HomeMy WebLinkAbout4.527 Original Contract
-<I. 5:l. '7
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this 5th day of July, 2006, between
the City of Port Angeles (hereinafter called the "Purchaser") and Braun Northwest Inc.
(hereinafter called the "Contractor", "Vendor", or "Bidder").
WITNESSETH: That the Purchaser and the Contractor, in consideration of the
performance of the terms and conditions hereinafter mentioned, agree as follows:
ARTICLE I
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to Bidders,
the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order
Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be
called "Contract Documents" or "Contract". All obligations of the Purchaser and the
Contractor are fully set forth and described herein.
In the event of a discrepancy between any of the Contract Documents, as above
defined, the Purchaser shall give a written interpretation thereof, which interpretation
shall govern.
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the Purchaser, at the delivery point
specified in the Instructions to Bidders, and the Purchaser agrees to purchase and
receive from Contractor the equipment as described and set forth in the Contract
Documents and the provisions of the Contractor's bid attached and made a part
hereof.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract
without the express written consent of the Purchaser.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be governed by, and construed in accordance with, the
applicable laws of the State of Washington. Any legal proceedings to determine the
rights and obligations of the parties hereunder shall be brought and heard in Clallam
County Superior Court.
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business
in a manner which assures fair, equal and nondiscriminatory treatment of all persons,
without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran
condition, physical or mental handicap, or national origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified
individuals who are members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal,
state or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscriminatory requirements in hiring an employment
practices and assuring the service of all patrons and customers without,
discrimination with respect to the above-stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the Contractor
or the Contractor's subcontractors, the Purchaser may serve written notice of intention
to terminate such Contract upon the Contractor, which notice shall specify the reasons
therefore. Unless within thirty (30) days after serving such notice upon the Contractor
such violation shall cease and an arrangement for the correction thereof satisfactory to
the Purchaser be made, the Contract shall, upon the expiration of the said thirty (30)
days, cease and terminate. In the event of any such termination, the Purchaser may
purchase the materials necessary for complete performance of this Contract for the
account and at the expense of the Contractor, and the Contractor shall be liable to the
Purchaser for any excess cost thereby.
ARTICLE VII
SEVERABILITY
If any term or condition of this Contract or the application thereof to any person(s) or
circumstances is held invalid, such invalidity shall not affect other terms, conditions, or
applications which can be given effect without the invalid term, condition, or application.
To this end the terms and conditions of this Contract are declared severable.
... ~ I ...
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed
a waiver of any prior or subsequent breach, no term or condition of this Contract shall
be held to be waived, modified, or deleted except by a written instrument signed by the
parties hereto.
BRAUN NORTHWEST INC.
BY:~
Title. 6~ pt~'-0~
Dated: 7- .31...o~
CITY OF PORT ANGELES
By: ry~ t. 711~
Dated: 7 (2) fr;
(
ATTEST:
-k1~~~
ATTEST:
&~a~~
City Clerk '
~p7:ved as to fo,~
41 A~ -L-> II
City Attorney
e
.'
-<I. 5~ 7
Braun Northwest Inc.
150 North Star Dr. . PO Box 1204 . Chehalis, W A 98532
360-748-0195 · 800-245-6303 . Fax 360-748-0256
www.braunnorthwest.com
BID PROPOSAL
JUNE 15,2006
CITY OF PORT ANGELES
CITY CLERK'S OFFICE
ATTN: KEITH BOGUES, TRAINING OFFICER
321 EAST 5TH
PORT ANGELES, W A 98362
RE: BID ON AMBULANCE. BID OPENING JUNE 23. 2006
BRAUN NORTHWEST IS PLEASED TO OFFER THE FOLLOWING PROPOSAL:
ONE (1) 2006 NORTH STAR 167-3 ON A 2006 FORD E450 CHASSIS PER ENCLOSED
SPECIFICATIONS DATED 6-15-2006, AND DRAWINGS DATED 6-15-2006.
TOTAL F.O.B. PORT ANGELES, WASIDNGTON .............................................. $122.335.00
Sales tax not included
. BID OPENING: JUNE 23, 2006 AT 2:30 PM
.
F.O.B.:
PORT ANGELES, W ASIDNGTON
DELIVERY:
APPROXIMATELY TWO HUNDRED FORTY (240) DAYS.
TERMS:
NINETY PERCENT (90%) PAYMENT DUE UPON RECEIPT
OF VEIDCLE. BALANCE DUE IN THIRTY (30) DAYS.
Braun Northwest, Inc IS a Washington dealer (0991-A) with insurance informatIOn aVailable upon request.
(Note. This bId shall remain open to additional purchases by this or other agencies for a period of three (3) years, with
periodic cost adjustments based on actual manufacturer's price increases)
(Note: ThIs bId IS contmgent on use of customer's Government Ford Fleet IdentificatIOn Number)
We agree to accept the above proposal:
( CITY OF PORT ANGELES k j.
