HomeMy WebLinkAbout23-199 - Auburn Mechanical - Evidence Room HVACCity of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 23-199(a)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and Auburn Mechanical
That portion of Contract No. 23-199 between the City of Tukwila and Auburn Mechanical is hereby
amended as follows:
Section 2:
Time of completion: the work shall be completed no later than December 31, 2024.
All other provisions of the contract shall remain in full force and effect.
Dated this 27th day of March , 2024
CITY OF TUKWILA CONTRACTOR:
DocuSigned by: r DocuSigned by:
tiomets (&( m)),
4C_.
Thomas McLeod, Mayor 3/27/2024
ATTEST/AUTHENTICATED:
r-°-DocuSigned by:
111:29 AM PDT
Andy Youn, City Clerk
APPROVED AS TO FORM:
DocuSigned by:
5F499f A4165F452
Office of the City Attorney
CA Reviewed May 2020
ZMln, �ayt,S
By• 5180CE81FOD641A...
Printed Name: Kevin Hayes
Title: service sales Manager
Page 1 of 1
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contractor/
Vendor Name: Auburn Mechanical
Address: 2623 W. Valley Hwy N
Auburn, WA 98001
Telephone: 253-838-9780
CITY OF TUKWILA
Short Form Contract
Contract Number: 23-199
Council Approval 12/4/23
Project No.
Budget Item:
Project Name:
PD010500-564000
Evidence HVAC
Please initial all attachments, then sign and return copies one and two to:
City of Tukwila, City Clerk's Office, 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 8 day of December 2023, by and between the City of Tukwila,
hereinafter referred to as "City", and Auburn Mechanical, hereinafter referred to as "Contractor."
The City and the Contractor hereby agree as follows:
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 December 8, 2023 and be completed
no later than April 30, 2024.
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 $48,629.00 plus tax, 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 May 2020
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,
vvater, 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. SkJRVEYS, 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 or ijury 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 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 10 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
pnOp8r|y. or fail to perform any provision of the contract, the City, after seven days' written notice to
the contractor, and his SUr8tv, 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 op1ion, may terminate the contract and take possession of all nnotorio|o,
too|o, 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 shatt 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 Controotor, their ogenta, representatives,
emptoyees 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 O[ in equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
CA rev sed M ay 2020
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 Iiability 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
Iiability 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 Iiability 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 Ieast 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 Controctor, 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
Iiability lower than those maintained by the Contractor.
C. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General
Liability insurance policies are to C0nt8in. or be endorsed to contain that they shall be primary
insurance with respect to the City. Any innunance, se|f-insunancm, 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 less than A: VII.
E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of
the amendatory mndoroennenta, 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 PubIic
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 CanceJtation. 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
CA rev sed M ay 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, 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 |iens, 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 hmnaundmr, 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 dehand, indemnify and hold the City, its officers, officio|e,
employees and volunteers harmless from any and all o|oirns, 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 offinere, offinia|s, ennp|oyees, 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 FlCVV, 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
/\oreernent, will not discriminate on the grounds of race, na|igion, cnead, co|or, national ohgin, age,
veteran etetua, sex, sexual orientation, gender idenUh/, marital ata\ue, 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 Agnaennent, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Contractor and supersedes
GU 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
Agreonnent, 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 foliowing address:
City Clerk, City of Tukwila
CA rev sed M ay 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.
DATED this 18th day of December , 20 23
CITY OF TUKWILA CONTRACTOR:
DocuSigned by:
1F89FF091321:1402
Allan Ekberg, Mayor
12/18/2023 1 10:36 AM PST
ATTEST/AUTHENTICATED:
p—DocuSigned by:
CS111 61° FLALO,Vfli
s---88678483CB594E7
Christy O'Flaherty, City Clerk
APPROVED AS TO FORM:
,—DocuSigned by:
JcL
s•----5E499CA4165E452...
