HomeMy WebLinkAboutM. Sevigny Construction Inc. - Agreement COY Invitation to Quote #22045S Legal Library remodel AGREEMENT
CITY OF YAKIMA INVITATION TO QUOTE#22045S
THIS AGREEMENT,entered into on the date of last execution,between the City of Yakima,a Washington municipal corporation
("City"),and M.Sevigny Construction 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#224055 titled Legal Library Remodel 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 within 60 days of Notice to Proceed. Final work schedule shall be coordinated with Project
Coordinator Martin Cueva-Ramirez, Law&Justice Center Superintendent, (509)728-6289.
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. 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.
4. 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.
5. 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.
6. 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 of the 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
22405S Legal Library Remodel Page 1 of 11
shall provide the City sufficient, safe, and proper facilities, and/or send copies of the requested documents to the
City. Contractor's records relating to the Services will be provided to the City upon the City's request.
b. Contractor shall promptly furnish the City with such information and records which are related to the Services
of this Contract as may be requested by the City. Until the expiration of six(6)years after final payment of the
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 by Contractor under this Contract. If any litigation,claim or audit is
started before the expiration of the six(6)year period,the records shall be retained until all litigation,claims,or
audit findings involving the records have been resolved.
c. All records relating to Contractor's services under this Contract must be made available to the City,and the records
relating to the Services are City of Yakima records. They must be produced to third parties, if required pursuant
to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractor's
services under this Contract must be retained by Contractor for the minimum period of time required pursuant to
the Washington Secretary of State's records retention schedule.
d. The terms of this section shall survive any expiration or termination of this Contract.
7. 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,documents, plans,copyrights,specifications,working papers,and any other materials
the Contractor produces in connection with this Contract. On completion or termination of the Contract, the Contractor shall
deliver these materials to the City.
8. 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.
9. Compliance with Law
Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws,
rules,and regulations adopted or promulgated by any governmental agency or regulatory body,whether federal,state, local,or
otherwise. Contractor shall procure and maintain all applicable and necessary permits, licenses and approvals of any federal,
state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary
and incidental to the due and lawful execution of the work.
a. Procurement of a City Business License. Contractor must maintain a City of Yakima Business License and pay
all charges,fees, and taxes associated with said license.
b. Contractor must provide proof of a valid Washington State Contractor Registration number.
c. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number,
as required in Title 85 RCW.
d. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor
must have a current UBI number and not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3).
e. Contractor must provide proof of a valid Washington Employment Security Department number as required by
Title 50 RCW.
f. Foreign(Non-Washington)Corporations: Although the City does not require foreign corporate proposers to qualify
in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such
corporation will promptly take all necessary measures to become authorized to conduct business in the City of
Yakima at their own expense,without regard to whether such corporation is actually awarded the contract, and in
the event that the award is made, prior to conducting any business in the City.
22405S Legal Library Remodel Page 2 of 11
10. 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.
b. 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 on account, it must receive a statement of Intent to Pay Prevailing Wages approved
by the Department of Labor and Industries. Following final acceptance of a public work project, and before any
final money is disbursed, each Contractor and Subcontractor must submit to the awarding agency an Affidavit of
Wages Paid,certified by the Department of Labor and Industries.
c. RCW 39.12.070-Fees Authorized for Approval Certification and Arbitrations. Any fees charged by the Department
of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of
the Contractor.
The State of Washington prevailing wage rates applicable for this public works project,which is located in Yakima County,
may be found at the following website address of the Department of Labor and Industries:
https://Ini.wa.gov/licensing-permits/public-works-projects/prevailing-wage-rates.
Based on the quote submittal for this project,the applicable effective(start)date of this project for the purposes of determining
prevailing wages is the quote date, May 30,2024.
11. Certified Payroll for Non-Federally Funded Projects
Upon request by the City or by an Interested Party,copies of certified payroll shall be provided to City,with employee information
such as last name, SSN and address, redacted in accordance with RCW 42.56.230, in order to provide 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 law.
