of service provided. D. Contractor and its employees,if any, are not active members of the Oregon Public Employees Retirement System and are not employed for a total of 600 hours or more in the calendar year by any public employer participating in the Retirement System. E. Contractor certifies that it currently has a City business license or will obtain one prior to delivering services under this Agreement. F. Contractor is not an officer, employee, or agent of the City as those terms are used in ORS 30.265. 9. Subcontracts -Assignment&Delegation Contractor shall submit a list of Subcontractors for approval by the City, and Contractor shall be fully responsible for the acts or omissions of any Subcontractors and of all persons employed by them, and neither the approval by City of any Subcontractor not anything contained herein shall be deemed to create any contractual relation between the Subcontractor and City. Page 4 This agreement, and all of the covenants and conditions hereof, shall inure to the benefit of and be binding upon the City and the Contractor respectively and their legal representatives. Contractor shall not assign any rights not delegate any duties incurred by this contract, or any part hereof without the written consent of City,and any assignment or delegation in violation hereof shall be void. Any and all subcontracts issued by the contractor shall contain a provision that workers shall be paid not less that the PVR Law specified minimum wage. 10. Contractor-Payment of Benefits - Hours of Work A. The Contractor shall: 1) Make payment promptly, as due, to all persons supplying to such Contractor labor or material for the prosecution of the work provided for in this contract; 2) Pay all contributions or amounts due the under the Industrial Accident Fund form the Contractor or subcontractor incurred in the performance of this Agreement; 3) Pay to the Department of Revenue all suns withheld from employees pursuant to ORS 316.167. 4) Not permit any lien or claim to be filed or prosecuted against the City of Tigard, on account of any labor or material furnished; B. The Contractor or the Contractor's Surety and every Subcontractor or the Subcontractor's Surety shall file certified statements with the City in writing in form prescribed by the Commissioner of the Bureau of Labor and Industries, certifying the hourly rate of wage paid each worker which the Contractor or the Subcontractor has employed upon such public work, and further certifying that no worker employed upon such public work has been paid less than the prevailing rate of wage,which certificate and statement shall be verified by the oath of the Contractor or the Contractor's Surety or Subcontractor or the Subcontractor's Surety that the Contractor or Subcontractor has read such statement and certificate and knows the contents thereof and that the same is true to the Contractor's or Subcontractor's knowledge. 1) The certified statements shall set out accurately and completely the payroll records for the prior week, including the same and address of each worker, the worker's correct classification, rate of pay, daily and weekly number of hours worked, deductions made and actual wages paid. 2) Each certified statement requited herein shall be delivered or mailed by the Contractor or Subcontractor to the City at least once a month by the fifth business day of the following month. a) Each Contractor or Subcontractor shall preserve certified statements for a period of three years from the date of completion of the contract. C. The Contractor agrees that if the Contractor fails,neglects or refuses to make prompt payment of any claim for labor or services furnished to the Contractor or a Subcontractor by any person in connection with this contract as such claim becomes due, the proper office of the City of Tigard may pay such claim to the person furnishing the labor or services and charge the amount of the payment against funds due or to become due to the Contractor by reason of such contract. Payment of a claim in this manner shall not relieve the Contractor or the Contractor's Surety from obligation with respect to any unpaid claims. Page 5 D. Contractor agrees that no person shall be employed for more than ten (10) hours in any one day, or 40 hours in any one week, except in cases of necessity or emergency or when the City deems it in the best interest of the public or policy absolutely requires it, in which event, the person so employed for excessive hours shall receive at least time and a half pay for the following: 1) For all overtime in excess of eight hours in any one day or 40 hours in any one week when the work week is five consecutive days,Monday through Friday;or 2) For all overtime in excess of 10 hours in any one day or 40 hours in any one week when the work week is four consecutive days,Monday through Friday;and 3) For all work performed on Saturday and on the legal holidays specified in ORS 279C.540. E. No City employee shall be required to work overtime or on a Saturday, Sunday or holiday in the fulfillment of this contract except where the Contractor agrees to reimburse the City in the amount of money paid the employee for such work as determined by state law, the City's personnel rules or union agreement. The Contractor shall require every Subcontractor to comply with this requirement. F. If Contractor or any first-tier subcontractor fails to pay a person furnishing labor or material within 30 days after receipt of payment form the City or from the Contractor to a subcontractor, the Contractor or first-tier subcontractor shall owe the person the amount due plus interest commending at the end of the 10 day period that the payment is due under ORS 279C.580, unless payment is subject to a good-faith dispute. The interest rate shall be as specified in ORS 279C.505(2). If the Contractor or any subcontractor fails,neglects,or refuses to pay a person furnishing labor or material, the person may file a complaint with the Construction Contractors Board, unless the payment is subject to a good faith dispute as defined in ORS 279C.580. G. Contractor shall include a clause in each contact with a subcontractor a requirement that the contractor pay the subcontractor for satisfactory performance within 10 days of receipt of payment from the City for the work. Contractor shall include in contracts with subcontractors an interest provision for such payments in compliance with ORS 279C.580. Contractor shall include a clause in each contract with a subcontractor requiring the subcontractor to meet the same payment and interest standards as required by ORS 279C.580 (4). 11. Drug Testing Program ORS 279C.505 requires that all public improvement contracts contain a provision requiring contractors to demonstrate that an employee drug-testing program is in place. The Contractor demonstrates that a drug-testing program is in place by signing of the contact. The drug testing program will apply to all employees and will be maintained for the duration of the Contract awarded. Failure to maintain a program shall constitute a material breach of contract. 12. Contractor's Employee Medical Payments Contractor agrees to pay promptly as due, to any person, co-partnership, association or corporation furnishing medical, surgical, and hospital care or other needed care and attention incident to sickness or injury to the Contractor's employees,all sutras which the Contractor agreed to pay for such services and all money and sums which the Contractor collected or deducted from employee wages pursuant to any law,contract or agreement for providing or paying for such service. Page 6 13. Early Termination A. This agreement may be terminated without cause prior to the expiration of the agreed upon term by mutual written consent of the parties, or unilaterally by the City upon a finding that it is in the best interest of the public,and for the following reasons: 1) If work under the Contract is suspended by an order of a public agency for any reason considered to be in the public interest other than by a labor dispute or by reason of any third party judicial proceeding relating to the work other than a suit or action filed in regard to a labor dispute;or 2) If the circumstances or conditions are such that it is impracticable within a reasonable time to proceed with a substantial portion of the Contract. B. Payment of Contractor shall be as provided by ORS 279C.660 and shall be prorated to and include the day of termination and shall be in full satisfaction of all claims by Contractor against City under this Agreement. C. Termination under any provision of this paragraph shall not affect any light, obligation, or liability of Contractor or City which accrued prior to such termination. The City or Contractor shall have the right to terminate this Contract at any time: 1) Prior to commencement of manufacturing of the project restroom building,or 2) After completion of manufacturing at Contractor's manufacturing facility of the project restroom building. Contractor shall notify the City of the manufacturing commencement and completion dates in writing. This contract shall not be terminated after commencement of manufacturing of the project restroom building due to the custom nature of the building and materials comprising the building. Should the City terminate the Contract or any part which includes Contractor work, Contractor shall on receipt of a termination notice notify the City in writing that"termination after commencement of manufacturing of the restroom building can result in damages and loss of use to Contractor due to the custom nature of the building and materials provided under this Contract." 14. Cancellation with Cause A. City may terminate this Agreement effective upon delivery of written notice to Contractor, or at such later date as may be established by City,under any of the following conditions: 1) If City funding from federal, state, local, or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services. This Agreement may be modified to accommodate a reduction in funds, 2) If Federal or State regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this Agreement, 3) If any license or certificate required by law or regulation to be held by Contractor, its subcontractors, agents, and employees to provide the services required by this Agreement is for any reason denied,revoked, or not renewed,or Page 7 4) If Contractor becomes insolvent, if voluntary or involuntary petition in bankruptcy is filed by or against Contractor,if a receiver or trustee is appointed for Contractor, or if there is an assignment for the benefit of creditors of Contractor. Any such termination of this agreement under paragraph (a) shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination. B. City, by written notice of default (including breach of contract) to Contractor, may terminate the whole or any part of this Agreement: 1) If Contractor fails to provide services called for by this agreement within the time specified herein or any extension thereof, or 2) If Contractor fails to perform any of the other provisions of this Agreement,or so fails to pursue the work as to endanger performance of this agreement in accordance with its terms, and after receipt of written notice from City, fails to correct such failures within ten (10) days or such other period as City may authorize. The rights and remedies of City provided in the above clause related to defaults (including breach of contract) by Contractor shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Agreement. If City terminates this Agreement under paragraph (b), Contractor shall be entitled to receive as full payment for all services satisfactorily rendered and expenses incurred, an amount which bears the same ratio to the total fees specified in this Agreement as the services satisfactorily rendered by Contractor bear to the total services otherwise required to be performed for such total fee; provided, that there shall be deducted from such amount the amount of damages, if any,sustained by City due to breach of contract by Contractor. Damages for breach of contract shall be those allowed by Oregon law, reasonable and necessary attorney fees, and other costs of litigation at trial and upon appeal. The City or Contractor shall have the right to terminate this Contract at any time: 1) Prior to commencement of manufacturing of the project restroom building,or 2) After completion of manufacturing at Contractor's manufacturing facility of the project restroom building. Contractor shall notify the City of the manufacturing commencement and completion dates in writing. This contract shall not be terminated after commencement of manufacturing of the project restroom building due to the custom nature of the building and materials comprising the building. Should the City terminate the Contract or any part which includes Contractor work, Contractor shall on receipt of a termination notice notify the City in writing that"termination after commencement of manufacturing of the restroom building can result in damages and loss of use to Contractor due to the custom nature of the building and materials provided under this Contract." 