HomeMy WebLinkAbout07/07/2020 04F Ratifying City Manager State of Emergency Declaration; Replacement WWTP Industrial Waste Bypass Pipe Contracts Approval O
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 4.F.
For Meeting of: July 7, 2020
ITEM TITLE: Resolution ratifying the declaration by the Interim City Manager of
an emergency and authorizing the Interim City Manager to execute
all applicable contracts for the labor and materials to replace the
Wastewater Treatment Plant Industrial Waste bypass pipe
SUBMITTED BY: Scott Schafer, Director of Public Works
David Brown,Assistant Director of Public Works
Mike Price, Wastewater/Stormwater Division Manager 249-6815
SUMMARY EXPLANATION:
The City of Yakima operates 350 miles of wastewater collection pipelines and an additional 7.5
miles of industrial wastewater collection lines. A leaking industrial wasteline at the Wastewater
Treatment Plant required immediate replacement to ensure effective operation of the treatment
process. Wastewater Division staff followed the City's Emergency Purchasing Policy in
immediately contracting for emergency replacement of the deteriorated pipe, with an initial
estimate of$43,320 for the cost of the replacement and associated work. The project included
excavation, replacement of approximately 200 linear feet of metal pipe with pvc pipe, and surface
restoration.
The final cost of the project totaled $58,311.67, resulting in the need to seek ratification by City
Council via Resolution, in accordance with City of Yakima Administrative Code ADM 3-500
City/County Procurement Manual which requires approval by City Council for emergency costs
exceeding $50,000. The approved Emergency Purchase Order Justification Form, Purchase
Order and final invoice are attached for City Council review. The emergency pipe replacement is
funded through Wastewater Capital Fund 478.
ITEM BUDGETED: NA
STRATEGIC PRIORITY: Public Safety
APPROVED FOR SUBMITTAL BY THE CITY MANAGER
RECOMMENDATION:
Adopt Resolution
2
ATTACHMENTS:
Description Upload Date Type
r rchse JLIstfi(; t•r1 F,rrn /1 5/2121 cku MteriI
r ° I
CI Invsce /15/2I2I 2cku Mterd
3
RESOLUTION NO. R-2020-
A RESOLUTION ratifying the declaration by the City Manager of an emergency and
authorizing the City Manager's execution of all applicable
contracts for the labor and materials to replace the Wastewater
Treatment Plant Industrial Waste bypass pipe.
WHEREAS, Article VI, section 6 of the City of Yakima Charter and the Yakima
Municipal Code Chapter 1.80 provide that the City Council may declare an emergency
and waive the bidding requirement for supplies, material, equipment or services; and
WHEREAS, RCW 39.04.280 provides for emergency public works projects to move
forward without complying with bidding requirements; and
WHEREAS, corrosion caused leaking of fruit processing wastewater from an
industrial waste pipe at the wastewater treatment plant; and
WHEREAS, the industrial wastewater pipe required immediate replacement to
ensure reliable conveyance of fruit processing wastewater within the treatment plant and
so that there would be no violations of the City's wastewater permits; and
WHEREAS, the Wastewater Division did not have the expertise or tools to replace
the pipe itself and the repairs were required immediately, so a third party was necessary
to complete the emergency repairs; and
WHEREAS, an emergency was declared by the Interim City Manager on May 5,
2020, allowing the Wastewater Division to secure the services of TTC Construction, Inc.
