HomeMy WebLinkAbout21-007 - Chipman Relocation & Logistics - Relocation Services (Fire)Contractor/
Vendor Name:
Address:
Telephone:
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Chipman Relocation
8939 S 190x' St
Kent, WA 98031
425-251-0562
CITY OF TUKWILA
Short Form Contract
Contract Number: 21-007
Council Approval N/A
Project No.
Budget Item:
Project Name:
Tukwila Fire Department
Please initial all attachments, then sign and return copies ane and two to:
City of Tukwila, Department, 6200 Southcenter Boulevard, Tukwila, Washington
98188. Retain copy three for your records until a fully executed copy is returned to you.
AGREEMENT
This Agreement, made and entered into this 12th day of January 2021, by and between the City of Tukwila,
hereinafter referred to as "City", and Chipman Relocation, 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 1/21/21 and be completed no later than
2/3/21.
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 B attached hereto and incorporated
herein by this reference. The total amount to be paid shall not exceed $14,785.00, 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.
The intent of these documents is to include all labor, materials, appliances and services of every
kind necessary for the proper execution of work, and the terms and conditions of payment
therefore.
CA revised Way 20201/1
0201/1 Page 1
• The documents are to be considered as one, and whatever is called for by any one of the
documents shall be as binding as if called for by all.
• The Contractor agrees to verify all measurements set forth in the above documents and to report
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 materials, labor, tools,
water, power and other items necessary to complete the work.
• Unless otherwise specified, all material shall be new, and both workmanship and materials shall
be of good quality.
Contractor warrants that all workmen and subcontractors shall be skilled in their trades.
9. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish ail surveys unless otherwise
specified. Permits and licenses necessary for the execution of the work shall be secured and paid for
by the 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 on the conduct of the work and shall notify the City in writing if the
drawings and specifications are at variance therewith.
10. PROTECTION OF WORK, PROPERTY AND PERSONS. The Contractor shall adequately protect
the work, adjacent property and the public and shall be responsible for any damage or injury due to
any act or neglect.
11. ACCESS TO WORK. The Contractor shall permit and facilitate observation of the work by the City
and its agents and public authorities at all times.
12. CHANGES IN WORK. The City may order changes in the work, the contract sum being adjusted
accordingly. All such orders and adjustments shall be in writing. Claims by the Contractor for extra
cost must be made in writing 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 faulty materials or workmanship 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 a longer period of time, which warranties shall be assigned
by Contractor to City. The provisions of this article apply to work done by subcontractors as well as to
work done by direct employees of the Contractor.
14. OWNER'S RIGHT TO TERMINATE CONTRACT. Should the Contractor neglect to execute the work
properly, or fail to perform any provision of the contract, the City, after seven days' written notice to
the contractor, and his surety, 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 materials,
tools, appliances and finish work by such means as the City sees fit, and if the unpaid balance of the
contract price exceeds the expense of finishing the work, such excess shall be paid to the Contractor,
but if such expense exceeds such unpaid balance, the Contractor shall pay the difference to the City.
15. PAYMENTS. Payments shall be made as provided in the Agreements. Payments otherwise due may
be withheld on account of defective work not remedied, liens filed, damage by the Contractor to others
not adjusted, or failure to make payments properly to the subcontractors.
16. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, 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. 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.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
CA revised May 2D20 Page 2
1. Automobile Liability 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 (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 with limits no less than $2,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit.
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 ISD 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. Public Entity Full Availability 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 Genera! 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 Public Entity evidences limits of
liability lower than those maintained by the Contractor.
C. 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 with respect to the City. Any insurance, self-insurance, or insurance pool coverage
maintained by the City shall be in 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 current A.M. Best rating
of not fess than A: VII.
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.
F. 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 determining the limits 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 broad as ISO CC 20 10 10 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 notice of any policy cancellation, within two business days of their receipt of such
notice.
H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain insurance as
required shall constitute a material breach of contract, upon which the City may, after giving five
CA revised May 2020 Page 3
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.
17. PERFORMANCE BOND. The Contractor shall furnish to the City prior to start of construction a
performance bond at 100% of the amount of the contract and in a form acceptable to the City. In lieu
of bond for contracts less 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 of any liens, whichever is later.
