HomeMy WebLinkAboutKen Leingang Excavating, Inc. - Contract Agreement Quote #22015SAGREEMENT
City of Yakima
Quote #22015S
Carriage Hill Modification
THIS AGREEMENT, entered into this day of r 2020, between the City of Yakima, a Washington municipal
corporation ("City") and Ken Leinqanq Excavation, Inc., ("Contractor").
WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows:
1. Scope of Work
The Contractor shall perform all work and service(s) and furnish all tools, materials, labor and equipment (collectively referred to as
"Services") according to the procedure outlined in the specifications of Quote #220155;Titled Carriage l-tll Modifications and the
quote documents, which are all attached and incorporated herein as Exhibit A, and any applicable construction standard(s), which
are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work
provided under this Contract and every part thereof.
Work is estimated to be complete by October 30, 2020. Final work schedule shall be coordinated with Project Coordinator Marc
Cawley (509) 249-6854,
The Contractor shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required
for the transfer of materials and completing the work provided for in this Contract and every part thereof, except such as are
mentioned in the specifications to be furnished by the City of Yakima.
2. Compensation
The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit includes the
specifications and payment schedule of itemized prices as listed in the Contractor's Quote submittal at the time and in the manner
and upon the conditions provided for the Contract.
3. Change Orders
Any proposed change in this Contract shall be submitted to the other party, as listed herein, for its prior written approval. If approved,
change will be made by a contract modification that will become effective upon execution by the parties hereto. Any oral statement
or representation changing any of these terms or conditions is specifically unauthorized and is not valid. Contractor may be required
to provide a detailed cost estimate for the proposed change.
4. Agency Relationship between City and Contractor
Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of
the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall
Contractor be authorized to enter into any agreement or undertaking for, or on, behalf of City.
5. Successors and Assigns
a. Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from
this Contract without the prior written consent of the other.
b. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree
to the full performance of all the covenants herein contained upon the part of the Contractor.
6. Property Rights
All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be
surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public
record or required by law to be made public, is confidential, and the Contractor will not, in whole or part, now or at any time disclose
that information without the express written consent of the City.
City of Yakima Agreement - Quote 22015S Carriage Hill Modification Page 1 of 25
7. Inspection and Production of Records
a. The records relating to the Services shall, at all times, be subject to inspection by and with the approval of the City, but
the making of (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility
for performance cfthe Services in accordance with this Contract, notwithstanding the City's knowledge of defective or
non -complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient,
safe, and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating 0o
the Services will beprovided 0mthe City upon the Qty'mrequest.
b. Contractor shall promptly furnish the City with such information and records which are related to the Services of this
Contract momay berequested bythe City. Until the expiration ofsix (G) years after final payment nYthe compensation
payable under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record
retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right to examine,
audit and copy) all of Contractor's books, documents, papers and records which are related to the Services performed
byContractor under this Contract.
n. All mcu[do relating to Contractor's oam|ceo under this Contract must be made available 1othe Ch», and the records
relating tothe Services are City ofYakima records. They must beproduced 10third parties, ifrequired pursuant tothe
Washington State Public Records Act, Chapter 42.58RCN(orbylaw. All records relating toContractor's services
under this Contract must be retained by Contractor for the minimum period of time required pursuant to theVVonh|Og0on
Secretary ofState'urecords retention schedule.
d. The terms ofthis section shall survive any expiration mtermination of this Contract.
8. Work Made for Hire
All work the Contractor performs under this Contract shall be considered work made for hire, and shall be the property of the City.
The City shall own any and all data, donumonto, plans, copyrights, upenifioabVnm. working papers, and any other materials the
Contractor produces |nconnection with this Contract. Oncompletion ortermination ofthe Contract, the Contractor shall deliver
these materials to the City.
9. Guarantee
Contractor warrants the Services will be free from defects in material and workmanship for a period of one year following the date
of completion and acceptance of the Services.
10. Compliance with Law
To the extent applicable, all equipment or moteho|u shall comply with Washington State vehicle regulations, Fadaud regulations,
OSHA and WISHA requirements, to include EPA standards and City safety codes.
Contractor agrees to perform all Services under and pursuant 0othis Contract in full compliance with any and all opp|ioob|o |mwm,
ru(eo, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, |oue|, or
otherwise. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state,
and local government orgovernmental authority orthis project, paya||chargeamDdN»om.ondgiweaUnm8icennece000ryandinuiden1a|
0othe due and lawful execution ofthe work.
a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all
charges, fees, and taxes associated with said license.
b Contractor must provide proof ufavalid Washington State Contractor Registration number.
o. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number, mm
required inTitle 85ROVV.
d. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must
have acurnont UB| number and not be disqualified from bidding on any public works contract under RCVV39.O8.1O1
e. Contractor must provide proof ofavalid Washington Employment Security Department number msrequired bvTitle 5O
City n[Yakima Agreement ' Quote zm|axcomooeHill Modification Page no[u5
11. Prevailing Wages
The Contractor will comply with all provisions of Chapter 39.12 RCW - Prevailing Wages on Public Work.
a. RCW 39.12.010 -the Prevailing Rate of Wage. It is solely the responsibility of the Contractor to determine the
appropriate prevailing wage rate for the services being provided.
h. RCW 39.12.040 - Statement of Intent to Pay Prevailing Wages and an Affidavit of Wages Paid. Before an awarding
agency may pay any sum due onaccount, i1must receive estatement ofIntent toPay Prevailing Wages approved by
the Department ofLabor and Industries. Following final acceptance ofopublic work project, ondbefnnnanyfina|
money iodisbursed, each Contractor and Subcontractor must submit tothe awarding agency onAffidavit ofWages
Paid, certified bythe Department ofLabor and Industries.
c. RCVV3H.13.U7O'Fees Authorized for Approval Certification and Arbitrations. Any fees charged bythe Department
of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of the
The State of Washington prevailing wage rates applicable for this public works project, which is located inYakima County, may be
hound at the following website address of the Department of Labor and Industries:
Based onthe quote submittal for this project, theapplioobleeffeo|xo(stort)datemftbioomjeufor1hepurpmseoofdetennin|ng
prevailing wages iSthe quote date, Auq
A copy of the applicable prevailing wage rates are also available for viewing at the City of Yakima Purchasing office, located at 129
N2ndStreet, Yakima, VVAS89O1. Upon request, the City will mail a hardcopy of the applicable prevailing wages for this project.