RCW 42.56.230 (7)(a) Personal Information Exemption: Any record used to prove identity, age, residential address, social
security number,or other personal information required to apply for a driver's license or identicard.
RCW 39.12.010(4):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
by this chapter, and the director of labor and industries or the director's designee.
WAC 296-127-320 Payroll:
(1) Each Contractor shall keep accurate payroll records for three years from the date of acceptance of the public works project
by the contract awarding agency, showing the name,address, Social Security number, trade or occupation, straight time rate,
hourly rate of usual benefits as defined by WAC 296.127.014(1),and overtime hours worked each day and week, including any
employee authorizations executed pursuant to WAC 296-127-022,and the actual rate of wages paid,for each laborer,worker,
and mechanic employed by the Contractor for work performed on a public 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 by RCW 39.12.010(4),file a certified copy of the payroll records with the agency that awarded the public works contract
and with the department.
(3)A Contractor's noncompliance with this section shall constitute a violation of RCW
12. Nondiscrimination
During the performance of this Contract,the Contractor agrees as follows:
22405S Legal Library Remodel Page 3 of 11
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 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.).
This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment,
advertising,layoff or termination,rates of pay or other forms of compensation,selection for training,and the provision of Services
under this Agreement.
In the event of the Contractor'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 Contractor may be
declared ineligible for any future City contracts.
13. Pay Transparency Nondiscrimination Provision
The Contractor will not discharge or in any other manner discriminate against employees or applicants because they have
inquired about, discussed, or disclosed their own pay or the pay of another employee or applicant. However, employees who
have access to the compensation information of other employees or applicants as a part of their essential job functions cannot
disclose the pay of other employees or applicants to individuals who do not otherwise have access to compensation information,
unless the disclosure is (a) in response to a formal complaint or charge, (b) in furtherance of an investigation, proceeding,
hearing, or action, including an investigation conducted by the employer, or (c) consistent with the contractor's legal duty to
furnish information.
14. Indemnification and Hold Harmless
a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property.
The Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed
officials,officers,employees,agents,representatives,insurers,attorneys,and volunteers from all liabilities,losses,
damages, and expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other
governmental proceedings arising from or in connection with this Agreement or the acts, failures to act, errors or
omissions of the Contractor,or any Contractor's agent or subcontractor,in performance of this Agreement,except
for claims caused by the City's sole negligence.
b. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any
immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for
the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation
on the amount of damages,compensation or benefits payable to or by any third party under workers'compensation
acts,disability benefit acts or any other benefits acts or programs. Contractor shall 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, 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 Parties acknowledge that they have mutually negotiated this waiver.
c. 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,the Contractor's liability,including the duty and cost
to defend,shall be only to the extent of the Contractors negligence.
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.
e. The terms of this section shall survive any expiration or termination of this Contract.
22405S Legal Library Remodel Page 4 of 11
15. Contractor's Liability Insurance
At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to
protect the City and Contractor from and against any and all claims,damages,losses,and expenses 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 MUST be included with the certificate. All additional insured endorsements MUST
also include an explicit waiver of subrogation. This Certificate of insurance shall be provided to the City, prior to
commencement of work.
Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency
from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such
insurance.
Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this
Contract. Any insurance,self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's
insurance and neither the City nor its insurance providers shall contribute to any settlements,defense costs,or other payments
made by Contractor's insurance.
If at any time during 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 be discontinued immediately. Any failure to maintain the required insurance may be
sufficient cause for the City to terminate the Contract.All additional insured endorsements required by this Section shall
include an explicit waiver of subrogation.
The following insurance is required:
a. Commercial Liability Insurance
Before this Contract is fully executed by the parties,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($2,000,000.00) per
occurrence, combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00)
general aggregate. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of
Insurance and Endorsements and the City, its elected and appointed officials, employees, 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.
