Loading...
HomeMy WebLinkAbout25-290 - Contract - Iron Horse, LLC - Emergency Sewer Repair: Outback SteakhouseCity of Tukwila Contract NLrnber 25-290 Council Approval N/A 6200 Southcenter Boulevarc, Tukwila WA 96188 CITY OF TUKWILA Short Form Contract \✓err or Name: Iron Horse LLC Project No. Address: PO Box 1472 Fairview, Oregon 97024 Budget Item: 'Telephone: 503-674-0980 Project Name", Outback Sewer Repair Please initial all attachments, then sign and return copies one and two to: City of Tukwila, Public Works 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 day of W , 20 by and between the City of Tukwi�a,, hereinafter referred to as "City", qr�q hereinater referred to as "Contractor." SCOPE AND SCHEDULE OF SERVICES TO SE 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 Contractor shall fully complete the Work within ten (10) working days from the date of issuance of the Notice to Proceed. 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 tectal amount to be paid shall not exceed $45.733 at a rate of NBA, 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 30 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 re%is ea v3y 2020 Page 1 The intent of - - documents r include all labor. therefore.kind necessary for the proper execution of work, and the terms and conditions of payment The documents are to be considered as one, and whatever is called for by one of ,, documents shall be as binding as if called for by all. The Contractor agrees to verify all measurements seti if documents 4 to report all differences in measurements before • n to perform any wfhereunder. i MATERIALS, APPLIANCES • EMPLOYEES Except as otherwise noted, the Contractor shall provide and pay for all materials, labor, tools, wa�er power and other items necessacy to complete the work. Liner shall be Saertex S+ 3mm. Laboratory testing of wall thickness under ASTM Test method D 5313 • D 3567.The minimum wall thickness at any point shall notbe less than 87,5 percent of the specified thickness._ r and flexural modulusof elasticity shall he determined in accordance with ASTM D-790. All associated costs, inClUding but not limited to testing, sampling, • analysis, shall be incorporated into this proposal Unless otherwise specified. all material shall be new. • both workmanship and materials shall be of rrr• quality. Contractor aid subcontractors sW9ll be skilled in their tr9des. 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 tare 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 regullations 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 ,,vork, 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 afll times. 12. CHANGES IN WORK. The City may order changes in the work, the contract sum being adjusted accorc ngly, 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 wor� done by direct emplloyees 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 •r•• the c1cficiencies and may deduct the cost-• • payment or _ contractthe Contract or, at the City's option. may terminate the contract and take possession of all materials, tools, ippliances and finish work by such means as the City sees fit, and if the unpaid balance of the price exceeds the expense of • the work,excess shall be paid to the C r withheldbut if such expense exceeds SLIch 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 on . of defective • not - -• -filed, damage by • • to others not adjusted, or failure to make payments properly to the subcontractors. :A reg sel May 2020 Fuge 2 described16. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insuranct 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 provide*� by such insurance, or otheRvise 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 . • , Automobile ,r i f .• single limit forbodily property damage of $1,000 000 per accident- ALItOmobile liability insurance shall cover al - owned, non -owned, h�red and leased vehicles. Coverage shall be written on InSUranct Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary. the policy be endorsed to provide contractual liabilityr - .re Commercial_• - • $2,000,000 - occurrence, $2,000,000 general aggregate and $2,000,000 prod • r - -r operations aggregate 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 comp�etecl operations, stop gap liabifity, 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 r- • is r property damage. The City shall be named as an additional insur-• under• . rr's Commercial- • insurance policy with respectto the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insur-• r • -• Operations endorsement CG 2! 37 10 01 or • endorsementsproviding • •• coverage. 3. Workers' Comensation coverage as required by the Industr4 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 Ccntract 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 `vith it. D. Acceptability of Insurers. Insurance is to be placed with inSHrers with a CHrrent 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, • • but not_ -• to the additional insured endorsement. evidencing the insurance requirements of the Contractor before commencement of the • 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 • • . •rs rhe Contractor shall- that the Public Entity is an additional insured on each and every Subcontractor's Commercial General liability CA May ;'d.p2C Page 3 insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoln*_ 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 Failure to Maintain Insurance. Failure on the part of the Contractor to maintain insurance -Q required shall constitute a material breach of contract, upon which the City may, after giving five business -days n• - to the Contractor to correct the ♦ _immediately_- the contract or, - • procure o - - - and pad 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 arid the Contractor and supersedes CA �evrseaz May 2,'20 Page 4 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. 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; VENUEi 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 27th day of October 2025. CA revised May 2020 Page 5 CITY OF TUKWILA FInmal Signed by: �� _E ____ . . ......... . ATTEST/AUTH ENTI CATE D' Signed by: .._,_,_,_,_,_. Andy Youn-Barnett, City Clerk Signed by: of the Ciity Attorney CONTRACTOR: Vv� By: Phnted Name: u Tifle'. PAN - 'M Address: CA revised May 2J20 Page 6 QUOTE MWESB # 10683 CCB 213253 PROJECT: Outback Lining SALESPERSON AVAILABILITY SITE LOCATION: TERMS Tukwila WA NEI 30 DAYS ITEM DESCRIPTION UNIT PRICE U.O.M AMOUNT 10 MOBILIZATION S5,000 LS $5,000 2.00 BYPASS PUMPING $4,600 LS $4,500 3.00 TRAFFIC CONTROL, $2000 LS $2,000 4.00 LINE DAMAGED PIPE WITH UV CIPP $30,000 LS $30,000 HRS of work planned for 7pm to 7arn would plan to do in 1 shift Could do the week of October 27th we understand that most or all of the bottom of the pipe Is missing bypass should be set up for initial video and assessment W we deem that lining is not possible we would charge for the MOBILIZATION and BYPASS $9,500 Plan Is to blow a String through to be able to Pull a rope through If we can accomplish this we can pull in a glide foil/pre liner and should be able to pull in a sucessfully installed liner extensive cleaning is likely not possible, due to the deteriorated pipe, there is a possibility of debris presenting itself under the liner. We can confirm this onsite once we can get a camera through. Onsife Inspection required to make these decisions onsite without delay. AX NOT INCLUDED IN TOTAL, PLEASE ADD ANY PPLICABLE TAX IF NECESSARY I I IS VALID FOR 90 DAYS SUBTOTAL $41,600 1Signed by, TAX RATE Signed h(W SALES TAX ........... Signature of Acceptance TOTAL Please note: Interest will be charged at 1.5% per month THANK YOU FOR YOUR BUSINESSI $41,000