Loading...
HomeMy WebLinkAboutContract Y CAG-13-094 CITY OF RENTON CONTRACT AGREEMENT THIS AGREEMENT is made as of the �day of April , 2013, between the CITY OF RENTON, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and Insignia Sign, Inc., hereinafter referred to as "CONTRACTOR, to "Remove and Replace existing sign at Renton City Hall",The City and Contractor agree as set forth below. 1. Scope of Services. The Contractor will provide all material and labor necessary to perform all work described in the Proposal which is included with this Agreement as Attachment "A." 2. Changes in Scope of Services. The City, without invalidating the Contract, may order changes in the Services consisting of additions, deletions or modifications, the Contract Sum being adjusted accordingly. Such changes in the work shall be authorized by written Change Order signed by the City and the Contractor. 3. Time of Performance. The Contractor shall commence performance of the Contract no later than ten 10 calendar days after Contract's final execution, and shall complete the full performance of the Contract not later than al ar days from the date of commencement. 51x�fy ( 4. Term Of Contract. The Term of this Ag a ent shall end at completion of the enclosed scope of work. This Agreement may be extended to accomplish change orders, if required, upon mutual written agreement of the City and the Contractor. 5. Contract Sum. The total amount of this Contract is the sum of$12.234.23, which includes Washington State Sales Tax. 6. Retainage in Lieu of Bond. In lieu of a performance bond,the City will retain 50%of the contract amount for a period of 45 days after Final Acceptance of the work. 7. Method of Payment. Payment by the City for the Services will only be made after the Services have been performed and a voucher or invoice is submitted in a form acceptable to the City. Payment of the initial 50%will be made in the next pay cycle of the Renton Finance Department after receipt of such voucher or invoice (pay cycles are approximately bi-weekly). The remaining 50%will be paid 45 days after Final Acceptance. The City shall have the right to withhold payment to the Contractor for any work not completed in a satisfactory manner until such time as the Contractor modifies such work so that the same is satisfactory. 8. Employment. The Contractor's employees are not employees of the City of Renton. 9. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of this Contract without express written consent of the City of Renton. 10. Record Keeping and Reporting. The Contractor shall maintain accounts and records which properly reflect all direct and indirect costs expended and services provided in the performance of this Agreement. The Contractor agrees to provide access to any records required by the City. 11. Hold Harmless. The Contractor shall indemnify, defend and hold harmless the City, its officers, agents, employees and volunteers, from and against any and all claims, including claims from third parties, losses or liability, or any portion thereof, including attorneys fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Contractor's own employees, or damage to property occasioned by a negligent act, omission or failure of the Contractor. 12. Insurance. The Contractor shall maintain throughout the duration of this contract the following insurance requirements: General Liability insurance in the amount of$1,000,000 per occurrence/$2,000,000 aggregate; Professional Liability insurance in the amount of$1,000,000 per claim; Automobile Liability in the amount of$1,000,000 per accident; and proof of Workers' Compensation coverage. The City of Renton will be name as a Primary and Non-Contributory Additional Insured on the insurance policy and an endorsement stating such shall be provided. 13. Compliance with Laws. The Contractor and all of the Contractor's employees shall perform the services in accordance with all applicable federal, state, county and city laws, codes and ordinances. 14. Conflicts. In the event of any inconsistencies between contractor proposals and this contract,the City of Renton contract shall prevail. 