Loading...
HomeMy WebLinkAbout2025-0419 - 029252-081125 - - Waller - Housing Repair Contract - Stewart Roofing Docusign Envelope ID:9CB842D2-AF83-4498-A78E-D3FF033D9671 CITY OF AUBURN MINOR HOUSING REPAIR PROGRAM CONTRACT Project No. 029252-081125 This contract is made and entered into on August 14, 2025, by and between the City of Auburn (City) and Stewart Roofing Inc., (Contractor). In consideration of the terms and conditions contained in this Contract, the City of Auburn Minor Housing Repair Program Terms and Conditions, and for other good and valuable consideration, the parties agree as follows: 1 . Scope of work, services performed. The contractor shall do all work and furnish all tools, materials and equipment for the following project: Project #: 029252-081125 Scope of Work to be performed: Remove all the roofing materials and haul away. Install drip cap metal on all gable ends to protect roof sheathing edges. Install factory painted starter metal on all gutter edges. Apply EPILAY® synthetic underlayment over the entire roof. Roof with LIFETIME (30-year) PABCO PREMIER®, ALGAE DEFENDER® Roofing System, architectural style laminated fiberglass composition shingles. Replace "B" vent base flashing and collar. Install boot to electrical mast. Re-flash around all roof protrusions - chimney (base flashing only), plumbing stacks, etc. Replace five (5) existing hood vents and any flapper style exhaust fan roof caps with new. Add four (4) additional hood vents for improved roof and attic ventilation. Clean gutters and grounds of all debris from the jobsite and haul away. — Per bid #182-25 Property owner and work location: Clifford Waller 311 A St NE Auburn WA 98002: Contractor shall provide and bear the expense of all equipment, work and labor of any sort required for completion of the work called for in this Contract. 2. Compensation. In exchange for Contractor's performance and completion of the work specified in paragraph 1, the City shall pay Contractor $13,892.29. This amount (Contract Amount) shall include any applicable taxes, including Washington State Sales Tax. City will issue payment to Contractor within 30 days of the City's final inspection and acceptance of the work performed. 3. Additional work. Contractor agrees to obtain the City's advance express written authorization before doing any work exceeding the paragraph 1 Scope of Work (Additional Work). Authorization must be obtained by submitting a written estimate for Additional Work to the City for approval. If approved, the City will issue a written change order for the project prior to the start of any approved Page 1 of 6 Project No. 029252-081125 Docusign Envelope ID:9CB842D2-AF83-4498-A78E-D3FF033D9671 Additional Work. Any Additional Work not approved by the City under this paragraph will require a separate direct contract between Owner and Contractor, to which the City will not be a party. Unless specifically agreed to by the City in writing, the City will have no liability or responsibilities for any Additional Work. 4. Compliance with law. A. Contractor registration. At all times while performing any work under a Program Contract, Contractor will be validly registered pursuant to RCW 18.27 and/or WAC 296. Contractor agrees to cooperate with the City as necessary to verify Contractor's registration in accordance with WAC 296- 200A-110. B. Contractor will comply with all applicable Federal, State and local laws in performance of all work, acquisition and use of all materials, and the safety of persons or property. C. Required permits. Prior to commencing any work under a Program Contract, Contractor will obtain all building permits or approvals required by the Auburn City Code or any other applicable law. 5. Insurance. ❑ The Contractor shall procure and maintain insurance, as required in this Section, without interruption from commencement of the Contractor's work under a Program Contract until thirty (30) days after the work's completion. ❑ Contractor has previously furnished the City with a certificate of insurance coverage meeting the requirements in this Section. Contractor agrees to maintain the insurance coverage reflected in that certificate throughout performance of all work under this Contract and for 30 days after work completion. A. No Limitation. The Contractor's maintenance of insurance, its scope of coverage and limits as required 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. B. Minimum Scope and Amounts of Insurance. The Contractor's required insurance shall be of the types and coverage as stated below: (i) Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be at least as broad as Insurance Services Office (ISO) form CA 00 01. Automobile Liability Page 2 of 6 Project No. 029252-081125 Docusign Envelope ID:9CB842D2-AF83-4498-A78E-D3FF033D9671 insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. (ii) 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. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit. 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. (iii) Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 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. Any insurance, self-insurance, or self-insured pool coverage maintained by City shall be excess of the Contractor's insurance and shall not contribute with it. D. Insurance Rating. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Provide Certificates. The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsements, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractor Insurance. 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 Page 3 of 6 Project No. 029252-081125 Docusign Envelope ID:9CB842D2-AF83-4498-A78E-D3FF033D9671 Contractor shall ensure that the City 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. 