18. LIENS. The final payment shall not be due until the Contractor has delivered to the City a complete
release of all liens arising out of this contract or receipts in full covering all labor and materials for
which a lien could be filed, or a bond satisfactory to the City indemnifying the City against any lien.
19. SEPARATE CONTRACTS. The City has the right to execute other contracts in connection with the
work and the Contractor shall properly cooperate with any such other contracts.
20. ATTORNEYS FEES AND COSTS. In the event of legal action hereunder, the prevailing party shall
be entitled to recover 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 claims, injuries, damages, losses or suits
including attorney fees, arising out of or in connection with the performance of this Agreement, except
for injuries and damages caused by the sole negligence of the City. Should a court of competent
jurisdiction determine that this Agreement 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 Agreement.
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
RCW 39.12.040.
24. DISCRIMINATION PROHIBITED. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate an the grounds of race, religion, creed, color, national origin, 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.
25. 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 written 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. SEVERABILITY AND SURVIVAL. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any other
provisions hereof and all other provisions shall remain fully enforceable. The provisions of this
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
CA revised May 2020 Page 4
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
zc 2(e TayrcAe r I
By:
Signature Signature
Printed Narne: Rachel Bianchi, Deputy City Administrator Printed Narne: Krystal Lemke
Date: 01/21/2021 Title: Customer Service Rep
Date: 1/20/21
CA revised May 2020 Page 5
II I I I I I
I • J11111,11111,11,1,11 !II II, I, 1,1
III': '•:•: : :
I 1'1'11 :1;:11':1;•I'•I • • • •''I•T I I • • • •
,..„.........,..
""'""'"))000000000000001,00,00,00,00,00,00,00,00,00,00,00,00,00,00,00,00,00,00,00,00000000 11)100111010.001” 1111111 111,11! 111 1110 1!. 11)10.1
.„........................... ..„„.„
IIIIII
,I4 ,10
\ l?'
o l' Im1111 11111111111111111111111111111111111 /d//11//
Ilill'l
' 11''N11111111111111 111111 "///1////
M i 1)111111111111)hil ////////
'1 111111111111111111111
111111111111111
1
1:11 11:11,1111.111.
111111111111P"
11, mg/A.
l''111111II i
) ) ))
r, 11
„,,„, „1,1„,111,111,11, 1, 1,1,1 1,1 11,11,11„ 11 1 1 11 111111111111111111111111111111111111111111111111i11111111111111111111111'11111'1
„:11:::::111111111 1,1 II HI 11 1111 1111 11111111111"111111111111111111111"111111111111"11111111111111""111'
11111111111 1111111111 11111111111 11111111111 11111111111 11111111111
11111111111 11111111111 11111111111 11111111111 11111111111 11111111111 11111111111 III
, 1111111„,111 11 „11111111„,11111,11„„„11,11,1„1„ „„11,111,1, „„1,1,1 ,„1,
III I IIIIIIIIIII
0'001' III:00,0 III
11 11 111 11111111111 11111111 111111111 111111111 11111111111111111
II
:11 1,:1:1,1,11,11,11,11,11,11,11:1,1,01,101,111:1,1„:1,1,11,11,11,11,111,:11,11,11,11,11,11,11,11,11,11,11,:o
11:;"„ 1111 111111111111111111111111111111111111111111111111.11111111111111111111111
„„„„„„:11„:„1111111 III 11111 111111111111111111111111111111111 111111111111111111111
11111111111111111111111
11111111111111111111111111111111111 1111111111111
1111111 111111111111111111111111111111111111111111111111111111111
0000001 ,1 ,1,01 010010001k (1000000'
11:„1„1„1„1„:„,1„))),1111,,11,,1111111111"'.1
11111111..010 i...1.000).000000000).,100„
'"111,11111111,11,11,11,11,111,"
0000000000000010000
1111,111111,,,,,
.11,11,111
,,,,"11.„111111
0010000 1111111111
1,1,11,q 1111111
111111111111111111111111
v111 1,11 I
1 1 1 II'
00 0
'IIITO,ifkkg' 00111 ' 10 000000000
0000IIIIIIIIIIIIIII11010IIII 001000000 111111111111111
111111:111.",?
