Loading...
HomeMy WebLinkAboutSpecial 2022-05-23 Item 2B - Contract - Fire Station 53 Exterior Painting with Long Painting Company for $49,377.65COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor's review Council review 06/06/22 JR ITEM INFORMATION ITEM NO. Spec 2.B. 233 STAFF SPONSOR: HENRY ANCIRA ORIGINAL AGENDA DATE: 06/06/22 AGENDA ITEM TITLE Fire Contract Station 53 Exterior Painting Project Award CATEGORY ❑ Discussion Mtg Date Motion Date 06/06/22 ❑ Resolution Mtg Date ❑ Ordinance Mtg Date ❑ Bid Award Mtg Date ❑ Public Hearing Mtg Date ❑ Other Mtg Date 1 Mtg SPONSOR ❑Council Mayor HR DCD ❑Finance Fire TS P&R ❑Police PIV Court SPONSOR'S Bids for the Fire Station 53 Exterior Painting Project were received by three contractors SUMMARY with the lowest bid from Long Painting Company. Long Painting Company has contracted with the City for previous projects and done satisfactory work, including the exterior painting of the Tukwila Community Center in 2021. Council is being asked to approve the contract with Long Painting Company in the amount of $44,848.00 plus tax of $4,529.65, for a contract total of $49,377.65. REVIEVG'ED BY Trans&Infrastructure ❑ CommunitySvs/Safety ❑ Finance Comm. ❑ Planning/Economic Dev. ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm. COMMITTEE CHAIR: KATE KRULLER ❑ LTAC DATE: 05/16/22 RECOMMENDATIONS: SPONSOR/ADMIN. COMMITTEE Public Works Department Unanimous Approval; Forward to Regular Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $49,377.65 $50,000.00 $0.00 Fund Source: Comments: 2021-2026 CIP, Page 47 MTG. DATE RECORD OF COUNCIL ACTION 06/06/22 MTG. DATE ATTACHMENTS 06/06/22 Informational Memorandum dated 05/13/22 2021-2026 CIP, Page 47 Long Painting Contract Minutes from Transportation and Infrastructure Committee meeting of 05/16/22 233 234 City of Tukwila Allan Ekberg, Mayor Public Works Department - Hari Ponnekanti, Director/CityEngineer INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Hari Ponnekanti, Public Works Director/ City Engineer By: Henry Ancira, Facilities Superintendent CC: Mayor Allan Ekberg DATE: May 13, 2022 SUBJECT: Fire Station 53 Exterior Painting Project Project No. 92230301 Contract Award Issue Approve a contract with Long Painting Company to paint the exterior of Fire Station 53. Background Station 53 was built in 1995, which is when the exterior was last painted. It is located in the North end of Tukwila in a residential neighborhood. Painting the exterior of Fire Station 53 will protect and preserve the building, prevent issues such as rot, and provide a positive aesthetic. Analysis Bids for the Fire Station 53 Exterior Painting Project were received by three contractors. The bids were checked, tabulated, and no errors were found. The lowest bid was received from Long Painting Company. Long Painting Company has contracted with the City for previous projects and done satisfactory work, including painting the exterior of the Tukwila Community Center in 2021. Financial Impact The lowest bid was from Long Painting Company, with a cost estimate of $44,848.00, plus tax of $4,529.65, for a contract total of $49,377.65. The Fire Station 53 Exterior Painting Project budget allocated in the 2021-2026 CIP is sufficient to cover the contract costs. Cost Estimate 2022 Project Budget Long Painting Contract $44,848.00 $50,000 Sales Tax (10.1%) 4,529.65 Total 49,377.65 Recommendation Council is being asked to approve the contract with Long Painting Company in the amount of $49,377.65 and consider this item on the Consent Agenda at the May 23, 2022, Special Meeting. Attachments 2021 CIP, Pg 47 Long Painting Contract F/eet& FaciiityServices -14000 Interurban Avenue, Tukvvi/a, WA 98168 - 206-431-0166 ukmin City Hail • 5200 Southcenter Boulevard • Tukwila, WA 981 SS • 206433,1000 • Website: Tukwiiami.gov 235 236 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2021 to 2026 PROJECT: Facility Improvements Project No. Various DESCRIPTION: Yearly improvements and required maintenance to City facilities that are located throughout the City. JUSTIFICATION: Maintenance of existing facilities and required updating and improvements. STATUS: Ongoing. MAINT. IMPACT: None. COMMENT: Ongoing project, only one year actuals are shown in first column. FINANCIAL Through Estimated (in $000's) 2019 2020 2021 2022 2023 2024 2025 2026 BEYOND TOTAL EXPENSES Engineering 4 50 50 50 50 50 50 304 Land (R/W) 0 Construction 32 156 140 150 150 150 150 150 150 1,228 TOTAL EXPENSES 32 160 190 150 200 200 200 200 200 1,532 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 32 160 190 150 200 200 200 200 200 1,532 TOTAL SOURCES 32 160 190 150 200 200 200 200 200 1,532 Facility Projects scheduled for 2021-2022 TCC Exterior Paint/Stain TCC Retrofit HVAC Chiller City Hall Seismic Study City Hall Siding Repairs Fire Station 53 Exterior Paint/Stain $ 140,000 2021 10,000 2021 40,000 2021 $ 190,000 100,000 2022 50,000 2022 $ 150,000 2021 - 2026 Capital Improvement Program 47 237 238 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA98188 CONTRACT FOR SERVICES Contract Number: This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter optional municipal code city hereinafter referred to as "the City," and LONG PAINTING COMPANY, hereinafter referred to as "the Contractor," whose principal office is located at 21414 68TH AVENUE SOUTH, KENT, WA 98032. WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: 1. Scone 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. 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 $49,377.65 (including tax). 3. 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. 4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing upon execution of this agreement, and ending December 31, 2022, unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor. 6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, 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 Public Entity. CA Revised May 2020 Page 1 of 4 239 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 Public Entity, 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. 7. 