HomeMy WebLinkAbout4.425 Original Contract
.'
,
f"
,
</. <(d5
CONTRACT
BETWEEN THE
THE CITY OF PORT ANGELES
AND
S & B INC.
FOR WATER UTILITY SCADA SYSTEM MODIFICATIONS
TH IS CONTRACT is made and entered into this c#- day of g~ Jl.Q~ ,
2003, by and between THE CITY OF PORT ANGELES, a non-charter de city of the State of
Washington, (hereinafter called the "CITY") and S & B Inc., a Washington Corp0ration
(hereinafter called the "CONTRACTOR").
WHEREAS, the CITY desires to discontinue use of leased telecommunications lines for its
Supervisory Control And Data Acquisition (SCADA) System for monitoring and controlling
three (3) reservoirs within the City's Water System, and
WHEREAS, the CITY des,ires to establish telecommunications connectivity through the fiber
optic institutional network for its Supervisory Control And Data Acquisition (SCADA) System
for monitoring and controlling three (3) reservoirs within the City's Water System, and
WHEREAS, the CITY desires to engage the professional services and assistance of a
qualified firm to perform the scope of work as detailed in Exhibit A, and
WHEREAS, the City Council has passed a Resolution designating S &B Inc. as the sole
source for the design, acquisition, and installation of additional SCADA System facilities for the
CITY's Water System and declaring an exception to normal bidding requirements, and
WHEREAS, the CONTRACTOR represents that it has the background, experience, and ability
to perform the required work in accordance with the standards of the profession, and
WHEREAS, the CONTRACTOR represents that it will provide qualified personnel and
appropriate facilities necessary to accomplish the work;
NOW, THEREFORE, in consideration of the above representations and the terms, conditions,
covenants and agreements set forth below, the parties hereto agree as follows:
I. SCOPE OF WORK
The scope of professional services to be performed and the results to be achieved by the
CONTRACTOR shall be as detailed in the attached Exhibit A and shall include all services and
material necessary to accomplish the work.
The CITY may review the CONTRACTOR'S work product, and if it is not satisfactory, th e
CONTRACTOR shall make such changes as may be required by the CITY. Such chan ges
shall not constitute "Extra Work" as related in Section XI of this Contract.
The CONTRACTOR agrees that all services performed under this Contract shall be in
accordance with the standards of the profession and in compliance with applicable federal,
CIty of Port Angeles - April 2003
Page 1 of 10
. ~ (,
,
state and local laws.
The Scope of Work may be amended upon written approval of both parties.
II. OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, photographic negatives, or other
presentations of the work shall (except as applicable in Section XVII below) become the
property of the CITY for use 'Nithbut restriction and 'Nithout representation as to suitability for
reuse by any other party unless specifically verified or adapted by the CONTRACTOR.
However, any atteration or reuse of the documents, by the City or by others acting through or
on behalf of the City, will be at the City's sole risk.
III. DESIGNATION OF REPRESENTAllVES
Each party shall designate its representatives in writing. The CONTRACTOR'S representative
shall be subject to the approval of the CITY.
IV. TIME OF PERFORMANCE
The CONTRACTOR may begin \M)rk upon execution of this Contract by both parties. The
work shall be completed in accordance with the schedule set forth in the attached Exhibit B.
The time of performance (performance period) for the Contract is ninety (90) days from the
date of award.
V. PAYMENT
The CITY shall pay the CONTRACTOR as set forth in this section of the Contract. Such
payment shall be full compensation for work performed, services rendered, and all labor,
materials, supplies, equipment and incidentals necessary to complete the work.
A. The CONTRACTOR shall submit invoices to the CITY on a monthly basis. Invoices shall
indicate the specific task or activity in the Scope of Work to which the costs are related.
B. The CITY shall review the invoices and make payment for the percentage of the project
that has been completed less the amounts previously paid.
C. The CONTRACTOR invoices are due and payable within 30 days of receipt. In the event
of a disputed billing, only the disputed portion will be withheld from payment.
D. Final payment for the' balance due to the CONTRACTOR will be made upon the
completion of the work and acceptance by the CITY.
E. Payment for "Extra Work" performed under Section XI of this Contract shall be as agreed
to by the parties in writing.
