HomeMy WebLinkAbout23-078 - Alpine Fence Company - Parks Facility Gates InstallationDocuSign Envelope ID: 90080F6D-D23C-4C25-873D-FC76651 ED6A8
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
CITY OF TUKWILA
Short Form Contract
Contractor/
Vendor Name: Alpine Fence
Contract Number: 23-078
Council Approval N/A
Address: 12265 8th Ave S Seattle Wa. 98168
Telephone: 253-268-9114
Project No.
Budget Item:
Project Name:
Parks Capital
Parks Facility Gates
Please initial all attachments, then sign and return copies one and two to:
City of Tukwila, Parks & Recreation 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 28th day of March 2023, by and between the City of
Tukwila, hereinafter referred to as "City", and Alpine Fence, 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 April 17th 2023 and be completed no
later than August 17th.2023
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 $38,000
4. CONTRACTOR BUDGET. The Contractor shall apply the funds received under this Agreement
within the maximum limits set forth in this Agreement. The Contractor shall request prior approval
from the City whenever the Contractor desires to amend its budget in any way.
5. PAYMENTS. The City shall make payments on account of the contract at completion of the project.
6. ACCEPTANCE AND FINAL PAYMENT. Final payment shall be due 10 days after completion of the
work, provided the contract is fully performed and accepted.
7. CONTRACT DOCUMENTS.
• The contract includes this Agreement, Scope of Work and Payment Exhibit.
CA revised May 2020
Page 1
000uSignEnvelope ID: nooaoFno'000c-4con-87oo'Fc7oon1EooAa
` The intent of these documents is to include aU labor, materials, apphances and services of every
kind necessary for the proper execution of vvork, 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 shafl be as binding as if caHed 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.
�
MATERIALS, APPLIANCES AND EMPLOYEES.
• Except as otherwise noted, the Contractor shall provide and pay for all materials, |abnr, tools,
water, power and other items necessary to complete the work.
Unless otherwise specified, all material shall be new, and both workmanshp 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 all 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 vvnrk, adjacent property and the public and shall be responsible for any damage ori jury 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 alt times,
12. CHANGES IN WORK. The City may order changes in the vvnrk, 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 vvork, 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 proper|y, or fail to perform any provision of the contract, the City, after seven days' written
notice to the uont[mctor, and his suety, 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 optinn, may terminate the contract and take possession
of all mnateria|a, too|e, 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.
1 PAYMENTS. Payments shall be made as provided in the Agreements. Payments otherwise due
may be withheld on account of defective work not remedied, liens fi|ed, damage by the Contractor to
others not mdiunted. 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 Contrmctor, their a0enta,
representatives, employees or subcontractors. Contractor's maintenance of inouronne, its scope of
coverage and timits as required herein shall not be construed to limit the liability of the Contractor to
CA revised May 2020
Page 2
000uSignEnvelope ID: nooaoFno'000c-4con-87oo'Fc7oon1EooAa
the coverage provided by such inounance, or otherwise limit the City's recourse to any remedy
available at Iaw 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
ovvned, non-ovvned, 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 LiabUity insurance shall be as Ieast at broad as ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations, independent
oontra{to[s, products -completed operatiuns, stop gap iability, personal injury and advertising
injury, and liability assumed under an insured contract. The ConnnnerciG! General Liability
insurance shall be endorsed to provide a per prject general aggregate limit using ISO form
CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability
arising from exp|osion, 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 Fu{/ 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
Contrentor, 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 insuronce, aeU-inourance, 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 Iess than Ar V||.
E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy
of the amendatory endoroennenta, including but not necessarily limited to the additional insured
endoroennent, 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 Ieast as broad as ISO CG 20 10 10
01 for ongoing operations and CG 20 37 10 01 for completed operations.
CA revised May 2020
Page 3
000uSignEnvelope ID: nooaoFno'000c-4con-87oo'Fc7oon1EooAa
G. Notice of Cancellation. The Contractor shaTi provide the Cty and all Additiona! lnsuredsfor this
work with written notice of any policy cenCoUetion, 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 oordract, upon which the City may, after giving five
business -days notice to the Contractor to correct the bnaach, immediately terminate the contract
or, at its discretion, procure or renew such insurance and pay any and all premiums in
connection thenemjth, with any sums so expended to be repaid to the City on denland, 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 100Y6 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 Departrnent of Revenue and the Department of Labor and lndustries
and settlement af any liens, whrchever is tater.