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: 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 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. 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 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 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 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 less than A: VII. CA Revised May 2020 Page 2 of 4 240 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. 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 CG 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 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, offset against funds due the Contractor from the City. 8. Record Keeping and Reporting. 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 any 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 office of the archivist in accordance with RCW Chapter 40.14 and by the City. 9. Audits and Inspections. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty (30) 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 Contractor's insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, 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 federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment and Subcontract. 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 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. CA Revised May 2020 Page 3 of 4 241 14. 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. 15. 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. 16. 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. DATED this day of , 20_ CITY OF TUKWILA CONTRACTOR Allan Ekberg, Mayor ATTEST/AUTHENTICATED: City Clerk, Christy O'Flaherty APPROVED AS TO FORM: Office of the City Attorney By: Printed Name and Title: John Fisher, President Address: 21414 68th Ave S, Kent, WA 98032 CA Revised May 2020 Page 4 of 4 242 EXAI5tT March 16, 2022 City of Tukwila Attn: Mike Sodon Project: Tukwila Fire station 53 Exterior Repaint IkilLONG PAINTING COMPANY Scope of Work: Pressure wash, Spot prime and apply two full coats of finish to all previously painted surfaces and wood shakes. ,BASE BID PRICING UNIT VALUE 1) Base Bid LS $ 44,848.00 General Clarifications: • Assumes matching existing colors & color schemes. • Owner will be responsible for cutting all shrubs and trees needed for use to access scope of work. • Proposal assumes overlaying all existing caulking. • Proposal assumes all existing stained wood shake will be cleaned with a Tight detergent, primed and two full coats of Superpaint finish. • Proposal assumes work to be completed before July 7, 2022. Base Bid Inclusions: • Includes a 1 -year warranty from date of completion. • Lifts and safety equipment as necessary to complete this scope. • Mask and protect all finishes not scheduled for paint. • Pressure wash all exterior surfaces including fencing. • Apply two coats of finish or to cover for color and millage whichever is more of Sherwin Williams Superpaint to all previously painted surfaces. • Prime and apply apply two coats of finish or to cover for color and millage whichever is more of Sherwin Williams Superpaint to all wood shake to match wood shake existing color. • Prep four OH Bay doors and apply one full coat of Bondplex followed by a full coat of Shercryl. • Prep and apply finish to bollards. • Prep and apply finish to all gutters and downspouts to match existing color. • Clean all work areas daily. Exclusions: • Washington sales tax • Painting green window frames and mullions. • Stained man doors. • Painting or staining fences. 21414 681h Avenue S. Kent, WA 98032 (253) 234-8050 'OUR PARTNER IN SAFETY, QUALITY AND SERVICE" w w w. to ngpain ti ng. coin 1120 NE 146" Street Vancouver, WA 98685 (360) 952-4400 243 1LONG PAINTING COMPANY Please feel free to contact me at (253) 234-8084, if you have any further questions. Sincerely, LONG PAINTING COMPANY Mitchell Higgins Project Manager/Estimator - Email: Mitchellh(a�Iongpaintinq.com 21414 68th Avenue S. Kent, WA 98032 (253) 234-8050 244 'OUR PARTNER IN SAFETY, QUALITY AND SERVICE" www_longpainling.com 1120 NE 1461h Street Vancouver, WA 98685 (360) 952-4400 City of Tukwila City Council Transportation & Infrastructure Services Committee Meeting Minutes May 16, 2022 5:30 p.m. - Hybrid Meeting; Duwamish Conference Room & MS Teams Councilmembers Present: Mohamed Abdi, Acting Chair; Tosh Sharp Staff Present: David Cline, Hari Ponnekanti, Griffin Lerner, Brittany Robinson, Seong Kim, Henry Ancira, Bryan Still, Alison Turner, Cody Lee Gray Acting Chair Abdi called the meeting to order at 5:30 p.m. I. BUSINESS AGENDA A. Grant Award: Green River Trail Improvements Project Staff is seeking Council approval to accept a Transportation Alternative Program grant award in the amount of $989,000 for the Green River Trail Improvements Project. The City match is $308,000 and included in the project budget. Committee Recommendation Divided: Councilmember Abdi was in favor of the award, and Councilmember Sharp was not. Return to Committee. B. Grant Applications: Neighborhood Traffic Calming Program & South 152"d St. Safe Routes to School Projects Staff is seeking Committee approval to apply for $500,000 from WSDOT's Pedestrian & Bicycle Program for neighborhood traffic calming improvements in Allentown. Staff is also seeking Committee approval to apply for $2,750,000 from WSDOT's Safe Routes to School program for the S. 152nd Street Project. Committee Recommendation Unanimous approval. C. Contract: Fire Station 53 Exterior Painting Project Staff is seeking Council approval of a contract with Long Painting Company in the amount of $49,377.65 for the Fire Station 53 Exterior Painting Project. Committee Recommendation Unanimous approval. Forward to May 23, 2022 Special Meeting Consent Agenda D. Transportation Demand Management 1.0 FTE Request Staff is seeking Council authorization of a new 1.0 fully grant -backed FTE to support the Transportation Demand Management Program. Committee Recommendation Unanimous approval. Forward to May 23, 2022 Committee of the Whole. 245