HomeMy WebLinkAbout001268 Original Contract The City of Port Angeles
Record # 001268
LIMITED PUBLIC WORKS PROCESS
for
FINE ART AND SENIOR CENTER HEAT PUMP INSTALLATION
PROJECT NO. CON-2017-38
OF p0RT 4,tv
01
V _N
RA
SKS ANO
CITY OF PORT ANGELES
WASHINGTON
2017
CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
For information regarding this project, contact:
Corey Delikat, City of Port Angeles
360-417-4551
City of Port Angeles
Public Works&Utilities Dept.
Engineering
321 E.51"Street LIMITED PUBLIC NVORKS PROCESS
Port Angeles,WA 98362
Fax: 360-4174709
❑ Request for Quotation
® Contract
Contract Title: Fine Art and Senior Center Heat Pumps Installation Project Number: CON-2017-38
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("City") AND AIR FLO HEATING COMPANY, WASHINGTON ("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 between the dates of: August 7th —August 111H
❑ All work under this Contract is to be completed 60 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 notice to
proceed and ends
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract(check one):
❑ Force Account- Time and material, not to exceed: $
❑ Force Account-Time and actual expenses incurred, not to exceed: $
❑ Force Account- Unit prices set forth in the Contractor's bid or quote, not to exceed: $
® Firm Fixed Price set forth in Contractor bid or quote in the amount of: $25,180.24
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 # CON-2017-38 Page 1 Rev.6/22,2016
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. 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 = CON-2017-38 Page 2 Rec.6 22 2016
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.
S. 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. INDEMINIFICATION / HOLD HARMLESS
A. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers
harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in
connection with the performance of this Contract, except for injuries and damages caused by the sole negligence
of the City.
B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the
event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting
from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers,
the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further
specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver
of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver
Project 9 CO'v-2017-38 Page 3 Rc%. 6 22 2016
has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Contract.
11. INSURANCE
The Contractor shall maintain insurance as set forth in Attachment B.
12. PREVAILING WAGE
This Contract is subject to Chapters 39.12 and 49.28 RCW, amendments thereto and regulations issued
thereunder, relating to prevailing wages, benefits and other requirements. Workers shall receive no less than the
prevailing rate of wage. Contractor shall examine and be familiar with such requirements. No claim for additional
compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such
requirements by the Contractor or a failure to include in Contractor's price adequate increases in such wages
during the performance of this Contract. The Contractor is advised to consult the Washington State Department
of Labor and Industries to determine the prevailing wages that must be paid.
This public works project is being done in Clallam County. Washington State wage determinations for Clallam
County Journeymen and Apprentices can be found at:
https://fortress.wa.gov/In i/wagelookup/prvWagelooku p.aspxx
https://fortress.wa.ciovfIni/wagelookui)/ApprenticeWageLookup.aspx
Use the applicable wage determinations effective on the bid due date.
A copy of the applicable wage rates is available for viewing at the Port Angeles Public Works and Utilities
Contracts Office. In addition, this agency will mail a hard copy of the applicable wage rates upon request.
For a contract award 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 # CON-2017-38 Page 4 Rev.6/212016
91oz zz 9.va'd S a&'d 8£-LIN-.NOJ # laa[oid
'(0S90'ZT'68 jo OTO'90'6£ MJ2i japun :Pejluo:) sJjonn D!Ignd Aue uo bu!pp!q wojl pau!lenbs!p aq ION -
'MJ2i L8'OL jaldegD Aq paj!nbaj j! 'asua:)!l hejluoD jolenala UV
'M:)2i 8Z'6T jaldegD Aq paj!nbaj j! 'asua:)!i johejluoD leD!jhala UV
fMJ2i Z8 al!1 ui paj!nbaj se jagwnu uo!lejls!6aj xel as!:)xa alels V
pue :fib OS all ui paj!nbaj se jagwnu luaw:pedap Alunaas luawAoldwa uV
•NO2i TS a1411 u!
paj!nbw se uolbu!yse/N u! 6u!>ljom saaAoldwa s,jopejluo:)gns ayl JOJ a6ejanoD a:)uejnsu! le!jlsnpui
:aney 'algeDildde dj -
'jagwnu ja!l!luap! ssau!snq pay!un alels luajjnD a aneH -
fA&Dd LZ'8T
jaldep yl!m az)ue!ldwoD u! u014ejls16aj Jo alea!j!lja:) a aney 'lell!wgns p!q :PeJTuoagns jo awil ayj lb' -
:e!jaluD Al!l!q!suodsaj japp!q 6u!Mollol ayT
slaaw sjo:pejluo:)gns jail lsjU sl! ;o pea leyl Ajuan Ileys joPejluo:) ayT 'uo!lnDaxa PejluoDgns to aw!l ayT IV •8
•jail Jo ssalpje6aj sjohejluoDgns Ile
of Aldde uoipas s!yl jo sluawaj!nbaj ayl •sa!ljed 6u!lpejluo:) ayl joj pasn swjal ayT AAessa:)au se Aluo bu!lsn[pe
'spejlumgns j!ayl jo pea ui uoipas s!yl to a6en6uel awes ayT AIle!luelsgns apnlau! of sjopejlumgns sl!jo pea
aj!nbaj Ileys pue 'spejluo:)gns jail lsjy sl! to yaea u1 uoipas s!yl to aben6uel ayl apnlaui lleys johejluoD ayl 'V
A1I71ISISNOdS3111 11O1WHINwans '6T
•olajay sa!ljed
yloq Aq paubs Apadoid luawnjlsu! uall!jM Aq Aluo of pappe jo pay!pow 'papuawe aq Aew :pejluo:) s!yl •lean jo
ualluna jayl!a 'sluawaaj6e jo 'suo!leluasajdaj 'suo!le!lobau joud Ile sapasjadns pue olajay sa!ljed ayl uaanqaq
Pejluo:) palej6a4u1 pue aj!lua ayl sluasajdaj 'epuappe jo/pue sluawyDelle ayl yl!M jayla6ol 'laejluOD s!yl
NOIIVx3IaOW/-0"-LN0:) 3O 1N31X3 '8T
-AI!D ayT to aaAoldwa ue
lou pue jolaejluo:)luapuadapu! ue PejluOD s!yl jo wjal ayl 6u!jnp sawil Ile le aq lleys pue si johejluoD ayl
1101WHINOD 1N3aN3d3aNI 'LT
-jaylo ayl jo luasuo:) ua:p!jm joud ssajdxa ayl lnoyl!M pejluo:) s!yl
wojj bu!nj:):)e lsajalui jo sa!lnp 'slg61j Aue jagwn:)ua jo 'jajsuejl 'u6!sse Ileys johejluoD ayl jou AID ayl jayl!aN
S13V2l1NO3 30 9NINDISSV 110 9NL113i9ns '9T
IN WITNESS WHEREOF, the parties have executed this Contract as the date of the last signature affixed below.
AIR FLO HEATING COMPANY CITY OF PORT ANGELES
By:
Printed Name: Printed Name: D)O \ M
C'V—e—ew\.
Title: �w�� � Title: L.l'tt.1 V"L(�.✓1 G�L►Lt
Date: g /B/ZD/ Date: I / o-1QF7
Address: 2-� w" C44 A./-
City:
Tax ID #: / �l 27/
Phone Number: 30—68 3-3g0/
Project # CON-2017-38 Page 6 Rev.6/22/2016