to replace the pipe at an estimated cost of$43,320.00; and
WHEREAS, TTC immediately worked on the repairs, and completed them in a
quick and thorough manner, resulting in the repair of the pipe and end to the fruit
processing wastewater leak; and
WHEREAS, TTC provided its final invoice on June 11, 2020, and the final project
cost totaled $58,311.67, resulting in the need to seek ratification by City Council via
resolution, in accordance with City of Yakima Administrative Code ADM 3-500 City/County
Procurement Manual which requires approval by City Council for emergency costs
exceeding $50,000; and
WHEREAS, the City Council deems it to be in the best interest of the City and its
residents to ratify the Interim City Manager's declaration of an emergency, and authorize
the execution of all necessary documents for contracts for the labor and materials for the
replacement of the industrial waste pipe, now, therefore,
4
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The emergency, as declared on May 5, 2020 by the Interim City Manager is
hereby ratified, the City Council resolves that there was an emergency, and the
Interim City Manager's execution of all appropriate documents for the labor and
materials for the replacement of the industrial waste pipe without calling for bids,
is hereby ratified and approved.
ADOPTED BY THE CITY COUNCIL this 7th day of July, 2020.
Patricia Byers, Mayor
ATTEST:
Sonya Claar Tee, City Clerk
v
5
* City of Yakima
# 2008E
Emergency Purchase Order Justification
Requestor Name: Your Department/Division:
Mike Price Wastewater/Stormwater
Requestor Phone: Requisition (PR) Number:
509-249-6815 PR38545
Requested Vendor: Cost Estimate (incl. TAX):
TTC Construction 40,000.00
Vendor's Address: Vendor E-Mail
12871 Summitview Road,Yakima WA sheckart.ttc@gmail.com
Vendor Contact Name: Vendor Phone:
TTC Construction, Inc 509-457-3969
. What is the emergency situation? Describe damages or loss of property or essential services that
are/may be a result of this emergency. (Attach extra sheet if necessary.)
Industrial waste force main is deteriorated beyond repair.The pipeline currently has holes that are leaking and
causing flooding,the proper function of the pipe is critical to safe treatment of waste stream operations.
2. What labor and/or materials are required? Attach a copy of your quote or estimate.
Approximately 200 feet of pipe and associated fittings, pipe bedding, and restoration of dig site.Quote will be for
time and materials and will be received at the completion of the project.
3. Did vendor quote prevailing wages, if applicable (e.g. repairs, construction, maintenance)?
Yes L x No,
4. Was vendor informed of the Intent and Affidavit filing requirements with L&I?
Yes X
No
5. Does vendor have a current certificate of insurance on file with the City? Check ICE:
http://cityireipurchasingicontractor-list/
Yes Li No E.
6. Are federal funds being used? If federal funds are being used, a cost price analysis
must be done at earliest opportunity and a copy sent to Purchasing.
Yes I No[
STATEMENT OF NEED:
My division's recommendation for an emergency purchase order and waiver of the quote or bid requirements is based
upon an objective review of the emergency situation and appears to be in the best interest of the City.
I understand that if this purchase is over $50.000, or if any change orders to this purchase increase the amount to
$50,000 or over, that our division must initiate and prepare necessary'information(Resolution) to advise City Council that
there has been an emergency situation requiring immediate action.
M ichael Price Digitally signed by Michael Price
1. Date:2020.05.01 12:39:39-0700'
Signature of Division Manager Date
Scott Schafer Digitally signed by Scott Schafer
at.Scutt Scharer,a,au.email=scatt schafer@yakirnawa gav,c=US 5/4/20
2. Dale:2020 05 04 10:4836-0T00'
Si nature of Department Head Date
Maria Mayhue Digitally signed by Maria Mayhue
Date:2020.05.04 11:36:56-07'00 5/4/20
3.
Recommendation of Approval by Purchasing Manager Date
Alex Meyerhoff Digitally signed by Alex Meyerhoff
4. Date:2020.05.05 09:03:34-07'00'
Approval by City Manager Date
Please complete entire form and forward to Purchasing.
Purchasing will forward to the City Manager for final approval.
