HomeMy WebLinkAbout26-032 - Bio Clean, Inc - Encampment Cleanup and Debris RemovalL "Ifty of Tukwila
ot
6200 Southcent,er 16oullevard1, TulkWla WA 98188
/,"g
Contract Number: 26-032
Council Approval N/A
This, Agreement is entered into by and between the City of Tukwila, Washington, a nonI-charter
optional municipal code city hereinafter referred to as, "the City," and. Big Clean, Ine., hereinafter referred
to as "the Contractor," whose principal office is located at
4801 56th P��gy �ftle
, WA 98270
911 [its 1614:2 1161611: ky'LZI1111--ing 'I IL-Jaz):4 -1z] I i III givil
TY xt". I I q �! 1-11 1
19 17-3 17-M47=111iEl!"! 1!1101i� 17I ?. m ZIA1,11.1
IN CONSIDERATION OF the mutual benefits, and conditions hereilnafter contained, the parfies,
hereto agree as, follows:
4917i M-1 11M, 1 -nil
3. Contractor Rud-aO. The Contractor shall apply the funds received under this, Agreement within the
maximum, limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires, to amend its budget in any way.,
4. Duran og of Agreement. This Agreement shall be in, full force and effect for a period commencing
January 22 , 2026 , and ending IFebruant 28, 2026, unless sooner terminated under the provisions,
hereiin,af ter specified.
I W-Mrowl I V1121VIOSTUNIS, 9,117-K6 Met
V V.
CA Revised May 2020 Page I off
Should a court of competent jurisdiction determine that this Agreement is subject to IAC" 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 Public Entity, its
officers, officials, employees, and volunteers, the Contralctor'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 forthe 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 Agreement,.
7. Immem. The Contractor shall procure and maintain for the duration of the Agreement, insurance
against claimsfor 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. 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 firnit the City's recourse to any remedy available at law or in equity.
A, Jillnimurn Scope of Insurance. Contractor shall obtain insurance of'thei types and with, the limits
described below:
11. Automobile 1-JaVility insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Automobile liability insurance shall cover all
owned, non -owned', hired and leased vehicles. Coverage shall be written, on Insurance Services
Office (180) form CA 00 01 or a substitute form, providing equivalent liability coverage. If
i
necessary, the policy shall be endorsed to provide contractual liability coverage,.
2.
Commercial General Liability, insurance with: limits no less than $,2,0001,0001 each occurrence,
$2,000,000 general aggregate and $2,0100,000 products- com plete'd operations aggregate
limit. Commercial General Liability, insurance shall be as least at broad as ISO occurrence
form: CG 010, 01 and shall cover liability arising from premises, operations, independent
contractors, produicts-completed operations, stop gap, liability, personiail injury and advertising
injury, and liability assumed under an insured contract, The Commercial General Liability
insurance shall be endorsed to provide a per project g!enerali aggregate limit using ISO form
CGI 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
010 10 01 and Additional Insured-Complieted Operations endorsement CG 20 37 10 01:1 or,
substitute endorsernents, providing at least as broad coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance llaws of the State of
Washington,
B. Public Entity Full Avallabillity of Contractor Limits. If the Contractor maintains higher insurance
limits than the minimums shown above, the Public Entity shall be: insured for the full available limits
of Commercial General' and Excess or Umbrella liabilityl mantained by the Contractor, irrespective
of whether such limits maintainedbythe Contractor are greater than those required byth!is Contract
or whether any certificate of insurance, furnished to the Pubilic Entity evidences Iimlts of liability
lower than those maintained by the Contractor.
C. Other Insurance Provision. The Contractors Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be primary
insurance with, respect to the City. Any insurance, self-insurance„ or insurance pool coverage
maintained by the City shaalll be excess of, the Contractor's insurance and shall not contribute with
it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with: a currentAM, Best rating
of not less than A: Vill.
CA Revised May 20r2o Page 2 of 4
E. Verification of Coverage. 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. Upon, request by the City, the Contractor shall furnish, certified, copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors' coverage.
K Subcontractors. 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 determ in ing the l�im its of
coverage required to be obtained by Subcontractors, The Contractor shall ensure that the Public
Entity is an additional insured on each and every Subcontractor's Commercial General liability
insurance policy using an endorsement as least as bir,oaidl as, ISO CG 201 1!0 101 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this
work with written inotice of any policy cancellation, within two: business: days of their receipt of such
notice.