Said policy shall be in effect for the duration of this Contract. The certificate of insurance and additional insured
endorsement 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 be with an insurance company or companies
rated A-VI'or higher in Best's 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 to and
shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor 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 proof of automobile liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per
occurrence. If Contractor carries higher coverage limits,such limits shall be shown on the Certificate of Insurance
and Endorsements and the City, its elected and appointed officials,employees,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. Said policy
shall be in effect for the duration of this Contract. The certificate of insurance and additional insured endorsement
shall name the City of Yakima,its elected and appointed officials,employees,agents,attorneys and volunteers as
22405S Legal Library Remodel Page 5 of 11
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 be with an insurance company or companies rated A-VII
or higher in Best's 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 to and shall not in
any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. The business
auto liability shall include Hired and Non-Owned coverage if necessary.
c. Employer's Liability(Stop Gap)
Contractor and all Subcontractor(s) shall at all times comply with all applicable workers' compensation,
occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent
applicable, and shall maintain Employer's Liability insurance with a limit of no less than $1,000,000.00. The City
shall not be held responsible in any way for claims filed by Contractor or its employees for services performed
under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract
including claims resulting from negligent acts of all Subcontractor(s). Contractor is responsible to ensure
Subcontractor(s)have insurance as needed. Failure of Subcontractors(s)to comply with insurance requirements
does not limit Contractor's liability or responsibility.
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 or applications which can be given effect without the invalid term,condition or application.
To this end,the terms and conditions of this Contract are declared severable.
17. Contract Documents
This Contract, the Invitation to Quote #22405S, Scope of Work, conditions, addenda, and modifications and Contractor's
proposal (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 on file in the Office of the Purchasing Manager, 129 No.2nd St.,Yakima,WA,98901,
and are hereby incorporated by reference into this Contract.
18. Termination
Termination for Cause
In the event the Contractor breaches this Contract,the City may terminate the Contract at its sole discretion in such event that
it provides the Contractor with written notice of Contractor's breach and the Contractor fails to cure its breach within 30 days of
this notice.
In the event of the City breaches this Contract, the Contractor may terminate the Contract at its sole discretion in such event
that it provides the City with written notice of City's breach and the City fails to cure its breach of the Contract within 60 days of
this notice.
The following represents a non-exclusive, illustrative list of instances that shall be considered a breach by the Contractor:
a. Defaults on an obligation under the Contract;
b. Fails to perform any material obligation required under the Contract;
c. Files a petition in bankruptcy, becomes insolvent,or otherwise takes action to dissolve as a legal entity;
d. Allows any final judgment not to be satisfied or a lien not to be disputed after a legally-imposed, 30-day
notice;
e. Makes an assignment for the benefit of creditors;
f. Fails to follow the sales and use tax certification requirements of the State of Washington;
g. Incurs a delinquent Washington tax liability;
h. Becomes a State or Federally debarred Contractor;
22405S Legal Library Remodel Page 6 of 11
i. Is excluded from federal procurement and non-procurement Contracts;
j. Fails to maintain and keep in force all required insurance, permits and licenses as provided in the
Contract;
k. Fails to maintain the confidentiality of the City information that is considered to be Confidential
Information, proprietary,or containing Personally Identifiable Information;
I. Contractor performance threatens the health or safety of a City, County or municipal employee.
Termination for Convenience
The City may terminate the Contract,without cause, by providing 30 days written notice of termination.
In the event of termination for convenience,the Contractor shall be entitled to receive compensation for any fees owed under
the Contract. The Contractor shall also be compensated for partially completed services. In this event, compensation for such
partially completed services shall be no more than the percentage of completion of the services requested,at the sole discretion
of the City, multiplied by the corresponding payment for completion of such services as set forth in the Contract. Alternatively,
at the sole discretion of the City, the Contractor may be compensated for the actual service hours provided.The City shall be
entitled to a refund for goods or services paid for but not received or implemented, such refund to be paid within 30 days of
written notice to the Contractor requesting the refund.