PURCHASE ORDER PURCHASE ORDER NUMBER MUST APPEAR C}N ALL PACKAGES,
.01
../ PACKING SLIPS,INVOICES AND CORRESPONDENCE
PO Number: 20 02430
......yam.::
PO Date: 05/11/20
Bill To: CITY OF YAKIMA
129 NORTH 2nd STREET Required By: 05/11/20
YAKIMA, WA 98901
Page: 1 of 1
Vendor: TTC Construction Ship To: City of Yakima
07035 12871 summitview Rd wastewater Plant
Yakima WA 98908 2220 E viola st
Yakima WA 98901
Phone: Payment Terms: NET 30
Fax: Ship Via: Manufacturers Choice
Email: F.O.B.: Destination
LINE DESCRIPTION QTY UNIT UNIT PRICE TOTAL
Iw force Main Emergency Pi pe repai r
EPO#2008E
1. work may not begin until a
Certificate of Insurance naming city of
Yakima as an additional insured with
attached endorsement has been received
and approved by the ordering department .
2 . Prevailing wages apply to work being
requested on this Purchase order .
Intents and Affidavits must be on file
with the ordering department prior to
any invoices being paid .
1 Iw pipe repair 1 EA 40000.00000 40000. 00
40000.00
8 . 30 % 3320. 00
PO Total 43320.00
Accounts Payable (509) 575-6070
This P.O. is governed by the terms and conditions supplied at the end of
this document. Anyexceptions shall be brought to Purchasing's attentions
p g g
within 48 hours. Maria Mayhue.Senior Buyer
(509)575-6 94
City of Yakima/Yakima County
Purchase Order(PO)Terms and Conditions 7
1. CHANGES:No alteration in any of the terms,conditions,delivery,price,quality,quantities,or specifications of this order will be effective without written
consent of the City/County.
2, ADD-ON: By mutual agreement,the quantity of items purchased may be increased within 12 months of the date of award,provided the original purchase
price,terms,conditions,and specifications remain the same.
3. HANDLING:No charges will be allowed for handling which includes,but is not limited to,packing wrapping,bags,containers,or reels,unless otherwise
stated herein.
4. DELIVERY:For any exception to the delivery date as specified on this order,Vendor shall give prior notification and obtain written approval thereto from
the City/County. With respect to delivery under this order,time is of the essence,and the order is subject to termination for failure to deliver as specified.
The acceptance by the Purchaser of late performance with or without objection or reservation shall not waive this right to claim damage for such breach nor
constitute a waiver of the requirement for the timely performance of any obligation remaining to be performed by Vendor.
5. MSDS:Material Safety Data Sheets to be included with shipments of any material requiring this documentation,per OSHA and WSHA regulations.
6. PAYMENT TERMS:Unless otherwise negotiated,the terms of payment shall be net 30 days from receipt of a proper invoice. PO numbers must be noted
on all invoices.
7. COMPLIANCE WITH APPLICABLE LAWS: Vendor shall comply with all applicable federal, state, local laws and regulations. Purchases that are
funded by the Federal Transit Authority shall be in accordance with the Third Party Contracting Guidance found in FTA Circular 4220.1F,which is available
at https://www.transit.dot.gov/regulations-and-guidance/fta-circulars/third-party-contracting-guidance
8. LICENSES: If applicable, successful vendor shall have a valid and current business license per Chapter 5.02 Section 5.02.010 of the Yakima Municipal
Code covering this type of business and shall satisfy all applicable City Code provisions. Said license shall be obtained prior to the award of any PO/contract.
Inquiries as to fees,etc.,should be made to the Office of Code Administration,telephone(509)575-6121.
9. PAYMENTS AND ASSIGNMENTS: Invoices will not be processed for payment until items invoiced are received. All payments to Vendor shall be
remitted by mail, unless other arrangements have previously been made. Furthermore, the provisions of monies due under this contract shall only be
assignable with prior written consent of the City/County.
10. SHIPPING INSTRUCTIONS:Unless otherwise specified,all goods are to be shipped prepaid,FOB Destination. Where shipping addresses indicate room
numbers and/or inside delivery,it will be up to the Vendor to make delivery to that location at no additional charge. Where specific authorization is granted
to ship goods to FOB shipping point,Vendor agrees to prepay all shipping charges and route as instructed. It is also agreed that the Purchaser reserves the
right to refuse COD shipments.