VI. MAXIMUM COMPENSATION
Unless otherwise agreed to in writing by both parties, the CONTRACTOR'S total
City of Port Angeles - Apnl 2003
Page 2 of 10
l
"
compensation and reimbursement under this Contract, including equipment, materials, labor,
direct non-salary reimbursable costs and outside services, shall not exceed the maximum sum
of $5,760.00, not including applicable Washington State sales tax for the City of Port Angeles
(8.2% ).
VII. EMPLOYMENT
Employees of the CONTRACTOR, while engaged in the performance of any work or services
under this Contract, shall be considered employees of the CONTRACTOR only and not of the
CITY, and claims that may arise under the Workman's Compensation Act on behalf of said
employees while so engaged, and any and all claims made by a third party as a 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 to be rendered herein, shall be the sole
obligation and responsibility of the CONTRACTOR.
In performing this Contract, the CONTRACTOR shall not employ or contract with any CITY
employee without the City's written consent.
VIII. NONDISCRIMINATION
The CONTRACTOR shall conduct its 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 CONTRACTOR 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 CONTRACTOR 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.
IX. SUBCONTRACTS
A. Except for electrical work, the CONTRACTOR shall not sublet or assign any of the work
covered by this Contract without the written consent of the CITY.
B. In all solicitation either by competitive bidding or negotiation made by the CONTRACTOR
for work to be performed pursuant to a subcontract, including procurement of materials
and equipment, each potential subcontractor or supplier shall be notified by the
CONTRACTOR of CONTRACTOR's obligations under this Contract, including the
nondiscrimination requirements.
X. CHANGES IN WORK
Other than changes directed by the CITY as set forth in Section I above, either party may
Page 3 of 10
City of Port Angeles - Apnl 2003
,
,
.'
request changes in the scope of work. Such cha,nges shall not become part of this Contract
unless and until mutually agreed upon and incorporated herein by written amendments to this
Contract executed by both parties.
XI. EXTRA WORK
The CITY may desire to have the CONTRACTOR perform work or render services in
connection with this project, in addition to the Scope of Work set forth in Exhibit A and minor
revisions to satisfactorily completed work. Such work shall be considered as "Extra Work" and
shall be addressed in a written supplement to this Contract. The CITY shall not be
responsible for paying for such extra work unless and until the written supplement is executed
by both parties.
XII. TERMINATION OF CONTRACT
A. The CITY may terminate this Contract at any time upon not less than ten (10) days written
notice to the CONTRACTOR. Written notice will be by certified mail sent to the
CONTRACTOR's designated representative at the address provided by the
CONTRACTOR. Mutually agreed-upon compensation for work already completed and
reasonable costs incurred shall be made to the CONTRACTOR by the CITY.
8. In the event this Contract is terminated prior to the completion of the work, a final payment
shall be made to the CONTRACTOR, which, when added to any payments previously
made, shall compensate the CONTRACTOR for the amount of work completed.
C. In the event this Contract is terminated prior to completion of the work, documents that are
the property of the CITY pursuant to Section" above, shall be delivered to and received
by the CITY prior to transmittal of final payment to the CONTRACTOR.
XIII. INDEMNIFICATION/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.
8. 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.
City of Port Angeles - Apnl 2003
Page 4 of 10
XIV. 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 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 conn~ction 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.
2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00
01 and shall cover liability arising from premises, operations, independent contractors,
products-completed operations, stop gap liability, 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 a
substitute endorsement providing equivalent coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the
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.
2. 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.
City of Port Angeles - Apnl 2003
Page 5 of 10
, \ ~
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 the
CITY. Any Insurance, self-insurance, or insurance pool coverage maintained by the
CITY shall be excess of the CONTRACTOR's insurance and shall not contribute with it.
2. 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. ' , '.
F. Subcontractors
The CONTRACTOR shall include all subcontractors as insureds under its policies or shall
furnish separate certificates and endorsements for each subcontractor. All coverages for
subcontractors shall be subject to all of the same insurance requirements as stated herein for
the CONTRACTOR.
