Loading...
HomeMy WebLinkAbout19-189 - Shelton Construction, LLC dba Paul's Handyman Services - 2020 Minor Home Repair ProgramCity Of Tukwila Agreement Number: 19-189(d) Council Approval N/A 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES Amendment # 4 Between the City of Tukwila and Shelton Construction LLC, Pauls' Handyman Services That portion of Contract No. 19-189 between the City of Tukwila and Shelton Construction LLC, Paul's Handyman Services, is hereby amended as follows: Section 3: -Compensation and method of payment:-. The City shall pay the Contractor for Services rendered according to $90.00 per hour. The total amount to be paid shall not exceed $28,000. All other provisions of the contract shall remain in full force and effect. DATED this 12th day of June 2025. CITY OF TUKWILA Signed by: Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Signed by: Andy Youn-Barnett, City Clerk APPROVED AS TO FORM: Signed by: L I�t, -k6m(*" Office of the City Attorney CONTRACTOR: By: C06 -u Printecl .. ame: Title: Pres c cLen-b CA Reviewed May 2020 Page I of I City of Tukwila Agreement Number: 19-189(c) Council Approval NIA * 6200 Southcenter Boulevard, Tukwila WA 98188 m. CONTRACT FOR SERVICES Amendment #3 Between the City of Tukwila and Shelton Construction LLC, Paul's Handyman Services That portion of Contract No. 19-189 between the City of Tukwila and Shelton Construction LLC, Paul's Handyman Services, is hereby amended as follows: Add language to contract end date: This agreement shall be in full force and effect through December 31, 2026, unless otherwise terminated under the provisions hearinafter specified. Section 3: Compensation and method of payment: The City shall pay the Contractor for Services rendered according to $90.00 per hour. The total amount to be paid shall not exceed $30,000. All other provisions of the contract shall remain in full force and effect. Dated this a�. 1=— day of (0 ( T , 2012W. ** City signatures to be obtained by ** Contractor signature to be obtained by City Clerk's Staff ONLY. ** sponsor staff. ** CITY OF TUKWILA Signed by: I-6mo's h6[t,od, Sn Thomas McLeod, Mayor ATTEST/AUTHENTICATED: //Sig/ne/dd by, L/pad � yYou ,"lk. APPROVED AS TO FORM: Signed by: 11 o�fl'ie i i�Aiiomey CONTRACTOR: ., o. - Prin-TW'Name: i -, _ ,. CA Reviewed May 2020 Page 1 of 1 Amendment # 2 Between the City of Tuikwila and Shelton Construction LLC, dba Pauil"s Handyman Services [ITO =1 rm• Oil Add language for contract end'date: This agreement shall be in full' force andl effect through December 31, 2024, unless, otherwise terminated under the provisions hereinafter s,pecifiedl. Section 3: Compensation and method of payment: The City shall pay the Contractor for Services rendered according to $i8O.00 per hiour. The total amount to be paid shall not ..$ 4M11 Dated this 7th day of — December 2022 --l— .......... ............. 5m 12-07-2022 . I Rachel Bianchi, Deputy City Administrator Printed Mame. —p ........... . . . . . . . .............. CA Reviewed May 2020 Page I of 1 City of Tukwila Agreement Number: 19-189(a) 6200 Southcenter Boulevard, Tukwila WA 98188 Council Approval N/A CONTRACT FOR SERVICES Erl 7 M TI. T in, r-MTUM Between the City of Tukwila and Shelton Construction LLC, dba Paul's Handyman Services That portion of Contract No. 19-189 between the City of Tukwila and Shelton Construction LLC, Paul's Handyman Services, is hereby amended as follows: Addlanquage for contract end date. - 'The agreement shall be in full force and effect - through December 31, 2022, unless sooner terminated under the provisions hereinafter specified. All other provisions of the contract shall remain in full force and effect. Dated this - 28th day of December 202 CITY OF TUKWIILA CONTRACTOR ..................... Rachel Bianchi, Deputy City Administrator CA Reviewed May 2020 x Printed Name: Po. cc t C - Thc //- o v7_ 1/1 page I Of I 19-189 �m�Au» ,� Con��u�Number �x� �x 0��&�8� Council Approval N/A O3O0GouthcantarBoulevard, Tukwila VVAQ8188 CITY OF TUKWILA Short Form Contract Contractor/ Vendor Name: Shelton Construction LLC db@.Paul's Handyman Services Address: 29542 20011CrtGE Kent, WA 98042 Budget Item: CDBGgrart Telephone: 200-396-0191 Project Name: K8inmrHome Repair program '� This Agreement, made and entered into this l� day of2019, by and between the City ofTukwila, hereinafter referred tmaa^Chv". and Shelton Construction, hereinafter referred to as "Contractor." This Agreement shall be in full force and effect for a period commencing the date above and shall end, 31mday OfDecember, 2O2O. The City and the Contractor hereby agree 8sfollows: SCOPE AND SCHEDULE OF SERVICES TO BE PERFORMED BY CONTRACTOR. Per agreement between King County and the City of Tukwila, m*|otiwe to Community development block grant dollars, Contractor is03 provide Minor home repair, including maintenance, repair and replacement to low/moderate income Tukwila hoOn8OvvDer residents. All vVod( performed by the Contractor orsubcontractor shall comply with all applicable City and State codes and adhere to Housing and Urban Development regulations regarding housing repair. The contractor shall bill the City of Tukwila mnafee for services basis. All work must be approved by the City of Tukwila 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 activities shall be prioritized for health and safety. Cosmetic improvements shall not beincluded. TO|G| cost for repairs are not to exceed $750.00 perproject/residence without prior approval from Human Services staff. This cap refers to labor, and the COSt of rnatari8|S as eDiirnoi8d by the Contractor. 