HomeMy WebLinkAbout001047 Original Contract City of Port Angeles
Record # 001047
GRANT PROGRAM AGREEMENT
BETWEEN
City of Port Angeles and
Dashmesh Petroleum 13 Inc.
This Agreement is made between the City of Port Angeles (hereinafter referred to as the "City")
and Dashmesh Petroleum 13 Inc. (hereinafter collectively called the Grantee) for the facade
improvement project described in this document and its attachments (herein called the Project).
WHEREAS, the City allocated Community Development Block Grant (CDBG) program
income to a facade improvement and rehabilitation grant program, which is CDBG-eligible
activity; and
WHEREAS, the City has awarded a grant to reimburse a part of the costs of facade
improvements for the property located at 504 South Lincoln Street, Port Angeles; Parcel Number
063000016700; and
WHEREAS, the Grantee has agreed to perform the work to improve the facade of the above
described property;
NOW, THEREFORE, the City and Grantee do mutually agree to the following terms and
conditions regarding the above mentioned property to be improved using City funds through the
Facade Grant Program:
1. SCOPE OF SERVICES
The Grantee will complete in a satisfactory and proper manner as determined by the City the
work described in the Project Overview that is attached hereto, marked as Attachment A, and
incorporated herein by reference. A listing of detailed project tasks is marked as Attachment B,
and incorporated herein by reference.
2. GRANTEE'S OBLIGATIONS
The Grantee warrants that they are the owner of the above property or has written permission
from the Owner of the property to perform the proposed improvements described in Attachment
B.
The effective date of this agreement will be the date the parties sign. Grantee agrees to complete
work described in the attached Plans and Specifications within ONE HUNDRED EIGHTY (180)
days after the effective date. In the event the Director of Community and Economic
Development finds that the Grantee has prosecuted the work with reasonable diligence but, due
to factors beyond its reasonable control, the Grantee is unable to complete the work within 180
days, the City Manager is authorized to extend the time to complete the work.
i
i
All facade improvements shall be consistent with sign zoning and building codes currently in
effect for the City. The Grantee shall assure that any permit or review necessary under City
Ordinance shall be approved before the work on the facade improvement begins.
- 1 -
The Grantee shall be responsible for the construction and management of the entire project.
If the fagade improvements are maintained for at least five years, the Grantee is not obligated to
repay any part of the grant to the CITY. If the facade improvements are not maintained for at
least five years, the Grantee shall immediately repay to the CITY the amount of the grant, less
20% of the amount for each year the fagade improvements were maintained.
3. BUDGET
The City will reimburse to the Grantee the amount of 50% or $10,000, whichever is less, for
eligible incurred costs and expenses for the Project according to the budget shown on the
Attachment B. Only the work that is outlined in Attachments A & B will be eligible for
reimbursement.
It is understood that this agreement is funded with CDBG program income funds. The Grantee
acknowledges and agrees that the funds must be used only for CDBG-eligible expenditures.
4. PAYMENT
Disbursement of funds shall be made only after the Project is complete and certified by City staff
to be in compliance with the approved design. The work must also adhere to any required
inspections before funds are disbursed for reimbursement. All documentation for payment must
be provided at one time to the City for one payout, and the receipts must be provided no later
than six (6) months after the application has been approved or as stipulated in the request for an
extension. Payment will be made to the Grantee by the City within four weeks after City deems
all Project costs and documentation to be complete. Payment shall be made only to the Grantee.
The Grantee's submission must include itemized invoices detailing the work completed and
materials purchased, with proof that payments in full have been made to Contractors and
vendors, if applicable.
Grantee acknowledges, and agrees to inform its Contractor, that the City has no obligation to pay
the Contractor for work performed for the Grantee under this Program. This agreement shall not
be construed or deemed to be an agreement for the benefit of any third party or parties, and no
third party shall have any claim or right of action hereunder for any cause whatsoever.
Unless otherwise agreed to in writing by both parties, the Grantee's total reimbursement under
this agreement, including labor and materials, shall not exceed the maximum sum of$10,000.00.
The budget for labor and materials is found in Attachment B. Budgets for each line item may be
modified upon mutual agreement between the two parties, but in any event, the total payment to
Grantee shall not exceed $10,000.00.
5. GENERAL CONDITIONS
A. General Compliance. The Grantee agrees to comply with all applicable Federal, state and
local laws, regulations, and policies, governing the funds provided under this agreement.
- 2 -
B. Independent Contractor. Nothing contained in this agreement is intended to, or will be
construed in any manner, as creating or establishing the relationship of employer/employee
between the parties. The Grantee will at all times remain an "independent contractor" with
respect to the services to be performed under this agreement. The City will be exempt from
payment of all Unemployment Compensation, FICA, retirement, life and/or medical insurance
and Workers' Compensation Insurance, as the Grantee is an independent contractor.
C. Hold Harmless. The Grantee will hold harmless, defend and indemnify the City from any
and all claims, actions, suits, charges and judgments whatsoever that arise out of the Grantee's
performance or nonperformance of the services or subject matter called for in this agreement.
D. Workers' Compensation. The Grantee will provide Workers' Compensation Insurance
Coverage for all of its employees involved in the performance of this agreement.
E. Contract with Contractor. Each contractor who is performing the work approved for this
Project shall have a valid State of Washington Contractor's License.
F. Labor Code/Prevailing Wage. Grantee acknowledges and agrees that the Grantee's
improvements to be constructed with the proceeds of the grant constitute construction, alteration,
demolition, installation, or repair work done under contract and paid for in whole or in part out
of public funds. Grantee shall comply with all requirements of applicable federal, state and local
laws and regulations pertaining to labor standards and payment of prevailing wages (collectively,
"Prevailing Wage Laws").
Grantee shall (i) require its contractors and subcontractors to submit certified copies of payroll
records to Grantee; (ii) maintain complete copies of such certified payroll records; and (iii) make
such records available to City and its designees for inspection and copying during regular
business hours.
Grantee shall defend, indemnify and hold harmless the City and its officers, employees,
volunteers, agents and representatives from and against any and all present and future claims,
arising out of or in any way connected with Grantee's obligation to comply with all Prevailing
Wage Laws, including all claims that may be made by contractors, subcontractors or other third
party claimants.
G. Funding Source Recognition. The Grantee will insure recognition of the roles of the City in
providing services through this agreement.
H. Suspension or Termination. The City may suspend or terminate this agreement if the
Grantee materially fails to comply with any terms of this agreement, which include (but are not
limited to) the following:
I
• Failure to comply with any of the rules, regulations or provisions referred to herein, or such
statutes, regulations, guidelines, policies or directives as may become applicable at any time;
• Failure, for any reason, of the Grantee to fulfill in a timely and proper manner its obligations
under this Agreement; or
- 3 -
Submission by the Grantee to the City of reports that are incorrect or incomplete in any material
respect.
6. ADMINISTRATIVE REQUIREMENTS
A. Financial Management Accounting Standards. The Grantee agrees to adhere to the
accounting principles and procedures required therein, utilize adequate internal controls, and
maintain necessary source documentation for all costs incurred.
B. Documentation and Record Keeping. The Grantee will maintain thorough records pertinent
to the activities to be funded under this agreement, including records adequate to document that
the funds were expended on CDBG-eligible activities.
C. Access to Records and Retention. All such records and all other records pertinent to the
work undertaken under this agreement will be retained by the Grantee for a period of six years
after the City's final audit of Project, unless a longer period is required to resolve audit findings
or litigation. In such cases, the City will request a longer period of record retention.
D. Audits and Inspections. All Grantee records with respect to any matters covered by this
Agreement will be made available to the City and duly authorized officials of the state and
federal government, at any time during normal business hours, as often as deemed necessary, to
audit, examine, and make excerpts or transcripts of all relevant data.
Any deficiencies noted in audit reports must be fully cleared by the Grantee within 30 days after
receipt by the Grantee. Failure of the Grantee to comply with the above audit requirements will
constitute a violation of this agreement and may result in the withholding of future payments.
E. Reporting. The Grantee, at such times and in such forms as the City may require, will
furnish the City such periodic reports as it may request pertaining to the work or services
undertaken pursuant to this agreement, the costs and obligations incurred or to be incurred in
connection therewith, and any other matters covered by this agreement.
7. PERFORMANCE WAIVER
The City's failure to act with respect to a breach by the Grantee does not waive its right to act
with respect to subsequent or similar breaches. The failure of the City to exercise or enforce any
right or provision will not constitute a waiver of such right or provision.
8. ENTIRE AGREEMENT
This document states the entire agreement between the City and the Grantee for the use of funds
received under this agreement and it supersedes all prior communications and proposals, whether
electronic, oral, or written between the City and the Grantee with respect to this agreement.
IN WITNESS WHEREOF, the City and the Grantee have executed this agreement as of the
date and year last written below.
- 4 -
CITY OF RT ANGELES GRANTEE: Dashmesh Petroleum 13 Inc.
Title: qr r►'�ncds v°- Title: c. -ash-c-y
Date: '31 10 Date: 3 z/O �/G
Appro ed as to form:
William E. Bloor, City Attorney
Attachments: A—Project Overview
B —Scope of Work and Budget
Application
- 5 -
ATTACHMENT A - PROJECT OVERVIEW
Grantee: Dashmesh Petroleum 13 Inc.
Grant No. 16-01
Section A: Brief Description
Funds will enable upgrade to the building facade located at 504 South Lincoln Street, Port Angeles,
in the Community Shopping District (CSD), and provide funds for replacement materials and labor.
Goals/Expected Results/Products:
Budget
Category • Removal of Garage doors and replacement with two windows and a
double door
• Replacement of existing office windows
• New hardie plank siding
• Urethane stone wainscoat
• New paint
21 AGeneral The project will result in: a new facade on the existing building at 504 South
Admin. Lincoln Street.
See attached Application
ATTACHMENT B - SCOPE OF WORK AND BUDGET
Grantees: Dashmesh Petroleum 13 Inc.
Grant No. 16-01
Section C: Project Schedule and Budget: See attached Application
Bud g et Project Activities Project Applicant's City
Category
Contribution Contribution
21 AGeneralAdmin Materials
and
Labor $25,859.18 $15,859.18 $10,000
- 6 -
ATTACHMENT B
IMF City of Part Angeles
Facade and Signage Improvement Grant program
APPLICATION FORM
Applicant Name: D PVS"MV,:-<y H �V E { PL Ur7'S 13 j.J C—
Mailing Address: 1133 Ma a
Home Phone: Email Address:
Business Name:
Business Type/Description:�;(/.7Ci So itrl =1 '' fS ..
Building Address: '�C� O6r Ewa 3
/r.
Improvement Type: Fagade CO Sign
Brief Project Description:
Anticipated Start Date:>Q�T/1�Anticipated Completion Date:
6
Estimated Total Project Cost: ��� _ /� /0r
$ Funding Request(5030 or less):$
The owner(s) of the above property is fully aware and agree to all proposed improvements described in grant
application.Applicant must have any changes to project proposal approved by property owner(s)
Applicant's Signature: ,,, -r-� �-�"'i=�-----�..� .Date:
Owner's Signature:
Department of Community and Economic Development
321 E.5ch Street,PO Box 1150 Port Angeles,WA 98362
Application Prepared 3/13/2015
MOBILE GAS STATION
FACADE IMPROVEMENT
Address: 504 S LINCOLN ST Date: 1/11/2016
FACIADE IMPROVEMENT Number Amount
WINDOWS: Quantity
Windows 10'x6' East side 2 $ 3,800.00
Window 19'x6' East side 1 $ 3,690.00
Window 5'4"x6' North Side 1 $ 920.00
Breakshape flashing at sill $ 835.00
Materials $ 335.00
Labor 16 hours @$60.00 $ 960.00
Labor- 16 hours @$60.00 Owner N/C
FACADE DETAILS:
Ent.Door 10'x9'2"w/transom $ 4,140.00
sidelites each side of doors
Urethane Stone wainscot panels $ 5,880.15
at 43"from floor up
Hardie plank siding above $ 1,251.09
wainscot area
Labor for Urethane and Hardie
plank installation
Labor 40 hours @$60.00 $ 2,400.00
Labor 80 hours @$60.00 OWNERS N/C
EXT. PAINTING
Paint Materials $ 647.94
Paint Labor by owner $0.00
TOTAL PROJECT MATERIAL COST............. $22,499.18
TOTAL PROJECT LABOR COST.................. $3,360.00
Glass Services Co. �Y
P.O. Box 2559
Port Angeles,WA 98362
(360)452-1155 Fax(360)452-9637
www.glassservicesco.com
TO: PHONE FAX: DATE:
WH Carpentry 360-388-0407 8-11-15
JOB NAME/LOCATION
Shell Convenience Store
51h and South Lincoln St.
