HomeMy WebLinkAbout22-170 - Wrecking Ball Demolition, LLC - Kennedy's Cottage DemolitionCity of
Tukwila
028OSou{hcenterBoulevard, Tukwila VVA98180
CONTRACT FOR SERVICES
Contract Number: 22-170
Council Approval N/A
This Agreement is entered into by and between the City of Tukwila, VVamhinghon, a non -charter
optional municipal code city hereinafter referred to as "the City," and yyraokinq Ball Demolition, LLC,
hereinafter referred to as the Contractor," whose principal office is located
at 3310 Chestnut Street Everett WA 98201.
WHEREAS, the City has determined the need to have certain services performed for ts citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, desires to have th'e Contractar perform such services pursuant tocertain terms
and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto 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 hena[n by this reference as if
fully set forth, In performing such services, the Contractor shall at all times comply with all Fedena(.
State, and local statutes, rules and ordinances appiicable 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 rnethod set forth on ExhibitA attached hereto and incorporated hereiri by this
reference. The total amount to be paid shall not exceed $37,709 25.
3. CootnHctorBUdoat. 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 Confractor desires to amend its budget in any way.
4. Dmra0onof/\Vremnnent This Agreement shall be in full force and! effectfor a period commencing
December 23. 2022. and ending March 30, 2023. unless sooner terminated under the provisions
hereinafter specified.
G. lnderendent Contractor. Contractor and City agree that Contractor is an fndependent 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 empioyee of the Contractor,
G. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its oMloana,
officials, employees and volunteers harmless from any and all claims, injuries,amalosses or
suits including attorney fees, arising out of or in connection with the performance of this Agreement,
CA Revised May 2020 Page 1 of 4
Should a court of competent jurisdiction determine that this
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 bopensonso/darnagebopnopertvwhichnnayehnefronnnrinoonnect|oDvNtA
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
|naurance, 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 confractual iability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence,
$2,000,000 general aggregate and S2,000,000 products -completed operations aggregate
limit Commercial Genera! Liability insurance shall be as least at broad as ISO occurrence
form CG 00 01 and shall cover liability arising from pnemiaes, operations, independent
contmaotors, 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 eridcrsed to provide a per projectgenena|aggnagateDnn|tuninQ|8Ofornn
CG2SD3O58Qoranequivalent endorsement. There shall be no exclusiori for Iiability
arising from exposion, 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
ofwhether such limits maintained bythe Contractor are greaterthan those required bythis Contract
or whether ariy 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 oontmin, or be endorsed to contain that they ohoN be primary
insurance with respect to the City. Any insuraooe, se|f-insurance, or insurance pool coverage
maintained by the City shall be excess of the Contractor's insurance and shall not contribute with
D. Acceptability Insurers. Insurance is to be placed with imomnensvvith a current A.M. Rest rating
of not Iess than A: VI.
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 cf the Contractor before commencement of
the work. Upon request by the City, the Contractor shall furnish certified copies of al required
insurance poUc|es, 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 Contrictcr shall ensure that the PU6Uc
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 cornpleted operations.
a Notice of Cancellation. The Contractor shal] provide the City and all Additional Insureds for ths
work with written notice of any policy cancellation, within two business days of their receipt of such
H. Failure tmMaintain Insurance. Failure on the parof theContractorto maintairi 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 bnaaoh, immediately terminate the contract
or, at its dlocret;um, 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 Keebino and Rebortino,
A. The Contractor shall maintain accounts and reoords, 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 RCVV Chapter
40.14 and by the City.
G. Audits and Inspections. The records and documents with respect to a] 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 tothe 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 shu|R 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, reUgimn, creed, color, national origin, age,
veteran otatuo, sex, sexual oMnntation. gender idamtity, marital sbatuo, political affiliation, the
presence of any d|sabUity, or any other protected class status under state or federal |aw, in the
selection and retention of employees or procurement of materials or supplies.
12. Assianment 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. Eritire Aqrement: Modification. This Agreement, together with attachments or addenda, represents
the entire and ntegrated Agreement between the City and the Contractor and supersedes all prior
negotiations, rmppeaen1aUons, or agreements written or oral No amendment or modification of this
CA Revised May 2020 Page 3 .014
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 folio ng address:.
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent.
signature line below.
0
he address provided by the Contractor upon the
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 (ih, 20,71(7- .
CITY OF TUKWILA
igned via SeamiessDocs.com
.....................
Kay_ Y�Pcca'a4-11 ef]-0[i:fiao4a8l44flc[ifi.SV[i 1 q......
Allan Ekberg, Mayor 12-28-2022
ATTEST/AUTHENTICATED:
aSignstl via SeamieeeDooe.00m
(ZhyO / (ahiehtt
.................... .12...2.1............
