HomeMy WebLinkAbout19-182 - Teknon - TCC Camera Replacement19-182
Council Approval11/18/19
Contractor/
Vendor Name:
Address:
Telephone:
City of Tukwila
8200 Southcenter Boulevard, Tukwila WA 98188
CITY OF TUKWILA
Short Form Contract
Contract Number:
Teknon Project No. N/A
10675 Willows Rd. NE Suite 100
Redmond, WA 98052 Budget Item:
425-895-8535 Project Name: TCC Camera Replacement
Please initial all attachments, then sign and return copies one and two to;
City of Tukwila, Tukwila Parks & Recreation 12424 42nd Ave S., Tukwila, Washington 98168.
Retain copy three for your records until a fully executed copy is returned to you.
AGREEMENT
This Agreement, made and entered into thU is day of November 2019, by and between the City of
Tukwila, hereinafter referred to as "City", and Teknon, hereinafter referred to as "Contractor."
The City and the Contractor hereby agree as follows:
1. SCOPE AND SCHEDULE OF SERVICES TO BE PERFORMED BY CONTRACTOR. The
Contractor shall perform those services described on Exhibit A attached hereto and incorporated
herein by this reference as if fully set forth. In performing such services, the Contractor shall at all
times comply with all Federal, State, and local statutes, rules and ordinances applicable to the
performance of such services and the handling of any funds used in connection therewith. The
Contractor shall request and obtain prior written approval from the City if the scope or schedule is
to be modified in any way.
2. TIME OF COMPLETION. The work shall be commenced on November 20, 2019 and be
completed no later than December 31, 2019,
3, COMPENSATION AND METHOD OF PAYMENT. The City shall pay the Contractor for services
rendered according to the rate and method set forth on Exhibit A attached hereto and incorporated
herein by this reference. The total amount to be paid shall not exceed $60,000, except by written
agreement of the parties.
4. CONTRACTOR BUDGET. 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.
5. PAYMENTS. The City shall make payments on account of the contract at completion of the project.
6. ACCEPTANCE AND FINAL PAYMENT. Final payment shall be due 10 days after completion of
the work, provided the contract is fully performed and accepted.
7. CONTRACT DOCUMENTS.
The contract includes this Agreement, Scope of Work and Payment Exhibit.
CA revised December 2016
Page 1
' The intent ofthese documents katoInclude all labor, materials, appliances and services ofevery
kind necessary for the proper execution of work, and the terms and conditions of payment
therefore.
' The documents are to be considered as one, and whatever is called for by any one of the
documents shall baawbinding aoifcalled for byall.
^ The Contractor agrees toverify all measurements set forth |nthe above documents and toreport
all differences in measurements before commencing to perform any work hereunder,
8' MATERIALS, APPLIANCES AND EMPLOYEES.
' Except as otherwise noted' the Contractor shall provide and pay for all Ooateha|s, h^h0r' tools,
water, power and other items necessary tocomplete the work.
^ Unless otherwise specified, all material shall henew, and both workmanship and materials shall
beofgood quality.
` Contractor warrants that all workmen and subcontractors shall be skilled in their trades.
9. SURlyEYS, PERMITS AND REGULATIONS. The City shall furnish all surveys unless otherwise
specified. Permits and licenses necessary for the execution of the work shall be secured and paid
for bythe Contractor. Easements for permanent structures or permanent changes in existing
facilities shall be secured and paid for by the City unless otherwise specified. The Contractor shall
comply with all laws and regulations bearing Vn the conduct ofthe work and shall notify the City in
writing ifthe drawings and specifications are atvariance therewith,
10.PROTECTION OF WORK, PROPERTY AND PERSONS, The Contractor shall adequately protect
the work, adjacent property and the public and shall boresponsible for any damage mrinjury due10
any mot or neglect.
11.ACCESS TO WORK. The Contractor shall permit and facilitate observation of the work bythe City
and its agents and public authorities otall times.
12.CHANGES UNWORK. The City may order changes /nthe work, the contract sum being adjusted
accordingly. All such orders and adjustments shall beinwriting. Claims bythe Contractor for extra
cost must Uemade iDwriting before executing the work involved.
