HomeMy WebLinkAbout24-013 - All Around Fence Co - Fence Replacement: Ikawa ParkContractor/
Vendor Name:
Address:
Telephone:
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
CITY OF TUKWILA
Short Form Contract
All Around Fence Co, (AAFCO)
PO Box 98909
Lakewood, WA 98496
(253) 670-9072
Contract Number: 24-013
Council Approval N/A
Project No.
Budget Item:
Project Name:
Ikawa fence replacement
Please initial all attachments, then sign and return copies one and two to:
City of Tukwila, Parks 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 24th day of January 2024 , by and
between the City of Tukwila, hereinafter referred to as "City", and All Around Fence Co. , 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 January 31st and be completed
no later than April 1st, 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 $9,500.00 , 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.
CA revised May 2020
Page 1
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.
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,
water, 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. 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 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 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 work, 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 work, 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
properly, or fail to perform any provision of the contract, the City, after seven days' written notice to
the contractor, and his surety, 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 option, may terminate the contract and take possession of all materials,
tools, 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 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 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 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.
CA revised May 2020
Page 2
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 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 endorsements, 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 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.
CA revised May 2020
Page 3
H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain 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.
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 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 Department of Revenue and the Department of Labor and Industries
and settlement of any liens, 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 hereunder, 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 defend, indemnify and hold the City, 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 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 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.
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
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 or the
presence of any disability in the selection and retention of employees or procurement of materials or
supplies.
25. 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.
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 May 2020
Page 4
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.
DATED this 24th day of January 20 24
CITY OF TUKWILA
LtL&LWADocuSigned by:
Qu.S1inn
31-85E56FB-1 9E...
Matthew Austin, Maintenance &
Operations Superintendent
CA revised May 2020
CONTRACTOR:
1/24/2024 1 2:26 PM PS "Signed by:
MOLD jatil lh 1/24/2024 1 3::
By EDF29DBBDAD13435...
Printed Name:
Title:
Nicole Jacintho
Contract Administrator
Address:
PO Box 98909 Lakewood, WA 98496
Page 5
SCOPE 0
=WO
RI<
Ikawa Park Fence Replacement
Project Name
Ikawa Park Fence Replacement
Project Description
The City of Tukwila seeks a Contractor to furnish all labor, materials, and equipment necessary to meet
the business and operational needs of the city for the category of work referenced above. The work shall
include but is not limited to the timely removal and replacement of the fence located at Ikawa Park. The
fence is approximately 140 feet long and 6 feet high. The fence is made of wood and is of a design that
pays homage to the City of Ikawa, to which the park is named after in Japan. The fence needs
replacement due to failure from age and rot. The work site is in Ikawa Park at 6200 Southcenter Blvd. in
Tukwila Washington.
Scope o
WoiH<
• All utility locates and permits are the responsibility of the contractor
• Remove all remnants of old fence
• Fence must remove plugs for end posts and corner posts, other than those, the fence may be
offset to avoid having to pull all the plugs.
• All site preparations as need to construct new fence in style similar to existing
• Posts and Structure rails must be pressure treated
• Alternatives such as post on pipe may be bid as an option.
• Face boards, pickets, Cap Boards must be Cedar
• Pickets should be in the style represented in the reference material.
• Posts must be set in concrete
• Contractor must use fasteners that will not stain cedar fence boards.
• Any changes to the agreed upon scope must be done so in writing.
Chapter 39.12 RCW requires local government contractors and subcontractors to pay prevailing wages
to all workers for all public works and maintenance contracts, regardless of the dollar value of the
contract. This includes: Public works (RCW 39.04. 010)
Project Location
h.. I5:./../...g o o:g ./. im Ds/
Estimated Budget
$5,000-$12,000
Qualifications
'I}�ivrrrrmal
LS.Ii::..g.::.I< .tS39.C,n..
The successful bidder must be a licensed contractor and must have experience in the construction of
fences. The successful bidder must also be able to provide references and proof of insurance.