15. Access to Records City shall have access to such book, documents, papers and records of Contractor as are directly pertinent to this Agreement for the purpose of making audit,examination,excerpts,and transcripts. Page 8 i i 16. Work is Property of City All work performed by Contractor under this Agreement shall be the property of the City. 17. Adherence to Law A. Contractor shall adhere to all applicable laws governing its relationship with its employees, including but not limited to laws, rules, regulations, and policies concerning workers' compensation,and minimum and prevailing wage requirements. B. To the extent applicable, the Contractor represents that it will comply with Executive Order 11246 as amended, Executive Order 11141, Section 503 of the Vocational Rehabilitation Act of 1973 as amended and the Age Discrimination Act of 1975, and all rules and regulations issued pursuant to the Acts. C. As provided by ORS 279C.525, all applicable provisions of federal, state or local statutes, ordinances and regulations dealing with the prevention of environmental pollution and the preservation of natural resources that affect the work under this contract are by reference incorporated herein to the same force and affect as if set forth herein in full. If the Contractor must undertake additional work due to the enactment of new or the amendment of existing statutes, ordinances or regulations occurring after the submission of the successful bid, the City shall issue a Change Order setting forth the additional work that must be undertaken. The Change Order shall not invalidate the Contract and there shall be, in addition to a reasonable extension,if necessary, of the contract time, a reasonable adjustment in the contract price,if necessary, to compensate the Contractor for all costs and expenses incurred, including overhead and profits,as a result of the delay or additional work. 18. Chanes City may at any time, and without notice, issue a written Change Order requiring additional work within the general scope of this Contract, or any amendment thereto, or directing the omission of or variation in work. If such Change Order results in a material change in the amount or character of the work, an equitable adjustment in the Contract price and other provisions of this Contract as may be affected may be made. Any claim by Contractor for and adjustment under this section shall be asserted in writing within thirty (30) days from the date of receipt by Contractor of the notification of change or the claim will not be allowed. Whether made pursuant to this section or by mutual agreement, no change shall be binding upon City until a Change Order is executed by the Authorized Representative of City,which expressly states that it constitutes a Change Order to this Contract. The issuance of information, advice, approvals, or instructions by City's Representative or other City personnel shall not constitute an authorized change pursuant to this section. Nothing contained in this section shall excuse the Contractor from proceeding with the prosecution of the work in accordance with the Contract,as changed. 19. Force Majeure Neither City not Contractor shall be considered in default because of any delays in completion of responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the party so disenabled, including, but not restricted to, an act of God or of a public enemy, i volcano, earthquake, fire, flood, epidemic, quarantine, restriction, area-wide strike, freight embargo, unusually severe weather or delay of Subcontractor or suppliers due to such cause; provided that the party so disenabled shall within ten (10) days from the beginning of such delay, notify the other party in writing of the causes of delay and its probable extent. Such notification shall not be the basis for a I'I claim for additional compensation. Each party shall, however, make all reasonable efforts to remove f Page 9 I I or eliminate such a cause of delay or default and shall, upon cessation of the cause, diligently pursue performance of its obligation under Contract. 20. Nonwaiver The failure of the City to insist upon or enforce strict performance by Contractor of any of the terms of this contract or to exercise any rights hereunder shall not be construed as a waiver or relinquishment to any extent of its right to assert or rely upon such terms or rights on any future occasion. 21. Warranties All work shall be guaranteed by the Contractor for a period of one year after the date of final acceptance of the work by the Owner. Contractor warrants that all practices and procedures, workmanship, and materials shall be the best available unless otherwise specified in the profession. Neither acceptance of the work nor payment therefore shall relieve Contractor from liability under warranties contained in or implied by this contract. 22. Attorney's Fees In case suit or action is instituted to enforce the provisions of this contract, the parties agree that the losing party shall pay such sum as the Court may adjudge reasonable attorney's fees and court costs including attorney's fees and court costs on appeal. 23. Governing Law The provisions of this Agreement shall be construed in accordance with the provisions of the laws of the State of Oregon. Any action or suits involving any questions arising under this Agreement must be brought in the appropriate court of the State of Oregon. 24. Conflict Between Terms It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the proposal of the Contractor, this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. 25. Indemnification Contractor warrants that all its work will be performed in accordance with generally accepted professional practices and standards as well as the requirements of applicable federal, state and local laws,it being understood that acceptance of a contractor's work by City shall not operate as a waiver or release. Contractor agrees to indemnify and defend the City, its officers, agents and employees and hold them harmless from any and all liability, causes of action, claims, losses, damages, judgments or other costs or expenses including attorney's fees and witness costs and (at both trial and appeal level, whether or not a trial or appeal ever takes place) that may be asserted by any person or entity which in any way arise from, during or in connection with the performance of the work described in this contract, except liability arising out of the negligence of the City and its employees. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this indemnification. 