13. CORRECTION OF WORK. The Contractor shall re -execute any work that fails to conform to
the requirements of the contract and that appears during the progress of the work, and shall remedy
any defects due to fmu|b/ materials orworkmanship which appear within a period of one year from
date of completion of the contract and final acceptance of the work by the City unless the
manufacturer of the equipment or materials has a warranty for o longer period of time, which
warranties shall be assigned by Contractor toCity. The provisions ofthis article apply towork done
bysubcontractors amwell aatowork done bydirect employees ofthe Contractor.
14.OVVNER`S RIGHT TO TERMINATE CONTRACT. Should the Contractor neglect to execute the
work pnopedy, or fail to perform any provision of the contract, the City, after seven days' written
notice to the uontrodor, and his aumty, if any, may without prejudice to any other remedy the City
may have, make good the deficiencies and may deduct the cost thereof from the payment then or
thereafter due the Contract or, at the City's option, may terminate the contract and take possession
of all rnmtede|o, tou|m, appliances and finish Vxod/ by such means as the OMV sees fit. and if the
unpaid balance ofthe contract price exceeds the expense offinishing the work, such excess shall
be paid to the Contractor, but if such expense exceeds such unpaid balance, the Contractor shall
pay the difference tVthe City.
15.PA1y88ENTS. Payments shall 6emade oaprovided [nthe Agreements. Payments otherwise due
may hewithheld onaccount ofdefective work not remedied, liens filed, damage oythe Contractor
toothers not adjusted, orfailure tomake payments properly 1othe subcontractors.
16.INSWRA0CE. The Contractor oh#U procure and maintain for the duration of the Agreement,
insurance against claims for injuries topereonoordamegetqpvopedyvvhiohmayarise from orin
connection with the performance of the work hereunder by the Contractor, their mgaOts,
cxrevised December 2016
representatives, employees or subcontractors. Contractor's maintenance ofinsurance, its scope qf
ooVen;Qe and limits as required herein shall not be construed tPlimit the liability Cfthe Contractor
to the omvanuge provided by such insurance, or otherwise limit the C|b/s recourse to any remedy
available atlaw orinequity,
A. Minimum Scope of Xnmunmooe. Contractor shall obtain insurance of the types and with the
limits described below:
1. Automobile Liabilitv insurance with a minimum combined single limit for bodily injury
and property damage nf$1`OUD.0OOper accident. Automobile liability insurance shall
cover all ovvnod, non -owned, hired and leased vehicles. Coverage shall be written
on Insurance Services Office (|8O) form C&OD 01 or substitute form providing
equivalent liability coverage. (fnecessary, the policy shall beendorsed toprovide
contractual liability coverage,
2. Commercial General L}abi|ityinsurance with limits Doless than $1,000.000each
occurrence, $2,000,000 general aggregate and $2,000,000 products -completed operations
aggregate |irn|L CornUog[#io| General Liability insurance eh@U be as least at broad as |S[}
occurrence form CG 00 01 and shall cover liability arising from premises, operations,
independent contractors, products -completed operations,atopgapUmhiUtv.pe[muDo|Injury
d advertising injury,and liability assumed under anInsured 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.
B. Other Insurance Provision. The Contractor's Automobile UmkJ|dy and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be primary
insurance with respect tothe City, Any insurance, om|ARourance.orinsurance pool coverage
maintained bythe City shall beinexcess ofthe Contractor's insurance and shall not contribute
with it.
C. Acceptability of Insurers. Insurance is to he placed with insurers with e cu,rentA.yW. Best
rating of not less than /\/V|i
D. Verification mfCoverage. Contractor shall furnish the City with original certificates and acopy
of the amendatory endorsements, including but not necessarily limited tuthe additional insured
endorsement, evidencing the insurance requirements of the Contractor before commencement
ofthe work.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits required, if any, to be obtained by subcontractors, which determination shall
bemade iAaccordance with reasonable and prudent business practices.
F. 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 business days of their receipt
0fsuch notice.
G. Failure 0mMaintain Insurance. Failure onthe part ufthe Contractor tomaintain insurance em
required shall constitute a material breach of contract, upon which the City may, after giving five
carevised December 2016 Page
business -days t#the Contractor to correct the breach, immediately terminate the contract
or, at its discretion, p[uouna or renew such insurance and pay any and all premiums in
connection therewith, with any sums eoexpended toberepaid hothe City demand, oradthe
sole discretion ofthe City, offset against funds due the Contractor from the City.