Timelines
Proposal Estimate due 1/19/2024 by 5pm
Project award, 1/26/2024
Project completion no later than, 4/1/2024
Submission Instructions
Proposals must be submitted either in person or electronically to the City of Tukwila's Parks Maintenance
Department at 13900 Interurban Ave S, Tukwila, WA 98168 or to Ma.1Jl ev . ustiiinetuulk inlay a..go.. by
January 19, 2024. Proposals must include the following:
• A cover letter
• A detailed scope of work
• A project schedule
• A itemized budget/estimate compliant with scope
• A list of references
• A copy of the contractor's license
• A copy of the contractor's insurance certificate
Evaluation Criteria
All proposals will be reviewed by the Parks Maintenance Department.
Companies will be evaluated on the following criteria:
• Qualification
• References
• Lowest responsible bidder
Proposals must be submitted electronically by the due date. To: IMattIhew.A stii.n@..u.lkwiillawa..g®v
questions may be emailed or via phone at (206) 433-7157.
Proposal Elements
Proposal should include:
A detailed scope of work compliant with the scope outlined above in the project overview, work
specifications below, and any information gained during the onsite visit.
The submittal shall include a summary of the teams understanding of the work to be provided to the
City of Tukwila as well as any recommendations regarding any additional needed services.
The Submittal shall include information on three (3) references that may be contacted to discuss the
reference's experience with the team. Include the references': name, address, telephone number and
email for each.
Any changes or omissions should be explained.
Per RCW39.12.040, a "statement of Intent to Pay Prevailing Wages" must be included with the
submittal. And an Affidavit of Wages paid" must be provided with final billing.
PLEASE NOTE: The City does not pay for services in advance. Therefore, do not propose contract terms
that call for upfront payments or deposits.
Please provide the following documentation with the proposal:
• Washington State UBI #
• Washington State Labor and Industries contractor license number.
Please provide the following documentation once proposal has been approved:
• Certificate of Insurance compliant with contract.
• Please provide the following documentation upon final billing:
• City of Tukwila Business License*
*Unless an up to date document is on file with the City Clerk.
Wor< Specifications
• Fence must be of a similar design as shown below with the exception where as the 1x8 pickets
should be done with 1x6's
• Post must be 4x4 pressure treated post set in concrete
o Approved change, posts may be post on pipe, similar size and dimensions.
• Post must be protected while setting to ensure excess concrete is not on the post above the
ground level that may inhibit staining of the fence.
• Support rails must be pressure treated
• All face elements with the exception of the posts must be cedar.
• All fasteners must be non -staining to cedar, such as either hot dipped galvanized, aluminum, or
stainless steel nails
• Fence rails should be fastened to the posts with approved fasteners and not utilizing brackets
• The face board 1"x3"x8' may be stapled using approved fasteners
o Face board may be 1x4
• Post caps must be at least 6" glued with an appropriate and attached with approved fasteners
• Any Vegetation that needs to be removed prior to installation must be in pre construction visit.
This work is to be performed by the cities Parks department, any roots or vegetation that are
below ground are the responsibility of the contractor.
• The contractor is responsible for all utility locates.
Ptal a a' Cedar Cap Way ttP
• 44
Canape tat with apace Itteltatt ta prevent Pa wood actratttat beam. aaa."
Pp
PatMabla
Ca Pat 'tt
GAY¢: Y.'I: pre 'PPiI^dM ,rt
1{
r:r4 S Cedar Cos boat rd
2ar.1 x'r r,ra,„,m,me ilr'rcs,r Mon Top aria .._...,
, 4y4,, Arcata Tv'u¢aupmw;'4
2,t4 te Pr e.t.a thatoYeat
.uYruC¢IY:1Nta'bW seabet
Images shown for illustration, does not reflect possibility of post on pipe.
Hello Matthew:
I speak on behalf of the entire All Around Fence Company team in saying how thrilled we are
to have been selected to provide a bid to become the City of Tukwila's preferred partner for fencing
needs for the Ikawa Park fence replacement project.
We look forward to showing the City of Tukwila team why All Around Fence Company is a
strategic solution that will address the current and future challenges that the City of Tukwila is
facing in their fencing needs. With All Around Fence Company as your partner, we will help:
• Create a single point of accountability offering competitive pricing.