11. REJECTION: All goods or materials purchased herein are subject to approval by the Purchaser. Any rejection of goods or materials resulting because of
nonconformity to the terms and specifications of this order,whether held by the Purchaser or returned will be at Vendor's risk and expense.
12. IDENTIFICATION: All invoices,packing lists,packages,shipping notices,and other written documents affecting this order shall contain the applicable
PO number. Packing lists shall be enclosed in each and every box or package shipped pursuant to this order,indicating the contents therein.
13. INFRINGEMENTS:Vendor agrees to protect and save harmless,the Purchaser against all claims,suits,or proceedings for patent,trademark,copyright,or
franchise infringement arising from the purchases,installation,or use of goods and materials ordered and to assume all expenses and damages arising from
such claims,suits,or proceedings,
14. WARRANTIES:Vendor represents and warrants that the goods are new, current,and fully warranted by the manufacturer. Delivered goods will comply
with specifications and be free from defects in labor,material and manufacture. All UCC implied and expressed warranties are incorporated in this PO.
Vendor shall transfer all warranties to the City/County.
15. CASH DISCOUNT: In the event that the Purchaser is entitled to a cash discount,the period of computations will commence on the date of delivery or
receipt of a correctly completed invoice,whichever is later. If an adjustment in payment is necessary due to damage,the cash discount period shall commence
on the date final approval for payment is authorized. If a discount is made part of the contract but the invoice does not reflect the existence of a cash discount,
Purchaser is entitled to a cash discount with the period commencing on the date it is determined by Purchaser that a cash discount applies.
16. TAXES: Unless otherwise indicated,the Purchaser agrees to pay all State of Washington sales or use tax. No charge by Vendor shall be made for Federal
excise taxes,and the Purchaser agrees to furnish Vendor,upon acceptance of articles supplies under this order,with an exemption certificate.
17. LIENS,CLAIMS,AND ENCUMBRANCES:Vendor warrants and represents that all the goods and materials ordered herein are free and clear of all liens,
claims,or encumbrances of any kind.
18. RISK OF LOSS:Regardless of FOB Point,Vendor agrees to bear all risks of loss,injury,or destruction of goods and materials ordered herein which occur
prior to delivery. Such loss,injury,or destruction shall not release Vendor from any obligation hereunder.
19. HOLD HARMLESS:Vendor shall indemnify,defend and hold harmless the City/County and its agencies,their divisions,officers,employees,and agents,
from all claims,suits or actions of any nature arising out of or related to the activities of Vendor,its officers,subcontractors,agents or employees under this
PO/contract.
20. FORCE MAJEURE:Vendor will not be responsible for delays in delivery due to acts of God,fire, strikes,epidemics,war,riot,delay in transportation or
railcar transport shortages,provided vendor notifies the Purchasing Manager immediately in writing of such pending or actual delay. Normally,in the event
or any such delays(acts or God,etc.)the date of delivery will be extended for a period equal to the time lost due to the reason for delay.
21. TERMINATION: (i)The parties may terminate this PO by mutual agreement. (ii)The City/County may terminate this PO at any time with written notice
to Vendor. Upon receipt of the written notice,Vendor shall stop performance,and City/County shall pay Vendor for goods delivered and accepted. (iii)The
City/County may terminate this PO at any time if Agency fails to receive funding,appropriations, or other expenditure authority. (iv)If Vendor breaches
any PO provision or is declared insolvent,the City/County may terminate this PO for cause with written notice to Vendor,and Vendor shall be liable for all
incidental and consequential damages resulting from its breach,including all damages as provided in the UCC.
City/County PO Terms and Conditions 02/2018-Page 1 of 2
22. PUBLIC DISCLOSURE:PO and all contents and attachments shall be deemed a public record as defined in RCW 42.56"Public Records.''