17, PERFORMANCE BOND. The Contractor shall furnish to the City prior to start of construction o
performance bond at 10096 of the amount of the contract and in oformo acceptable tothe City. In
lieu of bond for contracts ieme than $25.000, the City may, at the Contractor's option, hold 5% of
the contract amount as retainage for a period of 30 days after final acceptance or until receipt of
all necessary releases from the Department of Revenue and the Department of Labor and
Industries and settlement ofany liens, whichever imlater.
18. LIENS. The final payment shall not be due until the Contractor has delivered to the City a complete
release oyall liens arising out ufthis contract orreceipts infull covering all labor and materials for
which alien could befiled, orabond satisfactory tOthe City indemnifying the City against any lien.
19. SEPARATE CONTRACTS. The City has the right toexecute other contracts inconnection with
the work and the Contractor shall properly cooperate with any such other contracts.
20, ATTORNEYS FEES AND COSTS. |nthe event uflegal action hereunder, the prevailing party shall
be entitled torecover its reasonable attorney fees and costs.
21. CLEANING UP. The Contractor shall keep the premises free from accumulation of waste material
and rubbish and at the completion of the work, shall remove from the premises all rubbish,
implements and surplus materials and leave the premises clean.
22' INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials,
employees and volunteers harmless from any and all deinoe' injuries, damages, losses or suits
including attorney fees, arising out of or in connection with the performance of this Agreement,
maoapt for injuries and dmmnm0eo caused by the sole negligence of the City. Should a court of
competent jurisdiction determine that this Agreement iosubject toRCVV4.24.115.then, inthe event
ofliability for damages arising out ufbodily injury toperooneordaOnagestqpPnportycousedbyor
resulting from the concurrent negligence of the Contractor and the Cdy, its officers, Officia|o,
enlp|oyeeo, and volunteers, the Contractor's Uahi|ib/ hereunder shall be only to the extent of the
Contractor's negligence. |tisfurther specifically and expressly understood that the indemnification
provided herein constitutes the Contractor's waiver ofImmunity dIndustrial Insurance, Title 51
F<CW,solely for the purposes ofthis indemnification, This waiver has been mutually negotiated by
the parties. The p[OV|s|oDs of this section shall survive the expiration or termination of this
AonamrnenL
23. PREVAILING WAGES' The Contractor shall pay all laborers, workmen and mechanics the
prevailing wage and shall file the required "Statement of Intent to Pay Prevailing Wages" In
conformance with RCVV39.12.O4O.
24. DISCRIMINATION PROHIBITED. The Consultant, with regard tothe work performed by it under
this Agreement, will not discriminate on the grounds of race, naUQion, cneod, color, national or|g|n,
age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the
presence of any disability in the selection and retention of employees or procurement of materials
or supplies.
26. ENTIRE AGREEMENT; MODIFICATION. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Contractor and
supersedes all prior negotiations, representations, or agreements vVrUdeU or oral. No amendment
or modification of this Agreement shall be of any force or effect unless It is In writing and signed by
the parties.
26. SEVERABILITYAND SURVIVAL. |fany term, condition orprovision ofthis Agreement |adeclared
void or VOeDfumoeab|8 or limited In its application or effect, such event shall not affect any other
provisions hereof and all other provisions shall renlg|U fully eDforoeab|e. The provisions of this
CArevised December 201* Page
/
01
I
�
Agreement, which by their sense and context are reasonably intended to survive the completion,
expiration or cancellation of this Agreement, shall survive termination of this Agreement.
27. NOTICES. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature
line below.
28. APPLICABLE LAW; VENUE; ATTORNEY'S FEES. This Agreement shall be governed by and
construed in accordance with the laws of the State of Washington. In the event any suit, arbitration,
or other proceeding is instituted to enforce any term of this Agreement, the parties specifically
understand and agree that venue shall be properly laid in King County, Washington. The prevailing
party in any such action shall be entitled to its attorney's fees and costs of suit.
IN WITNESS WHEREOF, the parties hereto executed this Agreement the day and year first above
written.
CITY OF TUKWILA Teknon
By: By:
Signature ao9 Sign
Printed Name: Allan Ekberg, Mavor Printed Name:
Title:
Date:
Date: ‘k.