12. Certified Payroll for Non -Federally FmndedProjects
Upon request by the City orbv on Interested Party, copies of certified payroll shall be provided to City, with employee information
such nolast name, 8GNand address, redacted |naccordance with inorder hoprovide for public records requests.
The City reserves the right to require Contractor to deliver to City a copy of the non -redacted Certified Payroll if City determines, in
its sole discretion, that, such non -redacted copy is necessary or appropriate in order to enable City to comply with any applicable
record used b3prove identity, age, residential address, social security
numbar, or other personal information required huapply for odrivers license or|danUcord.
RCN/39.Y201UWU.'An"Interested Party" for the purposes of this chapter shall include a Contractor, Subcontractor, an employee of
a Contractor or Subcontractor, an organization whose members' wages, benefits, and conditions of employment are affected bythis
chapter, and the director of labor and industries or the director's designee.
(1) Each Contractor shall keep accurate payroll records for three years from the date of acceptance of the public works projectby
the contract awarding agmnny, showing the name, addomm. Social Security number, trade oroccupation, straight time nata, hourly
rate cfusual benefits aadefined byVVAC.!.���,�/��'�`�U\.and uve�imahoumworked each day and week, including any employee
outhohzaUonouxonu�dpunmuar�0oVVA� ���/ ��./��i�on the actual rate ofwages paid, for each laborer, worker, and mechanic
employed bythe Contractor for work performed unapublic works project.
(2) A Contractor shall, within ten days after it receives a written request, from the department or from any interested party as defined
byRCVV��' (4), file a certified copy of the payroll records with the agency that awarded the public works contract and with the
department.
[)A Contractor's noncompliance with this section shall constitute a violation of RCW
13. Nondiscrimination
During the performance nythis Contract, the Contractor agrees amfollows:
The Contractor 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 affiUoUonurbelief, orthe presence nfany sensory, mental or
physical handicap in violation of the Washington State Low Against Discrimination (RCVV chapter 49.60) or the AmmhuaOa with
Disabilities Act (42 USC 12101 et seq.),
This provision shall include but not bolimited tothe following: employment, upgrading, domotiun.tranwfer,momdmaU[edvertiu|ng.
City ofYakima Agreement Quote 22O|5SCordage Hill Modification Page aofu5
layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision ofServices under this
Agreement.
|nthe event cdthe Contractor's noncompliance with the non-discrimination u|aumeofthiuoontnuc1orwithonymuchm|uo.nagu|at|ono.
or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible
for any future City contracts.
84. Indemnification and Hold Harmless
a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property.
Contractor agrees to defbnd, indemnify and hold harmless the City, its elected and appointed offid;do, offioeno,
emp|oyaoo, a#omeyo, aQento, and volunteers from any and all dnimn. demands, |ouaeo. |iano. liabilities, peno|Uam'
fines, lawsuits, and other proceedings and all judgments, awards, costs and expenses (including reasonable costs and
attorney fees) which result nrarise out cf the sole negligent acts or omissions of Contractor, its officials, officers,
employees oragents.
b. If any suit, 'Udgmant, actiun, o|m|m or demand arises out of, or occurs in CnO'UnCtioO with, the negligent acts and/or
omissions of both the Contractor and the Ck«, or their elected or appointed offioio|u, offiuem, emp|oyaeu, agents,
attorneys or volunteers, pursuant to this Contract, each party shall be liable for its proportionate share of negligence
for any neoV(Ung suit, judgment, action, claim, demand, dnmoQao or costs and expenses, including reasonable
mUorneya'fean.
c. Contractor's Waiver mfEmployees Immunity under Title 51 RCV#. If any design or engineering work is done
pursuant to this Contract, 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 |naunynnm Act. Aocond|ng|y, to the extant 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 and its elected and appointed officials, officers, employees, attorneys, 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, shall comply with the terms of this paragraph, waive any immunity
granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The
provisions ofthis section shall survive the expiration ortermination of this Agreement.
d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in
any third party.
a The terms of this section shall survive any expiration or termination of this Contract.
15.Comtractoes Liability Insurance
Atall times during performance ofthe Services and this Contract, Contractor shall secure and maintain ineffect insurance toprotect
the City and Contractor from and against any and all do|mo, domogen, kmaao, and axpanaom arising out of or resulting from the
performance of this Contract. Contractor shall provide and maintain in force insurance in limits no less than that stated below, as
applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public.
Contractor will provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A
copy of the additional insured endorsement attached to the policy will be included with the certificate. This Certificate ofinsurance
shall boprovided 0nthe City, prior 8ocommencement ofwork.
The following insurance is required:
a. Commercial Liability Unwurmnum, Before this Contract iafully executed by the portieu. Contractor shall provide the
City'with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of Two Million
Dollars ($2,00.000.00) per occurrence, combined single limit bodily injury and property damage. and Two Million
Dollars ($2,000000.00) general aggregate. KContractor carries higher coverage limits, such limits shall bashown nO
the Certificate ofInsurance and Endorsements and the City, its elected and appointed o0o|alo, emp|oyeaa, agents,
attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state
who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect.
City o,Yakima Agreement ' Quote zzo1osCarriage Hill Modification Page 4nros
Said policy shall beineffect for the duration of this Contract. The policy shall name the City of Yakima, its elected and
appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that
the insurer will not cancel urchange the insurance without first giving the City prior written notice, The insurance shall
by with on insurance company or companies nobmd A,V|| nrhigher |n Best'o Guide and admitted in the State of
Washington. The requirements contained hmno|n, as well as City n[Yokimu'a mviuVv or acceptance of insurance
maintained by Contractor is not intended to and shall not in any manner limit nrqualify the liabilities urobligations
assumed byContractor under this contract.
b. Automobile Liability Insurance.
Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance as
pmnY of automobile liability insurance with m minimum liability limit of Two Million Dollars ($2,000'000.00) per
nuounenwa. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and
Endorsements and the Chv, its elected and appointed officio|u, amp|oyoao, agents, attorneys and volunteers shall be
named moadditional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage
amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall baineffect for
the duration of this Contract. The policy shall name the City of Yakima, its elected and appointed officials, employees,
agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or
change the insurance without first giving the City prior written notice. The insurance shall bawith oninsurance company
or companies rated A'V|| or higher in 8est'o Guide and admitted in the State of Washington. The requirements
contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not
intended 10and shall not inany manner limit orqualify the liabilities urobligations assumed byContractor under this
nnn1nmnt. The business auto liability shall include Hired and Non -Owned coverage if necessary.
o. Employer's Liability (Stop Gap):
Contractor and all Subcontractor(s) ohm|| at all times comply with all applicable workers' oompanmaUon, occupational
diaaooa, and occupational health and safety |awm, otatutno, and regulations tothe full extent applicable, and shall
ma|O1oiO Emp|oye/o Liability insurance with o limit of no |eou than %1.000,000.00. The C|1v shall not be held
responsible in any way for o|a|0o filed by Contractor or its employees for services performed under the terms of this
Contract. Contractor agrees to assume full liability for all o|oimo arising from this Contract including n|o|mo resulting
from negligent acts of all Gubnontroctor(s). Contractor is responsible to nnuumu Subcontractor(s) have insurance as
needed. Failure of8ubcontnuctoro(n)0n comply with insurance requirements does not limit Contractor's liability or
responsibility.
Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this
Contract. Any inounmnoe, or self-insurance maintained by the City shall be in excess of the Contractor's insurance and shall not
contribute to it.
If at any time duriing the life of the Contract, or any extension, Contractor fails to maintain the required insurance in full force and
effect, all work under the contract shall badiscontinued immediately. Any failure 0omaintain the required insurance may be sufficient
cause for the City hnterminate the Contract.
Should ocourt ofcompetent jurisdiction determine that this Contract is subject toRCVV4.24.115.then, iOthe event ofliability for
damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of
Contractor and the City, its officers, elected and appointed offioie|u, emp|uyeeu, agents, attorneys and volunteers. Contractor's
liability hereunder shall be limited to the extent of the Contractor's negligence.
16. Severability
If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity
shall not affect other terms, conditions orapplications which can bagiven effect without the invalid term, condition nrapplication. To
this end, the terms and conditions ofthis Contract are declared severable.
17. Contract Documents
This Cuntroo.0he{nvitatinnhoQwwte#320150800paofWorh.00nditiVnu.eddenda.ondmodificeUunnandConhmnto/opmpomd
(to the extent consistent with Yakima City documents) constitute the Contract Documents and are complementary. Specific Federal
and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract
Documents are unfile inthe Office ofthe Purchasing Manager, 129No. 2"«GL.Yakima, WA, 909O1.and are hereby incorporated
by reference into this Contract.
City ofYakima Agreement 'Quote 220|5SCarriage Hill Modification Page aof 25
18. Termination - Convenience
This Contract may be terminated by either party by giving thirty (30) days written notice of such intent and will become effective thirty
(30) days from the date such written notice is delivered to the applicable party to the Contract.
19. Termination - Cause
The City reserves the right to terminate this Contract at any time, upon written notice, in the event that the Services of Contractor
are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this Contract.
The effective date for such termination shall be upon receipt of the notice, or three days after the notice is mailed first class mail,
certified with return receipt requested.
20. Force Majeure
Contractor 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 Contractor notifies the City 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. Governing Law
This Contract shall be governed by and construed in accordance with the laws of the State of Washington.
22. Venue
The venue for any action to enforce or interpret this Contract shall lie in a competent jurisdiction in Yakima County, Washington.
23. Authority
The person executing this Contract, on behalf of Contractor, represents and warrants that he/she has been fully authorized by Contractor
to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract.
24. Notice
Any notice required or permitted to be given under this Contract shall be in writing and deemed effective if either delivered in person or
by ovemight courier, facsimile or first class mail, certified with retum receipt requested. Notices to the parties shall be delivered to:
TO CITY: City of Yakima Purchasing
Attn: Susan Knotts, Buyer II
City Hall —Second Floor
129 North Second Street
Yakima, WA 98901
TO CONTRACTOR: /1'./ ) ii/jrat 3;7 EKC-1 •
/V. a-rih A veritte,,
\1-a 16 IA) 499902,
25. Survival
The foregoing sections of this Contract, 1-24 inclusive, shall survive the expiration or termination of this Contract in accordance with
their terms.
IN WITNESS WHEREOF, the parties hereto execute this Contract as of the day and year first above written,
CITY OF YAKIMA
Alex Meyerhoff, nterim City Ma er
Ct
ftE OLUTION N
--Attest
City Clerk
.rr r
City of Yakima Agreement - Quote 22015S CCJ ge Pal- fic61°,11,
KEN LEINGA EXCAVATING, INC.
By,
Date:
e-,e5- zozo
---Dliriv.e 0 ITS /00
I
(Pdrit name)
Page 6 of 25
eX NO3N-Ir Afk
CITY OF YAKIMA LIMITED PUBLIC WORKS
INVITATION TO QUOTE # 22015S
FOR NON -FEDERALLY FUNDED WORK BETWEEN $10,000-35,000
PROJECT NAME: Carriage Hill Modification
LOCATION: N46'"Ave/Conestoga acvo
ISSUE DATE: July ZO'2U2O
CITY PROJECT COORDINATOR: Marc Cawley
RETURN QUOTES TO: Susan. %notto@YakimaVVA.Gov
DUE DATE/TKHE:August 13,2u20 @%:VOP
QUOTEFORM
Small Works Roster Project
Contractor must be signed up with WWW.MRSCROSTERS.ORG in order to respond to this Invitation to Quote.
