Loading...
HomeMy WebLinkAbout21-040 - CR Construction - South 116th Street Property DemolitionCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 CITY OF TUKWILA Short Form, Contrnct Contractor/ Vendor Name: CR Construction Contract Number, 21-040 Council Approval 3/1/21 Address: 45127 SE 140th St. Telephone 425-888-0590 Project No. Budget Item: Project Name: P!ease initia! all attachments, then sign and return copies one and two f o: City of Tukwlla, 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 16 day of February 2021__, by and between the City of Tukwila, hereinafter referred to as "City", and CR Construction , hereinafter referred t.o as "Contractor." The City and the Contractor hereby agree as follows: 1. SCOPE AND SCHEDULE OF SERVICES TO BE PERFORMED BY CThe 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 compy 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 becommenced on3/1/2Q21 and be cornpleted no later than 5/1/2021. 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 arnount to be paid shaI not exceed $6O,0OO,except byvvriftem agreement ofthe 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. G. ACCEPTANCE AND FINAL PAYMENT. Finalpayment shall bedue 10days after completion ofthe work, provided the contract is fully performed and accepted. 7. CONTRACT DOCUMENTS. • The contract includes this Agreennent. Scope of Work and Payment Exhibit. CA revised May 2020 1/1 Page 1 ' The intent of these documents ia 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. • 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 cafled for by ali ' 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, |abor, tooUa, water, power and other items necessary to comptete the work. ' Unless otherwise spenified, 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. SURVEY8, PERMITS AND REGULATIONS. The City shall furnish all surveys unless otherwise_, specified. .11',r FRits-a-Re- 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 ofthe work by the City and its agents and public authorities at alt times. 12. CHANGES IN WORK. The City may order changes in the vvork, 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 wrtng betore executing the work invotved. 13. CORRECTION OF WORK. The Contractor shatl re -execute any work that fails to conform to the requirements of the contract and that appears during the progress of the work, and shati remedy any defects due to faulty materials or workmanship which appear within a period of one year from date of completion ofthe contract and final acceptance ofthe work by the City unless the manufacturer ofthe 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 dftect emptoyees of the Contractor. 14. OWNER'S RIGHT TO TERMINATE CONTRACT. Should the Contractor neglect to execute the work proper|y, or fail to perform any provision of the contract, the City, after seven days' written notice to the contractor, and his sunaty, 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 optimn, may terminate the contract and take possession of all materials, tooUs, 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 shal 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 property 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 Controo1or, their agents, representatives,, empoyees 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 imsunamce, or otherwise limit the City's recourse to any remedy available at Kam/ or in equity. CA revised May 2020 Page 2 A. Minimum Scope of Insurance. Contractor shall obtain insurance ofthe types and with the Iimits described below: 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 nvvned, non-ovvnmd, 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 Ilability coverage. 2. Commercial General Liability 'Insurance with limits no less than $2,000,800 each occurrence, $2'OOO,000general aggregate and $2,000000 products -completed operations aggregate limit. Commercial General Liability insurance shall be as Ieast at broad as ISO occurrence form CG 00 01 and shall cover liability arising from pnenn|aeo, operations, independent contractors, products -completed operations, stop gap liability, personal injury and adverboing injury, and Iiability assumed under an instjred contract. The Commercial Genera! Uability 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 Iiability arising from exposion, coilapse or underground property damage. The City shall be named as an additiona 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 east as broad coverage. 3. Workers' Conirensation coverage as required by the Industria Insurance laws ofthe State of Washington. B. Public Entity FuU 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 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 turnished 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 imauranoe, sehf-imsurance, 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 kisurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endnnaemerda, 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 shaU ensure that the Pubhc Entity is an additional insured on each and every Subcontractor's Commercial General liability insurance policy using an endorsement as least as broad as KS[) CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. G. Notice of Caricellation. The Coritractor shall provide the City and aU Additiona lnsureds for this work with written notice of any policancellation, within two business days of their receipt of such notice. CA revised May 2020 Page 3 H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain insurance as required shall consttute a matera breach of contract, upon which the City may, after giving five business -days notice to the Contractor to correct the breanh, immediately terminate the contract or, at its dscretion, procure or renew such insurance and pay ariy 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. 