• Save your team time to focus on other initiatives.
• Provide experienced technicians that will ensure the projects get done right and in a timely
manner.
Included in this bid, you will find responses that meet and exceed your requirements along with
the detailed scope of work, project schedule, itemized budget compliant with the scope, list of
references, copy of our contractor's license and a copy of our current insurance certificate you
requested. Should you need any other information to move this process forward and further
validate your decision, please let us know.
We are grateful for this opportunity with the City of Tukwila.
Thank you for your time,
Nicole Jacintho
-Cd 01 6.) pi l
SCOPE OF WORK
Okawa Park Fence RepOacernent
Project Name
Ikawa Park Fence Replacement
Project Description
The City of Tukwila seeks a Contractor to furnish all labor, materials, and equipment necessary to meet
the business and operational needs of the city for the category of work referenced above. The work shall
include but is not limited to the timely removal and replacement of the fence located at Ikawa Park. The
fence is approximately 140 feet long and 6 feet high. The fence is made of wood and is of a design that
pays homage to the City of Ikawa, to which the park is named after in Japan. The fence needs
replacement due to failure from age and rot. The work site is in Ikawa Park at 6200 Southcenter Blvd. in
Tukwila Washington.
Scope of Work
• All utility locates and permits are the responsibility of the contractor
• Remove all remnants of old fence
• Fence must remove plugs for end posts and corner posts, other than those, the fence may be
offset to avoid having to pull all the plugs.
• All site preparations as need to construct new fence in style similar to existing
• Posts and Structure rails must be pressure treated
• Alternatives such as post on pipe may be bid as an option.
• Face boards, pickets, Cap Boards must be Cedar
• Pickets should be in the style represented in the reference material.
• Posts must be set in concrete
• Contractor must use fasteners that will not stain cedar fence boards.
• Any changes to the agreed upon scope must be done so in writing.
Chapter 39.12 RCW requires local government contractors and subcontractors to pay prevailing wages
to all workers for all public works and maintenance contracts, regardless of the dollar value of the
contract. This includes: Public works (RCW 39.04. 010)
City of Tukwila-
Ikawa Park Fence Relacement-
oposed Schedule
• If permits are required, then we will file for them on Jan 30tH
• Locates will be called in on Tuesday Feb 20.
• Tuesday Feb 27th crews will show up between 8-l0am to start the
tear out of the old fence and get the posts set for the new fence.
• Thursday Feb 29th crews will be back between 8-l0am to build the
fence and finish the project.
The reason there is a day in between setting the posts and building the
fence is because we have to allow the cement to set, and it takes a little
longer in this cold weather for that to happen.
All Around Fence Co. (AAFCO)
Licensed, bonded, and insured.
PO Box 98909, Lakewood WA 98496
\ FENCE O.Office: 253-863-4895 Fax: 253-863-0704
allaroundfence@allaroundfencewa.com
Ori -Site
I—IRestimate date: —
Time of l
estimate: 1 I
Phone/Email quote date:
Estimator's name:
Revised date:
Revised date:
Office use
M/D:
Job name: C;� •A lq, -=
Tay V.:_. PROPOSAL/CONTRACT LIC# ALLARAF839KS
u.
Contact person: "
Mgmt Co.: b
Phone #1:
_
Phone #2:
Job site
V
address: r �<Y � �r
I i I -
BillingAddress if diff:
E. ..
Billing email if diff: i
Wood
Black,
Galt'
Cin
Ink
W ite
Tan
Clay
Vinyl
Orna-
mental
Iron
Other
..:.
�
'
VO.,
ll
....—:
��M
w�
I
Footage
,
Height
Ct.N
.
� �
POSTS
, �
(
�~
L
Terminal
Line
I`
.Gbt
( . Z v.G uta
Material specs
\(1
,„
��
,
,
r'lei
,,1x
Top rail
�..
Middle rail
,
Bottom rail
a
R °
Tension wire
Wood styles:
Notes: l�
w a �` � r`%¢,:.`� °��.. � � � �, � ���,•
Price:
$8605.00
$
Standard Estate ■
apia
S
Full Pane In C¢7e~<e�,
m r�."�
Tax to be added upon job completion.