Prevailing Wage
This project is considered Public Work and shall be completed in accordance with 39.04 RCW. This is a Prevailing Wage Profect.^ �
Intent to Pay Prevailing Wages, and Affidavit of Prevailing Wages paid must be filed by both the General Contractor and
Subcontractors working on the project, at Contractor's expense, and posted as approved by Labor and Industries (L&I) prior to
payment. See attached contract for further details.
Certificate ofInsurance
Please contact your insurance company and have them send us a Certificate of Insurance naming the "City of Yakima, its Agents,
Employees and Elected or Appointed Officials as Additional insured" per the attached sample, with the same limits of coverage.
The Certificate needs tnbeaddressed asshownamdindudea Insured Endorsement,oritwill bereturned
toyou for correction and you will not bcable tostart work until itisaccepted. Subcontractors must also submit Certificates uf
Insurance with Additional Insured endorsement. See attached contract for further details.
Site Visit Required
The site meeting is mandatory. Please see attached COV|D-19 requirements for site visits. Site visits will be scheduled with
Marc Cawley on or before August 7, 2020. No site visits will be scheduled after August 7, 2020.
Toarrange asite visit contact: Marc Cawley
| (509)594'8388
Coordination of Work
Contractor will coordinate his/her work with the City of Yakima Project Coordinator listed above as to when work will be
accomplished. Work shall be completed as agreed upon in the resulting contract.
Work Hours and Schedule
Work to be completed between the hours of 6:00 AM and 6:00 PM, Monday through Friday.Contractor will specify working
hours and days at the preconstruction meeting. Any work outside of these limits must be preapproved by Project Coordinator.
Scope of Work
Quotes will include all labor, materials and miscellaneous parts, equipment, and all costs borne by the contractor in order to
complete the work.
1. Mobilization
Z. Demolition
3. Piping/channel materials
4. New concrete lid m/36" lockable hatch
City ofYakima Agreement Quote 2uO|53Carriage Hill modification
Page 7of 25
QUOTE FORM
All work is to be done in accordance with the Manufacturer's Instructions, Industry Standards, and Specifications as�
presented by the City of Yakima. Work shall be performed using the recommended processbelow, using specified materials
and brands orapproved and acceptable equal.
RecommendedPnocea/Mateha|c
�
Connect lift station wet we|tn1I^PVCQravityewerpipe,mounfigurebotnmofconcretewetweUwithnsmchanne|to
� allow smooth transition of waste stream to 12^ outlet. Install three 8" PVC inside drop pipes to allow smooth transition of
^waste stream tonew channel, utilize inside drop bowl toallow access todrop pipe and service pipe. Install necessary piping
toaUuw6^Cast|nonpumpin|etpipetnrece|vewastestreamduringpipefai|ums.Remove6/diameterconcrete|idand
replace with new lid that has a 36"X36" lockable access hatch for access to the wet well. All electrical work will be completed
by the City. Contractor will coordinate with City to complete any electrical work during construction. Contractor will request
electrical work and coordinate bypass with the project coordinator no less than 48 hours prior to the work being needed. City
� vviUcoordinatesewerbypausvxithcoruractorforthe west in|etpipe No�hand South inlet pipe wiUnot bebypa�edbythe
� �
City. Contractor tocoordinate work during low flow and submit awork schedule tobeapproved bythe project coordinator.
New channel in bottom of wet well shall be a smooth surface and create a smooth transition of waste stream to the 12" PVC ]
outlet with novisible orapparent deficiencies tothe wall with a minimum ofstainless steel straps and hardware every J'. �
Extending6^pumpin|etpipemustbeapprovedbytheprcdectcoordinotorpriortuinstaUatiun.
*Bidder may quote alternate process for City consideration: YesNm__
Winning Bidder must procure materials and start work within30 days of Notice of Award.
Work tmbecompleted inten (10)Workdays: Comments:
Quote is Firm for 9UDays
|
|Guarantee: Minimum ufone (1)year onwork.
PermitlRequired: Yes— No X
Warranty: Minimum ofone (1)years onparts and materials,
Delivery Terms:
All materials are tobequoted Fl].B.destination. All anticipated shipping costs necessary tomeet the delivery schedule must
beincluded inthe lump sum total. Noadditional charges for shipping urhandling will beallowed.
Lump Sum (Pre-Tmx):
_
�
City of Yakima Agreement Quote e2015SCarriage Hill Modification
Page oof 25
QUOTEFORM
|nsigning this Quote wecertify that we have not, either directly or indirectly, entered into any agreement or participated in any
collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other
person or firm to submit or not to submit a Quote; that this Quote has been independently arrived at without collusion with any
other Bidder, competitor orpotential competitor; that this Quote has not been knowingly disclosed prior tothe opening ofQuote
to any other Bidder or competitor; that the above statement is accurate under penalty of perjury.
We will comply with all terms, conditions and specifications required by the City of Yakima in this Invitation to Quote and all terms
ofour Quote.
Company Name
Name ofAuthorized Company Representative (Type orPrint)
Signature of Above
WIVIBE/OBEWendor Certification Number (if applicable)
D |heeby acknowledge receiving Addendum (a)
(Use asmany spaces asaddenda reneived.>
City ofYakima Agreement 'Quote 220)SSCarriage Hill Modification page 3mo5
CITY OF YAKIMA LIMITED PUBLIC WORKS
INVITATION TO QUOTE # 22015S Carriage Hill Modification
I. GENERAL/SPECIAL INSTRUCTIONS
A. Additional Work
Any additional work found necessary that is not specified in the Scope of 1lorkshall be listed on a separate
sheet entitled "Additional Materials/Labor Required".
B. Estimated Quantities
Estimated quantities, if any, set forth in the Scope of Work are estimates only, being given only as a basis for
the comparison of Quotes. The City does not warrant, expressly or by implication; that the actual amount of
work will correspond to the estimated quantities. Bidder is responsible for verification of square footage and
units of measure, which are to be provided with Quote submittal.
C. Qualified Quotes
The General and Special Instructions included in this quote document and in the resulting contract will govern
the performance of the work. No other terms and conditions will be accepted. Quotes that are conditioned in
any way, or Quotes that take exception in any way to the City of Yakima's General and Special Terms and
Conditions, may result in the Quote being considered non -responsive.