26. Insurance Contractor and its subcontractors shall maintain insurance acceptable to City in full force and effect throughout the term of this contract. Such insurance shall cover all risks arising directly or indirectly Page 10 out of Contractor's activities or work hereunder, including the operations of its subcontractors of any tier. Such insurance shall include provisions that such insurance is primary insurance with respect to the interests of City and that any'other insurance maintained by City is excess and not contributory insurance with the insurance required hereunder. The policy or policies of insurance maintained by the Contractor and its subcontractor shall provide at least the following limits and coverages: A. Commercial General Liability Insurance: Contractor shall obtain, at contractor's expense, and keep in effect during the term of this contract, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (1996 ISO or equivalent). This coverage shall include personal and advertising injury liability and products and completed operations coverage. Coverage may be written in combination with Commercial General Liability and Commercial Automobile Liability Insurance with separate limits for both. Combined single limit per occurrence and annual aggregate limit shall not be less than the dollar amount indicated below. This coverage shall include Contractual Liability insurance for the indemnity provided under this contract. The following insurance will be carried: Coverage Limit General Aggregate $2,000,000 Products-Completed Operations Aggregate $1,000,000 Personal&Advertising Injury $1,000,000 Each Occurrence $1,0003000 Fire Damage (Any one fire) $50,000 Medical Expense (Any one person) $5,000 B. Commercial Automobile Insurance: Contractor shall also obtain, at contractor's expense, and keep in effect during the term of the contract, "Symbol 1" Commercial Automobile Liability coverage including coverage for all owned, hired, and non-owned vehicles. The Combined Single Limit per occurrence shall not be less than$1,000,000. C. Workers' Compensation Insurance: The Contractor, its subcontractors, if any, and all employers providing work,labor or materials under this Contract are subject employers under the Oregon Workers' Compensation Law and shall comply with ORS 656.017,which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 days in a calendar year. Contractors who perform work without the assistance or labor of any employee need not to obtain such coverage." This shall include Employer's Liability Insurance with coverage Emits of not less than$100,000 each accident. D. Additional Insured Provision: The City of Tigard, Oregon, its officers, directors, and employees shall be added as additional insureds with respect to this contract. All Liability Insurance policies will be endorsed to show this additional coverage. E. Notice of Cancellation: There shall be no cancellation, material change, exhaustion of aggregate limits or intent not to renew insurance coverage without 30 days written notice to the City. Any failure to comply with this provision will not affect the insurance coverage Page 11 provided to the City. The 30 days notice of cancellation provision shall be physically endorsed on to the policy. F. Insurance Carrier Rating: Coverage provided by the Contractor must be underwritten by an insurance company deemed acceptable by the City. The City reserves the right to reject all or any insurance carrier(s)with an unacceptable financial rating. G. Certificates of Insurance: As evidence of the insurance coverage required by the contract, the contractor shall furnish a Certificate of Insurance to the City. No contract shall be effected until the required certificates have been received and approved by the City. The certificate will specify and document all provisions within this contract. A renewal certificate will be sent to the above address 10 days prior to coverage expiration. The Contractor shall obtain, or ensure that the appropriate subcontractors obtain, insurance coverages required under this Contract from companies authorized to issue insurance in the State of Oregon. H. Independent Contractor Status: The service or services to be rendered under this contract are those of an independent contractor. Contractor is not an officer, employee or agent of the City as those terms are used in ORS 30.265. I. Primary Coverage Clarification: All parties to this contract hereby agree that the contractor's coverage will be primary in the event of a loss. J. Cross-Liability Clause: A cross-liability clause or separation of insureds clause will be included in all general liability,professional liability,pollution and errors and omissions policies required by this contract. Contractor's insurance policy shall contain provisions that such policies shall not be canceled or their limits of liability reduced without thirty (30) days prior written notice to City. A copy of each insurance policy, certified as a true copy by an authorized representative of the issuing insurance company, or at the discretion of City,in lieu thereof, a certificate in form satisfactory to City certifying to the issuance of such insurance shall be forwarded to: City of Tigard Attn: Joe Barrett,Sr.Management Analyst 13125 SW Hall Blvd Tigard, Oregon 97223 Email address: joseph@tigard-or.gov Such policies or certificates must be delivered prior to commencement of the work. Ten days cancellation notice shall be provided City by certified mail to the name at the address listed above in event of cancellation or non-renewal of the insurance. The procuring of such required insurance shall not be construed to limit contractor's liability hereunder. Notwithstanding said insurance, Contractor shall be obligated for the total amount of any damage, injury, or loss caused by negligence or neglect connected with this contract. Page 12 27. Method and Place of Giving Notice,Submitting Bills and Making Payments All notices, bills and payments shall be made in writing and may be given by personal delivery or by mail. Notices,bills and payments sent by mail should be addressed as follows:. CITY OF TIGARD PUBLIC RESTROOM COMPANY Attn: Nick Nissan,Facility Svcs. Super. Attn: Katie Kaufman Address: 13125 SW Hall Blvd Address: 9390 Gateway Drive,Suite 102 Tigard, Oregon 97223 Reno,Nevada 89521 Phone: (503) 718-2605 Phone: (888) 888-2060,ext. 120 Fax: (503) 684-7297 Fax: (888) 888-1448 Email Address: ngn@tjgard-or.gov Email Address: katie@12ublicrestroomcompany.com and when so addressed, shall be deemed given upon deposit in the United States mail,postage prepaid. In all other instances, notices, bills and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices,bills and payments are to be given by giving written notice pursuant to this paragraph. 