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 fi|ed, or a bond satisfactory to the City indemnifying the City against any hen.
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 egal action hereunder, the prevaUing party shal!
be entitted 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 vvmrk, shall remove from the premises all rubbish,
implements and surplus materiais and eave the premises clean.
22. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officero, offioia|o,
employees and volunteers harmless from any and all c{aims, injuries, damages, losses or suits
including attorney fees, arising out of or in connection with the performance of this Agreennent,
except for injuries and damages caused by the sole negligence of the City. Should a court of
competent jurisdiction determine that this Agreement iasubject tuRCVV4.24.115,then, inthe event
of liability for damages arising out of bodily injury to persono or damages to property caused by or
resulting from the concurrent negligence of the Contractor and the City, its officero, nffic|a|o,
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 |nsunanoe. Title 51
RCVV, 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 |aborera, 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 AQ,eennent, will not discriminate on the grounds of race, re|iginn, creed, color, national origin,
age, veteran ntatuy, sex, sexual orientetion, gender idendty, marital otntus, 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 Agnegnnmnt, 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 4
000uSignEnvelope ID: nooaoFno'000c-4con-87oo'Fc7oon1EooAa
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
AgFeemeOt, which by their sense and context are reasonably intended to survive the c0mp|edon,
expiration or canceflation of this Agreement, shall survive termination of this Agreemerit.
27. NOTICES. Notices to the City of Tukwila shau be sent to the foliowing address:
City Clerk, City of Tukwila
52OOSouthoenterBlvd.
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 Agmaement, 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 VVHERE[)F, the parties hereto executed this Agreement the day and year first above
written.
DATED this 28th day of April .2O 23.
CA revised May 2020
Page 5
DocuSign Envelope ID: 90080F6D-D23C-4C25-873D-FC76651 ED6A8
** City signatures to be obtained by
City Clerk's Staff ONLY. **
CITY OF TUKWILA
oe—DocuSigned by:
attallt 111/V0
1E8g.F.F.D9432.24(12_____
5/4/2023 1 10:18 AM PDT
Allan Ekberg, Mayor
ATTEST/AUTHENTICATED:
oe—DocuSigned by:
02Ftatuxhi
88678483C13594E7. .
Christy O'Flaherty, City Clerk
APPROVED AS TO FORM:
oe—DocuSigned by:
40drisL
5F 4Pqr.A4185F452.
Office of the City Attorney
CA revised May 2020
** Contractor signature to be obtained by
sponsor staff. **
CONTRACTOR:
ws Nyy‘v,
-t5%1N%
By:
Printed Name: LI:s
Title: \)V'
uit
Address: iV,Isc
GIA
Page 6
DocuSign Envelope ID: 90080F6D-D23C-4C25-873D-FC76651 ED6A8
BONDED AND INSURED
CONTRACTOR LIC. #ALPINFCO21CB
www.alpinefenceco.com
email: fences@alpinefenceco.com
"Building
ett ° Fences"
Asp.
PROPOSAL
12265 8th AVENUE SOUTH SEATTLE, WASHINGTON 98168 Phone: (206) 248-1310 Fax: (206) 248-2995
oe rvoc A o ,S Ar—tts
HOME:
BUSINESS:
FAX:
CELL: 7-3'-c, C27
P.O. #:
EMAIL:
e TU. k
ALPINE FENCE CO. agrees to Install on your property the fencing materials as indicated below (subject to terms and conditions as outlined on
the reverse side hereof):
JOB LOCATION: •D 4-A4y-1 sIi514. rd (es)
TICKET #.
Specifications
Chain Link
11 ga. D 9 ga. Slatted 0
Barb Wire
Ten. Wire
Top Rail
Line Posts
Term Posts ?_1/C'
Gate Posts
Ornamental Iron Fence
Height L4
Gates 60trr.‘"- asicr 4-$
Set in Cement
Approx. Post Spacing
Cedar Fence
Style
Faces Space
To Grade 0 Stepped El Level P
Airline 0 Post Caps El
Posts
Rails
Boards
Old Fence: Remove 0 Leave 0 Haul Away 0
SPECIALS: CA.A..sr„....a.r-T &C,.. r --
OD 1-••••" /7-4-4 r
ALPINE FENCE COMPANY: -r1-4 5
c /"..% 024 7 /2..