Picture Frame •
_
*ONCE YOU RETURN YOUR SIGNED CONTRACT TO US, YOU ARE AGREEING TO THE JOB AND YOU ARE
Kirkland ■
RESPONSIBLE FOR THE FULL PAYMENT (INCLUDES LABOR AND MATERIALS) EVEN IF YOU CANCEL THE JOB.
Rambler •
*We propose hereby to furnish materials and labor -complete in accordance with the above specifications.
*We
Horizontal •
Shadow Board •
have a $700.00 minimum plus materials. If you change your job and the price falls below that cost, you may be required
to pay the $700.00 minimum plus materials price.
*One year warranty on workmanship & materials supplied by AAFCO. We do not warranty wood gates over 10' wide, no
Lattice Top •
exceptions. We do not stain or paint fences.
*This estimate is just an estimate and may be withdrawn by AAFCO if not accepted within 7 days.
CUStOm •
*Most of our correspondence is done by email. Payment is due upon receipt of invoice. We accept checks & money orders. For a
Gates:
lee„ we also accept debit and credit cards. Tax will be added to your job upon job completion.
*THE CUSTOMER IS RESPONSIBLE FOR MARKING THEIR PRIVATE UTILITY LOCATIONS AND FENCE LINES.
Single walk 0
AAFCO IS NOT RESPONSIBLE FOR UTILITY/SPRINKLER LINES.
Single drive 0
Double drive 0
Roll 0
Estilrfator's Authorization: -
Hillside 0 i
The prices, specifications, and conditions are satisfactory, understood, and are hereby accepted by my
Clearirag �-
{included' if checkedi
signature below:
,---DocuSigned by:
Tear out/Haul away
r
Customer's signature:
g
L
AIA A A/ &fitn 1/24/2024 1 2:26 PM PS
Date:
`,—.1r
(included if checked)
yam-rar4gJ-
f
AAFCO BACK PAGE OF PROPOSAL TERMS, COVENANTS, AND CONDITIONS BETWEEN ALL AROUND FENCE COMPANY (AAFCO) AND PURCHASER
TERMS: We have a $700 minimum plus materials. If you change your job and the price falls below that cost, you may still be required to pay
the $700.00 minimum plus materials price. A down payment will be required for all specialized materials. If you cancel your job after
specialized materials are ordered, they will be made available for pick-up by you as soon as they arrive from our vendor. All materials remain
the property of AAFCO until fully paid and can be removed for non-payment. ONCE YOU RETURN YOUR SIGNED CONTRACT TO US, YOU ARE
AGREEING TO THE JOB AND YOU ARE RESPONSIBLE FOR THE FULL PAYMENT
(INCLUDES LABOR AND MATERIALS) EVEN IF YOU CANCEL THE JOB. Payment is due upon receipt of invoice (of which we email to you). We
accept checks and money orders; any returned checks will result in a $35.00 charge. For a fee, we also accept debit and credit cards. If the
account is not paid in full within 15 days after the date on the invoice, the purchaser agrees to pay a delinquency charge of 1.5% and
compounded for each month on the unpaid balance. An additional surcharge of 25% of the account balance plus attorney or collection agency
fees will be assessed, if applicable. In addition, we reserve the right to file a lien on your property. Most all of our correspondence is done by
email. The documents sent to you for signature are sent electronically for your convenience to sign them via computer and email them back to
us. All standard mailed documents may take about 5-7 days longer as they go to our home office first. This estimate is only an estimate. 4
Additional charges may apply on actual work performed. This proposal may be withdrawn by AAFCO if not accepted within 30 days.
If it is necessary to make more than one trip to complete the project on account of changes or delays on the part of the purchaser, an extra
charge may be made to cover the additional expense involved. In the event of any undue delay caused by any party other than AAFCO, then
AAFCO shall have the right to pass along any increase in cost as a result. AAFCO will try it's very best to honor the dates scheduled for jobs;
however, AAFCO cannot guarantee these dates or be held responsible for date changes.