28. Hazardous Materials Contractor shall supply City with a list of any and all hazardous substances used in performance of this Agreement. That list shall identify the location of storage and use of all such hazardous substances and identify the amounts stored and used at each location. Contractor shall provide City with material safety data sheets for all hazardous substances brought onto City property, created on City property or delivered to City pursuant to this Agreement. For the purpose of this section, "hazardous substance" means hazardous substance as defined by ORS 453.307(5). Contractor shall complete the State Fire Marshall's hazardous substance survey as required by ORS 453.317 and shall assist City to complete any such survey that it may be required to complete because of substances used in the performance of this Agreement. 29. Hazardous Waste If, as a result of performance of this Agreement, Contractor generates any hazardous wastes, Contractor shall be responsible for disposal of any such hazardous wastes in compliance with all applicable federal and state requirements. Contractors shall provide City with documentation, including all required manifests, demonstrating proper transportation and disposal of any such hazardous wastes. Contractor shall defend, indemnify, and hold harmless City for any disposal or storage of hazardous wastes generated pursuant to this Contract and any releases or discharges of hazardous materials. 30. Demolition—Salvage and Recycling As required by ORS 279C.510, Contractor shall salvage or recycle any construction and demolition debris if feasible and cost-effective. 31. Governing Law and Venue The provisions of this Contract shall be construed in accordance with the provisions of the laws of the State of Oregon. Any action or suits involving any question arising under this Contract must be brought in the appropriate court of the State of Oregon. Page 13 32. Severability In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction, the remainder of this Agreement shall remain in full force and effect and shall in no way be affected or invalidated thereby. 33. Complete Agreement This Agreement and attached exhibits constitutes the entire Agreement between the parties. No waiver, consent, modification, or change of terms of this Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent, modification, or change if made, shall.be effective only in specific instances and for the specific purpose given. There are no understandings, agreements, or representations, oral or written, not specified herein regarding this Agreement. Contractor,by the signature of its authorized representative,hereby acknowledges that he has read this Agreement,understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF, City has caused this Agreement to be executed by its duly authorized undersigned officer and Contractor has executed this Agreement on the date hereinabove first written. Approved by Tigard's Local Contract Review Board at the Board's March 22,2011 Business Meeting. CITY O ZGAIRD PUBLIC RESTROOM COMPANY . oie , ' Signa Signature //4 c Printed 10ame&Title Printed Name&Tide �zz/z 0 � a6 Date Date Page 14 +` PUBLIC REra'7 DOOM COMPANY °OFESIGNIN13 AND GUILDIN14 Rrr5TR1I(7MS.,.1aETTrR}} :. .: ':...: c ,..-.•.ntt: "...........t:. :tl. lt.¢.i�,ti(hT. G'.:.:K1f�C5:...:.. FINAL PARK BUILDING PRICE: COOK PARK (TIGARD, OREGON) Date: 1/19/11 Cost for the restroom building turn-key installed: $ 121,550 Restroom footuigs are by others, if required. OWNER/GENERAL CONTRACTOR SCOPE OF WORK: Preparation of Building Pad: Attached to this document we have provided a pad preparation plan and a pad section/detail. Pad Requirements: 1. Survey the building site and provide a finished slab elevation for the prefabricated building. The building pad size we require is larger than the final actual building footprint.Provide building front corner stakes with 10' offsets. 2. Excavate the existing site to the depth of 14"below finished building floor elevation. 3. Furnish and install compacted to 90% class 2 road base per the attached drawing. 4. Furnish and stock pile within 10' from the building footprint coarse mason sand ready for placement on the pad by our staff after we set and gain approval to cover the underground piping. 5. Some sites may require footings for soils conditions, frost protection, or owner mandated building code requirements. If footings are required for this project,it will be noted on the attached site pad plan and our"Final Quote" and you will be responsible for the site footings. Owner/General verification of site access to allow Building Delivery: You certify to PRC that suitable delivery access to the proposed building site is available. Suitable access is defined as 14' minimum width, 16' minimum height, and sufficient turning radius for a crane and 70' tractor-trailer. Our cost is based upon the crane being able to get within 35' from the building center and for the delivery truck to be no more than 35' from the crane center pick point. If the path to the building site traverses curbs, underground utilities, landscaping, sidewalks, or other obstacles that could be damaged,it is the Owner/General's responsibility for repair and all costs,if damage occurs.If trench plating is required,it shall be the cost responsibility of the.Owner/General. If unseen obstacles are present when site installation begins,it is the Owner/General's responsibility to properly marls them and site notify PRC before installation. Installation Notice and Site Availability: PRC will provide sufficient notice of delivery of the prefabricated building. The Owner shall make the site available during the delivery period. During the delivery period,on an improved site, Owner should stop site watering several days before delivery to minimize the impact on the soils for the heavy equipment needed for installation. -2 - Caution: If site is not ready for ourfield crew to perform their installation and if no notice of delay in readiness from Owner/General is received,PRC will.provide a change order for re-mobilization on a daily basis until the site is ready for us. Ready means that the site pad is completed, the corner required survey stakes are in place, the slab elevation stakes are in place, the location of the front of the building is confirmed on site, and access to the site is available from an improved roadway. Owner/General shall sign the change order before we will continue delivery. Public Restroom Company will"turn-key" set the buildings including the hook up of utilities inside the building when they are available. PRC will use its own trained staff for the installation. Utility Connections: The General is responsible for flushing line for water before final connection. The General is responsible for final connections of water, sewer, and electrical at the exterior ground boxes we furnish,nominally 6 feet from building line. PRC provides a POC for water, a DWV waste line with clean out for connection, and an electrical schedule 80 PVC sleeve at an exterior ground box for your electrician to run your electrical service wire through our conduit up to