Port Angeles,WA. 98362
JOB NUMBER JOB PHONE
We hereby submit specifications and estimates for:
Furnish and Install new Storefronts and Entrances. Clear Anodized Finish, thennally Improved framing, Narrow
stile doors with 10"Bottom Rail, Single acting offset pivots, ADA threshold and closures, 2"x 4 %"frame,Adams
Rite 1840 MS lock, flush bolts on inactive leaf, Low-e insulated glass, tempered where required. Per attached
drawings, Includes Aluminum sill cover and reflective lass at office as listed below.
Location Qty Size and Description Each Total
East 2 10' x 6' rough.openings with two equal panes of insulated glass each
Entry 1 10'x 97 rough opening with 6-0 x 7-0 pair entry doors,transom,
sidelites each side of doors per attached drawing,
East 1 19'x 6' Rough opening with 4 equal panes of insulated glass
North 1 5'4"x 6' Rough Opening with 1 pane of insulated glass BASE BID 14,222.00
1 Add for Breakshape flashing at sill 458.00
1 Add for 2 each"EP Mirropane Reflective glass at Office 428.00
1 @ 48 x 42 Annealed, 1 @ 30 x 42 Tempered. Installed in wood
framing by others
Exclusions:Permits, Bonds,Taxes, Protection, Damage by others, Final Cleaning. Sub-total 15,108.00
Sales Tax T.B.D.
Total 15,108.00
Welpropowhereby to furnish material and labor--complete in accordance with the above specifications,for the sum of
Fifteen Thousand One Hundred Eight and 00/100..................................--....................................Dollars($15,108.00.)
Payment to he made as follows: NPt Five Dave ilnon Suhatantial r'ornplation
All material is guaranteed to be as specified.All work to be completed in a Authorized Signature: \lif+"
professional manner according to standard practices.Any alteration or
deviation from above specifications involving extra costs will be executed Ward S.Dunscomb
only upon written orders and will become an extra charge over and above the
estimate.All agreements contingent upon strikes,accidents or delays beyond NOTE: This proposal may be withdrawn by us if not accepted
our control.Owner to carry fire,tomado and other necessary insurance.Our within 30 days,
workers are fully covered by Worker's Compensation Insurance.
ACCeptixnCR,,Of Prt?pt� -The above prices,
specifications and conditions are satisfactory and are hereby accepted.You Signature
are authorized to do the work as specified.Payment will be made as outlined
above.
Date of Acceptance: signature
Replications Unlmited Quote
l t M 1 T E 0 9200 latty Avenue Valid Till: 01/31/2016
Hazelwood, MO, 63042 Quote Number: 1034968000003001063
BILL TO: SHIP TO:
WH Carpentry Inc. WH Carpentry Inc.
402 N Diamond St. 504 S. Lincoln St.
Centralia,WA 98531 Port Angeles,WA 98362
Account Name:WH Carpentry Inc. Contact Phone:360-388-0407
Contact Name:Will Henriquez Email: whcar@iq.com
Product Product Details Color Qty List Total
Number price
DP 2455 Ledgestone 14 $320.00$4,480.00
Fieldstone
DP 2456 Ledgestone Keyed Corner 4 $135.80 $543.20
Fieldstone
T 1610 2 1/2" Rockface Trim 8 $19.75 $158.00
ACC-1595 Polyurethane sealant 10.3 oz 18 $7.94 $142.92
ACC-1596 Paint Kit(3 Colors) 1 $13.58 $13.58
Shipping _ 1 $542.45 $542.45
Sub Total$5,880.15
Tax $0.00
Discount -$0.00
Shipping $0.00
Grand Total$5,880.15
Terms and Conditions
50%Upfront deposit/50%prior to shipping.All credit card orders over$3,000 are charged a 3%processing fee.Check to Replications Unlimited 9200
Latty Ave Hazelwood MO 63042 314-524-2040 x 107.
