HomeMy WebLinkAbout4.476 Original Contract
</. <II&;
SMALL WORKS PROJECT MANUAL
PORT ANGELES FOOD BANK STORM DAMAGE REPAIRS
SCOPE OF WORK
,
Repair storm damage to Port Angeles Food Bank structure located at 402 S. Valley Street in the
City of Port Angeles, Washington. Repairs shall be in accordance with plans prepared by
Zenovic and Associates.
All work to complete the repairs, including the furnishing of all plant, labor tools, equipment and
material needed is included in the bid price.
1. The bid by J & J Construction of Port Angeles in the amount of$12,000 plus tax has
been received.
2. The most recently issued Washington State Prevailing Wage Rates for Clallam County
shall apply to this contract. These can be accessed on the internet at
www.lni.wa.gov/prevailingwage/Default.htm.
3. Because this Contract is for an amount less than $35,000, a bid bond, performance and
payment bond, and retainage will not be required for this work. However, the City shall
have the right of recovery against the Contractor for any payments made on the
Contractor=s behalf.
4. The performance period for this work is 30 working days. Contractor is to mobilize and
start work within 10 working days following approval of the building permit. Working
days are to be suspended once the required steel is ordered and will resume upon
delivery.
PUBLIC WORKS
CONTRACT
This Contract is made and entered into in duplicate this . / day of ottf. , 2004
by and between the City of Port Angeles, a non-charter code city of the State of Washington,
hereinafter referred to as "the City", and J & J Construction of Port Angeles, 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 equip~ent in order
to accomplish the following project: i
,
i
PORT ANGELES FOOD BANK STORM DAMAGE REPAIRS
in accordance with and as described in this Contract and the proj ect 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 C~ntract,
except as may otherwise be provided in the proj ect 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 within 10 working
days following approval of the building permit. Working days are to be suspended
once the required steel is ordered and will resume upon delivery. Said work shall
be physically completed within 30 working days after commencing work, 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
liquidated damages of $100 for each and every day said work remains
uncompleted after the expiration of the specified time.
3. Compensation and Method of Payment.
a. The City shall pay the Contractor for work performed under this Contract as detailed
in the bid, at the completion of work and submission of a detailed invoice. '
b. Payments for any alterations in or additions to the work provided under this Contract
shall be on a negotiated time and materials basis.
3. 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 pe 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 s hall a Iso ensure t hat a ny subcontractors 0 r a gents 0 f t he 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,
damages, losses, or lawsuits, 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. 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
Contractors negligence. I t is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor=s waiver of immunity
under Industrial Insurance, Title 51 RCW, sole~y for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The
provisions ofthis 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 ~gents,
representatives, employees or subcontractors. Failure by the Contractor to maintain, the
insurance as required sh3;1l constitute a material 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 Liabilitv 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 Liabilitv insurance shall be written on ISO
occurrence form CG 00 01 and shall cover liability arising from premises,
operations, independent contractors, products-completed operations,
personal injury and advertising injury, and liability assumed under an
insured Contract. T he 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 11 85 or a substitute
endorsement 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$l,OOO,OOO 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
I
the City., Any Insurance, ,self-ins~rance, or insurance po<;>l co~erage
maintained by the City shall be excess of the Contractor's insurance and
shall not'contribute with it.
11.
The Contractor's insurance shall be endorsed to state that coverage shall
not be cancelled by either party, except after thirty (30) 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 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 project 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 minorities.
b. The parties will comply strictly with all requirements 0 fa pplicable 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.
1. 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 of the 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 agrees to give the
City immediate notice of the existence of any such claim.
2. Contract Administration.
This Contract shall be administered by J" 1f"":::J S c..- ~ ~n behalf
of the Contractor and by Gary W. Kenworthy or his representatibve on be a f ofthe CIty.
Any written notices required by the terms of this Contract shall be served or mailed to the
following addresses:
Contractor:
City:
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, W A 98362-0217
3. 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.
CONTRACTOR:
~ "':J ~~t "
Name of Contractor
By: a
CITY OF PORT ANGELES:
By:
Title: -r~ ,
i1~to~
City Attorney
i.
Attest:
, ,
6Q~ .Vrm""
CIty rk
, /
N \PWKS\ENGINEER\BLDGCRSP\Food Bank Repal[ Contract doc