8
23. NONDISCRIMINATION:During the performance of this contract,the Vendor agrees as follows:
The Vendor shall not discriminate against any person on the grounds of race,creed,color,religion,national origin,sex,age,marital status,sexual orientation,
pregnancy,veteran's status,political affiliation or belief,or the presence of any sensory,mental or physical handicap in violation of the Washington State
Law Against Discrimination(RCW chapter 49.60)or the Americans with Disabilities Act(42 USC 12101 et seq.).
In the event of the Vendor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations,or orders,this contract
may be cancelled,terminated,or suspended in whole or in part and the Vendor may be declared ineligible for any future City/County contracts.
24. ANTI-TRUST: Vendor and the Purchaser recognize that in actual economic practice,overcharges resulting from anti-trust violations are in fact borne by
the Purchaser,therefore,Vendor hereby assigns to the Purchaser any and all claims for such overcharges.
25. DEFAULT:The Vendor covenants and agrees that in the event suit is instituted by the Purchaser for any default on the part of the Vendor and the Vendor
is adjudged by a court of competent jurisdiction to be in default,he shall pay to the Purchaser all costs,expenses expended or incurred by the Purchaser in
connection therewith,and reasonable attorneys'fees.
26. SEVERABILITY:If a court of competent jurisdiction declares any provision of the PO to be invalid,the other provisions and the rights and obligations of
the parties remain in effect.
27. ACCEPTANCE: This order expressly limits acceptance to the terms and conditions stated herein. All additional or different terms proposed by Vendor are
objected to and hereby rejected,unless otherwise provided in writing by the City/County.
28. INSURANCE:For all public work and improvement projects,including maintenance projects,and upon request by the ordering department,the following
insurance requirements apply:
Indemnity/Contractor's Liability Insurance.
(A) The Service Provider agrees to indemnify and save harmless the City/County,its officers,agents and employees against and from any and all
actions, suits,claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons,or damages to
property arising out of,result from or occurring in connection with the performance or any service hereunder.
(B) The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property.
(C) Contractors Liability Insurance: The contractor shall obtain and maintain in full force and effect during the term of the contract,commercial
general liability coverage with insurance carriers admitted to do business in the State of Washington. The insurance companies must carry a Best's Rating
of A-VII or better. At all times during the life of this contract,Contractor agrees to maintain,on a primary and non-contributory basis and at its sole expense,
the insurance coverages, limits, and endorsements noted below. All such insurance shall not be subject to any deductible or self-insured retention
(SIR). There shall be no cancellation,material change,reduction in limits or intent not to renew the insurance coverage(s)without 30 days written notice
from the contractor or its insurer(s)to City of Yakima/Yakima County. The requirements contained herein, as well as City of Yakima/Yakima County's
review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations
assumed by Contractor under this contract. The policies will be written on an occurrence basis,subject to the following minimum limits of liability:
Commercial General Liability: Combined Single Limit: $2,000,000 Per Occurrence
$2,000,000 Annual Aggregate
Auto Liability: Combined Single Limit $2,000,000 Per Occurrence
The City of Yakima/Yakima County,its agents,employees,authorized volunteers;elected and appointed officials are included as Primary/Non-Contributory
additional insured.
If Contractor carries higher coverage limits,such limits shall be shown on the Certificate of Insurance and Endorsements and City of Yakima/Yakima County
shall be named as an additional insured for such higher limits.
The Contractors' insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this agreement. Any insurance,
self-insurance or insurance pool coverage maintained by the City/County shall be in excess of the Contractor's insurance and shall not contribute to it.
The contractor will provide a Certificate of Insurance to the City/County as evidence of coverage. A copy of the additional insured endorsement attached to
the policy will be included with the certificate. This Certificate of insurance shall be provided to the Purchasing Manager, prior to commencement of this
work.