Change in Funding
In addition to the above termination provisions, if the funds upon which the City relied to establish this Contract are withdrawn,
reduced, or limited, or if additional or modified conditions are placed on such funding,the City may terminate this Contract by
providing at least five business days written notice to the Contractor. The termination shall be effective on the date specified in
the notice of termination.
19. Prime Contractor
Contractor is the Prime Contractor hereunder. The Prime Contractor shall be the sole point of contact with regard to all
contractual matters arising hereunder,including the performance of work and the payment of any and all charges resulting from
its contractual obligations.
20. Removal of Subcontractor
If dissatisfied with the background, performance, and/or general methodologies of any subcontractor, the City may request in
writing that the subcontractor be removed. The Contractor shall comply with this request at once and shall not employ the
subcontractor for any further work/services under this Contract.
21. Taxes and Assessments
Contractor shall be solely responsible for and shall pay all taxes, deductions, and assessments, including but not limited to
federal income tax, FICA, social security tax, assessments for unemployment and industrial injury insurance, and other
deductions from income which may be required by law or assessed against either party as a result of this Contract. In the event
the City is assessed a tax or assessment as a result of this Contract, Contractor shall pay the same before it becomes due.
22. Waiver of Breach
A waiver by either party hereto of a breach of the other party hereto of any covenant or condition of this Contract shall not impair
the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to
insist upon strict performance of any agreement, covenant or condition of this Contract,or to exercise any right herein given in
any one or more instances,shall not be construed as a waiver or relinquishment of any such agreement,covenant,condition or
right.
23. 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.
22405S Legal Library Remodel Page 7 of 11
24. Governing Law
This Contract shall be governed by and construed in accordance with the laws of the State of Washington.
25. Venue
The venue for any action to enforce or interpret this Contract shall lie in a competent jurisdiction in Yakima County,Washington.
26. 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.
27. Change or Notice
Any alterations, including changes to the nature of the service, made to the Contract shall be rendered in writing and signed by
both responsible parties; no changes without such signed documentation shall be valid. No alterations outside of the general
scope and intent of the original Request for Proposals or in excess of allowable and accepted price changes shall be made.
In no event shall the Contractor be paid or be entitled to payment for services that are not authorized herein or any properly
executed amendment.
Notice of Business Changes: Contractor shall notify the City in writing within three(3)business days of any change in ownership
of the facilities of the Contractor or of the facilities of any subcontractor. The Contractor shall notify the City in writing as soon
as possible, and in no event later than three (3) business days, after any decision by the Contractor to change or discontinue
service that will affect services provided to the City under this Contract.
The City shall have the right to renegotiate the terms and conditions of this Contract to the extent required to accommodate a
change in governing law or policy that, in the sole discretion of the City, either substantially and unreasonably enlarges the
Contractor's duties hereunder,or renders performance,enforcement or compliance with the totality of the Contract impossible,
patently unreasonable,or unnecessary. Notices and demands under and related to this Contract shall be in writing and sent to
the parties at their addresses as follows:
TO CITY: City of Yakima Purchasing TO CONTRACTOR: M Sop GrJ`( Co/J47.'JCTo IOc_
Susan Knotts, Buyer II (212- R. W' ' A
129 North Second Street YAK(AAA L A �ggol.
Yakima,WA 98901
28. Survival
The foregoing sections of this Contract, 1-28 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 Y KIMA M. Y CONS ON INC.