I
LINCOLN CREEK LUMBER PAGE NO
1621 HARRISON AVE.
CENTRALIA,WA 98531
PHONE: (360)736-8261
Cust No Job No chase Order Reference Terms Clark Date Time
'
_V83 T,-.. REVEAL HA T NET 10TH 8 12/3G/i5 :31
Sold To: S
1-1 H CA
_RPENTRY EXP. DATE: 1/ 6/16 !'4JC= 541984
402 U DIAMOIND ST. R!1 5 5 3
F!V TR.Tt I,,--A WA 98531 SLSPR: 0B SHAK-A fiLi,GBAUGH .........
(360) 388-0407 TAX 149 1101 Centralia ES'i. 593984
LN#1 SHIPPED_ ORDERED UM SKU DESCRIPTION UNITS PRICE PER EXTENSION
130 PC 512HWP 5-1/4" X 12' 130 5190E3/pc 778.44 C
RL "YVEK9150HW 9XI50 T'017K 189,99 /PL 379.96
3 1.j'!Tlj, t3;" 3P':-T1;1.L OPDIR
RETUK"ADLE
TAXABLE 1158.42
NON-TAXABLE 0.00
ESTIMATE ESTIMATE ESTIMATE ESTIMATE SUBTOTAL 1158.42
(WIL HENRIQUEZ
TAX AMOUNT 92.67
TOTAL AMOUNT 1251.09
X
Rccei•✓ed 5y
LINCOLN CREEK LUMBER
1621 HARRISON AVE.
CENTRALIA,WA 98531
PHONE: (360)736-8261
Terms Date Time
03ILE NET 1uT11 1/11/_ :32
F-c---, -- [Job No Purchase Reference
2183 M
Sold To! Ship To:
W H CARP"WNRY
402 N DIAMOND ST.
W". �PANPUN
(3610) 3si-1)4u'/ A:". 0
IN# SHIPPED ORDERED UM SKU DESCRIPTION UNITS PRICE PER EXTENSION
-11 'G 3 161 494,W1 C
-
._ NA 1-51 Oi4O1 C 1,'."".T PF", :'P;'
3 1 C PVT Pl �AT "f)IIN 1,
TAXABLE 599.94
NON-TAXABLE 0.00
ESTIMATE ESTIMATE ESTIMATE ** ESTIMATE SUBTOTAL 599.94
(WIL BENRIQUEZ
TAX AMOUNT 48.00
TOTAL AMOUNT 647.94
X
7VAINSCOT PROFILE
The intended target for this type of panel is as a
wainscot panel for metal buildings, modular office
buildings, new and renovated strip malls, resi-
dential construction and many other applications.
The Ledgestone wainscot panel was designed at
a height of 42" high instead of 48" and includes
a built in 4" top ledger.This unique panel installs
very quickly and saves both in time and cost.
ES NE
t�
R
� z
�r
4
I
a r
J, •L`� t � ti`s y��� � �"��
k
s
t
y
Replications Unlimited•9200 Latty Avenue•Hazelwood, MO-63042
P:314-524-2040•F: 314-524-4040•w w w.u re s to n e p a n e I s,co m
CANOPY ROOF OVERHANG
_._.... TYPICAL
--FFTT.1 1- 1 J
_ UPPER WAWS COAT SIDING
4 INCH REVEAL HARDIE PLANK
URESTONE STONE VENEAR
WAIN'S COATSIDING T04
•
4"HARD]PLANK
_ - — — SIDING 1-360-740-4349
r <
SHELL EU LSMENIENCE&
c
i
_
URESTON ONE SIDING ,SIDING_.
, I
NEW FRONT ELEVATION - - =ELEV j
i
�I
I
CANOPY ROOF OVERHANG
TYPICAL
HL F-TI71T
= J Llil
- UPPER WAIN'S COAT SIDING - -
4 INCH REVEAL HARDIE PLANK _ !
I •��I I
ESTONE STONE
VENEAR
Vd41NSCOAT
SIDING T040 e �
I N!
i
I
_4'-HARDI PLANK HONE WM
SIDING 1-360-740-0349 ,
SHELLCONVEt
Mar
FUELSTORE E&
.4ENC
-- URESTONE STONE SIDING
! ISIDING
;eLEV
NEW FRONT ELEVATION
1