Loading...
Red Hawk Fire Protection_O&M Fire Panel Replacement_LPW Contract 2024019Page 1 of 14 CITY OF BAINBRIDGE ISLAND LIMITED PUBLIC WORKS CONTRACT THIS LIMITED PUBLIC WORKS CONTRACT (“Contract”) is entered into between the City of Bainbridge Island, a Washington State municipal corporation, (“City”) and Red Hawk Fire Protection, a Washington State corporation, (“Contractor”). In consideration of the terms and conditions set forth in this Contract, the City and the Contractor (each individually a “Party” and collectively the “Parties”) agree as follows: 1.Contractor Services. The Contractor shall furnish at its own cost and expense all labor, tools, materials, and equipment required to construct and complete, in accordance with this Contract and to the satisfaction of the City, the public works project known as the Name of Project Project (“Project”). The Project is detailed in the following documents, which are attached hereto and incorporated herein by reference: •Insurance Requirements (Attachment A) •Certification of Compliance with Wage Payment Statutes (Attachment B) •Proposal (Attachemnt D) *Scope of Work ( Attachment C) *Schedule of Prevailing Wages (see https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx) 2.Notice to Proceed; Time of Completion. This Contract shall become effective upon execution by both Parties. The Contractor shall commence work within seven (7) days after the City issues a written Notice to Proceed and shall complete the work within twenty-one (21) calendar days from the City’s issuance of the Notice to Proceed. The time of beginning, rate of progress, and time of completion are essential conditions of this Contract. 3.Payment. 3.1 Payment amount and procedures. The City shall pay the Contractor for all work and services covered by this Contract in an amount that shall not exceed Eighteen Thousand, Two Hundred Seventeen Dollars Eighty Four Cents ($18,217.84), including applicable sales tax. The payment amount shall exclude approved change orders, in accordance with the quantity and unit prices shown on the attached bid proposal. The Contractor shall submit, in a format acceptable to the City, monthly invoices for work and services performed in a previous calendar month. The City shall pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City’s payment shall not constitute a waiver of the City’s right to final inspection and acceptance of the work. Page 2 of 14 3.2 Defective or Unauthorized Work. If during the course of the Contract the work rendered does not meet the requirements set forth in the Contract, the Contractor shall correct or modify the required work to comply with the requirements of the Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the Contract. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. “Additional costs” means all reasonable costs incurred by the City, including legal costs and attorneys’ fees, beyond the maximum contract price under this Contract. The City further reserves the right to deduct the cost to complete the work, including any additional costs, from any amounts due or to become due to the Contractor. 3.3 Final Payment; Waiver of Claim. Thirty (30) days after completion and final acceptance of the Project by the City as complying with the terms of this Contract, the City shall pay to the Contractor all sums due as provided by this Contract, except those required to be withheld by law or agreed to in special contract provisions. THE CONTRACTOR’S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY THE CONTRACTOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. 3.4 Retainage. The City waives the retainage requirements of RCW 60.28.011(1)(a) for this Contract pursuant to RCW 39.04.155(3). Although the City is waiving these retainage requirements for this Contract, the City retains its right of recovery against the Contractor for any payments made on the Contractor’s behalf, as provided in RCW 39.04.155(3). 4. Prevailing Wage. The Contractor shall comply with and pay prevailing wages as required by chapter 39.12 RCW, as well as paying prevailing wages related to public works and building service maintenance contracts funded in part or in whole with federal funds. Federal wage laws and regulations shall be applicable. No worker, laborer, or mechanic employed in the performance of any part of this Contract shall be paid less than the prevailing rate of wage as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. Prior to making any payment under this Contract, the Contractor shall submit to the City an approved copy of the “Statement of Intent to Pay Prevailing Wages” from the Department of Labor and Industries. It is the Contractor’s responsibility to obtain and file the Statement. The Contractor shall be responsible for all filing fees. Notice from the Contractor and all subcontractors of intent to pay prevailing wages and prevailing wage rates for the Project must be posted for the benefit of the workers. Each invoice shall include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors. Page 3 of 14 In case any dispute arises regarding the prevailing rates of wages for work of a similar nature, and such dispute cannot be resolved by the parties of interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington, and his/her decision therein shall be final and conclusive and binding on all parties involved in the dispute as provided for by RCW 39.12.060, as it may be amended in the future. 