1111,11,11111,11111,11,1111111,V111141:11)11:111$41,11,11,111111:111111,m111,11,11,,,11,11,11111411,11,111110,,,,11111',111111111
111,11,11.:1„,„„:11.1„,„J„,1111111:','"HHHHHHH11111111,
0000)01000,010,011,00,00,000,000,,
ii111,1111111111 ,Vi14.1111'111'4U111',1111„.1,„,„
P
RE
000001111111111101111000000
PARED FOR:
Jason Konieczka
Ng
1111111111111111:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1:1111011
Th Io( o cto & LogJ
Tukwila Fire Department
PREPARE
111111111111 "
1 000000010 1 „00000000010
1111 1.111111:y
100„ 0000101 100010000g 111000'''',11,„000„ g
11,11,, 11111111,111111,, ,
D BY:
Greg Dolan
Chipman Relocation + Logistics
*
11111111
11111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111,
The Importance of Hiring a Professional Relocation Firm
Thank you for including Chipman Relocation & Logistics in your search for a qualified relocation
resource. Chipman has a long-standing reputation of delivering an extraordinary customer
experience, backed by 80 years of knowledge across multiple product lines.
Since 1939, our Workplace Services Division has been an area of focus and expertise. The expertise
applied on every project is evident long before the first truck arrives at your location. We believe in
a planning and implementation schedule that is created collaboratively, meeting your needs and mitigating
your risks. As your relocation partner, Chipman Relocation and Logistics will help oversee every step of the
planning and execution process.
�
�
111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111,11111
�
�
The Chipman Corporation was founded by Arthur and Dorothy Chipman in 1939, as our country
was beginning to emerge from the Great Depression. They began with only one truck, a small
warehouse and. most importantly, a family commitment to helping individuals and companies through the
challenging process ofmoving. Their dream was to build a moving company that would stand apart from all
others by living and breathing their core values.
Today, more than eight decades later, Chipman has grown to become one of the most successful moving
and logistics companies in the country. We successfully move 20.000+ families each year to and from all
points in the country and g|obe, while our Workplace division relocates more than 7.000 businesses of
virtually every type and size.
We want to thank you for including Chipman in your search for a qualified relocation companyWe invite
you to visit our fac||it|es, meet our ennp|oyees, check our references, and discover for yourself why we are
able earn our customers' enduring trust and full satisfaction.
11
1111111111111111111111111111111111111111111111111111111111111111111111111
VVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVV
^^
Office Moving
Warehouse Relocation
Project Management
Industrial Machinery
1111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111I
Warehousing/Distribution
Supply Chain Management
Transportation Services
Hospitality / FF&E
|�
� | � � ;11111111111 11 11111
� � g]m � U)�� |\1 \ � I | „III
111111111111111111111111111111111
Local Moving
Interstate Moving
Global Relocation
Containerized Moving
• v,i |I III
'V, I:VV 1111 411111,1111,
U111.•1111111111111 ..111.111 .111111111111111..U1111'��1111.„11111.1..1 1. .11.11 � .111.
flwer
iffiv H
�� p
IT Disconnect/Reconnect
Deco ission
�
�
111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111"
Retail Corporate Moving
Final Mile Military Moving
Chipman believes that the most critically important factor towards the success of any office and industrial
move is the performance ofour crews. Our service team must be vve||'tra|ned, dependab|e, honest, efficient,
and obtain a customer -centric attitude. All service crew members are subject to rigorous pre-employment
screening, including:
Drug testing
Prior employment verification
Predictive Employment Assessment
CriminaI background checks
DMV reports
References
At Chipman, we believe our service crews are the very best in the industry, and the key reason why we
ea rn the respect and repeat business of our clients.
UPI
�
�
100
111
Ell ER
�
�
100
„„, „„,„,„ �
Chipman is proud to be able to provide evidence that we have the financial stability to reinvest in
our peop|e, assets, and training. We obtain no debt, and pay our service team members timely and
appropriately. Our customers can be assured that Chipman is a risk-free choice to manage and execute their
upcoming relocation project. Upon request, we will provide our audited financial statements to showcase
our financial strength and reliability. We are proud of our Com pa ny1s growth over the last several years.
