HomeMy WebLinkAbout4.491 Original Contract
</. -<I q I
,~
PUBLIC WORKS
CONTRACT
This Contract is made and entered into in duplicate this 1'1~--day of May,
2005, by and between the City of Port Angeles, a non-charter code city ofthe State of
Washington, hereinafter referred to as "the City", and Aldergrove Construction, Inc., a
Washington Corporation, hereinafter referred to as "the Contractor".
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth,
requiring specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and
the necessary capabilities to perform the services set forth in this Contract.
NOW, THEREFORE, in consideration of the terms, conditions, and agreements
contained herein, the parties hereto agree as follows:
1. Scope of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order
to accomplish the following project:
WilLIAM SHORE MEMORIAL POOL
TUNNEL HATCH
in accordance with and as described in this Contract and the Project Manual, which include the
attached plans and scope of work, and shall perform any alterations in or additions to the work
provided under this Contract and every part thereof. 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,
except as may otherwIse be provided in the Project Manual.
2. Time for Performance and Liquidated Damages.
a. Time is of the essence in the performance of this Contract and in adhering to the
time frames specified herein. The Contractor shall commence work at 8:00 AM,
on May 27, 2005, and said work shall be physically completed by 6:00 PM, June
4, 2005, unless a different time frame is expressly provided in writing by the City.
b. If said work is not completed within the time for physical completion, the
Contractor may be required at the City's sole discretion to pay to the City
Wilham Shore Memonal Pool
Tunnel Hatch
liquidated damages of two hundred dollars ($200.00) for each and every day said
work remains uncompleted after the expiration of the specified time.
3. Compensation and Method ofPavrnent.
City shall pay Contractor in an amount which shall not exceed $20.150.00 exclusive of
applicable taxes, licenses or permits. Material payment upon delivery, balance upon completion
within thirty (30) days of final acceptance of work by the City. The City shall pay Contractor for
additional work performed on a time and materials basis provided the work and costs have been
approved in writing by the City Manager.
4. Independent Contractor Relationship.
The relationship created by this Contract is that of independent contracting entities. No
agent, employee, servant, or representative of the Contractor shall be deemed to be an employee,
agent, servant, or representative of the City, and the employees of the Contractor are not entitled
to any of the benefits the City provides for its employees. The Contractor shall be solely and
entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or
representatives during the performance of this Contract. The Contractor shall assume full
responsibility for payment of all wages and salaries and all federal, state, and local taxes or
contributions imposed or required, including, but not limited to, unemployment insurance,
workers compensation insurance, social security, and income tax withholding.
5. Prevailing Wage Requirements.
The Contractor shall comply with applicable prevailing wage requirements of the
Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and
Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and
shall file with the City appropriate affidavits, certificates, and/or statements of compliance with
the State prevailing wage requirements. The Washington State Prevailing Wage Rates For
Public Works Contracts, Clallam County, incorporated in this Contract have been established by
the Department of Labor & Industries and are included as an Attachment to this Contract. The
Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply
with the prevailing wage and documentation requirements as set forth herein.
6. Indemnification and Hold Harmless.
a. The Contractor shall defend, indemnify, and hold harmless the City, its officers,
officials, employees, and volunteers against and from any and all claims, injuries,
William Shore Memorial Pool
Tunnel Hatch
2
damages, losses, or lawsuits, including attorney fees, ansmg out of or in
connection with the performance of this Contract, except for injuries and damages
caused by the sole negligence of the City. It is further provided that no liability
shall attach to the City by reason of entering into this Contract, except as
expressly provided herein.
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 has been mutually negotiated by
the parties. The provisions of this section shall survive the expiration or
termination of this Contract.
7. Insurance.
The Contractor shall procure and maintain for the duration of the Contract, insurance
against claims for injuries to persons or damage to property which may arise from or in
connection with the performance of the work hereunder by the Contractor, their agents,
representatives, employees or subcontractors. Failure by the Contractor to maintain the
insurance as required shall constitute a matenal breach of contract upon whIch the City may,
after giving five working days notice to the Contractor to correct the breach, immediately
terminate the Contract or at its discretion, procure or renew such insurance and pay any and all
premiums in connection therewith, with any sums so expended to be repaid to the City on
demand, or at the sole discretion of the City, off set against funds due the Contractor from the
City.
a. Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non-owned, hired and
leased vehIcles. Coverage shall be written on Insurance Services Office
(ISO) form CA 00 01 or a substitute form providing equivalent liability
coverage. If necessary, the policy shall be endorsed to provide contractual
liability coverage.
11. Commercial General Liability insurance shall be written on ISO
occurrence form CG 00 01 and shall cover liability arising from premises,
operations, stop gap liability, independent contractors, products-completed
William Shore Memorial Pool
Tunnel Hatch
3
operations, personal injury and advertising injury, and liability assumed
under an insured Contract. The Commercial General Liability insurance shall
be endorsed to provide the Aggregate Per Project Endorsement ISO form CG
25 03 11 85. There shall be no endorsement or modification of the
Commercial General Liability insurance for liability arising from explosion,
collapse or underground property damage. The City shall be named as an
insured under the Contractor's Commercial General Liability insurance
policy with respect to the work performed for the City using ISO Additional
Insured endorsement CG 20 10 10 01 and Additional Insured-Completed
Operations endorsement CG 20 37 10 01 or substitute endorsements
providing equivalent coverage.
111. Workers' Compensation coverage as required by the Industrial Insurance
laws ofthe State of Washington.
b. Minimum Amounts of Insurance
The Contractor shall maintain the following insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of $1 ,000,000 per accident.
11. Commercial General Liability insurance shall be written with limits no less
than $1,000,000 each occurrence, $2,000,000 general aggregate and a
$2,000,000 products-completed operations aggregate limit.
c. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for
Automobile Liability and Commercial General Liability insurance.
1. The Contractor's insurance coverage shall be primary insurance as respect to
the City. Any Insurance, self-insurance, or insurance pool coverage
maintained by the City shall be in excess of the Contractor's insurance and
shall not contribute with it.
11. The Contractor's insurance shall not be cancelled or reduced as to coverage
by either party, except after forty-five (45) days prior written notice by
certified mail, return receipt requested, has been given to the City.
d. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than
A:VII.
e. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the amendatory
William Shore Memorial Pool
Tunnel Hatch
4
..
endorsements, including but not necessarily limited to the additional insured endorsement,
evidencing the insurance requirements of the Contractor before commencement of the work.
8. Compliance with Laws.
a. The Contractor shall comply with all applicable federal, state, and local laws,
including regulations for licensing, certification, and operation of facilities and
programs, and accreditation and licensing of individuals, and any other standards or
criteria as set forth in the Project Manual.
b. The Contractor shall pay any applicable business and permit fees and taxes which
may be required for the performance of the work.
c. The Contractor shall comply with all legal and permitting requirements as set forth in
the Proj ect Manual.
9. Non-discrimination.
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:
a. 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 minonties.
b. 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 and employment practices and assuring the
service of all patrons and customers without discrimination with respect to the
above-stated minority status.
10. Assignment.
a. The Contractor shall not assign this Contract or any interest herein, nor any money
due to or to become due hereunder, without first obtaining the written consent of the
City, nor shall the Contractor subcontract any part of the services to be performed
hereunder without first obtaining the consent ofthe City.
b. The Contractor hereby assigns to the City any and all claims for overcharges
resulting from antitrust violations as to goods and materials purchased in connection
with this Contract, except as to overcharges resulting from antitrust violations
commencing after the date of the bid or other event establishing the price of this
Contract. In addition, the Contractor warrants and represents that each of its
suppliers and subcontractors shall assign any and all such claims for overcharges to
the City in accordance with the terms of this provision. The Contractor further
William Shore Memorial Pool
Tunnel Hatch
5
.
...
agrees to give the City immediate notice of the existence of any such claim.
11.
Contract Administration.
This Contract shall be administered by Walter Dalrymple on behalf of the Contractor and by
Michael Szatlocky, PE, Project Manager, on behalf of the City. Any written notices required by the
terms of this Contract shall be served or mailed to the following addresses:
Contractor:
Aldergrove Construction, Inc.
1705 W. lih Street
Port Angeles, W A 98363
City:
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, W A 98362-0217
12. 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.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the
day and year first set forth above.
Title: ?'a..6:0 ~ 'O~r\
CITY OF PORT ANGELES:
~D1t~M
Mayor
A~rfed as to Form~
7I~~
City Attorney
BY:-.WA~(t L. bAl...P-YMf'-~
< '
, .'
Attest:
I
~~-
bo~~.qmk
City rk
/
/
William Shore Memorial Pool
Tunnel Hatch
6