HomeMy WebLinkAbout25-258 - Contract - DirtCorps, LLC - Vegetation Management: Sunwood Condos Parking Lot25-258
City of Tukwila Council Approval N/A
6200 Southcenter Boulevard, Tukwila WA 98188
This Agreement is entered into by and between the City of Tukwila, !,Tashington, a non -
charter optional municipal code city hereinafter referred to as "the Cityand DirtCort)s ,
hereinafter referred to as "the Contractor," whose principal office
is located at
404 S Brandon St., Seattle, WA 98108
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:
M22mirs =0 qNs I I . 6
.loj Q 1XV1,11 a IIIQ I Ing AL.Ww"i I
4. Duration of Agreement. This Agreement shall be in full force and effect for a period
commencing
Aug 27 2025, and ending November 1, 2025 unless sooner terminated under the
provisions hereinafter specified.
CA Revised May 2020 Page 1 of 4
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.
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:
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
CA Revised May 2020 Page 2 of 4
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 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
CA Revised May 2020 Page 3 of 4
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 Keepina and Reporting.
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 Inspections. 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. Assianment 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. 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.
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
CA Revised May 2020 Page 4 of 4
16. Applicable Law: Venue: Afforney'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
papecifically 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 28th day of August, 2025.
Is] I VA61 a t4i 2ANT11 I W.11
F
Matthew Austin,
Parks Maintenance Supervisor
Tukwila Parks and Recreation
Signed by-
.....................................................
Andy Youn-Barnett, City Clerk
F-,Tffl J1007FA _07-11 R1 liffiol F2 114•TRW U
Signed by:
Y. aaA-&
__E 4165E452 ... ___________________.
office of the City Attorney
MCUSquned by,
By: F!)etZ�4"('
UMIMCA&, . .......
Printed Name: Roseann Barnhill
D------------
Title: irector of Rvology
F-1155irm
CA Revised May 2020 Page 5 of 4
Exhibit A
city - it Parks, Contract, Parcel 1157200387
CA Revised May 2020 Page 6 of 4
The DIRT Corps
Date: 06/11/2025
{206) 25CV 9,285
roseann@thedirtcor scorn
Bill to: City of Tok:°wvlla, Wa
Site: IBlema Perry
�%
� a" ✓� 8001 14th Ave INE Suite A
Sunwood Condos (
Parking)
15235 Suunwood Uvd,
Tukw
iia,,WA 981'.
cope of Work: natural Area crews, clmemiicai and manual vegetaticm AnaaiaBement. Complete by 11/3,1/202.5,
Not to
exceed $10,000
Project marla:genlenir
8 100,00 ;
a<
5100X0
Operations Manager j crew
�6 � 00.10,0
a^rmangearraent,ir�eportio )
Thslk'1t Weed Corutrol; Mow HB5/fVY in mapped Park.. areas.,
Clear ( 0' nmminammpm);3lonm length: o1F site', deeper into raving
x.10` ig6,6
7,334.90
area.'Spray fol'>awing HBO regrowth. 3,days
TamedSubtotal:
I�N4�4W�1p
l-lerbiOde; fr1culopyr
207.00
Proi act Subtotal
207.00
Project Subtet,al
8,641.80
Contingency (,Natural Area)
5
432.09,
Invoice S uk tctal
„073.8
Tax Reate
10.2x%
Sale- Tax
928:54
Discounts
Deposit Received;
-
Payment Received
-
ESTIMATE IINV ICE'TOTAL
9,999.43;
CDue to time size of the project area, a mid -project check-iuru is recrarr meded to evaleuate progress and prioritze workas
needed.
The DIRT Corps
Roseanum Barnhill
The DIRT Corps
CA Revised May 2020 Page 6 of 4