2011 Revenue: $30,795000
2012 Revenue: $33.294,000
2013 Revenue: $37.709,000
2014 Revenue: $42.151.000
At
�
�
2015 Revenue: $45750000
2016 Revenue: $48,962.000
2017 Revenue: $51.480.000
2018 Revenue: $5EL050.000
NU
Chipman takes great pride in providing a safe environment for all of our employees and crew members.
Each and every day, we deploy a 'Safety First' mission. Every crew team that is dispatched includes a
specialist that has been trained and briefed on safety best practices. Quality and Safety Compliance
managers are regularly dispatched to job -sites in order to ensure all safety requirements are being adhered
to without exception.
Upon request, we will provide Chipman's latest ExMod records and safety manual.
001
1111un
M1111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111M11111
oo
�
�
Our dedication to the customer experience, breadth of operational capacity, financial stability, and 80 years
of knowledge set us apa rt from our com petition. We obtain 785,000 sq. feet of warehousing space
throughout the West Coast, all the while providing relocation, logistics, installation and liquidation services.
Here are several otherfactorsthat make us unique.
Proven track record ofsuccessfully executing 3.5OO+logistic projects peryear
98% on time delivery since 2012
Crews are rigorously vetted, including criminal & drug testing; We Do Not use day labor
Average employment for key crew members |s1Byears
Crews possess unique skill set of being proficient in both moving and installation, equating to cost savings
Local + family owned company ownership dates back to 1939 - all profits flow back into co unities
Financial stability of our company solidifies long te partnership with customers + piece of mind
'� , |
� / �| � � � ;
� �]m � U)�|\�� \ 111� | Ny) "!
11111
100
100 Ili
1111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111
010'1'1'1'1'1
Our Understanding &Your Needs
0
Every relocation is unique. Each has its own priorities, distinct challenges, and set of business objectives.
Chipman Relocation and Logistics focuses on streamlining the logistics so that your relocation project is
uneventful, and that disruptions and downtime are minimized.
We align our proven practices to address your needs during every step of the process. That way, we ensure
your desired outcomes stay at the forefront of every decision.
11111111111111111111111111
0080111101010100.11101210
0o0
100
111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111I
Create Date: Jan 12, 2021
Expire Date: 90 days
Prepared By:
Phone:
Greg Dolan
2532496593
1
00
„„ununnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnunnun
Account Name: Tukwila Fire Department Moving From:
Contact Name: Jason Konieczka
Phone:
Email:
Additional Stop:
206-372-7075 Moving To:
444 Andover Park East
Tukwila, WA 98188
444 Andover Park East
Tukwila, WA 98188
15447 65th Ave South
Tukwila, WA. 98188
jason.konieczka@tukwila Estimated Move February 2021
wa.gov
Date:
oioo.1.1"1"••• • o'oololloi
Provide Project Management (-20 hrs) to plan and oversee move operations
Complete the relocation of designated furniture and contents from- and to the addresses listed above
Materials: Chipman will supply Speed packs, large open bins 48"Lx30"W x 421, for consolidation of hoses
and bulk items at the current locations. Tukwila Fire Dept, will provide their own cartons for smaller items
Two Origin locations. The main Andover Park location, the second location at Station 52 contains Boxes of
EMS equipment.
911 N 11 .111 11 1111 .11
g 11 111111111. „II .0 „III
Mayfl
111111, II I II I I
'141 ,111
11
II 1 1 11111 1111 II 1 III 1 1
11 1 11 1 1 1 1 11 I 111111111 II I 1 11 11
Chipman will remove current storage racking for fire hoses. Reinstallation will be performed by the
General Contractor at this time if at all.
Material deliveries prior to the, one week in advance: Andover Park 20 speedpacks with dollies, 4 machine
carts and 6 library carts for the shop area and for small parts or equipment, shrinkwrap
Washer and dryer will need to be disconnected by the client prior to move or serviced by third party. At
the new location it is recommended that new hoses be purchased and installed for the water lines.