2. TIME OF COMPLETION. Each project shall be completed in a timely fashion as rnu1V@|k/ agreed onhvthe Contractor and the City ofTukwila Human Services staff. 3- COMPENSATION AND METHOD OF PAYMENT. The City Sh@U pay the Contractor for services rendered according i0a$O5.00 per hour. The total amount to be paid eheU not exceed $20.000 except by written agreement of the parties. o A� �~---> w � CArevised December 2O18 Page 4. CONTRACTOR BUDGET. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth inthis Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires toamend its budget inany way. 5. PAYMENTS. The City shall make payments On account of the contract at completion of the project. 6. ACCEPTANCE AND FINAL PAYMENT. Final payment shall be due 10 days after completion of the work, provided the contract iofully performed and accepted. '' CONTRACT DOCUMENTS. ^ The contract includes this Agreement, Scope ofWork and Payment Exhibit. ' The intent of these documents is to include all |Gbor, materials, appliances and services of every hind necessary for the proper execution of vvOrk, and the terms and conditions of payment therefore. ' The dUcU[DeD[S are to be considered as one, and whatever is called for by any one of the documents shall be@Sbinding aGifcalled for byall. ' The Contractor agrees toverify all measurements set forth in the above documents and to report all differences in measurements before commencing to perform any work hereunder. 8. MATERIALS, APPLIANCES AND EMPLOYEES. ' Except as otherwise noted. the Contractor shall provide and pay for all rn@teha|s. |8bOr, tom|g^ water, power and other items necessary to complete the work. ' Unless otherwise speciUed, all material shall be new, and both workmanship and Dn81eri8|$ shall beofgood quality. ^ Contractor warrants that all workmen and GUbCOntn3c1o[s Gh8|| 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 bvthe Contractor. Easements for permanent structures orpermanent 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 ifthe drawings and specifications are a|variance therewith. 10. PROTECTION OF WORK, PROPERTY AND PERSONS. The Contractor shall adequately protect the vvork, adjacent property and the public and shall be responsible for any damage or injury due to anyact orneglect. 11. ACCESS TO WORK. The Contractor shall permit and facilitate observation of the work by the City and its agents and public authorities sdall times. 12' CHANGES IN WORK. The City may order changes inthe work, the contract sum being adjusted accordingly. All such orders and adjustments shall be in writing. Claims by the Contractor for extra cost rnUSL be made in writing before executing the work involved. 13. CORRECTION OF WORK. The Contractor shall re -execute any work that fails tmconform to the requirements of the contract and that appears during the progress of the vvmrk' and shall remedy any defects due to faulty Dl8t8[i8|s or workmanship which appear within a period of one year from date of completion of the omnin*oi and final acceptance of the work by the City unless the manufacturer of the equipment or materials has a xv8rrBnb/ for g longer period of time, which Vv8r[8Oti8S 3h8|| be assigned by Contractor to City. The provisions of this article apply to work done bysubcontractors aawell estowork done bydirect employees ofthe Contractor. 14. . Should the Contractor neglect to execute the work pnmper|y. Or fail to perform any provision of the omntn8(t. the Cib/, after seven days' written notice to the contractor, and his eupetv, if any, may without prejudice to any other remedy the City may have, rD8k8 good the deficiencies and may deduct the C881 thereof from the payment then Or CArevised December 2010 Page thereafter due the Contract Or, at the City's Option, may terminate the contract and take possession of all rn8hah8|a, tmo|S. appliances and finish work by such nle@nS as the City S8as fit, and if the unpaid b8|8DC8 of the contract price exceeds the expense of finishing the vv0d<' such excess shall be paid to the Contractor, but if such expense exceeds such unpaid balance, the Contractor shall pay the difference tmthe City. 15' PAYMENTS. Payments shall bmmade @Sprovided inthe 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 ehm|| procure and maintain for the duration of the Agreement, insurance against C|airnG for injuries to persons or damage to property which may arise from or in connection with the performance Of the work hereunder by the CDntr@Ctor, their ageDtG, nepFeamn1odvea' employees or subcontractors. Contractor's maintenance of inaunonue, its scope of CoVa[@08 and limits as required herein Sh8|| 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 atlaw nrin 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 nnininnurn combined single limit for bodily injury and property d8m@AC of $1.000,000 per accident. Automobile liability insurance 8h@U cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (|S[)) form CA 00 81 or substitute form providing equivalent liability coverage. If n8C8Ssmry, the policy shall be endorsed toprovide contractual liability coverage. 