City
Date: (2(-1 l 317`' e: toICf 2-02-1
Attest: y PKI MA��`I�. E121 k /M.t LL,AA.�7 PA-03S Cr MAC 4G
tV-
�) (`� int name)
1rf�: fir � r � ,: ► '�
C:TIYAtc NTRArGr No. #l, '%
RESOLUTION NO: II
1 � i
II<S:I CS Page 8 of 11
22405S Legal Library Remodel g
ATTACHMENTS TO CONTRACT
Exhibit A—Quote Specification (Removed Sample Contract pages 10-19)
Exhibit B—Contractors Quote
22405S Legal Library Remodel Page 9 of 11
EXHIBIT A
22405S Quote Specifications
Separate Attachment
22405S Legal Library Remodel Page 10 of 11
%; CITY OF YAKIMA LIMITED PUBLIC WORKS
ij74 I.� INVITATION TO QUOTE # 224055
` '� •.:;.
.,,:-;.•, .•� FOR NON-FEDERALLY FUNDED WORK BETWEEN $10,000-35,000
PROJECT NAME:Legal Library Remodel CITY PROJECT COORDINATOR NAME/NUMBER:Martin Cueva-Ramirez 509-728-6289
LOCATION:Dick Zais Law&Justice Center, RETURN QUOTES TO:Susan Knotts,Buyer II,Susan.Knotts@YakimaWA.Gov
200 S.3`d Street,Yakima,WA 98901
ISSUE DATE:May 13,2024 DUE DATE/TIME: May 30, 2024 at 2:00 p.m.
QUOTE FORM
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 project.
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 and Waiver of
Subrogation,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
An onsite meeting will convene on May 21,2024,at 1:00 p.m.at the City of Yakima Law&Justice Center, located at 200 S.3'
Ave,Yakima,WA,98901. All participants will meet in the main lobby before moving to the project site. The site meeting is not
mandatory; however,interested parties are strongly urged to attend.
Coordination of Work
Contractor will coordinate 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 M-F,8:00 a.m.to 5:00 p.m.,excluding legal holidays
Scope of Work
Remove entry door&frame, book shelves,counter top,carpet,drywall,existing lighting fixture. Provide and install new
carpet,dry wall, metal relite frames,and outlets. Patch ceiling as needed and paint ceiling and walls. Relocate existing
electrical switches and outlets. Provide and install new Cat6 cables and flush mount faceplates.
Contractor shall provide any permit(s)and plan reviews required.
Quote 22405S Legal Library Remodel Page 1 of 22
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 process below, using specified materials and brands or
approved and acceptable equal.
Recommended Process/Materials:
Construction Work follow:
• Remove and dispose of sixteen (16) bookcases and one(1)counter top.
• Remove and salvage to owner one(1)hollow metal frame and wood door and one(1)hollow metal relite frame and
glazing.
• Remove and dispose of drywall and framing from end wall where door and relite were removed.
• Remove and dispose of carpet, base and trim.
• Remove and dispose of drywall from two(2)walls adjacent to restrooms.
• Frame box header across the removed wall at the ceiling elevation to maintain existing ceiling heights.
• Provide and install sound batt insulation in two(2)walls adjacent to restrooms and replace fiberglass insulation above
ceiling grid with sound batt insulation.
• Provide and install two(2)22"x 86" hollow metal relite frames,including tempered glass.
• Hang and finish drywall on new box head and to replace removed drywall.
• Prepare and paint new and existing drywall in the office and outside of the wall that was opened up.
• Patch and paint ceiling as required.
• Provide and install new 24"x 24" Philadelphia Crackled carpet tile and 4"Tarkett rubber base,approximately 320 sq.ft.
Electrical Work:Provide and install as Follows;
• Provide and install two(2)new quadplex outlets.
• Relocate switch and outlet from removed wall and convert motion sensor to regular light switch.
• Replace three(3)troffer lights with new 24"x 48"flat panel LED's.
• Provide and install five(5) new Cat6 cables from computer room 2035 to Library/Conference 2019.
• All new cabling will be supported via existing overhead cable supports.
• In computer room;terminated cables to the next available ports on the existing patch panel.
• At workstations;terminate the cables to Cat6 jacks and place within flush mounted faceplates.
• Test and label all new Cat6 cables.