ATTEST/AU ENTICATED:
y Clerk, Christy O'Flaherty
APPROVED S TQFPR
BY: ./1._
Office of the City Aftorney
CA revised December 2016
Page 5
TEKNON
> .1,,b.-1 A
10675 Willows Rd. NE Suite. 100, Redmond, WA 98052
Phone: (425) 895-8535 Fax: (425) 895-0535
Attn: Eric Compton Date: 11/7/2019
Company: City of Tukwila Project Reference: Tukwila Comm. Center
Address: 12424 42nd Ave 5. From: Keenan Lazzar
Tukwila, WA Email: klazzargoteknon.com
Email: eric,compton@tukwilawa.aov Phone: 206-305-9763
Thank you for offering Teknon Corp, an opportunity to provide a Lump Sum Proposal for the installation of
security devices and cabling at the Tukwila Community Center site located in Tukwila, WA. This quote
acknowledges local and national communication building standards and codes in accordance with the following.
• TCCCameraMap
Scope: DlgiFort VMS, IP Camera's, and new CAT6 cabling
• Provide and install (23) 4MP Hanwha Techwin (HT) cameras (replacing existing and new locations)
• Indoor locations only
• Provide and install CAT6 cable for all new and existing camera locations
• Provide and Install mounting hardware for all indoor cameras
• Provide and install head end patch panel and jacks (with terminations)
• Provide all required cable pathway for cable rough in (excluding EMT conduit)
• Provide and install firestopping for new wall penetrations
• Provide and install required surface mount raceway for areas with no ceiling access (Allowance of $500)
• Provide and install (1) 15TB server for video (unit will be recommended by DIGIFORT)
• Provide and install (1) TrendNET POE Swith — 52 port (TPE-5420WS)
• Provide and install (1) Leviton 48-port Patch Panel
• Provide and install 4-post rack for equipment mounting
• Provide and Install (23) CAT6 patch cords
• Provide and commission DIGIFORT software with training
• Provide licensing for VMS software and cameras
• Provide City of Tukwila Permit
• Included King County Prevailing Wages
Replace Existing / Add New Cameras and cabling
Material: $33,851.00
Labor: $20,623.00
Total: $54,474.00
Scope Summary:
• Terminate all copper cabling in accordance with ANSI/TIA/EIA-568-B standards.
• Label each horizontal distribution cable with 4-points of identification per Administration Standard for
Commercial Telecommunications Infrastructure per ANSI/EIA/TIA-606-A.
• Provide electronic test result documentation to comply with manufacturer's standards and ANSI/TIA/EIA-
568-6.1, B.2, B.3 and C3 are upheld.
www.Teknon.com
Page 1 of 2
znsr5Willows Rd. mcSuite. zVo Redmond, wA9V05z
Assumption ofScope:
~ All work will beperformed Inaccordance with Standards and State/Local codc In effect attime ofthe bid.
^ Scope of work will be performed during normal business hours, 6:00am to 5:00pm Monday - Friday.
° Access will beprovided |natimely manner tnall facilities where work isrequested. Delays and/or
interruptions resulting from lack u[access may result inadditional charges,
^ Numaterials aembeordered orwork tmbeperformed without acustomer PO.
° Any changes to the scope of work will require a customer approved change order before any additional
work is to be performed, unless otherwise approved between the customer and Teknon,
° All other patch cords, fiber jumpers, and cross connects will be furn[shed and Installed by others unless
mentioned {nthis proposal.
Terms and Conditions;
° Provisions for a lay -down area for secure on -site storage location will be coordinated prior to
commencement v*scope.
° Confidential Information: This bid Information is confidential and proprietary, for use only by its Intended
recipients.
° TeknpnCorp, warranties all Installations against defects |nmaterials and craftmansh|pfor aperiod nfone
year after substantial completion vfproject.
Specific Exclusions.
w Active electronics not Included above.
° Standby and shift work,
° Washington State Sales Tax.
� Paint, patching and repair.
° Battery backup system
Thank you for considering TwknonCorp. for your communication needs. We appreciate the opportunity wuprovide
this detailed communication construction proposal. Should you have any questions v,require any additional
information regarding our bid response please contact me.
Sincerely,
Teknon Corporation
Business Development
ACCEPTANCE OFPROPOSAL
Authorized Signature: Date�
This proposal represents the entire agreement between the parties, There are nurepresentations, promises or
other understandings unleo expressly Included herein.
Pogozv{2