Representative Date
SELLING PRICE:
STATE SALES TAX:
TOTAL:
PURC
CIRCLE:
LEVEL
HILLY EARTH
ASPH
CONC
TTG
LEVEL T
CONTOUR
STEP
PLATES
SKILL
B/W
T/W
BRACE
IN
OUT
JACKHAMMER
WELDER
GENERATOR
ROTO HAMMER
CORE DRILL
TORCH
LADDER
CHAIN SAW
A CZ.G4›.°6
rs .
g, 1iG
10011111111111ir
sides before signing.
Continued on back
DocuSign Envelope ID: 90080F6D-D23C-4C25-873D-FC76651 ED6A8
BONDED AND INSURED
CONTRACTOR LIC. #ALPINFCO21CB
www.alpinefenceco.com
email: fencesgalpinefenceco.com
"Building Better Fences
..9
12265 8th AVENUE SOUTH • SEATTLE, WASHINGTON 98168 • Phone: (206) 248-1310 • Fax: (206) 248-2995
riA. A e-10 Sk.nnts
HOME:
BUSINESS:
FAX:
CELL: Za -1 a.c, -C2 5-ck
P.O. #:
EMAIL:
ALPINE FENCE CO. agrees to Install on your property the fencing materials as indicated below (subject to terms and conditions as outlined on
the reverse side hereof):
Specifications
Chain Link
11 ga. 0 9 ga. 0 Slatted
Barb Wire
Ten, Wire
Top Rail
Line Posts
Term Posts
Gate Posts
Ornamental Iron Fence
Height
Gates
Set in Cement
Approx, Post Spacing
Cedar Fence
Style
Faces Space __
To Grade 0 Stepped 0 Level 0
Airline 0 Post Caps 0
Posts
Rails
Boards
JOB LOCATION: srcr
TICKET #:
13'kt' 5 3 ro A 'e-
36 3L(
Old Fence: Remove 0 Leave 0 Haul Away 0
SPECIALS: C.I‘i ry T e' Ak.-*
_ 00 g-t-dt...u. • 're
ALPINE FENCE COMPANY: 114-'"-$ YtsJ
c14-ic 02-1 1 7 12 -
Representative Date
SELUNG PRICE:
STATE SALES TAX:
TOTAL
&'.A€1.0.6d
g 17_,640,oci
CIRCLE:
LEVEL
HILLY EARTH
ASPH
CONC
TTG
LEVEL T
CONTOUR
STEP
PLATES
SKILL
B/W
T/W
BRACE
IN
OUT
JACKHAMMER
WELDER
GENERATOR
ROTO HAMMER
CORE DRILL
TORCH
LADDER
CHAIN SAW
I 6.64
r3 etic . 6 4
PORCH
By:
PIeasee d
des before signing.
Continued on back
DocuSign Envelope ID: 90080F6D-D23C-4C25-873D-FC76651 ED6A8
BONDED AND INSURED
CONTRACTOR LIC. #ALPINFCO21CB
www.alpinefenceco.com
email: fencesgalpinefenceco.com
,111111111111111;:‘,„0„„dlit
"Building Better Fences"
12265 8th AVENUE SOUTH SEATTLE, WASHINGTON 98168 Phone: (206) 248-1310 Fax: (206) 248-2995
riAlc.",-fA Liu SApncs
HOME:
BUSINESS:
FAX:
CELL: "Lo -3 4Lc, —0 5-ck
P.O. #:
EMAIL:
ALPINE FENCE CO. agrees to install on your property the fencing materials as indicated below (subject to terms and conditions as outlined on
the reverse side hereof):
JOB LOCATION: F t j
TICKET #:
Specifications
Chain Link
ga. 0 Bga.D Slatted 0
Barb Wire
Teri. Wire
Top Rail
Line Posts
Term Posts ten
Gate Posts
Ornamental Iron Fence
Height 1-4
Gates (51.41-:4-(- 4s1C-S
Set in Cement 71, G,
Approx. Post Spacing
Cedar Fence
Style
Faces Space
To Grade 0 Stepped 0 Level 0
Airline 0 Post Caps 0
Posts
Rails
0 LIS
Boards
Old Fence: Remove 0 Leave 0 Haul Away 0
SPECIALS: A.v
ftec_ I1 OD 1-,e, • a
ALPINE FENCE COMPANY: ri-14.•,ig. s
C— ideis
Representative
07-1 17 ia
t 3 5-cio ik.,TcriA,03/..", A Ve_ .