5. Indemnification and Hold Harmless. 5.1 Defense, Indemnification, and Hold Harmless. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers from any and all claims, injuries, damages, losses, or suits, 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. 5.2 Liability for Damages Caused by Concurrent Negligence. 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. 5.3 Inspection and Acceptance. The City’s inspection or acceptance of any of the Contractor’s work when completed shall not be grounds to void, nullify, and/or invalidate any of these covenants of indemnification. 5.4 No Third Party Right of Indemnification. Nothing contained in this Contract shall be construed to create a liability or a right of indemnification in any third party. 6. Nondiscrimination and Compliance with Laws. 6.1 Nondiscrimination. The Contractor agrees not to discriminate against any employee or applicant for employment or any other person in the performance of this Contract because of race, creed, color, national origin, marital status, sex, sexual orientation, age, disability, or other circumstance prohibited by federal, state, or local law or ordinance, except for a bona fide occupational qualification. 6.2 Compliance with Laws. The Contractor shall comply with all federal, state, and local laws and ordinances applicable to the work to be done under this Contract. The Contractor shall complete Attachment B to this Contract. Page 4 of 14 6.3 Violation of this Section. Violation of this Section 6 shall be a material breach of this Contract and grounds for cancellation, termination, or suspension by the City, in whole or in part, and may result in ineligibility for further work for the City. 7. Job Safety. 7.1 Work Site Safety. The Contractor shall take all necessary precaution for the safety of employees on the work site and shall comply with all applicable provisions of federal, state, and local regulations, ordinances, and codes. The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known and unusual hazards. 7.2 Trench Safety. All trenches shall be provided with adequate safety systems as required by chapter 49.17 RCW and WAC 296-155-650 and -655. The Contractor is responsible for providing the competent person and registered professional engineer required by WAC 296- 155-650 and -655. 8. Utility Location. The Contractor is solely responsible for locating any underground utilities affected by the work and is deemed to be an “excavator” for the purposes of chapter 19.122 RCW. The Contractor shall be responsible for compliance with chapter 19.122 RCW including utilization of the “one call” locator system, before commencing any excavation activities. 9. Warranty and Guarantee. The Contractor shall warrant and guarantee the materials and work to be free of defects for a period of two (2) years after the City’s final acceptance of the entire Project. The Contractor shall be liable for any costs, losses, expenses, or damages, including consequential damages, suffered by the City resulting from defects in the Contractor’s work including, but not limited to, the cost of materials and labor expended by the City in making emergency repairs and the cost of engineering, inspection, and supervision by the City. The Contractor shall hold the City harmless from any and all claims, which may be made against the City as a result of any defective work, and the Contractor shall defend any claims at its own expense. Where materials or procedures are not specified in the Contract, the City will rely on the professional judgment of the Contractor to make the appropriate selections. 10. Correction of Defects. The Contractor shall be responsible for correcting all defects in performance of the work and/or related to materials discovered after the acceptance of this work. When corrections of defects are made, the Contractor shall be responsible for correcting all defects in the performance of the work and/or related to the materials in the corrected work for one year after the acceptance of the corrections of the City. The Contractor shall start work to remedy such defects within seven (7) days of the City’s mailed notice of discovery, and shall complete such work within a reasonable time agreed to by both parties. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by the City, in which case the Contractor shall pay all costs incurred by the City to perform the correction. In the event the Contractor does not accomplish corrections within the time specified, Page 5 of 14 the correction work will be otherwise accomplished by the City and all costs of same shall be paid by the Contractor. 11. Change Order/Contract Modification. 11.1 Amendments. This Contract, together with attachments and/or other addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This Contract may be amended, modified, or added to only by written change order properly signed by both parties. 11.2 Change Orders. The City may issue a written change order for any change in the work during the performance of this Contract. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the City within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor’s costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. If the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving the written change order. If the Contractor fails to require a change order within the time frame allowed, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided below. 11.3 Procedure and Protest by Contractor. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor shall, within fourteen (14) calendar days, provide a signed written notice of protest to the City that states the date of the notice of the protest, the nature and circumstances that caused the protest, the provisions of the Contract that support the protest, the estimated dollar cost, if any, of the protested work and how the estimate was determined, and an analysis of the progress schedule showing the schedule change or disruption, if applicable. The Contractor shall keep complete records of extra costs and time incurred as a result of the protested work. The City shall have access to any of the Contractor’s records needed to evaluate the protest. If the City determines that a protest is valid, the City will adjust the payment for work or time by an equitable adjustment. 11.4 Failure to Protest or Follow Procedures Constitutes Waiver. By not protesting or failing to follow procedures as this section provides, the Contractor waives any additional entitlement or claims for protested work, and accepts from the City any written or oral order (including directions, instructions, interpretations, and determinations). 11.5 Contractor’s Duty to Complete Protested Work. Regardless of any protest, the Contractor shall proceed to promptly complete work that the City has ordered. Page 6 of 14 11.6 Contractor’s Acceptance of Changes. The Contractor accepts all requirements of a change order by: (1) endorsing the change order; (2) writing a separate acceptance; or (3) not protesting in the manner this section provides. A change order that is accepted by the Contractor as provided herein shall constitute full payment and final settlement of all claims for contract time and for direct, indirect, and consequential costs, including costs of delays related to any work, either covered or affected by the change. 12. Claims. The Contractor shall give written notice to the City of all claims, other than change orders, within thirty (30) days of the occurrence of events giving rise to the claim, but in no event later than the time of approval by the City for final payment. Any claim for damages, additional payment for any reason, or extension of time shall be conclusively deemed to have been waived by Contractor, unless a timely written claim is made in strict accordance with the applicable provisions of this Contract. At a minimum, a Contractor’s written claim must include the information required in Section 11.3 regarding protests. FAILURE TO PROVIDE A COMPLETE AND WRITTEN NOTIFICATION OF CLAIM IN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM. The Contractor must, in any event, file any claim or bring any suit arising from or connected to this Contract within 120 calendar days from the date the work is completed. The Contractor, upon making application for the final payment, shall be deemed to have waived its right to claim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. 13. Contractor’s Risk of Loss. It is understood that the whole of the work under this Contract is to be done at the Contractor’s risk, and that it/he/she has familiarized itself/himself/herself with all existing conditions and other contingencies likely to affect the work, and has made its/his/her bid accordingly, and that Contractor shall assume the responsibility and risk of all loss or damage to materials or work which may arise from any cause whatsoever prior to completion. 14. Insurance. The Contractor shall maintain the insurance described in Attachment A: 15. Payment and Performance Bonds. The City waives the payment and performance bond requirements of chapter 39.08 RCW for this Contract pursuant to RCW 39.04.155(3). Although the City is waiving these bond requirements for this Contract, the City retains its right of recovery against the Contractor for any payments made on the Contractor’s behalf, as provided in RCW 39.04.155(3). 