*Bidder may quote alternate process for City consideration.
CONTRACTOR TO FILL OUT THIS SECTION
Number of Days to Complete Work:
Comments:
Quote is Firm for: Days(Minimum of 30 Days)
Guarantee: (Minimum One(1)year on work) Warranty: (Minimum One(1)years on materials)
Permit Required:Yes or No
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.
Lump Sum (Pre-Tax): $
Tax 8.3% $
Total $
Quote 22405S Legal Library Remodel Page 2 of 22
QUOTE FORM
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 Company Address
Name of Authorized Company Representative(Type or Print) Title
Signature of Above Email Address
WMBE/DBE Vendor Certification Number(if applicable) Phone Number
❑ I hereby acknowledge receiving Addendum(a)
(Use as many spaces as addenda received.)
Quote 22405S Legal Library Remodel Page 3 of 22
CITY OF YAKIMA LIMITED PUBLIC WORKS
INVITATION TO QUOTE#224055
GENERAL/SPECIAL INSTRUCTIONS
A. Additional Work
Any additional work found necessary that is not specified in the Scope of Work shall 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 Public Records Act, Chapter 42.56 RCW. If any
information is marked as proprietary in the proposal,such information may 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 State of WA Department of Revenue,
Business Licensing Service covering this type of work. Contractor shall also obtain and provide proof of
a current City of Yakima business license endorsement or license, as necessary. 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://www.yakimawa.gov/services/codes/for information.
G. Background Checks-Special Conditions for Yakima Police Department(YPD) Facilities
All Contractors, employees, and Subcontractors who will be working on site must participate in a
Washington State and National fingerprint and background check process in order to work in YPD facilities.
This process must be completed no less than five (5) days prior to start of work. Contractors must also
complete a CJIS Security Awareness training every two (2) years and sign a Criminal Justice Information
Services (CJIS)Security Addendum.Washington State Patrol (WSP)also requires that all employees working
on site must watch a 10-15 minute video. The YPD Police Services Manager will coordinate with Contractor
to ensure compliance. Failure to undergo this process may result in loss of contract. If any person does not
pass the background check, they must be replaced and will not be allowed on site. There may be few
Quote 224055 Legal Library Remodel Page 4 of 22
instances where a Contractor may be supervised directly by the Facilities Manager and this requirement
may be waived on a case-by-case basis.
H. 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.
I. 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
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.
J. 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.
K. 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.
L. 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.
M. No Disturbance
The Contractor shall not disturb grounds or materials outside the sphere of the contracted project.
N. 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.
Quote 22405S Legal Library Remodel Page 5 of 22
O. 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.
P. 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.
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.
Q. 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.
R. 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.
S. 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 and verification of Prevailing Wage filings with Labor and Industries.
Quote 22405S Legal Library Remodel Page 6 of 22
BIDDER RESPONSIBILITY FORM
(To be submitted with Quote Form)
Bidder Responsibility Criteria:
It is the intent of City to award a contract to the 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 chapter 18.27 RCW, which
must have been in effect at the time of quote submittal;
Contractor#:
Effective Date:
Expiration Date:
2. Have a current Washington Unified Business Identifier(UBI) number;
UBI #:
3. If applicable:
a. Have Industrial Insurance (workers' compensation) coverage for the bidder's employees working in
Washington, as required in Title 51 RCW;
Is account current? (Yes/No)
b. Have a Washington Employment Security Department number,as required in Title 50 RCW;
c. Have a Washington Department of Revenue state excise tax registration number,as required in
Title 82 RCW;
4. Has Contractor been disqualified from bidding on any public works contract under RCW 39.06.010 or
39.12.065(3).
Is Contractor disqualified? (Yes/No)
5. Until December 31,2013, not have violated more than one time the off-site, prefabricated, non-standard,
project specific items reporting requirements of RCW 39.04.370.