2. Commercial General Liability insurance with limits nOless than $1.00O'OOOeach occurrence, $2,O00'000general aggregate and $2'OOO.00Oprod uuta-oomp|etedoperations aggregate limit. Commercial General Liability insurance shall be as least atbroad @sISO occurrence form CGOOO1 and shall cover liability arising from premises, operations, independent contractors, prod ucts-co m pleted operations, stop gap liability, personal injury and advertising injury, and|i@bi|ib/@ssunnedunder8nimsunedcontrac1. The Connnnmroia| General Liability insurance shall baendorsed tmprovide aper project genera|aggnagaie limit using ISO form CG 25O3O5O9or@Dequivalent endorsement. There shall bmDo 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 CG2O371OO1orsubstitute endorsements providing atleast oa broad coverage. 3. Coverage as required by the |DdUSLria| Insurance |8vvs of the State of Washington. B. 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 tothe City. Any insurance, self-insurance, or insurance pOO| coverage maintained bythe City shall be in excess of the Contractor's insurance and shall not contribute with it C. Acceptability of Insurers. Insurance is to be placed with insurers with @ current A.M. Beet rating Ofnot less than A:VII. D. 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 CA revised December 2016 Page insured endorsement, evidencing the insurance requirements Of the Contractor before commencement Ofthe work. E. Subcontractors. The Contractor Sh8U have sole responsibility for determining the insurance coverage and limits naquired, if any, to be obtained by subcontractors, which determination shall bemade inaccordance with reasonable and prudent business practices. F. Notice of Cancellation. The Contractor shall provide the City and all Additional |DSU[eds for this work with written notice of any policy cancellation, within two business days oftheir receipt of such notice. G. Failure to Maintain kmsmmmmce. Failure on the port of the Contractor to maintain insurance as required shall constitute a rnat8ha| breach of contract, upon vvhidl the City may, after giving five business -days notice to the Contractor to correct the breach, immediately terminate the contract or, aiits discretion, procure orrenew such insurance and pay any and all premiums in connection therewith, with any sums suexpended 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 priorto start of construction u performance bond at 100% of the amount of the contract and in a form acceptable to the City. In lieu of bond for contracts |eSS than $25.080. the City may, at the Contractor's OpdOn' 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 Ofany liens, whichever iSlater. 18. LIENS. The final payment shall not be due until the Contractor has delivered to the City complete release of all liens arising out of this contract or n8caiota in full covering all |8bO[ and materials for which a lien could be fi|ad, or o 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 Uflegal action hereunder, the prevailing podx shall beentitled iorecover its reasonable attorney fees and costs. 21' CLEANING UP. The Contractor shall keep the premises free from 000urnu|abon of waste material and rubbish and at the completion of the vvOrk. Sh@|| remove from the premises all [ubbiSh, implements and surplus materials and leave the premises clean. 22- INDEMNIFICATION. The Contractor oh8U defend, indemnify and hold the Chu its Vffioero, offioia|o, employees and volunteers harmless from any and all c|oinmn. injuries, damages, |oaoea or suits including attorney feeG, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused bythe sole negligence ofthe City. Should court of competent jurisdiction determine that this AQragrngnt is subject to RCVV 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property C@uS8d by or resulting from the COnCu[[8nt negligence of the Contractor and the City, its OffiCerS, officials, employees, and volunteers, the CoDt[8CtO['S liability hereunder shall be only to the extent 0fthe Contractor's negligence. |iisfurther specifically and expressly understood that the indemnification provided herein oOnSdtUteo the Contractor's waiver ofimmunity under Industrial |DSUn2OC8, Title 51 RCVV, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section eh8|| survive the expiration or termination of this Agreement. 23' PREVAILING WAGES. The Contractor shall pay all |aborars, workmen and mechanics the prevailing wage and aho|| file the required "Statement of Intent to pay Prevailing VV8gea^ in conformance with RCW 39.12.040. CArevised December 2810 Page 24. DISCRIMINATION PROHIBITED. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, reliQion, cread, color, national Vhgin, age, veteran St8tUS, sex, sexual ohGnt@bOn, gender identity, nl@ht8| Gtatua, political affiliation or the pnaSeOC8 of any disability in the selection and retention of employees Or pnmcUr8nnen1 of materials or supplies. 25' . This Agree0ent, 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 bythe parties. 26. SEVERABILITY AND SURVIVAL. K any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event gh@U not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Aon*m[n8Dt, which by their Dense 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 ofTukwila Sh8|| be sent to the following address: City Clerk, City of Tukwila 020OSoUthoenterBlvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 28. This Agreement shall be governed by and construed in 8oCprd8nQ8 with the laws of the State of Washington. In the event any suit, arbitration, Or other proceeding is instituted LV enforce any term of this 4oneHnnemt' 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. CITY OF TUK LA N8OO8: Rachel Bianchi \ 1� / By: Printed Name: Title: Date: CArevised December 2U10 Page