XV. APPLICABLE LAW
This Contract shall be construed and interpreted in accordance with the laws of the State of
Washington, and in the event of dispute the venue of any litigation brought hereunder shall be
Clallam County. " -:,
XVI. SUPPLEMENTAL TERMS
The supplemental terms set forth in the attached Exhibit C are hereby incorporated in and
made part of this Contract, except that in case of conflict with any Section of this Contract, that
Section shall have precedence over the conflicting part of Exhibit C.
XVII. EXHIBITS AND SIGNATURES
This Contract, including its exhibits, constitutes the entire Contract, supersedes all prior written
or oral understandings, and may only be changed by a written amendment executed by both
parties. The following exhibits are hereby made a part of this Contract:
City of Port Angeles - April 2003
Page 6 of 10
.- :
> ,
Exhibit A - Scope of Work
Exhibit B - Schedule for the Work
Exhibit C - S & B's General Terms and Conditions
In WITNESS THEREOF, the parties hereto have executed this Contract as of the day and
year first written above.
CITY OF PORT ANGELES
~y2"..;--
,CITY MANAGER
CONTRACTOR
~~JE
TITLE: IIJ"E PKESJJJbl\JJ
APPROVED AS TO FORM:
/~
SON, CITY ATTORNEY
ATTEST:
~Ddl'~ ~A
BECKY U ON, ITY C RK -
I:\TELECOMM\S&BCONTR.WPD
City of Port Angeles - Apnl 2003
Page 7 of 10
.
. .
...
j
EXHIBIT A
SCOPE OF WORK
CONTRACTOR to design, furnish, and startup all required telemetry equipment at Jones
Street Reservoir, "E" Street Reservoir, and Peabody Reservoir to convert the communication
method from leased telephone lines to the new City fiber optic network.
1. CONTRACTOR will modify each RTU and the Master Telemetry Unit to make the system
ready for this change.
2. CONTRACTOR shall integrate Mill Creek Reservoir leased telephone line SCADA input
into Peabody Reservoir fiber optic network communication.
3. CONTRACTOR to provide and install N-Port Express DE-211 universal serial device
servers and all other equipment, devices and materials required to convert the
communication method from leased telephone lines to the new City fiber optic network.
4. CONTRACTOR shall interconnect each remote site with RJ45 Tbase1 0 connections and
the Master Telemetry Unit. Each remote site will require three connections with at least
three more for future expansion.
5. CONTRACTOR to provide one 8-hour day for field engineer startup.
6. CONTRACTOR to provide one (1) N-Port Express DE-211 universal serial device server
as a City spare.
7. CITY will supply a working network capable of TCPIIP connectivity and battery backup
module or uninterruptible power supply (if required).
8. CITY to cancel Qwest phone service.
COMPENSATION BREAKDOWN
Engineering services:
Equipment:
Startup (one day):
Total
$2,160.00
2,900.00
700.00
$5,760.00
Page 8 of 10
City of Port Angeles - Apnl 2003
Description Week 0 Week 1 Week 2 Week 3 Week 4 Week 5
Receive & Process Contract
Modify Drawings
Material Purchasing
Design Interface
O&M Manual Updates
RTU software re-configuration
MTU software re-configuration
Field Services
.
.
.
. .
, .
EXHIBIT B
SCHEDULE FOR THE WORK
J
City of Port Angeles - April 2003
Page 9 of 10
.J
...