Dis-and reconnect (xx) Computer/Monitor Terminals will be done by staff
This Proposal is based on Prevailing Wage per RCW 39.12.040. Sales tax does not apply to the municipality
Remove and deliver surplus furniture to landfill or place of donation. This is an alt add and not included in
the cost
Provide small Happy Crew for adjustments
Have a supervisor on site throughout service completion and utilize specialized equipment for the safe
relocation of all furnishings, equipment and contents
111111
11111 Le
1111111
IMIUMMIMIUMMIUMMIUMIMMI
1
00
11 11114 110. s
!1!111 911 tc
mffil II „II
g 1111111111H
111 1111
11
� � w
Material Deliveries & Pick-up
Rental of Library Carts
Doub|esided
$420.00
2
$12.00 6
1
2 0% $144.00
Machine Cart Rental $12.00 4 2 0% $96.00
Speed Packs / Open Tops $35.00 26 1 0% $910.00
Shrink wrap $35.00 2 1 0% $70.00
Move Coordination, Building Protection, $250.00 1 1 0% $250.00
Standard Moving Equipment
Proof of Insurance
Additional Insured Endorsement $150.00 0 1 0% $0.00
Request, per each addt'I insured if
needed
Valuation/Damage Protection $4.50 0 1 0% $0.00
$2O.00Owith a$25Odeductible
Tax 1 $0.00
Subtotal $2,310.00
[
1111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111
11111111111111111111111111111111111111111111111 II, 11111110011111111101I11011110011111101110111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111
Project Manager
Crew Supervisor
(3) Truck, (3) Drivers and (5) Movers
1`00,4ain cnavviosenhce 444411-1dover P1,111.,. 1 driverall d 2 men
service Old 52. K4eetainvvlocation
(2) Installers
0.0000100,000/00- 11000 ti001 .0.,n,1000
(1) Truck and (2) Movers
10-i.appy000":„re0„000/110001:osi11010oye, 111000en)oveexce1:51:113eq1....1ip1-11e111111or
debr1sand1111'1 1neiuneifnecess�ry
11111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111,
�
�
�
�
��
w
N
1
$95.00 1
$910.00
11111111111111111111111111111
=
1111111~���~�
10
9
9
11111111
1111111
$950.00
$855.00
$8,190.00
Subtotal 012,475.00
Commencement of this project indicates acceptance of pricing, terms and conditions.
111 111 IN [11111111111UUUUUUUU
Payment to be made Net -30 Days upon Chipman credit approval; Services under $3,000 typically are paid
via Credit Card or Company Check.
A 1.5% service charge, per month, will be applied to all past due invoices.
Pricing is based on free and clear access, a working elevator (if needed), in addition to an environment free
of other trades & contractors. If not, Chipman reserves the riht to revert to time and materials
billing. Client is responsible for electrical / hardwire disconnect & reconnects and data communications
Projects lasting longer than 2 -weeks will be subject to progress billing/invoicing.
Due to changes (initiated by the customer) to the scope of this project, man hours will be billed
accordingly.
Chipman provides standard valuation coverage @ $0.60/lb per article at no additional charge.
Per the quote, Damage Protection is a suggested value of coverage based upon averages. It is the
|�
| � ;
� � g]m � U)�|\0� Ny)
� 11111111
� ���''�
II |N U III | | 11111 11111I N J ���n I
| U | �U��| |� /,� U o
0
°° seise - 00,000 0 10 00000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000
000000000000000000000000000000000000100 0000000000000011001000101100000000000000000000000000000001000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000
responsibility of the sineetover|fvtheva|ueofgomdsbe|ngnnoved.Ch|pnnan|snotrespons|b|efor
liability damages in excess of the value declared. A higher value can be declared at additional cost.
Payment must be made in full prior to claim settlement.
The total cost will be based upon actual time and resources needed to complete the move.
11111,11111,
�
�
�
11111„
�
�
�
�
�
�
�
10
~
w
By sining, I declare my intent to engage the services of Chipman Relocation & Logisticsasoud|ned|nthks
proposal. | have read and understand the scope ofwork, pricing, valuation coverage amount, and
term/conditions. The undersined is fully authorized to represent the Client and agrees to comply with and
abide by the terms of this agreement.
Greg Dolan
Chipman Relocation and Logistics
Jason Konieczka
[Tukwila Fire Department
|an13^2O21
If you choose to be billed, please complete the Letter of Authorization attached.
mn
�
]
nm
I MN II
°
P
H1111 II
111
Anff
h
lo
•