~~ ~t:"l<>~
IAAt(J"t.... f. MA\)~'€'N 6'7Il1.ANA.t",,(Et!C
Printed Name Title
Date:
& -IS CJ (p
KJ/sed
cc BL
Enclosures: options, clarificatIOns, qualifications, specs, drawings, bid packet, references, and supportmg documents
.
.
.
OPTIONS
FOR
City of Port Angeles
Port Angeles, Washington
Please indicate if you want the following options by initialing in the space to the left, then
sign where indicated below. After completion, please return this original form to our
office along with the original proposal.
Thank you!
Ll.
2.
L3.
Add S-'8 CORT "TEN" suction unit.
ADD.............................................................................. .$865 .00
Perno 59T stair chair:
. KWIK Klip restraints
. EZ Glide headrest
. IV pole
. Locking rear handles
. Oxy-Clip oxygen bottle holder
ADD .......................................................................... ..$3,550.00
MATRX nitrous oxide system #91120508
ADD.......................................................................... ..$2,200.00
4. None ofthe above.
(NOTE: THIS PRICING DOES NOT INCLUDE SALES TAX)
APPROVED BY: (Please mllwl above choice (s) & sign below)
7~ .J~
~
'firL~'~~
( . gnature)
6/15/2006
1t.{A-tt!c t3. t/J... A 0 ~
(Printed Name)
C-~~~
(itle)
CITY COUNCIL MEETING
July 5, 2006
FINANCE:
(Cont'd)
Aquatic Center Consultant
Agreement (Cont'd)
Break
Consultant Selection for
CSO Project DeSIgn,
Project 06-01
Amendment to Parametrix
Engineering ServIces
Agreement
Shane Park Bollards
EqUlpmentPurchase - New
Ambulance
'4. 5c:l7
Deputy Mayor Williams moved to grant the City Manager one-time authority to
sign a consultant agreement with Larkin Aquatics, Inc., of Kansas City, MO, in
the amount not to exceed $20,000 for professional services associated with
developing an aquatic center concept design and opinion of costs. Councilmember
Headrick seconded the motion, which carried by a majority vote with
Councilmember Braun voting in opposition.
Mayor Rogers recessed the meetIng for a break at 7 :00 p.rn. The meeting reconvened
at 7:16 p.m.
2 Consultant Selection for CSO PrOject Design, Project 06-01
Director Cutler mtroduced Project Manager Terri Partch, who used PowerPomt slides
to update the CouncIl on the Combmed Sewer Overflow (CSO) Project m order to
proceed to a consultant's agreement. Ms Partch prOVIded a CSO program overvieW,
a summary of CIty actIOns taken, a reVieW of Phase I projects, a map reflecting the
locatIOns of the improvements, and the consultant selectIOn process where Brown &
Caldwell was determmed to be the most qualIfied. She also summanzed the costs for
redeSIgn, as well as construction costs. DIscussIOn ensued WIth regard to where the
City will be in 2015 m terms of CSO' s, and the types of grants and loans for whIch the
CIty will be submitting applIcations. It was noted that the UtilIty AdVISOry Committee
had met and recommended approval of Brown & Caldwell. Councilmember Braun
moved to authorize the Mayor to sign a professional consultant agreement with
Brown and Caldwell of Seattle, W A, for predesign of the first three of the CSO
projects for an amount not to exceed $340,000. The motion was seconded by
Councilmember Munro and carried unanimously.
3. Amendment to Parametrlx Engmeering Services Agreement
Director Cutler summarized the amendment for additional engineering assistance for
construction management of the Landfill Bluff Stabilization Project, somethmg that
was conSIdered earlIer by the UtilIty Advisory Connmttee and recommended for
approval. Councilmember Munro moved to approve and authorize the Mayor to
sign Amendment No. 1 to the agreement with Parametrix in the amount of
$231,270 which includes $50,000 to be used for directed services. Deputy Mayor
Williams seconded the motion which, after clanfication proVIded by staff, carried
unanimously.
4. Shane Park Bollards:
Director Cutler revIewed the need for bollards to protect Shane Park from vandalIsm
as endorsed by the Parks Facilities CommIttee. Councilmember Munro moved to
authorize the Public Works & Utilities Director to construct the bollard system
to protect Shane Park and allocate $21,000 from the un allocated portion of the
2006/2007 Government Fund Reserves. The motion was seconded by
Councilmember Headrick and carried unanimously. Brief dIscussion ensued, and
the CouncIl agreed It would be helpful to have updated information as to the funds
remaming in the unallocated portIon of the 2006/2007 Government Fund Reserves
5.
EqUipment Purchase - New Ambulance
Fire ChIef McKeen revIewed the bid received for a new ambulance; the bId amount
was slightly under the City's estimate and available reserves. Following bnef
discussion, Councilmember Braun moved to authorize the City Manager to sign
a contract and purchase order with Braun Northwest, Inc., of Chehalis, W A, for
a new ambulance and associated equipment in the amount of $135,933.60,
including sales tax. Councilmember Munro seconded the motion, which carried
unanimously.
- 4-