If at any time during the life of the contract or any extension,the contractor fails to maintain the required insurance in full force and effect,all work under
the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City/County to terminate the
contract.
The contractor shall also maintain workers compensation through the State of Washington.
(D) Contractor's Waiver of Employer's Immunity under Title 51 RCW. Contractor intends that its indemnification,defense, and hold harmless
obligations set forth above in section A.shall operate with full effect regardless of any provision to the contrary in Title 51 RCW,Washington's Industrial
Insurance Act. Accordingly,to the extent necessary to fully satisfy the Contractor's indemnification,defense,and hold harmless obligations set forth above
in section A,Contractor specifically waives any immunity granted under Title 51 RCW,and specifically assumes all potential liability for actions brought
by employees of the Contractor against the City/County and its officers,employees,agents,and volunteers. The parties have mutually negotiated this waiver.
Contractor shall similarly require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor, and anyone for whose acts
Contractor may be liable in connection with its performance of this Agreement to comply with the terms of this paragraph, waive any immunity granted
under Title 51 RCW, and assume all potential liability for actions brought their respective employees. The provisions of this section shall survive the
expiration or termination of this Agreement.
(E) 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/County,
its officers,officials,employees,and volunteers,the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence.
City/County PO Terms and Conditions 02/2018-Page 2 of 2
C Cons'u ion, I C Invoice: 9 459
12871 Su i le d
Yaki a, A 9;908
(509)457-3969
Sold Ship
to to
Ci of Yak' a astewater eplace -wer Line
2220 Viola St
Yaki a, A 98901
Invoice
Account P.o. u Ship Via Ship bate Ter s Date Pa se
Pal et 3$ 6/8/20
Unit end-•
Ite S uanti ription Price *ri -
1 I•r/ *•-rata Plea a r ch • "193,96 23,893.96
1 Equip ent Plea - a .ch-• 20,746.9; 20,746.9;
1 aterials Plea - a ached ",201.7; 9,201.7;
Subtotal 53,;42.72
Tax 4, .95
Total ;,311..67
10
TTC CONSTRUCTION FORCE ACCOUNT# DAILY REPORT OF FORCE ACCOUNT WORKED
CONTRACT NAME/NUMBER:
PROJECT No:219TM66 Date:05/01/2020-05/26/2021 Weekday:
Bid Item Number and Description: 2-
Prime Contractor TTC Construction
Sub Contractor
TIME WORKED RECORD
HOURS WORKED WAGE RATES TAX RATE L&I FRINGE TOTAL
EMPLOYEE Classification Lic1u1Wi1I 0.T„ REGULAR 0.T. TOTAL 12,57'Yo $2.55 AMOUNT WAGES
Ai Heckart Ai Heckert 2400 IS' $ 62.00 $ - $ 124 00 $ 25.14 $ 5.10 $ - $ 154.24