6. Warranty. Contractor agrees to perform all work and to furnish all associated labor and materials under a Program Contract skillfully, carefully and in a workmanlike manner, free from defects in either materials or workmanship. Contractor will be liable for defective, faulty or improper materials or workmanship, and upon written demand, will immediately remedy all defects, faults or omissions and complete all unfinished work. Any claim by Owner under the foregoing warranty must be written and delivered to Contractor within one (1) year of the date of completion of the work. 7. Time for Program Contract performance. Unless otherwise specifically agreed in writing between the City and Contractor, Contractor shall commence performance of work specified in a Program Contract within 30 days of entering the Contract, and complete the specified work within thirty (30) days of work commencement. Failure to perform Program Contract work within this timeline is grounds to terminate a Program Contract with no further liability to the City. 8. Creation, retention and inspection of records. Contractor agrees to keep such records as may be required by the City of Auburn or the HUD Secretary, and to permit the City of any HUD representative to have full and free access to contractor's records with respect to the utilization of the proceeds of the grant, and to audit, examine, and make excerpts or transcripts from contractor's records pertaining to the work. All documents, reports, memoranda, diagrams, sketches, plans, surveys, design calculations, working drawings and any other materials created or otherwise prepared by Contractor as part of this Agreement shall be owned by and become the property of the City, and the City may use them for any purpose beneficial to the City, and they will be subject to the requirements of the Public Records Act, RCW 42.56, or any other applicable public disclosure law. The Contractor agrees to provide copies of all records to the City upon request. 9. Independent contractors, City non-liability. Any Program Contracts between City and Contractor are entered independently. Except for specific Contract obligations each party undertakes, neither party has the authority to bind the other, and this Contract creates no partnership, franchise, joint venture, agency, fiduciary, employment, or other legal relationship between the parties. It is Page 4 of 6 Project No. 029252-081125 Docusign Envelope ID:9CB842D2-AF83-4498-A78E-D3FF033D9671 further provided that the City shall have no liability to Contractor except as this Contract expressly provides. 10. No Amendment, Modification, or Waiver Permitted. No amendment, modification or waiver of any condition, provision or term in this Contract will be valid or of any effect unless made in writing, signed by the party or parties to be bound, or such party's or parties' authorized representative(s) and specifying with particularity the nature and extent of such amendment, modification or waiver. Any waiver by any party of any default of the other party will not affect or impair any right arising from any subsequent default. 11. Indemnification and hold harmless. Contractor shall indemnify, defend and hold harmless the City and its officers, agents and employees, or any of them from any and all claims, actions, suits, liability, loss, costs, expenses, and damages of any nature whatsoever, including attorney fees, by any reason of or arising out of the act or omission of Contractor, its officers, agents, employees, retained contractors or landscapers, or any of them relating to or arising out of the performance of a Program Contract except for injuries and damages caused by the sole negligence of the City. If a final judgment is rendered against the City, its officers, agents, employees and/or any of them, or jointly against the City and Contractor and their respective officers, agents and employees, or any of them, Contractor shall satisfy the same to the extent that such judgment was due to Contractor's negligent acts or omissions. 12. Non-Discrimination. Contractor will comply with all applicable federal, state and local non-discrimination laws and/or policies, including, but not limited to, the Americans with Disabilities Act; Civil Rights Act; and the Age Discrimination Act. Contractor is responsible for any and all costs or liability arising from the Contractor's failure to so comply with applicable law. 13. Governing Law. This Contract and the rights of the parties under it shall be governed by the interpreted in accordance with the laws of the State of Washington and venue for any action hereunder shall be in of the county in King County, Washington; provided, however, that it is agreed and understood that any applicable statute of limitation shall commence no later than the substantial completion by the Contractors of the services. Subject to the limitations set forth in RCW 4.84.330, each party agrees to bear its own costs and attorneys' fees generated by any dispute arising out of this Contract, unless otherwise specified in this Contract. Contractor acknowledges that the provisions of RCW 64.50 and/or RCW 64.55 shall not apply to any dispute between Contractor and the City regarding this Contract. 14. Severability. Each provision in this Contract is intended to be severable. If any provision is illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this Contract. Page 5 of 6 Project No. 029252-081125 Docusign Envelope ID:9CB842D2-AF83-4498-A78E-D3FF033D9671 15. Reservation of rights. The City reserves the right to terminate this Contract between the City and Contractor without further City liability upon 10 days' written notice for failure to comply with any of term or condition in this Contract. The City also reserves the right to change the Terms and Conditions of the City's Minor Housing Repair Program at any time. If changed, Contractor will be required to sign updated Terms and Conditions reflecting the changes before receiving further Program Contract offers from the City. By signing below, the signatory represents and warrants their authority to sign this Contract and to bind their respective party to its terms. Project #: 029252-081125 Clifford Waller 311 A St NE Auburn WA 98002: CITY OF AUBURN CONTRACTOR Dom by: Signed by: Initial � � "' Sft,WaV'L Fee eeeD17Co47J ovvowiGoJoivii, Print name: Nancy Backus Print name: Richard Stewart Title: Mayor Title: Owner Date: 8/18/2025 Date: 8/18/2025 Page 6 of 6 Project No. 029252-081125