Key: b1995+156tlee1501+fGeaaal lGye9e5hb
Christy O'Flaherty, City Clerk
APPROVED AS TO FORM:
..................
eSignetl via SeamlessLocs.com
......................
Key. aa6996a8a289416tlaa-18e44:4
Office of the City Attorney
CA Revised May 2020
CONTRACTOR:
Printed Name:
Address: 31
Page 4 of 4
CONTACT:
PROJECT:
COMPANY:
Addenda:
N/A
Mark 1-lafs
1542142nd Ave
City Of Tukwila
Architect: N/A
deed1111
WRECKING BALL
DEMOLITION
Plan Date:
ESTIMATE
ALTERNATE IS). 3
DATE'
ESTIMATOR:
N/A
"Exhibit A"
11/ 2 9 / 0 22
Tannar Langdon
Plana:
N/A
For the demolition, removal, & disposal of items specified on the above listed drawings and on photos provided including:
Base Demo Scope:
HEIGHT
QUANTITY
ilrirT
Mobilization
N/A
1EA
EA
Machine Demo Residence & Shed 5tructure (include Sewer Cap)
N/A
1EA
Break & Remove SOG, Walkway, Br Driveway
N/A
-1800
SE
Remove Broken Concrete Wall Behind Residence
N A
-60
LF
Dad -no Wood Fence Around Property
N/A
-150
LF
Loadout & Haul Off MierTrash & Loose Debris
N/A
1
EA
Sewat and water cap
01
EA
NEA for assumed low levers of lead,
0
1
EA
Ba e Bid Amount:
WA State Sales Tae : 10.101'
Final Bid Amount:
$24,506.00
$2,47430
$26,974.50
Allowance Alt P1: Provide TE5C Controls
[Provide TESL Measures Per State/County/City Requirements
QUANTITY
Unit
N/A
1
EA
Alternate P1 Amount;
WA State Sales Tax: 10.10%
Final Bid Amount!
**Procong civ plus or mows 5% e/[/ages
Allowance Alternate #2: PSCAA Notification/Permit, Demo permit, sewer/h20 permit QUANTITY
$4,500.00
5151.50
$4,954.50
Unit
Provide sewer, water, demo permit
N/A
1
EA
Provide PSCAA Notification Before Demo
N/A
1
EA
Alternate #2 Amount:
WA State Sales Tax; 10.103
Final Bid Amount'
$4,500.00
5450.50
$4,954.50
Allowance Alternate P3: Rat Abatement
QUANTITY
Unit
Provide Rat Abatement Required Before Structure Demo
NIA
1
EA
Alternate P3 Amount,
WA State Sales Tax: 10.10%
Final Bid Amount:
5750.00
$75.75
$825,75
PROJECT SPECtrIC ASSUMPTIONS AND/OR EXCLUSEONS: Proposal includes regular hour weekday work on (1) Mobikation (additional mobes will be charged at
$1500/Each).
Wrecking Ball Exclusions:
- Cutting & Capping Of Above/Below Ground Utilities (Wrecking Ball assumes only to expose and cap sewer and water during demoi
Abatement & Hazardous Material Removal
- Excavation / Import Material/ Placement & Compaction
- Site Protection / Barricades (Fencing)
- Permits
Final Grade (Site assumed to be left in rough grade after completion of structure removal)
- Salvage Items
Wrecking Ball Assumptions;
- All noisy work and Iloadout can be performed for the entirety of the shift
- GC/Owner wrl remove all salvage items before demo begins
- All MEP will be disconnected before arrival
WR enirinmprit raniiinarl for demo ran Rd.1.,P5S and nnerAte within the nron,t,
BID QUALIFICATIONS: A Hazmat Survey will be provided to job start. All under & above ground utilities will be located, cut, & capped by others prior to demo. WB Assumes
exclusive use of work area during demo activities & assumes salvage value for all demolished material. GC will provide hydrant use/access & a debris box placement area. WB
Respectfully requests (2) weeks notice prior to job start; proposal N to be included as a separate exhibit in all contractual documents. It is as5orile,c1 that continuous
footings are 2' 1 1' or leas in 5IZE, dads are 4-6" in thickness, & storm walls/retaining walls are 8" thicic 8, 3' or Fess in JENglit).
STANDARD EXCLUSIONS: Hazardous materials lincluding but not limited to asbestos, lead, freon, PCB's, & all OPE & fluids), all demo items not specified above, salvage items for
reuse, demo not shown for new construction & other trades, sawcutting. coredrilling, sanding, sacking, patching, grinding, bead blasting, sitework, layouts, & remobiliaations.
This Proposal is valid for 30 days. Thank you for the opportunity to price out this work; we look forward to working with you!
Proposal Acceptance by Title Date
Print Name Purchase Order #:
3310 Chestnut Street Everett, Washington 98201-4576 * Office (425) 339-3111 Fax (425) 339-3121 www.wreckingballderno.com