the panel and tie off the lugs. Special Conditions,Permits, and Inspection Fees: You should follow bid specifications for applicable building permit fees,health department fees, all inspection fees, site concrete testing fees, and compaction tests, if required by Owner/General. PRC is responsible for all required State inspections and final State insignia certification of the building if applicable. Jurisdiction for Off-site Work: Jurisdiction,for permitting and inspection of this building shall be either the State agency that manages prefabricated building in the state or the local CBO, (when the State does not provide certification.)If the responsibility for building inspection is the local CBO we will provide a certified plan set, calculations, and a third party engineer inspection report for any and all closed work the local official cannot see. PUBLIC RESTROOM COMPANY SCOPE OF WORK: Our In Plant/Off-Site Construction Scheduling System: PRC has several off-site manufacturing centers in the United States, strategically located, that have the proper equipment and whose staff has been thoroughly trained to fabricate our custom buildings to our standards. We manage quality control in our off-site production facility to comply with the approved drawings and provide an inspection certification and photos as required. When proprietary materials,which we have designed and fabricated, are part of the project,PRC supplies the manufacturing centers with these special parts or chemicals. We then schedule the in plant construction process to coordinate with your delivery date through our Operations Division field staff. We guaranty on time at cost delivery weather permitting. � BEEN&MI - 3 - Terms of Payment for Building: We require a 10% deposit/payment with your purchase order before plans are released. We invoice monthly on a percentage of completion basis of in plant consti action. You must bill your client at least every 30 days and pay us after you are paid. We provide you with progress invoices to coincide with your monthly billing cycle; certified inspection reports in plant, and photos to verify in plant progress. Since the prefabricated building(materials)represents 90% of the project cost and is a product(materials),we expect our billings to be paid as we do not accept withholding of retention. In the event of project stoppage,additional fees may be assessed for re-mobilization, storage, crane costs, etc. Our discounted project costs are based upon timely payments. Delays in payment could change delivery schedules and project costs. Delivery and Installation: Site Inspection: PRC staff,upon site arrival,.will verify the required dimensions of the building pad and the corner locations/elevation. We will also verify the delivery path from an accessible road or street and install the underground utilities to the point of connection nominally 6' from the exterior of the building. Installation: PRC will install the building turn-key, except for any exclusion (listed under "Exclusions,"herein.) Installation of Utilities Under the prefabricated Building: We fabricate off-site an underground utility (electrical,water, and DWV) preassembled plumbing and electrical tree. Our site staff will excavate the trenches and set the plumbing and electrical tree into code depth excavated trenches. Your utility POC's start nominally 6' from the building footprint where we pick up the task and connect your services to the building stub downs. We provide all the under slab piping(including the driven electrical ground rod or lightning rod if applicable.)All you have to do is bring utility services to within 6' of the pad. Connection of Utilities Post Building Placement: After placement of the building on the pad by PRC, our field staff will tie in the water and sewer connection"inside"the building only and terminate at a point of connection(POC) outside the building clearly marked for each utility service. The General is responsible for final service connections at the POC. Electrical: We provide the electrical conduit to the POC 6' from the building. You pull the wire and tie it off on the electrical panel. I Plumbing: i 1 P 1 e •' + S:S {.i ii a ee • e. I - 4 - You will connect the water to our stub 6' from the building footprint within the curb box we furnish and you will flush the line per local code. Sewer: Some sites depending on the local jurisdiction will require an outside trap which you will install if needed. We will provide you with a point of connection including a clean out to which you will terminate the site sewer service drain. Testing of Water, Sewer, and Electrical in Plant and Final Site Utility Connection: Before the building leaves the manufacturing center, we test the water piping, DWV, and the electrical connections for compliance with code. While the building is fully tested for leaks at the plant before shipment, road vibration may loosen some plumbing slip fittings and require tightening once the building services (water) is completed. You are responsible for minor fitting tightening to handle small slip fitting leaks caused by transportation. Time of Completion: PRC estimates a schedule to complete the project from receipt of final "notice to proceed" and written approval of the project architectural drawings by the owner. PRC requires 60 calendar days to complete the project from receipt of written notice to proceed together with a signed set of the final building drawings by all authorities required to approve them. Exclusions/Exceptions: 1. Access issues for delivery of the building when the Owner/General contractor has not provided a proper path to the final site. This exclusion covers sites whose access is limited by trees, inaccessible roadways, overhead power lines at location where crane will lift building, grade changes, berms,or uneven site grades, or when the path of travel is over improvements such as sidewalks, all of which are not within the scope of work by PRC.) 2. Any trench plate requirements for protection of site soils, sidewalks, or site utilities. 3. Sidewalks outside the building footprint. 4. Survey, excavation, and 'installation of the building pad per our attached plans. 5. Soil conditions not suitable for bearing 1500 psf. 6. Improper water pressure, an undersized meter, or flow to the building. 7. Bonds,building permits, site survey, special inspection fees,minor trash removal, final utility connections,minor plumbing leaks if water is not available when building site work installation is complete, site soils or improvements if damaged during installation, landscaping. 