(-4.-i is 1d -A otrI48.
SELLING PRICE:
STATE SALES TAX:
TOTAL:
CIRCLE:
LEVEL
HILLY EARTH
ASPH
CONC
TTG
LEVEL T
CONTOUR
STEP
PLATES
SKILL
B/W
T/W
BRACE
IN
OUT
JACKHAMMER
WELDER
GENERATOR
ROTO HAMMER
CORE DRILL
TORCH
LADDER
CHAIN SAW
,& 2, Gt. .
cit't
ry:Ifjk
,0
PURCHA
By:
Date Please
sides before signing.
Continued on back
DocuSign Envelope ID: 90080F6D-D23C-4C25-873D-FC76651 ED6A8
BONDED AND INSURED
CONTRACTOR LIC. #ALPINFCO21CB
www.alpinefenceco.com
email: fences@alpinefenceco.com
PROPOSAL
"Building Better F nces
12265 8th AVENUE SOUTH • SEATTLE, WASHINGTON 98168 • Phone: (206) 248-1310 • Fax: (206) 248-2995
,r e- riAlc e-/ S A s
HOME:
BUSINESS:
FAX:
CELL: TO - oLc, -0 1
P.O. #:
EMAIL:
ALPINE FENCE CO. agrees to Install on your property the fencing materials as indicated below (subject to terms and conditions as outlined on
the reverse side hereof):
Specifications
Chain Link
11 ga. 0 9 ga. D Slatted 0
Barb Wire
Ten. Wire
Top Rail
Line Posts
Term Posts 2...5 it "
Gate Posts
Ornamental Iron Fence
Height Le
Gates 6ker:e-e-
Set in Cement 1,
Approx, Post Spacing
Cedar Fence
Style
Faces Space
To Grade 0 Stepped 0 Level 0
Airline 0 Post Caps 0
Posts
Rails
Boards
JOB LOCATION: Lao", I 2-S- 3 5— yo e 1 s
TICKET #:
Old Fence: Remove 0 Leave 0 Haul Away 0
SPECIALS: 7- r1-10,
1 I .7.„. 00 r4,1
ALPINE FENCE COMPANY: T -141"-R4-
G Mr.'s I") roye..g_ 0 Z-/ I 7 I a- By:
Representative Date 12Ieas
SELLING PRICE:
STATE SALES TAX:
TOTAL
Lr't
30
.a 8,7 -Lo
Tst.z.4
CIRCLE:
LEVEL
HILLY EARTH
ASPH
CONC
TTG
LEVEL T
CONTOUR
STEP
PLATES
SKILL
B/W
T/W
BRACE
IN
OUT
JACKHAMMER
WELDER
GENERATOR
ROTO HAMMER
CORE DRILL
TORCH
LADDER
CHAIN SAW
ad both both sides before signing.
Continued on back
DocuSign Envelope ID: 90080F6D-D23C-4C25-873D-FC76651 ED6A8
TERMS AND CONDITIONS OF AGREEMENT
I have the authority to order the work described on the front of this contract
and do so order as outlined. It is agreed that the seller will retain title to
any equipment or material furnished until final and complete payment is
made, and if settlement is not made as agreed, the seller shall have the right
to remove same and the seller will be held harmless from damages resulting
from the removal thereof
All work will be performed in accordance with standard practices.
I agree to pay SELLER (Alpine Fence Co.) BALANCE (total amount due)
of this contract according to the terms specified on the face of the document,
and upon default thereof to pay all costs of collection, including a
reasonable attorney's fee and court costs and waive all rights of exemption
under the constitution and laws of this and any other state.
The undersigned customer hereby assumes full responsibility for location of
the line upon which said material is to be installed and agrees to hold the
company and the contractor harmless from all claims arising from question
of survey of said property or location of said lines, and from all claims for
personal injury, property damage or trespass from or by means of the
installation of said fence material. All accounts over 30 days charged 1.5%
interest per month with an annual rate of 18%.