Conditions: In consideration of the price herein quoted, the purchaser agrees that the fence lines will be clear of all obstructions and that the
lines will be properly marked by the purchaser with white paint. AAFCO IS NOT RESPONSIBLE FOR ANY DAMAGE TO SPRINKLER LINES. THE
LOCATION OF WELL AND POOL PIPES, SPRINKLER LINES, ELECTRICAL LINES, AND/OR ANY PRIVATE UTILITIES WILL BE CLEARLY MARKED BY THE
PURCHASER IN WHITE PAINT; AND ANY DAMAGE INCURRED DUE TO INCORRECT OR MISSING MARKING WILL BE THE SOLE RESPONSIBILITY OF
THE PURCHASER TO REPAIR. Locating, clearing, and marking of fence and/or property lines are the sole responsibility of the purchaser. The
purchaser further agrees that AAFCO shall not be held responsible for claims of encroachment, damage to underground pipes, wires or hidden
obstructions, and herewith waives any claims relating thereto. The purchaser must obtain all licenses, planning permission approval, and
permits where such items are required including HOA approval, if applicable.
AAFCO does not remove concrete footings unless requested at the time of initial estimate (this is an additional charge). AAFCO does not
contemplate encountering rocks, boulders, or other conditions that mandate the use of jackhammers or other coring equipment. If
encountered, and it is necessary to drill for the setting of the posts or to furnish extra -large or deep foundations for the posts, or to perform
any extra labor; an extra charge will be made to cover the additional expenses involved. It is the responsibility of the purchaser to move, reuse,
or dispose of any excess dirt; AAFCO does not remove any dirt off-site for any reason, including excess dirt as a result of digging for post holes.
The purchaser agrees to supply power at the job site. If power is unavailable at the job site, the purchaser agrees to pay for generator use.
Lawn damage due to weather conditions will be the purchaser's responsibility. AAFCO does not paint or stain fences.
The purchaser, or their representative, must be present at the start of the job as well as the anticipated day of completion.
THE CREW HAS NO AUTHORITY TO AUTHORIZE CHANGES. No change in measurements, location of lines, or conditions will be allowed except
prices mutually agreed upon at the time these changes are made. Changes must be communicated through the estimator or office
representative.
You have a 1 year warranty on workmanship and materials supplied by AAFCO. We do NOT warranty wood gates over 10' wide, no
exceptions. Due to the style of your fence and the fact that we use 6 foot boards, it could cause your fence to be +/- 6 feet tall. In addition,
normal ground clearance is 1 to 1 1/2 inches.
This contract embodies the understanding between AAFCO and the purchaser. There are no verbal agreements or representation in
connection herewith. We propose hereby to furnish materials and labor -complete in accordance with the above specifications. This contract
in printed or in electronic form is subject to the terms and conditions of which are made a part hereof by this reference.
1 have read, I understand, and 1 agree to all of the above terms and conditions as hereby accepted by
my signature: DocuSigned by:
M44,to 1/24/2024 1 2:26 PM PST
Signature: l Date: Job name. Ikawa Park Fence Replacement
.110E5BFB-18249E_ ----
References
Ben Levenhagen, Support Services Field Supervisor
Park Operations 1 Parks, Recreation and Community Services
220 4th Ave S
Kent WA 98032
Direct Line 253-856-5133 1 Main Line 253-856-5120
8Levenhagen@KentWA.gov
Dorothy (Dottie) Doheny 1 Housing Account Manager
Muckleshoot Indian Tribe
39015-C 172nd Ave SE
Auburn WA 98092-9763
253-876-3027 1 dorothy.doheny@muckleshoot.nsn.us
Kevin Anderson 1 Maintenance Coordinator—Special Projects
600 Andover Park W., Seattle, WA 98188
Cell: 206-714-0454 1 Office: 206-574-1208 1 Fax: 206-902-9821
Kevin Vaughn 1 City of Bellevue
2901 115th Ave NE, Bellevue WA 98004
Phone: 425-864-1736 1 kvaughn@bellevuueuva.gov