HomeMy WebLinkAbout25-196 - Contract - Mr. Rooter Plumbing - Utility Installation: Foster Golf Links Snack ShackCity of Tukwila
• 6200 Southcenter Boulevard, Tukwila WA98188
v
CONTRACT FOR SERVICES
Contract Number: 25-196
Council Approval N/A
This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter
optional municipal code city hereinafter referred to as "the City," and Mr. Rooter Plumbing, hereinafter
referred to as "the Contractor," whose principal office is located at
200 S 116t1 St, Seattle, WA 98168.
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms
and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto 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. Comoensation_and (Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit A attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed $17,618.78 at a rate described by Exhibit A
(Estimate 398440436).
3. Contractor_Budaet. 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.
4. Duration of Aareement. This Agreement shall be in full force and effect for a period commencing
June 25, 2025, and ending December 31, 2025, unless sooner terminated under the provisions
hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with
respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be
considered to create the relationship of employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees
by virtue of the services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, 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 Public Entity.
CA Revised May 2020 Page 1 of 4
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 Public Entity, 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.
7. 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.
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 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
CA Revised May 2020 Page 2 of 4
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. Upon request by the City, the Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors' coverage.
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.
H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the 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.
8. Record Keeoina and Reoortina.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter
40.14 and by the City.
9. Audits and Insoections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance of
this Agreement.
10. Termination, This Agreement may at any time be terminated by the City giving to the Contractor thirty
(30) days written notice of the City's intention to terminate the same. Failure to provide products on
schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any
reason, the City shall have the right to terminate this Agreement immediately.
11. 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, the
presence of any disability, or any other protected class status under state or federal law, in the
selection and retention of employees or procurement of materials or supplies.
12. Assignment and Subcontract, The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13. ,Ent rgAareemento.Modifj a •on. 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.
CA Revised May 2020 Page 3 of 4
14. 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.
15. 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.
16. Aanlicable_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.
DATED this 24th day of June, 2025.
CITY OF TUKWILA
L'�vS/il�g/'n'A1ed by:
1 1
Kris Kelly, Pa ecreation Deputy Director
ATTEST/AUTHENTICATED:
LSS,d by:
r r 1,4374
Jennifer Marshall, Deputy City Clerk
APPROVED AS TO FORM:
Signed by:
0-4. a"
.Office of tl ie eity Alton iey--
-
CONTRACTOR:
Signed by:
By: 96bGYf hi(tv
Printed Name: Robert Miller
Title: General Manager
Address:
2000 s 116th st Seattle 98168
CA Revised May 2020 Page 4 of 4
BILL TO
City of Tukwila”
11210 Tukwila International Boulevard
Tukwila, WA 98168 USA
W, IlRoot:er 1:1urnUng NBLY Co Ops WDA Sl::'LLC
2000 S 116th St
Seattle, WA 981.68
800,,,84.5„,31.07 Custorner Service
ESTIMATE
398440436
JOB ADDRESS Job: 398387871
Tukwila Parks & Recreation Technician: Ken Carnahan
13900 Interurban Avenue South
Tukwila, WA 98168 USA
"5 II11!!!! III1,'T III C II11!!!! ) II11!!!! 'S C III'P. III II3 "T' III 0 11 1,11 Q T "'V 11 1 III C III!!!! TOTA III..
C12089 Underground\Underground: 1.00 $15,988.00 $15,988.00
Customer would like a proposal to install a new water line and sewer
line to snack shack
Price to include
For waterline
Dig down up to 4 feet wide by 36 feet in length and up to 3 feet in
depth from water connection on back of building to stubs for building
Lay new pix in trench
Bed new pix with sand
Bring water pipe up to ground level and cap off in existing dug hole
For sewer line
Dig down up to 4 feet wide by 8 feet in length and up to 9 feet in
depth
Install new PVC from stub for building and connect existing sewer line
Bed new PVC with crushed rock
Backfill and compact to rough grade
Price includes parts, labor and a ten year warranty on the integrity of
the parts we install
SUB -TOTAL $15,988.00
TAX $1,630.78
TOTAL $17,618.78
Estimate #398440436 Page 1 of 2
1110r[)lIT All111) II!W ll"AE14 AUT1.1011 A.i.11l()1°4
Please pay total due amount. Thank you.
Print Name below as it appears on credit card
Payment Type Credit Card #
Name on card
Signature
Remit to:
Amount Due:
EXP CVC
IMPORTANT NOTICE: You and your contractor are responsible for meeting the terms and conditions of this contract, if you
sign this contract and you fail to meet the terms and conditions of this contract you may lose legal ownership rights to your
home.
KNOW YOUR RIGHTS AND DUTIES UNDER THE LAW. YOU, THE BUYER, MAY CANCEL THIS TRANSACTION AT ANY TIME PRIOR
TO MIDNIGHT THE 3RD BUSINESS DAY AFTER THE DATE OF THIS TRANSACTION, SEE THE ATTACHED NOTICE OF
CANCELLATION FORM FOR AN EXPLANATION OF THIS RIGHT.
I agree that the initial price quoted prior to the start of work does not include any additional or unforeseen tasks. Nor
materials which may be found to be necessary to complete repairs or replacements. I also agree to hold Mr. Rooter or its
assigns harmless for parts deemed corroded, unusable, or unreliable for completion of stated work to be done. I hereby
authorize Mr. Rooter to perform the proposed work and agree to all agreement conditions as displayed on this page and the
following two pages of this document and further acknowledge that this invoice is due upon receipt. A monthly service
charge, at maximum allowed by law, will be added after 10 days.
FOR FINANCING CUSTOMERS -- NOTICE OF CANCELLATION
You may cancel this transaction, without any penalty or obligation, within three business days from the above date.
If you cancel any property traded in, any payments made by you under the contract or sale and any negotiable instrument
executed by you will be returned within ten business days following receipt by the seller of your cancellation notice and any
security interest arising out of the transaction will be cancelled. If you cancel, you must make available to the seller at your
residence in substantially as good condition as when received, any goods delivered to you under this contract or sale; or you
may, if you wish, comply with the instructions of the seller regarding the return shipment of the goods at the seller's expense
and risk.
If you do make the goods available to the seller and the seller does not pick them up within twenty days of the date of your
notice of cancellation, you may retain or dispose of the goods without any further obligation. If you fail to make the goods
available to the seller, or if you agree to return the goods to the seller and fail to do so, then you remain liable for
performance of all obligations under the contract. To cancel this transaction, mail or deliver a signed and dated copy of this
cancellation notice or any other written notice to Mr. Rooter Plumbing, at 2000 S 116th St., Seattle, WA 98168
Signed by
Sign Nelle F 4- Date 6/23/2025 1 10:21 PM PDT
Estimate #398440436 Page 2 of 2
TERMS AND CONDITIONS
LIMITED -SERVICE WARRANTY
NBLY Co Ops WA SPV LLC d/b/a Mr. Rooter® Plumbing of Seattle, Snohomish, and Tacoma and Neighborly Local Operations LLC
stands behind its workmanship with a thirty (30) day Done Right Promise related to drain cleaning, a one (1) year Done Right Promise on
repair workmanship and one (1) year Done Right Promise on replacement workmanship for residential clients, and a thirty (30) day
Done Right Promise on all workmanship for commercial clients.
The stated period of warranty commences upon installation or repair of plumbing or upon cleaning of drains. The purchaser
understands that Mr. Rooter Plumbing's liability under this warranty is limited to repair, replacement, recleaning or refund of purchaser's
money, and does not extend to property damage resulting from drains which become clogged or obstructed or from plumbingwork
which fails during the agreed upon warranty period. There are no warranties which extend beyond the description on the face hereof.
Please refer to www.mrrooter.com/neighborly-done-right-promise-terms/ for full details.
You may have additional rights under certain laws (including consumer laws) which do not allow the exclusion of implied warranties, or
the exclusion or limitation of certain damages. If these laws apply to you, the exclusions or limitations in this Agreement that directly
conflict with such laws may not apply to you.
WORK NOT COVERED
It is agreed that Mr. Rooter® Plumbing is not responsible for the following:
1. Damage caused to the customer's property as a result of obtaining access to and exposing plumbing and drainage systems.
2. Additional plumbing work beyond that specifically mentioned in this estimate and proposal including, but not limited to, that which
may be required because of preexisting plumbing code violations or additional work revealed to be necessary as a result of performing
the specified work.
3. Any repairs, installation, removal or replacement of non -plumbing items or activities including but not limited to: concrete, paving,
asphalt, slabs, sidewalks, driveways, patios, pools, shrubbery, grass lawns, fences, electrical wiring and fixtures, painting, decorations,
plastering, sheetrock and other wall coverings, glass, carpentry, millwork, cabinets, floors, carpeting, floor surfaces and preparation,
roofing, flashing, sheet metal gutters, downspouts, brick, stonework, extension walls, steel and other framework.
4. Damage caused to customer's plumbing system by sewer and drain cleaning equipment when such is caused by pre-existing defects
in such plumbing systems.
Customer accepts full responsibility for the prompt payment of all costs of this agreement even though customer may intend to obtain
reimbursement from others such as landlords, tenants, insurance companies and tortfeasors. This proposal and said specifications
shall not be altered or modified except by written agreement between the parties hereto and verbal understandings and agreements
with representatives shall not be binding unless set forth herein.
NOTICE TO OWNER
This contractor is registered to do business in the state (and county, if required) in which this work is performed. (See registration
number on the front side of this contract.) Where required, this contractor has posted with the State all necessary bonds or cash
deposits for the purpose of satisfying claims against the contractor for negligent or improper work or breach of contract in the conduct
of the contractor's business. This bond or cash deposit may not be sufficient to cover a claim which might arise from the work done
under your contract.
If any supplier of materials used in your construction project or any employee of the contractor or subcontractor is not paid by the
contractor or subcontractor on your job, your property may be liened to force payment. If you wish additional protection, you may
request the contractor to provide you with the original "lien release" documents from each supplier or subcontractor on your project.
The contractor is required to provide you with further information about lien release documents if you request it. General information is
also available from the licensing board in your state.
The specific telephone number and address of your governing agency can be found by calling 1-800-583- 8003 or by writing Mr. Rooter
Plumbing, 2353 Uravan St., Aurora, CO 80011.