EXHIBIT C
S & B's GENERAL TERMS AND CONDITIONS
City of Port Angeles - Apnl 2003
Page 10 of 10
t
l
0_0
....111
j
S&B inc. 13200 SE 30th St., Bellevue, Washington 98005
(425) 644-1700 FAX (425) 746-9312
GENERAL TERMS AND CONDITIONS - INSTRUMENT/CONTROL SYSTEMS
1. SCOPE
These terms and conditIons apply to the sale of all mstrument/control (lIC) systems assembled by S&B Inc (Seller) and any mconslstent terms and condItIOns m
Purchaser's purchase order are not bmdmg on Seller, unless accepted, or these tenus and conditIons are modified by an authonzed S&B Inc representative
2. ACCEPTANCE
Purchase orders received from Purchaser do not bmd Seller unless accepted by an Officer of Seller, either by acknowledgment, wntten acceptance, pronuse to Ship, or
shipment of the lIC systems communicated to Purchaser Acceptance IS expressly made conditIOnal on Purchaser's assent to Seller's Matenal Terms and ConditIons,
which are additIOnal to or different from Purchaser's terms, unless Seller agrees otherwise m wntmg
3. PRICE AND PAYMENT
Unless otherwise speCIfied, quoted sellmg pnces are FOB Seller's factory or ItS supplIer's shlppmg pomt, WIth freight allowed to destmatIon and are subject to change If
not accepted wlthm 30 days from the quotatIOn date The quotatIon may be Withdrawn at any tIme pnor to acceptance or extended beyond 30 days InVOices are due and
payable NET 30 days, unless otherwise speCified, at the company offices at 13200 S E 30th Street, Bellevue, W A 98005. Late payment of mVOIces IS subject to
mterest. InVOices shall be rendered accordmg to the followmg schedule
Benchmark
Upon notice from Seller that all drawmgs have been submitted for approval
Upon notice from Seller that the mstrument system IS ready for factory tests
Upon notice from Seller that the mstrument system has been shipped or that factory tests are complete'
and eqUIpment IS bemg held for convenience of customer
Upon notIce of acceptance from Purchaser or 180 days from notIce of shIpment, whichever occurs first
% of Total Price
20%
AdditIonal 50%
AdditIonal 25%
Fmal 5%
If Purchaser defaults m any payment when due, Seller may at ItS optIon, and m additIon to ItS remedies under the U C C WIthout mcurnng any lIabilIty thereof to
Purchaser or Purchaser's customers, declare all payments for work completed ImmedIately due and payable With maxImum legal mterest thereon from due date and stop
all further work and shipments untIl all past due payments have been made and/or reqUIre that any further delIvenes be paid for pnor to shipment
4. ITEMS INCLUDED
The pnce quoted mcludes only the lIC system speCified, and does not mclude actual mstallatIon, accessory or associated matenals such as wmng, plpmg, etc , not
speCifically mcluded EqUIpment pnces quoted mclude mstallatlOn mformatIon and start-up assIstance prOVided by the Seller's field engmeer or techniCian. Such
servIces will be proVided m a mutually agreeable manner and tIme. Seller Will proVide, upon request, at Seller's establIshed current rates, an expenenced Project
Engmeer or Service TechniCian to proVide on-site supenntendence of the eqUIpment mstallatIon ResponsibilIty for proper operatIOn of eqUIpment, If not mstalled by
Seller or mstalled m accordance With Seller's mstructlOns, rests entIrely with Purchaser
5. TAXES
Any federal, state or local sales, or use or other taxes applIcable to thiS transactIon are not mcluded m the pnce quoted, and unless a valId certIficate of exemptIon IS
proVided, any such tax shall be added to the pnce and IS for the Purchaser's account.
6. SIDPMENTS AND DELIVERY
Any shipment or delIvery dates reCited herem represent Seller's best estImate No lIabIlIty, direct or mdlrect, IS assumed by Seller for faIlure to ship or delIver on such
dates. In any event, delIvery dates are based upon the effectIve date of the contract and prompt receipt by Seller of all necessary mformatIon and mstructIons from
Purchaser, mcludmg approved submittal drawmgs Seller shall have the nght to make partial shipments, and mVOIces covenng the same shall be due and payable by
Purchaser m accordance With the payment terms hereof
In the event that the IIC system speCified herem IS to be shipped outside the United States, Purchaser shall obtam all necessary Import lIcenses and perrmts
reqUIred to clear the shipment for entry mto the foreign country and pay all dutIes, tolls and Imports
If Purchaser requests postponement of shipments or causes a delay m shipment, the entire purchase pnce shall be due and payable upon notIce from Seller
that the IIC system IS ready for shipment, and thereafter any storage, or other charge Seller mcurs, shall be for Purchaser's account, mcludmg mterest on any unpaId
balance at the maximum legal rate All claIms for damage, delay or storage for FOB Seller's plant shall be made directly agamst the carner of the Purchaser When
shipments are FOB destmatIon, Purchaser shall mspect the IIC system shipped and notIfy Seller of any damage or shortage wlthm 5 days of receipt. Failure to notIfy
Seller shall constItute acceptance of Purchaser, relIevmg Seller of any lIabilIty for shlppmg damages or shortages
7. RISK OF LOSS AND SECURITY INTEREST
Unless shipments of IIC systems are made FOB destmatlOn, all nsk of loss or damage shall pass to the Purchaser upon delIvery to a carner for shIpment. Purchaser shall
protect and mamtam Seller's tItle, mcluding adequate insurance for Seller's benefit, and nght of repossessIOn to the IIC system speCified herem or m any change order
unttl the full purchase pnce has been paid m full and Will not encumber or permit others to encumber such systems by any secunty mstruments.