8. Traffic control requirements coordinated by the Owner. Clarifications: Our crane costs, which are included herein, are based on a 35' maximum radius distance from the center pin of the crane to center point of the furthest building. If additional distance requires a larger crane, additional costs will be assessed by change order to you.. - 5 - Insurance and Prevailing Wage Certification: PRC shall comply with the required bid specification insurance requirements,prevailing wage reports, and safety requirements of the project,including the recently promulgated OSHA regulations. Special Insurance to protect the Building before acceptance: As PRC requires payment for each month of off-site construction, and since the building is not on owner property where their insurance will cover the building, we provide a special policy that insures the property even when paid for off-site until the building is finally accepted by the owner. The policy provides the owner and Owner/General contractor as additional insured during this period. PRC provides the Owner/General and Owner a policy rider to cover the building while it is being built off-site,while in transit to the job site, during and after it is installed on-site until final acceptance. This special policy covers each building module (section)for up to $200,000.This exceeds the cost of any building module we have offered for sale herein. Errors and Omissions Insurance: Our firm employs licensed architects, engineers, and drafting staff to provide design of our buildings. Since these buildings are required to meet accessibility standards and building codes on site, and since we are the designer, we carry Errors and Omissions Insurance(E &O) to protect our clients from any errors. The policy covers a limit of up to $1,000,000 per occurrence and is more clearly explained in the insurance certificates we provide after receipt of a purchase order. WARRANTY All work performed by PUBLIC RESTROOM COMPANY (called "Company") shall be warranted to the Owner to be of good quality, free of faults and defects in material,workmanship, and title for 5 years from last date of installation if building is installed by Company or 1 year if building is installed by Owner or Owner's agent without on-site supervision by Company. Company will repair or replace at their sole option any defects in work upon proper notice to the below stated address. This warranty applies only if all work performed by Company has been fully paid for, including change orders if applicable. Company has no responsibility for any neglect, abuse, or improper handling of building product. The warranties expressed herein are exclusive, and are in lieu of all other warranties expressed or implied, including those of merchantability and fitness. There are no warranties which extend beyond those described on the face of this Warranty. The foregoing shall constitute the full liability of the Company and be the sole remedy to the Owner. Term of Offer and Acceptance: This offer is valid for acceptance within 30 days, or when apart of a public bid for the applicable duration imposed within the Owner's bid documents. If our offer is not accepted within 30 days of the Owner/General contractors notice to proceed from the owner, cost increases may be added based upon any increases in our costs. - 6 - Special Notice of Possible Project Cost Increases as a Result of Late Payments: In the event of delayed or late payment,PRC shall have the right to remedies including late charges, overall project total cost increases,and other damages as allowed by applicable law. The contract price quoted herein is a discounted price based upon our receipt of progress payments as invoiced on the agreed billing schedule of PRC. In the event of non-payment,PRC will provide a 5 day written notice to cure and if payment is still not received,the discounted price for the payment due may increase,to an undetermined amount,to cover work stoppage,remobilization, cancellation of materials and subsequent restocking charges, resale of the contracted building to another party, storage fees, additional crane fees,travel and per diem costs for field crews, and any other cost applicable to the project, as allowed by law. Venue for Contract Jurisdiction: Public Restroom Company requires all contracts accepted by our firm to hold that the venue for legal jurisdiction for this contract offer and acceptance shall be Washoe County, Nevada. In the event of your default,PRC shall be entitled to the full amount due including reasonable attorney fees, costs, storage, expenses of physical recovery, and statutory interest, as allowed by law. No modifications to this offer shall be authorized unless confirmed in writing by the President or Chief Financial Officer of PRC. Project: Offered by: Public Restroom Company by Charles E.Kaufman,President _. This provides conditional acceptance of this preliminary purchase order for this building subject to acceptance of the submittals,furnished by Public Restroom Company. Once you accept the preliminary submittals,this shall become a final purchase agreement or at your discretion the final purchase order or a contract may be substituted with this attached. Accepted by: Authorized Signature Date Printed Name Legal Entity Name and address I M. .. W'608L-)4bVd MOOo*WI"13Nd-LZOLO�\SW118)d\u8lsa(3\608L#)iUVd)4000\CINVEJI.L\NOEJ3210\S3lid N a V dVZ ma 2 0� 0 o Z r 0O r w� �- O �� o 0 a z 0 u"I a r m 0 ol rn �002i 118-IL 4 ONicnin8 110-lv� 110-IS w 0 w a \ 4! 0 W o I I , I � O rn v it Z -------- — f I o o � r 0 I o_ fl ----- -I, z o I II n O O — 0 ma, d' J —ii vp } �_ r O M I x Ja I O M z v 0o y p 160. 1 pew V3 p C; o¢w -`�!/� fV LU 0 � L i 1HOI'V.Ns.rJti�J ZI I � °O r w aipc o� � � m I I a—bio 0 / J �E0 J mKV WIxzim ~O F >.-to N S p LLI — Z O 0 0: J rr mow 0Q ?opm o a X00 UUdQOQO 1>� � 0Z � u � CL�a 0. CL I%u W'609L->l8Vd)4000-INIIaUd-LZO6OLISWI18JdkUBISeCIX608L#)48Vd)IOOOXOUVE)IJ,XNOE)i]aOIS31IJ mHvclx:z a. z O 0 O 3: z 0 z Q .0 LU id W, z z T ZD o� o w _j CD _j F-: a. z 0 dl w 'w z uj 0 CL o 0 z 0 >j z 0 ... ---- --- LU ui UJ IL 0 w LL (a CL W 7) z 0 0 Y � o L)0,IS 0 -5.d<Lu>: r. PHm� z z 0 Df::)LU W IL (-) W w LLI W to 8�j L O� 10 C)�K uw,'.'�w wo LL W LU w 0 z WF ,'-�o I NFOZ �I :J, o Oz < RD Efix 00 > (L H 0 H . 00 (L 00 w z LL 00'L <0 Ox. d W u0 1N'609L-MWd NOOO•WIl3Nd-LZOLO1lswlleld\UOISGG\60BL#N21Vd N000XCIMVEJ11\NOEJ32IOXS3'llzI N a V dVZ m w (L 612 o 1 Z_ o w Z w 0O o w # (L W O _ r• O a �a: a W , a j z r a w a 2 Ex o Q Ncc W a W t o V) z C A a. f( w J CL z _: . ..._.:_. 