16. Termination. This Contract shall terminate upon satisfactory completion of the work described in the Scope of Work ( Attachment C) and final payment by the City. The City may terminate the Contract and take possession of the premises and all materials thereon and finish the work by whatever methods it may deem expedient by giving ten (10) days’ written notice to the Contractor. Page 7 of 14 In the event that this Contract is terminated by the City, the Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in the Scope of Work ( Attachment C) is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under the Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by the City or which may be sustained by reason of such refusal, neglect, failure, or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City’s expense and damages exceed the unpaid balance, the Contractor and its surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and interests of the City under the Contract, provided such legal costs shall be reasonable. 17. Attorney’s Fees and Costs. If any legal proceeding is brought related to the enforcement of this Contract, or because of a dispute, breach, default, or misrepresentation in connection with any of the provisions of this Contract, the prevailing party shall be entitled to recover from the other party, in addition to any other relief to which such party may be entitled, reasonable attorney’s fees and other costs incurred in that action or proceeding. 18. General Administration. The Project Manager of the City shall have primary responsibility for the City under this Contract to oversee and approve all work performed as well as all financial invoices. 19. Ownership of Documents. On payment to the Contractor by the City of all compensation due under this Contract, all finished or unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract shall become the property of the City and shall be forwarded to the City upon its request. Any records, reports, information, data, or other documents or materials given to or prepared or assembled by the Contractor under this Contract shall be kept confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City or by court order. 20. Subletting or Assigning of Contracts. Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties, or interests accruing from this Contract without the prior written consent of the other. If subcontract work is needed, prior to approval by the City, the Contractor must verify that its first-tier subcontractors meet the bidder responsibility criteria as provided in RCW 39.04.350. 21. Relationship of Parties. The parties intend that an independent contractor relationship will be created by this Contract. As the Contractor is customarily engaged in an independently established trade which encompasses the specific service provided to the City hereunder, no agent, employee, representative, or subcontractor of the Contractor shall be or shall be deemed to be the employee, agent, representative, or subcontractor of the City. None of the benefits provided by the City to its employees, including, but not limited to, compensation, insurance, and unemployment insurance, are available from the City to the Contractor or its employees, agents, representatives, or subcontractors. The Contractor shall be solely and entirely responsible Page 8 of 14 for its acts and for the acts of Contractor’s agents, employees, representatives, and subcontractors during the performance of this Contract. The City may, during the term of this Contract, engage other independent contractors to perform the same or similar work that the Contractor performs hereunder. 22. Nonwaiver of Breach. The failure of the City to insist upon strict performance of any of the terms and rights contained in this Contract, or to exercise any option contained in this Contract in one or more instances, shall not be construed to be a waiver or relinquishment of those terms and rights and such terms and rights shall remain in full force and effect. 23. Written Notice. All communications regarding this Contract shall be sent to the Parties at the addresses listed below in the Contact information, unless otherwise notified. Any written notice shall become effective on delivery, but in any event on the date three (3) calendar days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Contract. 