Purchaser acknowledges that as secunty for payment of the purchase pnce, Seller Will retam and Purchaser has granted, a secunty mterest m all IIC systems
sold to Purchaser Seller shall have all of ItS nghts and remedies as a Seller and a secured party under the U C C or other appropnate law No waIver by Seller or any
default shall constItute a waiver of any subsequent or further default. Seller may retam as lIqUIdated damages any partIal payments made and may peaceably repossess
the equipment from the Purchaser's premIses Without prejudice to any further claIms It may have. In the event legal actIOn be brought to enforce the prOVISions of any
order accepted by It, Seller shall be entItled to recover ItS court costs and reasonable attorney fees
Page 1 of2
.
\ ~
8. WARRANTY
Seller warrants that for a period of one year after test and acceptance by the Purchaser, or 18 months from date of shipment, whichever occurs first, all products
assembled by Seller shall be free from defects m material and workmanship Seller will at Its sole optIOn either repay the purchase price, or repair or replace at a
locatIOn to be deSignated by It, any product defects, which develop wlthm such period under normal and proper use, prOVided It receives prompt written notIce of
claimed warranty period This warranty shall not apply to any products altered or repaIred outSide Seller's factory or with other than Seller's replacement parts, unless
such repair was authorized m wrltmg by Seller, or to products or parts subject to misuse, abuse, neglect or accident or damaged by Improper mstallatlon or apphcatlOn
In no event shall Seller be hable for normal wear and tear, nor for any mCldental or consequentIal damages due to moperablhty of ItS products The foregomg are
Seller's sole warrantIes and guarantees, and all express or Imphed warrantIes, mcludmg all Imphed warrantIes or merchantablhty and fitness for a particular purpose,
which exceed the above obhgatlOn, are hereby disclaimed by Seller.
9. CANCELLATION, SUSPENSION AND DELAYS
After acceptance by Seller, this contract shall not be subject to cancellatIon, suspensIOn or delay Orders may be cancelled only with Seller's written consent and upon
payment of reasonable cancellatIon charges, which shall mclude all costs mcurred and work done pursuant to the contract to date of cancellatIon, suspensIOn or a delay
plus reasonable overhead and profit Additionally, all risks mCldent to and charges related to storage and/or resumptIOn of work, at Seller's plant or elsewhere, shall be
for Purchaser's sole account
10. LIMITATION OF LIABILITY
Seller shall not be responsible or hable m any way for any failure to perform due to Acts of God, fire or flood, serious explosIOns or aCCidents, foreign or Umted States
embargoes, war or nots, serious shortages, unavallablhty or Significant pnce mcreases m commodities, materials or components, labor disputes, mterruptlOn of
transportatIOn, loss of essentIal productIOn services, acts of any U S or foreign governmental authority, or by any other event beyond the reasonable control of Seller or
ItS subcontractors Seller shall not be hable to Purchaser for any mCldental or consequentIal damages for any reason whatsoever.
11. CHANGES AND BACKCHARGES
Any changes m or any additIons to the scope of work herem deSCribed or Imtlated by the Purchaser or resultmg from any circumstances beyond Seller's control shall be
for the account of and paid by the Purchaser Written change orders shall mltIate changes, and shall be conSidered as mdlvldual modificatIOns and shall not delay
payment to the Seller for the ongmal order.