Office of the City Attorney
CA rev sed May 2020
ned by Kevin Hayes
DN bbKvEHy
eson: e, ree-tAM.eDC=LOCAL' U Aubur
yes
n
KevIn Ha yo th m dein b the
1):73t3;2727:74= -
By:
r17hanTclgc2es,t0:suserseod
Printed Name:Kevin Hayes
Title: Service Sales Manager
Address: 2623 W. Valley Hwy N, Auburn, WA
98001
Page 5
July 28, 2023
EXHIBITS A & B
City of Tukwila
Tukwila, WA
RE: City of Tukwila Justice Center - Evidence Room Cooling
Aubu rn
echanic
en pcfirman c corm.
Auburn Mechanical is pleased to provide this proposal to add 24k BTUH's of cooling to the
Evidence room. The existing FCU appears to be inadequate to maintain acceptable temperatures
in the space. This proposed project includes the installation of (1) new condensing unit and (2)
4 -way cassettes in the ceiling of the Evidence room to provide supplemental heating and cooling
to the space. Please see the scope below:
Evidence Room HVAC Addition
• Provide and install (1) 24k BTUH Mitsubishi Condensing Unit
• Provide and install (2) 12k BTUH 4 -way Ceiling Cassettes
• Roofing as required for refrigeration piping penetration and sleepers
• Refrigeration piping between indoor and outdoor units
• Condensate drains to existing condensate drain system from ERV's in space
• Connect to existing Mitsubishi controls system
• Engineering as required for permit
• Permits and inspections
• Start and test operation
Proposed amount - $29,148.00 + tax
Electrical Wiring
• Provide (1) 20a circuit from panel RLMA1 (208V) for condensing unit on roof (assumes
sufficient space in panel)
• Provide 18/4 wiring in conduit to (2) indoor AHU's
• Provide and install (1) disconnect at the rooftop location of the mechanical unit
Proposed amount -
Total Project amount -
Exclusions
$19,481.00 + tax
$48,629.00 + tax
• Washington State Sales Tax
• Structural Engineering or upgrades
• Sheetrock patch, paint or repair
• Life safety system integration
• Off -hours work; labor is calculated based upon access to schedule work between 6:00 AM
and 4:00 PM, Monday - Friday.
• Additional troubleshooting or repairs
• Anything not listed or mentioned above.
Auburn Mechanical 1 PO Box 249 Auburn, WA 98071 1 PH: 253-838-9780 1 http://www, auburnmechanical.com
Thank you for considering Auburn Mechanical, Inc. for your project. Please sign and return this
quote to me as your authorization to proceed. You can email it back to me at
kevinhayes@auburnmechanical.com. This quote will be subject to review and subsequent revisions
after 30 days.
AUBURN MECHANICAL, INC.
Thank you,
Kevin Hayes
Service Account Manager
ACCEPTANCE OF PROPOSAL
By signature below, the proposal, scope of work and pricing outlined above by Auburn
Mechanical, Inc. (the "agreement") is accepted by (name of entity
or individual) ("Buyer"). The person executing this acceptance warrants that he/she has the
authority to bind Buyer to the terms and conditions of the agreement.
Buyer is free to alter the scope of the work included in the agreement. However, Buyer
acknowledges that any work added to the scope outlined above is subject to all provisions of the
proposal and this acceptance, and may result in increases to any pricing included in the agreement.
Auburn Mechanical reserves the right to have the Buyer execute an additional or supplementary
agreement specifically authorizing additional work and acknowledging that such work will be paid
for by Buyer.
Buyer agrees to make payment in full for all amounts due under this proposal no more than
(30) days following completion of the work, together with any taxes due for such work. Buyer
agrees that interest on past due balances in the statutory amount of twelve percent (12%) per
annum shall be added to payments more than fifteen (15) calendar days overdue.
In the event any action is required to enforce the terms of the agreement or to collect
amounts justly due and owing under it, the prevailing party shall be entitled to recover its
attorney's fees, costs and interest. The Buyer specifically agrees that the venue of any action to
enforce this agreement shall be King County, Washington.
AGREED: By
Title:
Date: