HomeMy WebLinkAbout4.487 Original Contract
</. </g 7
~ORT
NGELE:S
WAS H I N G TON, U. S. A.
PUBLIC WORKS & UTILITIES DEPARTMENT
June 28, 2005 '
, "-"
, ,"
Andrew May
Mayflower Horticulture
83 Westridge Road
Port Angeles, W A 98363
, ';..
" .
Re:
East Entrance Sign Project
, ,':; "~ ,j
, (, :, , .) ,~
, .~.- ^,. ~-
" \l ^ '< \(~ , ,
-~.t ~~:'~\"<t
, ,;<~ :, \,-.,
Dear Andrew:
:--, }: -~ - ..=-
Due to scheduling circumstances, we are extending the completion date for the East
Entrance Sign Project to July 18, 2005 per contract item #3 and the revised schedule that
you presented to Allan 1. Goff on June 23,2005.
, " ,:', ~ ~
"
, '
\
You have agreed to provide consistent staffing to ensure project completion by July 19,
2005.
" , t/.;
Weare looking forward to seeing the finished results.
... - ~ '~~~,." ,
.;
Sincerely,
,I >',
/kL.~
Glenn A. Cutler, P .E.
Director of Public Works & Utilities
cc. Allan J. Goff, Deputy Drrector ofRecreahon
MIke Puntenny, Deputy Director of Operahons
G Parks/A May/6-28-05 letter
321 EAST FI FTH STREET e POBOX 1 150 · PORT ANGELES, WA 98362-0217
PHON E 360-417-4805. FAX 360-417-4542 III TTY 360-417-4645
E-MAIL publlcworks@cltyofpa us
<I. <I~ 7
.-
Contract
THIS CONTRACT, made this 25th day of March 2005 by and between the City of Port
Angeles, Washington, hereinafter called "City," and Andrew May dba Mayflower
Horticultural Service, Port Angeles, W A 98362, herein called contractor."
IN CONSIDERATION of payments, covenants, and agreements hereinafter mentioned, to
be made and performed by the parties hereto, the parties agree as follows;
1. SCOPE OF SERVICES:
a. The Contractor shall furnish the design, labor and equipment for installation of
We1come Sign landscaping water feature and accessories per approved plan dated
April, 2004. Contractor to coordinate services with the City and Jackson Signs.
b. Materials and Equipment:
All water feature equipment; irrigation parts, plants, wood elements, lighting, rock
scree and materials required to complete project design and intent.
c. The Contractor shall warrant materials and labor for a period of one year assuming
proper maintenance.
2. PAYMENT:
For performance of all work by the Contractor and compliance with all obligations of the
Contractor with this agreement, City shall pay the Contractor a total consideration of
$14,978.00, which amount includes payment for labor, applicable taxes, licenses or
permits. Payment shall be made as follows:
1. Design fees shall be paid within 15 days of the signing of both parties of this
agreement. ($2,100.00)
2. 50% of remaining balance ($12,878.00) shall be paid upon 50% of work
completion. (=$6,439.00)
3. The balance shall be paid upon completion and final acceptance of said project.
3. TIME OF PERFORMANCE:
The Contractor shall begin on April 11, 2005, and complete all work on or before July 4,
2005, unless such time for performance is extended in writing by City upon good cause
shown.
4. INDEPENDENT CONTRACTOR STATUS:
The relation created by this contract is that of employerlindependent contractor. The
Contractor is not an employee of the City and is not entitled to the benefits provided by
the City to it's employees. The Contractor, is an independent Contractor, has the authority
to control and direct the performance of the details of the services to be provided.
The Contractor shall assume full responsibility for the payment of all federal, state and
local taxes or contributions imposed or required, including, but not limited to,
unemployment insurance, and income tax.
5. HOLD HARMLESS AND INDEMNIFICATION:
The Contractor shall defend, indemnify and hold the City, its officers, officials,
employees, and volunteers harmless from any and all claims, injuries, law suits, or
expenses, including attorney's fees, arising out of or in connection with the performance
of this contract.