Seller Will not approve or accept returns or backcharges for labor, materials or other costs mcurred by Purchaser or others m modificatIon or adjustment,
service or repair of Seller furnished materials unless such return or backcharges are pursuant to Seller's warranty and have been authorized m wntmg by an Officer of
Seller or by assigned purchase order or work reqUiSItion
12. PROPRIETARY INFORMATION
All mformatlOn furnished by Seller IS submitted solely for Purchaser's consideratIOn m connectIOn with thiS Job and shall be not be used by Purchaser nor disclosed to
any third party without Seller's wntten consent
13. DRAWINGS AND DESIGN
All drawmgs, descnptIve matter, etc submitted with thiS proposal are merely mtended to give a general Idea of the eqUipment descnbed and a set of drawmgs may be
supphed for approval after acceptance Seller reserves the nght to change or modify the deSign and constructIOn of any eqUipment m order to mcorporate Improvements
or to substItute matenal equal to or superior to that orlgmally speCified, and upon request, Will assist with suggestIons WithOUt hablhty for any resultmg loss or damage
to Purchaser
14. SOFTWARE AND LICENSE AGREEMENT
All software IS proVided under a non-transferable, non-exclusive hcense for Its use The purchaser, and If different, the end-user, shall be reqUired to Sign Seller's End-
User License Agreement upon acceptmg Seller's software documentatIon and usmg the software proVided All software and documentatIOn are copynghted by Seller
and contam valuable trade secrets No copies of thiS software or documentatIOn may be made except as authorized under the terms of the hcense agreement except as
required by law The software and documentatIOn are warranted agamst functIonal defects found dunng a period of one year after dehvery Seller's sole obhgatlOn
shall be to correct any such defect m a manner chosen by Seller m ItS sole discretIon Seller shall have no hablhty for any lost profits or direct, mdIrect, mCldental,
consequentIal, or other damages ansmg from use of the software and documentatIon or any associated hardware.
15. NON-ASSIGNMENT
Purchaser shaH not asSign thiS contract, nor any mterest herem or rights hereunder, WithOUt the written consent of SeHer and any attempted assignment shall be VOidable
at Seller's sole optIOn.
16. ENTIRE AGREEMENT
The contract expresses the entire agreement between the parties hereto and supersedes any prevIOus communicatIons, representations or agreements, whether oral or
written, and IS not subject to modificatIOn except by a wrltmg Signed by an authOrized Officer of each party
17. GOVERNING LAW
The contract shall be mterpreted and governed by the laws of the State of Washmgton, mcludmg but not hrmted to any dispute, controversy or claim arlsmg out of the
contract.
Form 977
Rev. 2/01
Page 2 of2
4~~-~~~-bb~1 ~~UMUNU b~N~~HL IN~
-'::>~ t-'0~
MHY "S
- o '0"s 11:50
ACORD.. CERTIFICATE OF LIABILITY INSURANCE or ID 1~ DATF\MMIVVIT''''
s&BIN-1 05/30/03
PRODUCER THIS CERnFICATE IS ISSuED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERnFICATE
P.edmonci General Insurance Agcy HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
>>0 Bo~ 847 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
aedaond ~ 98073-0847
Phone: 425-885-2283 rax:425-S85-6631 INSUReRS AFFORDING COVERAGE NAIC tI
INSURED INSURER A: The SaZ'tford 22357
INSURER B' Adairal Insurance CO.
S , B, InC. INsuReRC
8tl~ & A~8ociates
13 SE t:b 8~.et INSURER o.
lie evue WA 9B
INSURER E.
Ii
.
~
TIlE POLICieS Of' IIitSURANCE LISTED BELOW HAVE 8Eitl1S8UEO TO THE lN8\IlWl NAMED A8O\IE FOR THE POLICY pEAJOO INDICATED N01'MTH8TANDING
AN'f REQUIItfMl!NT. TERM ~ CONDITION OF ANY CONTRACT OR OTHER COCUMENT 'NIll1 MfSPECTTO WHICH THIS CERTlFlCA1E MAY lIE ISSUED OR
MAY pERTAIN. THE INSURANCE AFfORDED 8Y1l1E pOUClES oesCMl&O IER!IN IS SUBJEeTTO AU. THE TilUolS. EXCWSIOH8 AND cONDmON$ OF SUCH
POLICIES. AGGREGATE lIMITS SMOWN MAY I4AVE ~N REDUCED BY PAID ClJolMS.