15. Prevailing Wage Rates. The.Contractor, and any subcontractor(s), must comply with the State prevailing wage requirements. The Contractor must file an Intent To Pay Prevailing Wage at the beginning of the project and an Affidavit of Wages Paid at the end of the project with the Washington State Department of Labor and Industries, http://www.Ini.wa.gov/TradesLicensing/PrevWage/defauIt.asp. This Agreement is entered into as of the day and year written above. CONTRACTOR CITY OF RENTON (�Yh 71�awtio --d — Signa re Signature T�1DmSOP1 Cindyas, Presi nt Terry Higashiyama,Administrator Printed Name and Title Printed Name and Title Insignia Sign and Re-Imaging Business Name 325 Burnett Ave. North Mailing Address Renton WA 98057 City State Zip (425)917-2109 Telephone U6 CITY OF RENTON CONTRACT AGREEMENT Attachment A Renton City Hall Sign Replacement Quotation Quote Number: 5656-C Quote Date: Apr 22,2013 Quoted to: Site Address: Page: Renton G Hall 1 �' Renton City Hall Attn: Accounts Payable 1055 South Grady Way 1055 South Grady Way Renton, WA 98057 Renton, WA 98057 Customer ID Good Thru Payment Terms Sales Rep QTY OF RENTON 5/22/13 Net 30 Days 115 Quantity Description of Work: Unit Price Extension "..'t-SURVEY/ PERMITS / PROJECT MANAGEMENT' 1.00 LABOR: survey sign for install considerations (NO CHARGE): 1.00 PERMIT LABOR prepare pemlit drawings &application 600.00 600.00 forms,apply& rocure sign &electrical pern*Uts: 1.00 PERMIT%ES: billed @ cost and added to final invoice: 1.00 LABOR project management (NO CHARGE): SCOPE OF WORK'*' 4.00 LABOR(1ST TRIP TO SITE): per below listed items: 220.00 880.00 1 Remove existing 4'x53' Renton City Hall sign: 2� Load&transport sign back to Insignia's warehouse: 8.00 LABOR(SHOP WORK): per below listed items: 220.00 1,760.00 1) Remove&discard existing 36" Renton City Hall letters &all electrical components (existing 4'x53' cabinet to be reused): 2) Route &install new ACM panels on front of existing cabinet only to cover existing letter penetration holes: 3) Prep &ppaint front,top,bottom, &s ides of 4'x53'cabinet to match building window mullions per customer specifications: 4) Install &wire new 36" Renton City Hall LED illuminated h painted 4'x53' cabinet: 4.00 LABOR(2ND TRIP TO SITE): per below listed items: 220.00 880.00 1) Load&transport sign back to Renton City Hall: 2) Install &wire new 4'x53'Renton City Hall sign: 3)Wire new sign to existing electrical circuits: 1.00 DISPOSAL FEES: prover disposal of existing components: 300.00 300.00 5.00 MATERIALS: 5 @ 4'x12'ACM panels: 235.00 1,175.00 Pb sicaI/Ship l�ailip Address: Subtotal Continued 32 Burnett Avenue North PO BO)(2849 Renton, WA 98057 Renton, WA 98056 Sales Tax Continued Phone: 425-917-2109 Fax: 425-917-0153 Total Continued notation Quote Number: 5656-C Quote Date: Apr 22,2013 Quoted to: Site Address: Page: Renton G Hall 2 �' Renton City Hall Attn: Accounts Payable 1055 South Grady Way 1055 South Grady Way Renton, WA 98057 Renton, WA 98057 Customer ID Good Thru Payment Terms Sales Rep QTY OF RENTON 5/22/13 Net 30 Days 115 Quantity Description of Work: Unit Price Extension 1.00 MATERIALS: paint&misc painting supplies required: 300.00 300.00 1.00 MATERIALS: 1 set of 36" LED illuminated "Renton City 5,360.00 5,360.00 Hall" channel letters with white acrylic faces &gold letter returns/trimcap per customer specifications: QUOTE APPROVAU" BY DATE: TO PROCEED PLEASE SIGN,DATE,&RE ALONG WITH 50% DEPOSIT IN AMOUNT OF $6,100.00: Ph rsica I/Shi n alai I i Address: Subtotal 11,255.00 32 ett venue Noah PO BO 2849 Renton WA 98057 Renton WA 98€156 Sales Tax 1,06923 Phone: 425-917-2109 Fax; 425-917-0153 Total 12,324.23 i M1 O ry t(1 = o uu'i uiDi ry ry o V�—i _ V °�'Q °CpNm n uN w C 61 N C w.n 9 i-0 0 k; L = m d« d X 3 u En ?? 0 C.1 ¢ q}j ef-n , l` r e uS a^ory��f z o z`� U t.✓�,v' ," w 1— ov�t c Z C � O oo 9 a c v o n'ou ia a x ,O t' d V J m Q a Q� — Q c W LQ O U <i c WR ��� Uw 0 0 O Q m"•�� y m° 1t Xr y! r Z T I s � 9 S 4 E j r� E s.. co 0 rN i � p C n tL c �a� E2 V C ❑ mm ❑�� uN 5 c m rn f S c 00 Oy Q ❑NQ 2 ` Q N � ��S eooc'n,, a v3 X03 N� ? .. Q o c fn � w W� — U -" LL e�->°a 91 jy a N � Z o s4c`�s E� 0 V U CIS l(t ~ Q w Q N v r o= b - u it Cl-m M _ ,�� v; u r_. R ->a ......................... c w ui ►�- W LU J U U UJ b �}A z ,s L) L U © ui u,•;.- .j (D F- Llj F7 Y t N U) \ \ . � Q � � LIJ < :7 W LL' OLU ui ! (D p 2 C) LU Q C_) i11 Z < z Q U (D LIJ < (D Lij x1J L¢ L 1_ En Uj / a N Of cc z2 — O ! � U L) C LO F. w Li • ..