D. Proprietary Material Submitted
Any information contained in the bid submitted that is proprietary must be clearly designated. Marking the
entire bid as proprietary will be neither accepted nor honored. If a request is made to view a Contractor's bid,
the City of Yakima will comply according to the Open Public Records Act, Chapter 42.56 RCW. If any
information is marked as proprietary in the proposal, such information will not be made available until the
affected bidder has been given an opportunity to seek a court injunction against the requested disclosure.
E. Award of Quote
The City of Yakima reserves the right to reject any or all quotes or accept any presented which meet or exceed
these specifications, and which would be in the best interest of the City and will not necessarily be bound to
accept the low quote.
F. Business License and Permits
All bidders shall have a valid and current business license issued by the City of Yakima covering this type of
work. It will be the Contractor's responsibility to procure any licenses or permits required, to complete the
project. The Contractor is responsible for all traffic control and barricades, if applicable. You can contact the
Codes Department at (509) 575-6121 or (509) 575-6126 or visit the Codes website at:
https://wwv yakimawa.gov/services/codes` for information.
G. Best Modern Practices
All work, including design, shall be performed and completed in accordance with the best modern practices,
further, no detail necessary for safe and regular operation shall be omitted, although specific mention thereof
may not be made in these specifications.
H. Workmanship
Contractor warrants and guarantees to the City that the work shall be performed in a manner consistent with
industry standards for the performance of construction and services of a similar nature. The Contractor
warrants to the City that materials and equipment furnished will be of good quality and new, that the work
City of Yakima Agreement - Quote 22015S Carriage Hill Modification Page 4 of 25
will be free from defects, will be fully compatible with the existing materials and equipment and that the work
will conform to all requirements. Work not conforming to these requirements, including substitutions (if
allowed) not properly approved and authorized, may be considered defective.
The Contractor shall comply with recognized workmanship quality standards within the industry as applicable
to each unit of work. All references to standards whether for materials, processes, assemblies, workmanship,
performance, or similar purpose shall mean, unless otherwise noted, the most recent available published
version of such standard. When reference is made to standards, the standards are to be made a part of this
contract, and to have the same effect as if fully reproduced herein. It is a requirement that each category of
trades person or installer performing the work be qualified, to the extent of being familiar with applicable and
recognized quality standards for that category of work, and being capable of workmanship complying with
those standards.
I. New and Unused
All units, equipment, parts and material shall be new, unused, manufacturer's current model year and in
current production. All materials shall have physical and chemical properties to withstand the intended
service. Equipment design shall have sufficient excess capacity for durability and safety.
J. Equal/Approved Equal
These specifications are intended to be precise where a specific make, model or trade name is requested.
Whenever a make, model or trade name is used, it shall be that or equal, or approved equal. Equal or approved
equal means that the make, model or trade name will be given consideration if they fulfill the same
performance requirements. The City reserves the right to make the decision on acceptability. Each bidder shall
clearly identify make, model or trade name of equipment bid on the face of their quote. Any equipment
proposed as an equal to that herein specified must be substantiated with supporting data to justify such
request for substitution.
K. Hazardous Materials
If asbestos or other hazardous materials are discovered during performance of work under this project,
Contractor will immediately notify the Project Coordinator, so that a Change Order addressing Pollution
Control as well as any change in cost may be executed by Purchasing.
L. No Disturbance
The Contractor shall not disturb grounds or materials outside the sphere of the contracted project.
M. Protection of Utilities
The Contractor shall protect from damage public and private utilities encountered during the work. Prior to
beginning work, the Contractor shall give proper notification as required by RCW 19.122.030 to the agencies
that have utilities in place, and shall cooperate with these agencies in the protection and relocation of
underground utilities, facilities and structures. The number to call is #811.
N. Waste Materials
All refuse and waste material must be collected and disposed of, in a legal manner, by the Contractor off the
City's property, at the Contractor's expense. The Contractor must immediately clean up any spilled material
from streets, roads, etc. Storage of debris on site is not allowed.
O. Repair or Replacement
The work shall consist of repair of any incidental damages to walls, moldings, electrical, flooring, landscaping,
fencing, paved areas, top soil, turf, or other miscellaneous items within or adjacent to the project area. This
includes complete replacement of items that are beyond repair as determined by the City.
City of Yakima Agreement - Quote 22015S Carriage Hill Modification Page 5 of 25
Should adjacent property be damaged in any manner, Contractor shall immediately contact the Project
Coordinator.
Contractor shall promptly repair damages caused to adjacent areas, rooms, facilities, property, streets, and
sidewalks by construction operations as directed by the City and at no cost to the City.
P. Final Inspection and Acceptance
When the Contractor considers the work physically complete and ready for final inspection, the Contractor
shall request the City's Project Coordinator to inspect the work. The City will notify the Contractor of any
deficiencies in the work after inspection. The Contractor shall immediately take such corrective measures as
are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and
without interruption until physical completion of the listed deficiencies. This process will continue until the
City is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within seven (7) days after receipt of the written
notice listing the deficiencies, the City may, upon written notice to the Contractor, take whatever steps are
necessary to correct those deficiencies pursuant.
The date of final acceptance shall be determined by the date the Contractor has properly invoiced the City for
payment and turned in all required submittals after the final inspection and acceptance has occurred.
Q. Payments
Upon final inspection and acceptance of the work by the City, the Contractor is to submit properly completed
invoice(s) to the City of Yakima Accounts Payable, 129 North 2nd Street, Yakima, WA 98901. To insure prompt
payment each invoice should cite Quote number, purchase order number, discount terms and include the
Contractor's name and return remittance address. In addition, the invoice shall include quote item
description, quantity, unit price, total price, location of work and date work completed.
Payment will be mailed within thirty (30) days of acceptance of the completed project, post -work submittals,
Prevailing Wage Intents and Affidavits, and a properly completed invoice. Invoice shall be itemized to reflect
hours worked and material costs.
R. Retainage (Must be withheld at 10% in order to waive performance/payment bonds)
The City Of Yakima shall have the right to withhold ten percent (10%) of the amount of any invoice submitted
to the City Of Yakima by the Contractor for labor, supervision, and materials furnished by the Contractor up
to the time of completion and acceptance of job.