Jose Guzeman Driver-Genet 31.00 Elli.00 Milli, IMIEll- $ - $ 389 67 $ 79 05 $ 3_70 $ 468.72
Jose Guzeman Laborer-Gen lull 0.00 $ 48.00 IEMEIIIEIM600 $ 87,99 $ 17.85 $ 3.70 $ 441.84
Joe Estep Laborer-Gen 7,00 0 00 $ 48.00 $ - $ 336,00 $ 87.99 $ 17.85 $ 3.70 $ 441.84
Joe Estep 320t336 Exca, 1.00 0.00 $ 62.00 $ - $ 62.00 $ 12.57 $ 2.55 $ - $ 77.12
Mike Gross mike GrOSS 8,00 0.00 $ 50,00 $ - $ 400.00 $ 10056 $ 20.40 $ - $ 520.96
Mike Gross Laborer-Gen 60,00 0.00 $ 48.00 $ - $ 2,880.00 $ 754.20 $153.00 $ 3.70 $ 3,787.20
Mike Gross Skidsteers 6.50 0 00 $ 62.00 $ - $ 403.00 $ 81.71 $ 16.58 $ - $ 501.28
Mike Welch Mike Welch 2.00 0.00 $ - $ - $ - $ 25.14 $ 5.10 $ - $ 30.24
Nick Suits Laborer-Gen 45.50 0.00 $ 48.00 $ - $ 2,184,00 $ 571.94 $116 03 $ 3 70 $ 2.871,96
Nick Suits 320/336 Ewa 74.00 0.00 $ 62.00 $ - S 4588.00 $ 930_18 $188 70 $ - $ 5,706.88
.....,
Rawley Aurand Ravviey Auran. 2.50 M I 1 I 10 M Ill I I I IX I. $ - $ 12500 $ 31.43 $ 6.38 $ - $ 162.80
Rawley Aurand Driver-Genet 27.50 0.00 $ - $ - $ - $ 345.68 $ 7013 $ 3.70 $ 415,80
Rawley Aurand Laborer-Gen 64.00 0.00 $ 48.00 $ .. $ 3.072.00 $ 804,48 $163.20 $ 3.70 $ 4,039,68
Rawley Aurand Backhoe/Mini 2.50 0.00 $ 62.00 UM $ 155.00 S 31.43 $ 6.38
Rawley Aurand Skidsteers 12.50 0.00 $ 62.00 $ - $ 775,00 $ 157.13 $ 31 88 $
Subtotal $ 20.777.36
Markup 15% $ 3,116.60
TOTAL LABOR $ 2389 .96
EQUIPMENT USED
EQUIP.NO. Make TYPE MODEL UNIT Quantity RATE I AMOUNT
8BAJ410 Backhoe-JD CAT 4200 HR 2,50 $ 73.00 $ 182.50
8EX025 IMIIIIIIIMIIIMIMIII Mini
Excavator(305D)
HR 3100 $ 28.11 $ 871.41
8EX026 Mini Excavator(305Ribladz HR 200 1. $ $28.11 590.31
8EX3201 1 Excavator 320#1 RR HR 24.00 $ 89.00 $ 2,138.00
BLOSKID1 Cat Skidsteer#1 HR 19.00 $ 70.00 $ 1.330.00
8SMCOMJU Compactor-Jumping jack HR 7.00 $ 1500 $ 105_00
8TROSO Truck-Dumo(Solo) HR IIIS.50 $ 78.00 $ •
8TRLO Truck-Low Boy HR • $ 153.12 $ 918.72
8TRPI Truck-Pickup HR 21.00 $ 18A5 $ 387.45
8TTILT Solo truck&tilt deck IIIMI 2.00 $ 100 23 $ 200,48
8VACTRL Vac Truck HR 48.00 $ 170.00 $ 8,180.00
Subtotal $ 18,040.85
Markup 15% $ 2,706.13
TOTAL EQUIPMENT . 20,746.98
Sub Contractor
Markup 5% .....
TOTAL SUBCONTRACTOR Is -
i
MATERIALS
_ .....
INV.NO. Vendor Mater LIW1Tfl1ity Price AMOUNT
Material Premix 1.811.82 $ 1.00 $ 1,811.82
Material Ho Fowler MIIIESIMIn $ 1 00 $ 5,978 93
Material Star Rentals 236.31 $ 1.00 $ 236.31
.Material Morton Supply
'Material DTG
_ 8 100 $ 1.00 $ 80 00
_Iyaterial Columbia 48,29 $ 1 00 $
..... (
608.25 $ 1.00 $ 48.29
608.25
Subtotal $ 8.763,60
***Acknowledge Hours Worked on Above Force Account""* Markup 54',/t, $ 438.18
TOTAL MATERIAL $ 9,201,78
Contractor Representative TOTAL WORK $ 53,842.72
,
Wash State Sales Tax 8 3% $ 4,468.95
TTC Representative GRAND TOTAL $ 58,311.67