24. Term. This Contract shall be effective from the date of Contract execution through expiration of the warranty period as described in Section 9. IN WITNESS WHEREOF, the Parties have executed this Contract as of the later of the signature dates included below. CONTRACTOR NAME CITY OF BAINBRIDGE ISLAND Date: Date: By: By: Name Chris Wierzbicki, Public Works Director Title Tax I.D. # City Bus. Lic. # Page 9 of 14 CITY CONTACT: CONTRACTOR CONTACT: Joel Goodwin Print Name:____________________________ City of Bainbridge Island Address:______________________________ 280 Madison Ave N ______________________________________ Bainbridge Island, WA 98110 ______________________________________ Phone: (206) 842-1212 Phone:________________________________ Fax: Contractor License #: ____________________ (If this is a new contractor or if the Contractor has never conducted work with the City, a W-9 form must be attached to this Contract.) Page 10 of 14 ATTACHMENT A INSURANCE REQUIREMENTS A. Insurance Term The Contractor shall procure and maintain insurance, as required in this Section, without interruption from commencement of the Contractor’s work through the term of the Contract and for thirty (30) days after the physical completion date, unless otherwise indicated herein. B. No Limitation The Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City’s recourse to any remedy available at law or in equity. C. Minimum Scope of Insurance The Contractor’s required insurance shall be of the types and coverage as stated below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be at least as broad as Insurance Services Office (ISO) form CA 00 01. Pollution Liability coverage at least as broad as that provided under ISO Pollution Liability-Broadened Coverage for Covered Autos Endorsement CA 99 48 shall be provided, and the Motor Carrier Act Endorsement (MCS 90) shall be attached. 2. Commercial General Liability insurance shall be as least at broad as 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 a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse, or underground property damage. The City shall be named as an additional 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 at least as broad coverage. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Page 11 of 14 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 $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products- completed operations aggregate limit. E. City Full Availability of Contractor Limits If the Contractor maintains higher insurance limits than the minimums shown above, the City shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this contract or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by the Contractor. F. Other Insurance Provision The Contractor’s Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain, that they shall be primary insurance as respect the City. Any insurance, self-insurance, or self-insured pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. G. Contractor’s Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor’s employee-owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor’s agents, suppliers, contractors or subcontractors as well as to any temporary structures, scaffolding, and protective fences. H. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their Subcontractors, Sub- subcontractors, agents, and employees, each of the other, for damages caused by fire or other perils to the extent covered by other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. I. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. J. Verification of Coverage Page 12 of 14 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 endorsements, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur. Upon request by the City, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this contract and evidence of all subcontractors’ coverage. K. Subcontractors’ Insurance The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the City is an additional insured on each and every Subcontractor’s Commercial General liability insurance policy using an endorsement at least as broad as ISO Additional Insured endorsement CG 20 38 04 13. L. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation within two (2) business days of their receipt of such notice. M. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five (5) business 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, offset against funds due the Contractor from the City. Page 13 of 14 Attachment B Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date INSERT DATE, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder’s Business Name Signature of Authorized Official* Printed Name Title Date City State Check One: Sole Proprietorship ☐ Partnership ☐ Joint Venture ☐ Corporation ☐ State of Incorporation, or if not a corporation, State where business entity was formed: If a co -partnership, give firm name under which business is transacted: * If a corporation, proposal must be executed in the corporate name by the president or vice - president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Page 14 of 14 ATTACHMENT C PROJECT – SCOPE OF WORK NAME OF PROJECT Item 1: Install new NFS-329 Intelligent Fire Alarm Panel per manufacturers specification. Meet all local requirements and fire code. See “Attachment D” for detailed information. Project Name Attn Customer Email Date *Phone Systems Pricing Notes Total Plans Dated: *Price Valid for: 30 days Addenda: Taxes added Pages: See