Each invoice submitted by the Contractor shall include two separate line items. The first line item is to reflect
the total price of the job being invoiced, less ten percent (10%) retainage. The second line item will reflect the
ten percent (10%) retainage. Payment of said retainage shall be due thirty (30) days after City Of Yakima's
acceptance of completed work.
City of Yakima Agreement - Quote 22015S Carriage Hill Modification Page 6 of 25
U' BIDDER RESPONSIBILITY FORM (To besubmitted with Quote Form)
--
A. Bidder Responsibility Criteria
bisthe intent ofCity toaward acontract tothe low responsible bidder. Before award, the bidder must meet
the following bidder responsibility criteria to be considered a responsible bidder. The bidder may be required
by the City to submit documentation demonstrating compliance with the criteria. The bidder must:
1. Have a current certificate of registration as a Contractor in compliance with chopter18.27 RCVV, which
must have been in effect at the time of quote submittal;
Contractor #:
Effective Date:
Expiration Date:
2. Have acurrent Washington Unified Business Identifier (UBU)number; UBI#t~
3. If applicable:
a. Have Industrial Insurance hmorkens'compensation) coverage for the bidder's employees working in
Washington, as required in Title 51 RCW`;
Is account current?
b. Have aWashington Employment Security Department number, asrequired inTitle 5ORCW;
�
c. Have a Washington Department of Revenue state excise tax registration number,asrequired in
4. Not bedisqualified from bidding onany public works contract under RCVV39.06D1Oor]9.13.06S(3).
|sContractor disqualified?
Yes/No
S. Until December 31'JO13,not have violated more than onetime the off-yite prefabricated, non-standard,
project specific items reporting requirements cfR[VV39.O4.37O.
Does Contractor have violations?
Yes/No
G. For public works projects subject to the apprenticeship utilization requirements ofRCVV3.0.O4.32O, not
have been found out of compliance by the Washington state apprenticeship and training council for
working apprentices out ofratio, without appropriate supervision, or outside their approved work
processes as outlined in their standards of apprenticeship under chapter49.O4 M[VV for the one-year
period immediately preceding the first date of advertising for the project.
|sContractor incompliance? _ ~ _
7. Per RCW 39.04.350 and RCW 39.06.020, has the Contractor had Labor and Industries Training or are they
exempt?
Training Completed O or Exempt [] Is Contractor in compliance? `
City cvYakima Agreement Quote zzo/oxCarriage Hill Modification pooe 7o,os
B. Subcontractor Responsibility
1. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall
require each of its Subcontractors to include substantially the same language of this section in each of
their subcontracts, adjusting only as necessary the terms used for the contracting parties. The
requirements of this section apply to all Subcontractors regardless of tier.
J. At the time of subcontract execution, the Contractor shall verify that each of its first tier Subcontractors
meets the following bidder responsibility criteria:
a. Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have
been ineffect atthe time ofsubcontract quote submittal;
b. Have acurrent Washington Unified Business Identifier number (U8|);
3. Ifapplicable, have:
m. Industrial insurance (worker's compensation) coverage for the Subcontractor's employees working
inWashington as required inTitle S1 RCVV
b. A Washington Employment Security Department number as required in Title 50 RCW;
c. A Washington Department of Revenue state excise tax registration number as required in Title 82
RCW;
b. Anelectrical Contractor license, ifrequired byChapter 19.28R[VV;
c. Anelevator Contractor license, ifrequired byChapter 7O.g7RCVV.
4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.06S (3).
S. Until December 31,IO13,not have violated more than onetime the off' ite,prefabricated,non'stondard.
project specific items reporting requirements of RCW 39.04.370.
G. For public works projects subject tothe apprenticeship utilization requirements ofRCVV3.O.O4.32l not
have been found out of compliance by the Washington state apprenticeship and training council for
working apprentices out of ratio, without appropriate supervision, or outside their approved work
processes as outlined in their standards of apprenticeship under chapter4D.O4 MCVVfor the one-year
period immediately preceding the first date of advertising for the project.
7. Per R[VV39.O4.35Oand RCVV39.06.03O has the Subcontractor had Labor and Industries Training orare
they exempt?
City ofYakima Agreement ' Quote z20|5SCarriage Hill Modification Page mofo5
Certification of Compliance with Wage Payment Statutes
(To be submitted with Owote Form)
The bidder hereby certifies that, w1thin the three-year period immediately preceding the quote solicitation
date `. ),that the bidder is not ^vxiUfu|^ vio|ator, as defined in RCVV 49.48.083' of any
provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of
assessment issued by the Department of Labor and Industries or through a civil judgment entered by court
uflimited orgeneral jurisdiction.
| certify under penalty of perjury under the |aua of the State of Washington that the foregoing is true and
correct.
Bidder
Signature of Authorized Official*
Printed Name
Date
City State
Check One:
Individual O Partnership [] Joint Venture [] Corporation []
State of Incorporation, or ifnot a corporation, State where business entity was formed:
|fuco'partnemhip'give firm name under which business is transacted:
°(yocorporation, proposal must beexecuted /nthe corporate name 6ythe president urvice-president (or any
other corporate officer accompanied byevidence of authority to sign),Ifuco-portnership,proposal must be
executed by a partner.
City o,Yakima Agreement Quote ucn|amCarriage Hill Modification Page n,foa
Exhibit A
11111CA.M52$4$1A4tWrk
City of Yakima Agreement - Quote 22015S Carriage Hill Modification
Page 10 of 25
CONCRETE nust
SY OTHERS
EX. NET WELL
RDAOVASLE
PVC PLUG
12 7.25'
CENTERING DEVICE SY CALPICO
INC. OR APPROIXD EQUAL AT
6'± SPACING.