1 3 N z Q 0 z I a z � � s o r o z o 1 � 2O a0w O NOW md: W LLL -0 UEn' O WV1FDUfw•� a m .'e•-�' O DNJWWWO Z z am��pt ~p} N O Z I-- w qqa . C7z��U1�J K60. Opao 0 a 0(L 0000 a SPECIFICATION SHEET DESIGaN LOADS bate: 01/17/11 _ Size: 22'6"x 14' Floor: Mat Slab Public Restroom Company Description: Restroom building Winds 900 J� Roof: 25 Location:Tigard,OR Project: Cook Park State seal: Oregon TYPE OF BUILDING Walls to 7'4" Masonry LVR Wood framed walls above cap beam,plank&beam roof structure, scallv 2 each per corner FLOOR SYSTEM Type Concrete-standard weight Floor finish Entlre bldg Exposed concrete with light broom finish with water resistant coating Fiberglass grates Yes Provide grates for slab openings Qty(4) Foundation Tie-Downs_See note Yes Provide steel angle tie down plates Note: (Required for buildings that will be placed on concrete footings) WALL SYSTEM(structural) Framing Exterior 4"CMU Precision,rows 1,3-10,gray Exterior 4"CMU Split face,rows 2&11,gray Interior 4"CMU Precision,gray C&R,beam all walls) Steel tube,painted Above cap beam (all walls) 2x3 wood framing with PT bottom plate Vents(exterior RR walls) Above cap beam S.S.Wire mesh 1-1/2"x 1-1/2"x 1/4" Sheathing(framed walls above cap beams 7/16"OSB both sides-Nate:paint one side of the OSB WALL FINISHES-Exterior CMU Paint over block filler full height Siding James Hardie"Staggered edge notched panel shingle",above cap beam Mod line trim Backer rod&caulk,painted Vent trim 2x2 wood-painted Other Provide lexan covers for vents WALL FINISHES-Interior to cap beam Block filler&paint Restrooms Base None Above cap beam Painted Cement Board-stucco pattern Unpainted CMU but seal to 241 AFF Mechanical to cap beam Above cap beam Painted OSB i I SPECIFICATION SHEET 100F SYSTEM Style: Cable with 6/12 pitch,8"overhang on 3 sides,3'overhang on front Hoofing: 26 ga Standing Seam Metal"Taylor"(prefinished)with#30 roofing paper(or equal) Dormers: No Cupola: No Framing: - Plank&beam flidgebeam 3-1/8 Glulam tapered one side Mid Span[beams 3-1/8 Glulam tapered one side Ceiling: 2x6 KD T&G Select Deck Insulation: None Sheathing: 7/16"OSB Fascia-save&rake: 2 x 8 KD SPF wrapped with 14 ga formed steel DOORS&HARDWARE Slab 1&2 3 4 5a 5b 510 5 5e City Size Type Hinge Lock Obser Pull plate Recessed pull Thresh sweep Notes Men's RR 1 3'x7' HM Cont a2 yes b2 no no 6a Women's RR 1 3'x7' HM Cont a2 yes b2 no no 6a Meohanical 1 310 HM Cont a1 no I bi I yes yes I 6b Skylites 2 nom 2'x4' Shop built with Lexan 1. DOOR TYPES: a) HM:GALVANIZED HOLLOW METAL,14 GA DOOR w/14 GA FRAME. 2. ALL H.M.DOOR FRAMES: WELDED WITH MASONRY ANCHORS. 4-WO WIDE,TYPICAL 4'MASONRY HEADERS 3. HINGE SPECS a) CONT= PEMKO KCFM•83"STD DUTY(250 LB)CONTINUOUS GEAR HINGE 4. LOCKS a) DEADBOLT:BEST 83T_-626 CS 1) K-KEY ONE SIDE,ADA TURN LEVER LOCKS AND UNLOCKS 2) S- KEY ONE SIDE, ADA TURN LEVER UNLOCKS ONLY S. HARDWARE SPECS: a) CLOSER: LCN 4041 REG-AL(add CUSH ARM for oulswing doors) b) PULL PLATES: 1) PULL PLATE:ROCKWOOD j06x70C(EXIT ONLY1 WITH BIO•GUARD COATING 2) PULL PLATE:ROCKWOOD 106x70C jBOTH SIDE81 WITH BIO-GUARD COATING c) RECESSED PULL: CUSTOM MADE S.S.. d) THRESH: PEMKO(4229A FOR TILED FLOORS,#270A FOR NON TILED FLOORS) e) SWEEP: PEMKO 321 SSN 6. OTHER: a) MAGNETIC LOCKS-SUPPLY&INSTALL SECURITRON SYSTEM b) PROVIDE CHECK CHAIN 1 - SPECIFICATION SHEET RESTROOM ACCESSORIES ITEM QTY SIZE MANUFACTURER I MODEL N FINISH NOTES Grab Bars 2 42" Bobrick B6806-42 S.S. Grab Bars 2 48" Bobrlok B6806-48 S,S, Signs-rectangular room ID ADA-"Men" 1 6114" InteIIICAM Aluminum Blue Signs-reotangular room ID ADA-"Women" 1 6"x8" 1 InteIIICAM Aluminum Blue _ Toilet Paper Holders _ 3 3-roll Royce Rolls TP-3 S.S. Urinal Soreens 1 See note below TOILET PARTITIONS TO BE 4"BLOCK WITH PHENOLIC DOORS AND S.S.HARDWARE (1)B670 is Toilet Partitions 3 Included with each toilet partition door (phenolic supplied by PRC) Hand dryer 2 Fastalre HD03 Cast Alum. OTHER SPECIALTY ITEMS Heaters-pumphouse 2 Grainger VV13 ship loose Shelving 1 12"x48" Rubbermaid white MISC Sight screens n/a Shrink wrap No i SPECIFICATION SHEET 5LUMBING Restrooms Fixture type Stainless Steel Tollets Qty: 3 Acorn#1676•W-1-PFS Seats standard Bemis 1966C(Black) Flush valves hydraulic Sloan 952-1.6-MBFW (push button) Urinals Qty: i Acorn#1702-W-1-CFR Flush valves hydraulic Sloan 995-1.0-MBFW (push button Lays(wall hung) Qty: 2 Aoorn#1652-ADA-I-LF-3 Faucets Air control,single temp valve Floor drains: Qty: 2 Zurn 415-90-513 with Mifab M2-500 trap primer _ General Water heater No Drinking fountain Dual Acorn Aqua 151400 B-FG _ Water filter Yes (single)Keystone CG10 Pressure Gauge Yes Proflo PFG100K Check valve Yes 1-1/2"Nibco Pressure reduoing valve Yes 1-1/2"Watts 25 AUB-GG Diaphragm tank Prep only Pressure booster No Hose bib interior Yes Woodford 24-PC in mechanical room Hose bib(exterior) No Hose reel Yes Rapid Reel#1041-GH with hose bib Water Copper Waste PVC Christy boxes No Ventoap Yes Smith 1748 Curb stop Yes Mueller H-15015 SPECIFICATION SHEET ELECTRICAL Service 100 amp 120/240 volt single phase Meter base no-if required,it should be by others Panel 100 amp-main breaker Breakers Plug on Raceway Metallic(EMT in exposed areas&MC Cable where concealed Receptacles GFCI (1) Leviton 7899-1 Switches Single pole(1) By Pass(2) Leviton 1221-1 Lights-Exterior 70 watt HPS(2) Lithonia TWL 709 Controlled by photo cell(1) Intermatic K4421 Controlled by BYPASS SWITCH(1) Leviton 1221-1 Lights-RA Twin 26 watt oompaot fluorescent (2) Kenall H1212FLC262120 Controlled by time clock(1) Intermatic T101 Controlled by BYPASS SWITCH(1) Leviton 1221-1 Lights-Mechanical 4 ft.-2 lamp-fluorescent diffused (1) Lithonla L8232-120 Controlled by single pole switch(1) Leviton 1221-1 Wire for Remote hand dryer(2) Fastaire HD 03 Wire for Securitron system 2 doors-out swing) Wire for Pump house heater(2) Grainger 2YV13 Christy boxes _No NOTE: _Securitron system to be supplied by Blazer except PRC to supply exit button NOTE: Provide 3/4"conduit near electrical panel for future Irrigation controller CITY OF TIGARD,OREGON CONTRACT SUMMARY FORM (F'ORMMUSTACCOMPANYEACH CONTkACTFORAUTHORIZATioN) Contract Title: Cook Park Pre-Fabricated Restroom Number: Contractor: Public Restroom Company Contract Total: $121,550 Contract Overview: Contractor will construct a pre-fabricated (turn-key)-restroom and the City will use as a replacement for the one that burned down at Cook Park Type: ❑ Purchase Agreement Start Date: OLt 12-bit End Dater nPersonal Service Z Public Improvement LCRB Award: March 22,2011 Department: Public Works IGA Other: Contract Manager: 1JSt Cdc. Quotes/Bids/Proposal: FIRM AMOUNT/SCORE Purchased using a cooperative procurement through Florida contract Account String: FUND/DIVISION ACCOUNT AMOUNT Year 1 92004425 140 $121,550 Year 2 4258000 56002' (same as above) Year 3 Year 4 Year 5 Approvals Department Comments: Department Signature: Purchasing Comments: Okay... Purchasing Signature: City Manager Comments: City Manager Signature: After securing all required approvals, forward original copy to the Contracting and Purchasing Office along with a completed Contract Checklist.