Loading...
HomeMy WebLinkAbout22-158 - Griffis Heating, Inc - Minor Home Repair ProgramCity Of Tukwila Agreement Number: 22-158(a) ® 6200 Southcenter Boulevard, Tukwila WA 98188 Council Approval N/A •a: CONTRACT FOR SERVICES Amendment #1 Between the City of Tukwila and Griffis Heating, Inc. is hereby amended as follows: That portion of Contract No. 22-158 between the City of Tukwila and Griffis Heating, Inc. is hereby amended as follows: Add lanauacie for contract end date: This agreement shall be in full force and effective through December 31, 2026 unless otherwise terminated under the provisions hereinafter specified. All other provisions of the contract shall remain in full force and effect. Dated this 2nd day of CITY OF TUKWILA Signed by: Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Signed by: An Youn, ity eek FIT=:141T1: 197`IIelX41Zv�A Signed by: Office o tityAttomey December 20 2,I . CONTRACTOR: By: Printed Name: bfitnYlc) MW(/y, Title: ,by wvwv. SIU CA Reviewed May 2020 Page ] of 1 Contract (Number: 22-158 City of Tukwila Council Approval N/A 62:00 Southcenter Boulevard, Tukwila WA 9818,8 CITY OF TUKWILA Short Form, Contract A 5 TOT11704 ma Vendor Nlame: Griffis, Heating Inc. Project No. Address: 1502 Pike St. NIW, Suite 5 Auburn, WA 98001 Budget Item: CDBG Telephone: 253-735-3880 Project Name: Minor Home Repair This Agreement, made and entered into this 14th day Of December 2022 by and between the City of Tukwila, hereinafter referred to as "'City", and Griffis Heating, Inc, hereinafter referred to as "Contractor." The City and the Contractor hereby agree as follows - I . SCOPE AND, SCH�ED,UILE OF SERVICES TO, BE PERFORMED, BY CONTRACTOR. The Contractor shall perform Minor Home Repair services through Community Development Block Grant funding. Services include maintenance, repair, and replacement minor repairs to ow/moderate income Tukwila homeowner residents. All work performed by the Contractor or subcontractor shall compd State codes and adhere to Housing and UrbIan Development regulation regarding housing repair. The Contractor shall bIilll the City of Tukwila on a fee for service basis. Alll work must be approved by Human Services staff prior to work starting. Any change in work order must be approved by the City of Tukwila (Human Services staff prior to starting work. Repairs and maintenance projects will be prioritized for health and safety, Total cost for repairs is not to exceed $3300.00. This cap refers to labor and the cost of materials as estimated by the Contractor. 2. TIME OF COMPLETION. Each project shall be completed in a timely fashion as mutually agreed on by the Contractor and the City of Tukwila Human Services staff. 3. COMPENSATION AND, METHOD OF PAYMENT. The City shalll pay the Contractor for services rendered according to the rate of $285.00 per hour (charged in 15 -minute increments), The total amount to be paid shalll not exceed $120,000 for the duration of the contract, 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. �111 !111 FRI 11 1 1, F* -I 11 11�111 ;J ''I'll ''III 7. CONTRACT DOCUMENTS. The contract includes this Agreement, and Payment Exhibit. CA re0sed 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. MATERIALSAPPLIANCES 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 CA revised May 2020 Page 2 provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below:. 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile liability insurance shall cover all owned, non -owned, hired, and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, T2,660,666 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 liabiiity 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 37 101 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. CA revised May 2020 Page 3 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. K 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 resuiltingi 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. GA revised May 2020 Page 4 ta M Z On 1 [9 M I I ! rou rM I MO a 3 LOSM I RMV MA M. I I OT; F NMI M am IM 167 1 a 3 � � n—e—CrIt=, 7=e fine below. IHT1 1119,12MMOINTMO At"14:161111M DATED this 14th day of December 20122 CA revised May 2020 Page 5 Cj'��11?'iE��' ✓ . Allan Ekberg, Mayor 12-14-2022 Printed d Names � ✓iw Title: ATTEST/A TH'ENTICATEDi: Add m` :, is0-L, i ve st ae,9 ada eaam,aaa oa ooT � � , W � u I ollt av 11- 4o -7171 Z Christy O' 'Ia'kh rty, Cuty Clerk r eSigned/v-i�ai/Se��am_%les(s�Doo/\�Jo�om 'q ..¶ ^/tff\v/Koy: 6o65f0o1—I 4bo086o40ooa'J3d0 e Office of the City Attorney A revised May 2020 Page