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 Departrnent of Revenue and the Department of Labor and Industries and settlement of any Iiens, 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 Chas 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. Untbe event of legal action hereunder, the prevailing party shafl be entiUed to recover its reasonabe 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, mfficials, 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 RCVV4.24.115, then, in the event of iabiIity 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 RCVV, solely for the purposes of this indemnification. This waiver has been mutuaUy negotiated by the parties. The provisions of this section shaI 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 VVages" in conformance with RCVV38.12.O4O. 24. DISCRIMINATION PROHIBITED. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, oreed, color, national origim, age, veteran atatus, sex, sexual Vrientation, 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 Aunaernent, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotie1iona, rep/esentations, 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. CA revised Mavumm Page4 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 TUKWLA eSIgfrecl SeamlessDocs com C7/((-ZU/& 6AYje/eg By: Key: Oabcfa,D3c55,2,0717aJe.2.2ecd7.1,0 Signature Printed Name: Allan Ekberg, Mayor Date: 03/09/2021 ATTEST/AUTHENTiCATED: eSignecl via SeamlessDocs.com C-Ph4dg C36/(etheyetz`T1 Key: el a,,,,,JacIDI JUJeOaal,eeeclibSee2a3 City Clerk, Christy O'Flaherty APPROVED AS TO FORM: BY: eSignecl via SeamlessDocs.com cj' oe. (t_S)adi-eK Key: J0175.1,,c6,155J,Dleadee2c,01./. Office of the City Attorney CA revised May 2020 By: Signatur Printed Name: Title: Date: Page 5 EXHIBITS A & B CONSTRUCTION 45127 SE140t11Street North Bend, WA 98545 ,Anst ctionflc.c Contact: Mike Olson molson@crconstructionlIc.com Office: 425-888-0590 Fax: 425-888-0163 OMWBE ffW2F00229 3 DBE #D2F0022933 Project Name: Project Location: Contact: Contact Phone & Email: Plan Date (Civils): Bid Date: Mobilization Mobilization S 116th Property Demo 3540 S 116th ST, Tukwila, WA 98168 Matthew Austin 206-445-2245 No Plans - 2/2/2021 Demo - 3540 S 116th ST. Qty Unit Matthew.AustinPtukvvdawagov Unit Price Sub -Total 1 LS 4,000 00 [s 4000.00 Total Mobilization Demolition 4,000.00 Demo House 1 LS $ 2,320.00 $ 2,320.00 Export Demo Debris - 50CY 2 LOADS $ 1,950.00 $ 3,900.00 Demo Concrete 1 LS $ 2,320.00 $ 2,320.00 Export Concrete 1 LOADS $ 785.00 785.00 Cap Sewer 1EA 3 950.00 950.00, ota! Demolition TESC - On -Site 10,275.00 'Filter Fence 100 LF 5.95 595.00 C/B Protection EA 125.00 125.00 Straw Baies - Import / Place 20 EA 45.00 $ 900.00 ota - n -Site Total Bid S 116th Demo Bid 2/2/2021 1,620.00 M5,895.00 WBE # W2F0022933 Page 1 of 3 OBE # D2F0022933 CR Construction LLC Demo - 3550 S 116th ST. Mobilization Qty Mobilization SpVit Between Houses - One MOB Total Mobilization Demolition Unit Unit Price Sub -Total LS L 400000 I $ 4,000 00 $ 4,000.00 Int P,4,a Demo House , 1 LS - — • --- $ 3,860.00 --- $ 3,86000 Export Demo Debris - 50CY 4 EA $ 1,950.00 $ 7,800,00 Demo Concrete 1 LS $ 232000 $ 2,320.00 Export Concrete 3 LOADS $ 785.00 $ 2,35500 li_nport / Place Fitl in Foundation 330 TON $ 35.00 $ 11,550.00 Cap Sewer 1 EA $ 950.00 $ 950.00 otal Demolition TESC - On -Site 28,835.00 Filter Fence 100 ...„. LF _.._...__ 5.95 -. 595.00 hC/B Protection EA 5 125.00 $ 125.00 Straw Bales - Imp / Place 30 EA 5 45 00 $ 1,350.00 Total TESC - On -Site 2,070,00 Base Bid Summa Sub -Total - 3540 S 116th ST. Sub -Total - 3550 S 116th ST. 15,895.00 34,905.00 Total Bid S 116th Demo Bid 2/2/2021 $ 50,800.00 WBE # W2F0022933 Page 2 of 3 DBE 11 02F0022933 CR Construction LLC Bid Notes and Exclusions: 1 Sales Tax not included, Resale Certificate to be provided or applicable Sales Tax added 2 All Permits, Fees, Engineering, Utility Usage, Surveying and Staking are excluded from the bid. 3 Temporary fencing not included. 4 Asbestos survey and abatement excluded. 5 All underground tanks and drain fields, if present, are excluded frorn bid. 6 Any required Well Decommissioning, well work and/or connections to/from shall be completed by others and is excluded from Bid. All TESC quantities are bid per Bid. TESC quantities exceeding bid will result in additional T&M charges. AVI TESC Measures listed on 7 plan which are not quantified will be biked on T&M basis. 8 Hourly dust control, street sweeping, hydrant meters and associated water are excluded, subject to T&M charge 9 Baker Tanks, Pump Treatment tanks and all associated maintenance, Of required, are subject to additional T&M charge(s). 10 All dewatering, if required, will result in additional charges based on additional T&M charge(s). 11 Locates will be called in and in accordance to 1-800 dig laws. CR not responsible for un -located utilities and/or damage caused to utilities which are not located within Public or Private property. 12 Removal of any existing garbage, rocks/boulders, asphalt, concrete and/or dumped materials are excluded from bid. 13 Removal of contaminated soils subject to additional T&M Charges Traffic control, if listed, includes signs & flagging and is for CR Construction work only. Traffic Control Supervisor, if required, will be 14 billed T&M as needed. Traffic control plan(s), reader/arrow boards and flagging for other scopes/trades excluded. If CR signage is required or left on site for others, subject to applicable rental rates. 15 Temporary power installation and power usage excluded 16 All utility use charges are excluded (water, storm, sewer, gas, power, etc.) 17 All Bonding is excluded. Any form of cash deposit or assignment of banking funds for improvements is excluded from bid, 18 Landscaping Topsoil's excluded WBE # W2F0022933 Page 3 of 3 115th Demo Bid 2/2/2021 DBE It D2F0022933 CR Construction LLC