LTRNIU 1YI'e OF INSURANCE JIOUCY NUMBl!R ~~ LIIIITS
GENERAL L1AlIUTY eACH OCCURRENCE .2.000.000
- 0'7/01/02 07/01/03 ~ealli.~1
A X X COMMERCIAl. GENERAL UAB/LITY 52SBUM4916 S 50 .000
- :=J ClAIMS MADE ~ OCCUR MEa EXP (My one peqol'l) . 5 000
PERSONAL a ArN INJURY .2.000.000
-
f-- GENEIlAl AGGREGATE .2.000.000
nL~n=APrrEA; PRCDUCT5. COMPIOP AGO $2.000.000
POLICY JECT LOC
~TOII08I\J! LIABILITY COMBINED BINaE wIT . 1,000,000
A ~ ANY AUTO 52oECIL1300 01/01/02 07/01/03 (Ee ICllIidenlI
f-- AL.L O'o'otlEO AUTOS 8001L Y INJURY S
SCHEOUU:O AUTOS (P.1llIfIlII'1
-
HIRED AUTOS llOOlL Y INJURY ,
- (p., DOC\CI8l'll
NONoOWNEO AUTOS
-
- PROPERTY DAMAGE S
(I'<< acckl8nIl
GARAGe LIABlu1V AUTO ONt. Y -I!A ACCIDENT .
R ANY AUTO O~ THAN SA ACe S
AUTQ ONLY: AGG S
::5cessAlM'REUA UABI1JlY EACH OCCURRENCE I
OCCUR 0 ClAIMS MADE AGGREGATE .
S
R= s
, I
WOIU(ERll COIIIPENSA1l0N AND s I IU~~
A I!IIPI.OYEAl' UA8lUTY 52SBA1Q44976 07/01/02 07/01/03 E.L. &ACM ACCIDeNT 11.000.000
""Y PROPAIETORIPAATHERlEXECunve
OI'FICfRMeMGER EXCUJOED'I Dfl'SoOftlIS CClt\flIIllElOT LlAB E.L DISEASE - EA EMPLOYEE s 1.000.000
~~~so.- E.L Ola~. pO\JCY UMIT 11 000 000
OTIfeR
B Proresaional L1ab A02PL1S765 0"7/01/02 07/01/03 E:&'rOZ'8 & $2,000,000
Oad.asione oer cJ.aiJll
DI!SCIlIP1lCN CI OPIAATIONI , LOCAtIONS' ~, UQ,UlIlOMa Aoon BY INDCU!IIENT' ePIC1AL PRov\SICNI
Re: Work perf'ormed ):)y sa Ine/Stead , Associates ~or City o~ Po:&'t Anplea,
W1; namely, The Water UtiJ.1ty SCN)A sy.tea Nod1fieation8 project. City of'
port Angeles 15 incJ.udecl .a AQdi. tionaJ. 1nsured per poJ.1.cy provisions;
endorsement fo~ SS0008 4/01. ~is e.rtifica~ uaends and Z'~lace8
prioZ' issue
COVERAGES
Ci ty of llort Angeles
Water Divieion
PO Boa 1150
Port Angeles ~ 98362
CANCELLAnON
CI'lYP02 IMOULOANYCI TMeABOVaOEIICAIIBPCUC1!8 BE CANCELlE1l8!fORETHUllPlRATlOtI
DA~ THe1U!OI'. TltI! I88UINO INI\IREfl. W1U-liNIIEAVOR TO MAIL ~ DAYe WRITTEN
N01lC! 10 TME a:R1lI'ICATI HClUlER. NAIleD TO THI! LDT.IUT PAlWU TO go eo 8tIALL
lIIPOIe NO oeLIGAllOM OR UA8lUTY Of ANY IClND UPON THIlINlUlUiff. rre AGiHT& OR
IW'ltES!!fTA1'lVI!8. ",.
AUTHOAIZ!D R9R!8EHfA
Jame- or. CbaIIbera
nON 1988
CERTIFICATE HOLDER
ACORD 26 (2001/08)