H. Failure to Mainitain 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
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, , off set against fund's due the Contractor from the City.
ul. , 0,411
A. The Contractor shall maintain accounts and records, including personnel',, property, financial and
programmatic records, which sufficiently and properly reflect, all direct and indirect costs of airy
nature expended and services performed in the performance of this Agreement and other such
records as may, be deemed necessary by the City to ensure the performance of this Agreement.
B., These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them, is granted by the officeof the archivist in, accordancewith RCW Chapter
40.14 and by the City.,
I
J. 6lidIN glid InsRectiodocuments w
ns. The records and documenith respect to all matters covered' by this
I
Agreement shall be subject at aalll times to inspection, reviewor audit by law during, the performance of
this Agreement.
10. Jjj[Mjjjjdjqp. This Agreement may at any time be terminated by the City giving to the Contractor thirty
(3,0) days written notice of the City's intention to terminate the same, Failure to provide products on
schedule may result in contract termination, If the Contractors insurance coverage is canceled for, any
reason, the City shall have the right to, terminate this Agreement Immediately.
111. Discrimi
inalgni Pr2hl!2,11jed. The Consultant, with regard to the work performed by it under this
Agreernent, will! not discriminate on: the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the
presence of any disability, or any other protected class status under state or f ederal law, in the
sellection and retention of employees or procurement of materials or supplies,.
The Contractor shall not assign or subcontract any portion of the
services contemplated by this, Agreement without the written consent of the City.
13. Entire Agreement; Modification'. This Agreement, together with attachments or addendlia, represents
the entire and integrated Agreement between the City and the Contractor and supersedes all! prior
negotiations, repiresenitations, or agreements written or oral. No arnendment or modification of this
Agreement shall be of any force or effect unless it is in writing and signed by the parties.
CA Revised May 2020 Page 3 of'4a
It Clerk, City of Tukw�ila
6200 SOUthcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to, the address provided by the Contractor upon the
signature flne blelow.
116. This Agreement shall ble igov,emed by and construed in
,accordance with the laws of the State of Washington. In the event any suit, arbitration, or other,
procee ding i's instituted to enforce any term of this Agreement,, the part�ies specifically understand and
agree that venue shall be property laid in King County, Washington. The prevailing party in any such
act�ibn shall be entitled to its attorney's fees and costs of suit.
DATED this 26th day of 2026
CITY OF TUKWILA CONTRACTOR
I M
Public Woirks Director
ESigned by -
Andy, Youn-Barneft, City Clerk
F13=1
Signed by -
E -452""" .......... - - - - — ....- -- - - ------ -- - --- - ----------------- - --------------
Office of the City Attorney
PrintedNarne- /-1J(1(,)L'v-)
..
Title:
............... . ...........
. ....... . ..
CA Revised May 2020, 1 Page, 4 of4
State of Washington
Department of Labor & Industries
Washington State Prevailing Wage
Contractor to pay Prevailing Wages: Contractor shall pay the prevailing rate of wages to all
workers, laborers, or mechanics employed in the performance of any part of the Work in
accordance with RCW 39.12 and the rules and regulations of the Department of Labor and
Industries. The schedule of prevailing wage rates for the locality or localities of the Work, is
determined by the Industrial Statistician of the Department of Labor and Industries. It is the
Contractor's responsibility to verify the applicable prevailing wage rate.
Phone Number: Prevailing Wage Section - (855) 545-8163
Mailing Address: Department of Labor and Industries
7273 Linderson Way SW, Tumwater, WA 98501
Web Site: https://secure.Ini.wa. og v/waizelookup/
Bio Clean Inc
4801 56th PI
Marysville WA 98270 USA
BILL TO
Joshua Hopkins
DESCRIPTION
SHIP TO
Joshua Hopkins
15901 West Valley Highway
Tukwila Washington 98188
United States
Encampment Cleaning
Biohazardous scene normalization call -out, labor pricing includes containment of bio -
hazardous waste, transient debris, or any litter that poses health and safety risk,
removal of contaminated contents, proper disposal, administrative fees, and photo
documentation.
EXCLUDES: Old tractor sitting in area. Client will be provided another estimate for
haul out of this item.
ESTIMATE
DATE EXPIRATION ESTIMATE #
1/23/2026 575
QTY RATE AMOUNT
1.00 6,000.00 6,000.00
SUBTOTAL
DISCOUNT
TAX
TOTALUSD
618.00
6,618.00