The Contractor shall conduct the work so not to cause any damage to the Longhouse
building or any adjacent city property. In the event the Contractor causes damage to any
such property the Contractor shall pay the full costs of repair and restoration of the
property.
It is further specifically and expressly understood that the indemnification provided
herein constitutes the Contractor's waiver of immunity under Title 51 RCW, solely for the
purposes of this indemnification. This waver has been mutually negotiated by the parties.
The provisions of this section shall survive the expiration or termination of this contract.
6. INSURANCE:
The Contractor shall maintain a commercial general liability insurance policy written on
an occurrence basis by a company licensed to write insurance coverage within the State of
Washington with limits no less than $1,000,000 combined single limit per occurrence and
$2,000,000 aggregate for personal injury, bodily injury and property damage. Coverage
shall include but not be limited to: blanket contractual products/completed operations
broad- form property damage and underground if applicable. The Contractor shall also
maintain automobile liability insurance with limits no less than $1,000,000 combined
single limit per accident for bodily injury and property damage.
Any payment of deductible or self insurance retention shall be the sole responsibility of
the Contractor.
The City shall also be named as an additional insured on the commercial general liability
insurance policy, as respects work performed by or on behalf of the Contractor and a copy
of the endorsement naming the City as an additional insured shall be attached to the
Certificate of Insurance. The City reserves the right to receive a certified copy of all
required insurance policies.
The Contractor's insurance shall be primary insurance as respect to the City and the
City shall be given (30) days prior written knowledge of any cancellation, suspension or
material change in coverage.
The Contractor's insurance shall contain a clause stating that coverage shall apply
separately to each insured against whom claim is made or suit is brought, except to the
limits of insurer's liability.
7. APPLICABLE LAW:
This contract shall be governed by, and construed in accordance with, the laws of the
State of Washington.
8. AMENDMENT:
No amendment to this contract shall be binding or enforceable unless it is made in writing
and executed by duly authorized representative of each party.
9. NON DISCRIMINATION:
The parties shall conduct their business in a manner which assures fair and non-
discriminatory treatment of all persons, without respect to race, creed, color, sex, Viet
Nam era 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 non-discriminatory 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. WAGE RATE FORMS:
Before payment is made by the city of any sums due under this contract, the City must
receive from the Contractor and each subcontractor a copy of "Statement of Intent to Pay
Prevailing Wages" (Form L & I Number F700-029-000) approved by the Washington
State Department of Labor and Industries.
Upon completion of this contract, the City must receive from the Contractor and each
subcontractor a copy of "Affidavit of Wages Paid" Form L & I Number F700-007-000)
approved by the State Department of Labor and Industries. In addition, the City must
receive from the Contractor a copy of" Request For Release" (Form L & I Number F 263-
083-000) approved by the State Department of Labor and Industries. These affidavits will
be required before any funds retained according to the provisions ofRCW 60.28.010 are
released to the Contractor. Forms may be obtained from the Department of Labor and
Industries. A fee of$25.00 per each "Statement of Prevailing Wages" and Affidavit of
Wages Paid" is required to accompany each form submitted to the Department of Labor
and Industries. The Contractor is responsible for payment of these fees and shall make all
applications directly to the Department of Labor and Industries. These fees shall be
incidental to all the bid items of this contract.
If using the occupation code for wage affidavits and payrolls, and if the project involves
more than one jurisdictional area, the Contractor shall reference the area just after the
occupation code number. For example: 10-0010 YaK.E.
"
11. TERMINATION
The City may terminate this contract at will upon fifteen (15) days written notice to the
Contractor for cause.
12. ENTIRE CONTRACT:
The parties agree that this contract is a complete expression of the terms hereto, and any
oral representation or understanding on incorporated herein is excluded.
CONTRACTOR:
CITY OF PORT ANGELES:
BY: aJrwMr fj rmr
17 B. /). Mft.'1 FLOweR-
HOQT SE(lUIGIES
DATED: 03-~S-0S
BY:~j2..:.-
DATED: ~/...s-/a-s-
ATTEST:
(City Clerk)
APPROVEDASTOFORM:d~ ~
(City Attorney)
."
,
,/