(2 PER PIPE LENGTH)
24" STEEL CASING
1/4" THICK
3/4MARINE
PLVIM:100
SEAT PIPE IN PLACE
IMIT4 HOPI—SHRINK
GROUT OR RUMEX
SEAL
PUMP SUCTION PPE TO BE
MOONED It4 KAM PLUG
VAIN OONCRETE
(NOT IN 0044114AOT)
City of Yakima Agreement - Quote 22015S Carriage Hill Modification Page 11 of 25
t 1 • w 'Art tt. w..*ittemettl
Aok
City of Yakima Agreement - Quote 22015S Carriage Hill Modification
Page 1 2 of 25
April 9, 2020
Site Visit Detail, Covid-19
Due to the covid-19 pandemic and to ensure the safety of our employees and contractors all site visits shall
be conducted as follows:
1. Each contractor will be scheduled a specific two-hour block of time to perform its site visit. There
shall be a minimum of one (1) hour between site visits. Site visits will be scheduled by contractors
by contacting Marc Cawley and will be scheduled on a first come, first served basis.
2. Each contractor is required to maintain at least six (6) feet of separation from city staff as well as all
other personnel present for the site visit.
3. Every person at the site visit is required to wear a cotton fabric mask and protective gloves. Masks
and gloves will be provided by the City if requested. Additional personal protective equipment may
be used by the contractor or staff and is encouraged. If a contractor does not request masks and
gloves, and does not have the required protective equipment at the time of the site visit, the site
visit will not occur.
Thank you for your cooperation to ensure the safety of others while performing the site visit. If you have any
questions regarding the site visit, or to schedule the site visit, please contact:
Marc Cawley at 509-249-6854, marc.cawlev@vakimawaxiov
Sincerely,
Marc Cawley
City of Yakima, Wastewater Operations Superintendent
0: 509-249-6854
C: 509-594-8388
City of Yakima Agreement - Quote 2201 5S Carriage Hill Modification Page 13 of 25
EX l'T ES
CITY OF YAKIMA LIMITED PUBLIC WORKS
INVITATION TO QUOTE # 22015S
FOR NON -FEDERALLY FUNDED WORK BETWEEN $10,000-35,000
PROJECT NAME: Carriage Hill
Modification
LOCATION: NJ 46'^ Ave/Conestoga
BLVD
ISSUE DATE: July 20,2020
CITY PROJECT COORDINATOR: Marc Cawley
RETURN QUOTES TO: Susan.Knotts@YaklmaWA.Gov
DUE DATE/TIME: August 13, 2020 i 2:00p.m.
QUOTE
•
Small Works Roster Project
Contractor must be signed up with WWW.MRSCROSTERS.ORG in order to respond to this Invitation to Quote
Prevailing Wage
This project is considered Public Work and shall be completed in accordance with 39.04 RCW. This is a prevailing VV. : ° proieCL
Intent to Pay Prevailing Wages, and Affidavit of Prevailing Wages paid must be filed by both the General Contractor and any
Subcontractors working on the project, at Contractor's expense. and posted as approved by Labor and Industries (L&I) prior to
payment. See attached contract for further details.
Certificate of Insurance
Please contact your insurance company and have them send us a Certificate of Insurance naming the "City of Yakima, its Agents,
Employees and Elected or Appointed Officials as Additional Insured" per the attached sample, with the same limits of coverage.
The Certificate needs to be addressed as shown and include an attached Additional Insured Endorsement or it will be returned
to you for correction and you will not be able to start work until it Is accepted. Subcontractors must also submit Certificates of
Insurance with Additional Insured endorsement. See attached contract for further details.
Site Visit Required
The site meeting is mandatory. Please see attached COVID-19 requirements for site visits. Site visits will be scheduled with
Marc Cawley on or before August 7, 2020. No site visits will be scheduled after August 7, 2020.
To arrange a site visit contact: Marc Cawley
Marc.cawley'Ayakirriawa.gpv
509-594-8388
Coordination of Work
Contractor will coordinate his/her work with the City of Yakima Project Coordinator listed above as to when work will be
accomplished. Work shall be completed as agreed upon in the resulting contract.
Work Hours and Schedule
Work to be completed between the hours of 6:00 AM and 6:00 PM, Monday through Friday. Contractor will specify working
hours and days at the preconstruction meeting. Any work outside of these limits must be preopproved by Project Coordinator
Scope of Work
Quotes will include all labor, materials and miscellaneous parts, equipment, and all costs born by the contractor In order to
complete the work.
1 Mobilization
2 Demolition
3. Piping/channel materials
4 New concrete lid w/36" lockable hatch
City of Yakima Agreement - Quote 22015S Carriage Hill Modification
Page 14 of 25
QUOTE FO
All work is to be done in accordance with the Manufacturer's Instructions, industry Standards, and Specifications as presented
by the City of Yakima. Work shall be performed using the recommended process below, using specified materials and brands
or approved and acceptable equal.
Recommended Process/Materials:
Connect lift station wet well to 12" PVC gravity sewer pipe, reconfigure bottom of concrete wet well with new channel to
allow smooth transition of waste stream to 12" outlet Install three 8" PVC inside drop pipes to allow smooth transition of
waste stream to new channel, utilize inside drop bowl to allow access to drop pipe and service pipe. Install necessary piping to
allow 6" Cast Iron pump inlet pipe to receive waste stream during pipe failures. Remove 6' diameter concrete lid and replace
with new lid that has a 36"X36" lockable access hatch for access to the wet well. All electrical work will be completed by the
City. Contractor will coordinate with City to complete any electrical work during construction. Contractor will request
electrical work and coordinate bypass with the project coordinator no less than 48 hours prior to the work being needed. City
will coordinate sewer bypass with contractor for the west inlet pipe. North and South inlet pipe will not be bypassed by the
City. Contractor to coordinate work during low flow and submit a work schedule to be approved by the project coordinator.
New channel in bottom of wet well shall be a smooth surface and create a smooth transition of waste stream to the 12" PVC
outlet with no visible or apparent deficiencies to the wall with a minimum of stainless steel straps and hardware every 3'.
Extending 6" pump inlet pipe must be approved by the project coordinator prior to installation.
Aic VV,1k , ;0' ,k
'Bidder may quote alternate process for City consideration: Yes No
Winning Bldder must procure materials and start work within 30 days of Notice of Award.
Work to be completed in ten (10) Workdays: Comments:
Quote is Firm for 90 Days
Guarantee: Minimum of one (1) year on work.