clauses, Page 2 Tasks Performed By:RHFP Other Notes: Designed CAD drawings & as-builts Equipment Submittals AHJ Approvals Permits Purchase of wire Core Drilling, patch, paint Wire installation Provide field devices X Provide raceways, specialty boxes X 120 VAC Connections Head End, Controls, & Powers Supplies X Field Device Trim X Software Programming X System Programming X Equipment Startup and Pre-test X System Commissioning X Off-site Monitoring Coordination X AHJ Final Inspection X Fire Watch / Security Watch X Per Plans and Specs Design/Build End-User Training:X O & M Manuals X Equipment Warranty X Print Name:Date: Signature:P.O. # 0 FA system upgrade to addressable Excluded Excluded Excluded Scope of Work Estimate Bainbridge Isl. Facilities Bldg Joel Goodwin Bainbridge Isl. City of jgoodwin@baibridgewa.gov 1/24/2024 206-780-3583 16,683.00$ Bainbridge Isl. Facilities Bldg 0 Termination’s, Programming, Pre-Testing, & AHJ Final Inspection: Ferry/travel included Excluded Excluded -$ Excluded 1,534.84$ 18,217.84$ Excluded Excluded Design Excluded Excluded Existing locations Certification, Training, & Warranty: Acceptance of Proposal: Acceptance of proposal: By its signature hereunder, customer acknowledges that the foregoing prices, specifications, supplemental information and conditions are satisfactory and accepted and will supersede any conflicting conditions in any P.O. issued by Customer Customer 917 134th Street SW Suite B3 Everett Wa 98204 JeremyMunson, General Manager JeremyM@redhawkfp.com (253) 921-4462 Cell 1 2 3 4 5 6 7 8 9 1 2 3 Elevator Control Room connections shall be performed by the Elevator Contractor. 4 Phone-Lines where required shall be provided by others. 5 Overtime, all work shall be performed during normal business hours, M-F 7am-4pm. 6 All conduits, back boxes and rough in shall be performed by the Electrical Contractor. (N/A when RHFP is providing turn-key) 7 Any Equipment and/or Materials not specifically listed on this proposal. 8 Fire Watch if required shall be provided by others. 9 Trouble shooting and repairs of work performed by others or pre-exisiting Pre-test of system functions with associated Sub-Contractors. Inclusions: Bainbridge Isl. Facilities Bldg Scope of Work: Equipment as listed on the attached Bill of Materials. Design, Shop Drawings, & Product Submittals. Commissioning, Technical Check-Out. Headend & Remote Power Supply Terminations. Systems Programming by Factory Certified Technicians. Exclusions: 120 Volt 20 Amp dedicated branch circuits shall be provided by others. Any additional devices required by the AHJ shall be provided at an additional cost. Final Inspections & Testing with the Authorities Having Jurisdiction (AHJ's.) System replace like for like System test 100% and file documents for the year of 2024 ** Escalation Clause Notice ** The Contract Price has been calculated based on the current prices for materials as of the execution of this Agreement. However, the market for the materials that are hereafter specified is considered volatile, and sudden price increases could occur. Although our proposal has been prepared to incorporate known current costs, our progressive and final billing may include an itemized surcharge based solely on price changes of material after the date this proposal was issued. Bainbridge Isl. Facilities Bldg Qty Manufacturer Part Number Description 1 Notifier NFS-320 NFS-320 INTELLIGENT FIRE ALARM PANEL; SINGLE PRINTED CIRCUIT BOARD WITH ONE SLC LOOP (318 DEVICES), 1 Notifier FDU-80 80 CHARACTER DISPLAY ANNUNCIATOR. “SECURITY KEYPAD” MECHANICAL DESIGN. FOR USE WITH THE NFS-320, NFS2-640, NFS-640, NFW2-100, AND NFW-100 2 Notifier FSP-951 INTELLIGENT ADDRESSABLE PHOTO DETECTOR; WITH FLASHSCAN; WHITE 2 Notifier B300-6 INTELLIGENT FLANGED MOUNTING BASE; 6" INCH; WHITE 4 Notifier FDM-1 ADDRESSABLE DUAL MONITOR MODULE; WITH FLASHSCAN, TWO CLASS B CIRCUITS. 6 Notifier NBG-12LX ADDRESSABLE NBG-12L PULL STATION; WITH FLASHSCAN. Bill of Materials: CONDITIONS GOVERNING QUOTATION AND SALE EQUIPMENT, LABOR & MATERIALS. The conditions noted hereon supersede all previous conditions, quotations and sales proposals from PRE-CHECK OUT TERMS & REQUIREMENTS (for parts and smarts projects only) Terms & Conditions: 12. The above conditions and terms may only be modified or waived by written agreement. 1. PRICE ARE: For equipment listed herein only unless otherwise indicated. Prices quoted do not include any taxes unless otherwise specified by RHFP. sales team. Prices are firm for a period of 60 days from the date of this proposal. 2.       TERMS OF PAYMENT: Net 30 days, Minimum Invoice Charge $50.00 Net. 3. TERMS OF SHIPMENT: FOB Factory unless otherwise noted and authorized by (RHFP).. 