Permit Required: Yes No X
Delivery Terms:
All materials are to be quoted F.O.B. destination. All anticipated shipping costs necessary to meet the delivery schedule must
be included in the lump sum total. No additional charges for shipping or handling will be allowed.
Warranty; Minimum of one (1) years on parts and materials.
MMiStIVI
Lump Sum (Pre -Tax): $ 3
PI
.00
City of Yakima Agreement - Quote 220I5S Carriage Hill Modification
Page 15 of 25
In signing this Quote we certify that we have not, either directly or indirectly, entered into any agreement or participated in any
collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other
person or firm to submit or not to submit a Quote; that this Quote has been independently arrived at without collusion with any
other Bidder, competitor or potential competitor; that this Quote has not been knowingly disclosed prior to the opening of Quote
to any other Bidder or competitor; that the above statement is accurate under penalty of perjury.
We will comply with all terms, conditions and specifications required by the City of Yakima in this Invitation to Quote and all terms
of our Quote.
Company Name
KE74 Labt.‘ohu‘ gee
Name of Authorized Company Representative (Type or Print) Title
Company Address
?47-04,(47J
Signature of Above
Su "cm AfrooPeiv I
Email Address
WMBE/DBE Vendor Cert cation Number (if applicable) Phone Number
I hereby acknowledge receiving Addendum (a)
(Use as many spaces as addenda received.)
if-kia C. Co Pi-%
4 wig- (18901--
City of Yakima Agreement - Quote 22015S Carriage Hill Modification Page 16 of 25
Ill. BIDDER RESPONSIBILITY FORM (To be submitted with Quote Form)
A. Bidder Responsibility Criteria
It isthe intent ofCity toaward acontract tothe low responsible bidder. Before award, the bidder must
meet the following bidder responsibility criteria to be considered a responsible bidder. The bidder may be
required by the City to submit documentation demonstrating compliance with the criteria. The bidder must:
l. Have a current certificate of registration as a Contractor in compliance with chapter 18.27 RCW, which
must have been ineffect otthe time of quote submittal;
[ontractortf:\cLL+—'`&[�i
J. Have acurrent Washington Unified Business Identifier (U8|)number; UB|#:
3. If applicable:
a. Have Industrial Insurance (workers' compensation) coverage for the bidder's employees working in
Washington, as required in Title 51 RCW;
|saccount current?
b. Have mWashington Employment Security Department number, asrequired inTitle 5DRCN;
# LA_1Ck_1SCZ3-0O-2_
c. Have a Washington Department of Revenue state excise tax registration number, asrequired |n
4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).
Is Contractor disqualified? __
S. Until December 32,2013,not have violated more than onetime the off -site prefabricated, non-standard,
project specific items reporting requirements ofRCVV38.O437O.
Does Contractor have violations?
Yes
G. For public works projects subject to the apprenticeship ud|iusdpn requirements ofRCVV 3.0.04.320, not
have been found out of compliance by the Washington state apprenticeship and training council for
working apprentices out of ratio, without appropriate supervision, or outside their approved mmrh
processes as outlined in their standards of apprenticeship under chapter 4Q.O4 RCVV for the one-year
period immediately preceding the first date ofadvertising for the project.
|sContractor incompliance? __________
No
7. Per RCW 39.04.350 and RCW 39.06.020, has the Contractor had Labor and Industries Training or are they
exempt?
Training Completed [] o, EwemptO |sContractor incompliance?
,
City c^Yakima Agreement 'Quote 220/xnCarriage Hill Modification Page lno,os
B. Subcontractor Responsibility
1. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall
require each ofits Subcontractors &o include substantially the same language of this section in each of
their subcontracts, adjusting only as necessary the terms used for the contracting parties. The
requirements of this section apply to all Subcontractors regardless of tier.
2.At the time of subcontract execution, the Contractor shall verify that each of its first tier Subcontractors
meets the following bidder responsibility criteria:
a. Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have
been ineffect atthe time mfsubcontract quote submittal;
b. Have acurrent Washington Unified Business Identifier number (UB|);
3. If applicable, have:
a. Industrial insurance scompensation) coverage forthe employees working
inWashington aorequired inTitle 51NCVV
b. AWashington Employment Security Department number asrequired inTitle S0 RCVV;
c' A Washington Department of Revenue state excise tax registration number as required in Title 82
RCVV|
b. Anelectrical Contractor license, Rrequired byChapter 19.20NCVV
c. Anelevator Contractor license, |frequired byChapter 7O.B7 RCVV'
4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3).
5. Until December 31,208B not have violated more than onetime the off -site, prefabricated, non-standard,
project specific items reporting requirements of RCW 39.04.370.
G. For public works projects subject tmthe apprenticeship utilization requirements of R[VV 3.0.04.320not
have been found out of compliance by the Washington state apprenticeship and training mmund| for
working apprentices out ofratio, without appropriate supervision, or outside their approved work
processes as outlined in their standards of apprenticeship under chapter 49.04 RCW for the one-year
period immediately preceding the first date of advertising for the project.
7. Per RCW` 39.04.350and RCW 39.��0,has the Subcontractor had Labor and industries Training or are
they exempt?
City of Yakima Agreement 'Quote 22015S Carriage Hill Modification Page loofoa
Certification of Compliance with Wage Payment Statutes
(To be submitted with Quote Form)
The bidder hereby certifies that, within the three-year period immediately preceding the quote solicitation
date j, that the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any
provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of
assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court
of limited or general jurisdiction.
I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and
correct.
idder
ignature of Authorized Official*
Printed Name
Title
B-15- 2,.oZO
Date City
Check One:
Individual 0 Partnership 0 Joint Venture 0 Corporation
State of Incorporation, or if not a corporation, State where business entity was formed
If a co -partnership, give firm name under which business is transacted
* if a corporation, proposal must be executed in the corporate name by the president or vice-president (or any
other corporate officer accompanied by evidence of authority to sign). if a co -partnership, proposal must be
executed by a partner.
City of Yakima Agreement - Quote 22015S Carriage Hill Modification Page 19 of 25