4. SHIPPING DATE: Shipping dates specified are subject to confirmation by RHFP. at the time of placing the order, and are also subject to charges caused by strikes, accidents, and any other conditions beyond RHFP control. Shipping schedule for equipment scheduled hereon is subject to availability and starts with RHFP's acceptance of CUSTOMER’S formal order, and in the case of special items it starts upon receipt of complete information necessary to design and manufacture them. Shipping schedule on orders requiring submission of drawings or other data for approval starts when notification of final approval is received by RHFP., that is, unless advised in writing to the contrary, material will be released for manufacture and subsequent shipment as soon as approval is received. Unless specifically agreed upon in writing, exact time of delivery is not a condition of sale cancellations, returns or penalties cannot be considered for that reason. Unless specifically prohibited, partial shipments are acceptable. 5. ACCEPTANCE OF ORDERS: Orders based on this quotation are subject to acceptance by RHFP. only at RHFP's. 6. INTERPRETATION OF REQUIREMENTS: The equipment covered by this quotation represents RHFP's interpretation of the requirement from information available to RHFP.. If quoted equipment differs from the actual requirements, RHFP. reserves the right to revise quotation accordingly unless specifically stated in RHFP's quotation that the equipment will be supplied in accordance with job plans and specifications applying thereto. 7. CANCELLATION: In the event of a request to stop work or to cancel any part of an order, liquidated damages are to be paid to RHFP as follows: a) any work scheduled for completion within 30 days will be paid for in full and prompt instruction given to RHFP. as to disposition; b) all work in process, and any raw materials and supplies used or for which commitments have been made by RHFP. in connection with this order, will be paid for on the basis of RHFP. full cost plus 20% 8. RETURN AND EXCHANGES: Written permission must be received from RHFP. to return or exchange equipment. On standard equipment, the service or exchange charge will vary from 25% to 50% depending upon cost of handling, turnover, etc. Special or non-stock equipment cannot be returned or exchanged. The cost of repairing or refinishing any equipment will be added to the service charge. Transportation cost involved must be borne by the purchaser. 9. CLAIMS FOR BREAKAGE AND NON-RECEIPT: Total and full responsibility is transferred to cosignee after bill of lading or receipt of signed. Claims for breakage, etc. should be forwarded to the transportation company. Shipment should be inspected for damage upon arrival and damage noted on packing slip by the receiving party. Claims of short shipment must be made within (5) days of receipt of equipment. Failure to do so deprives RHFP. of ability to substantiate accuracy of shipment and thereby nullifies any claim against RHFP.. 10. WARRANTY: RHFP. does not make any, nor has it made any warranty in conjunction with the sale of RHFP. products except the following. RHFP. warrants all new products that it distributes to be free from defects in material and workmanship, and will without charge, within one year from date of shipment, replace or repair, F.O.B. point of manufacture, any part thereof found to be defective. Any warranty of RHFP. products that are subject to improper use, tampering, negligence, vandalism, or accident is void. RHFP. does not authorize any person to assume for it any liability in conjunction with product other than herein expressed. RHFP. liability does not extend to consequential damages. This warranty provides that examination of returned product must disclose, in RHFP. judgement, a manufacturing defect. Authorization for return of merchandise must be accompanied by a written return authorization. Any product purchased from RHFP., and not returned with a written return authorization, shall and will be assumed to be out of warranty. Repairs, replacement parts, and shipping will be charged to purchaser. 11. TAXES: The amount of any use or sales tax or other similar tax which may be applicable to the products offered for sales by RHFP. shall be paid by the purchaser. RHFP. is not responsible for the collection and filing of use and sales taxes except in jurisdictions where said collection and filing is obligatory on RHFP.. · All fire alarm control panel(s) and fire alarm peripheral device(s) must be installed and wired by electrical contractor. All cables to be stripped and dressed in a workman- like fashion and made ready by electrical contractor. All wiring to meet all applicable building, fire department, and electrical codes. All wiring continuity tests and checks to be performed by electrical contractor prior to RHFP's system checkout. All circuit and panel polarity must be strictly observed throughout entire system. All signaling devices and circuits connected to fire alarm system(s) are supervised, therefore there can be no parallel branching (tee taping) permitted. Addressable Devices can be tee-taped with some restrictions. Please contact RHFP.