Does Contractor have violations? (Yes/No)
6. For public works projects subject to the apprenticeship utilization requirements of RCW 39.04.320, 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 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.
Is Contractor in compliance? (Yes/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 Complete ❑ Exempt ❑
Is Contractor in compliance? (Yes/No)
Quote 22405S Legal Library Remodel Page 7 of 22
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.
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 in effect at the time of subcontract quote submittal;
b. Have a current Washington Unified Business Identifier number(UBI);
3. If applicable, have:
a. Industrial insurance(worker's compensation)coverage for the Subcontractor's employees working
in Washington as required in Title 51 RCW;
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. An electrical Contractor license, if required by Chapter 19.28 RCW;
c. An elevator Contractor license, if required by Chapter 70.87 RCW.
4. Has Contractor been disqualified from bidding on any public works contract under RCW 39.06.010 or
39.12.065 (3).
5. Until December 31,2013, not have violated more than one time the off-site, prefabricated, non-standard,
project specific items reporting requirements of RCW 39.04.370.
6. For public works projects subject to the apprenticeship utilization requirements of RCW 39.04.320, 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 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 39.04.350 and RCW 39.06.020, has the Subcontractor had Labor and Industries Training or are
they exempt?
Quote 22405S Legal Library Remodel Page 8 of 22
.,...tip,
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 (___ ______), 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.
Bidder
Signature of Authorized Official*
Printed Name
Title
Date City State
Check One:
Individual ❑ Partnership ❑ Joint Venture ❑ 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.
Quote 22405S Legal Library Remodel Page 9 of 22
ATTACHMENT A
SAMPLE CERTIFICATE OF INSURANCE WITH ADDITIONAL INSURED ENDORSEMENT AND WAIVER OF SUBROGATION
---"-4 DATE I7111CONYYT1
ACC)RE? CERTIFICATE OF LIABILITY INSURANCE CURRENT DATE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER.AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pOIKy(les)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED.subject to the terms and conditions of the policy,curtain poficiee may require an endorsement A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRDwcER CC.WrACTC INSURANCE AGENT INF CRMAY.ON
NAV
INSURANCE AGENT ISSUING CERTIFICATE �«ROBIE rAx
,�• __ .;A'G, ;
Earwa
ADDRESS. ----_._.
PIMPOSONI) JPIID COVERAGE NAIL N
MIRMERA. AMR OR BETTER.ADMITTED CARRIER--__-.__..
EMIT.?InsisoC Address INµMERc _...
INSURER —.
IMUMERE
ALSURER I
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO SHE INSURED NAMED ABOVE FOR THE POI;Y PERIOD
INDICATED NOTWITHSTANDNG ANY REOUIREMEN T. TERM OR CONDITION Or ANY CONTRACT OR OTTER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY TIE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SNO'AN MAY HAVE BEEN REDUCED BY PAID CLAIMS
ewer CO
CY
+Ill net OF IIMURARc[ MID POLICY WIRIER IIMWAI aYODNYSTO UNITS
X COEIN[ACIAL GINOUL UARRNTS EAOr o7.LFttEN:E s 2,000,000
. v OUh E TO RENTED I i 00.000
CLAAK MADE X OCCU. PWEUICs'Ed vssueN•<al
WO EAT tMI cm tersun: t 5.CO3
A POLICY NUMBER START STOP PERSONAL a...Qv tNAArr S 1.000.000
GEM AGGMED,ATE Mat NNLR ENE
s rs N DATE DATE ORAL AGGREGATE._. $ 2,000.000
POLE',.X_ Inc ►RDGLRYs•cuuP.ePeoc. 12,000.000
nnau
�s
AsID410eA2 WAGON OOY*RSED OND1.E LAST s 2.000.000
X Oh AUTO X000svYNARY IP.PriH!I S
-VANED - 9CHEDI.IED
A POLICY NUMBER START STOP *Doer MALNY:Fer wevl; S
AUTOS ONLr ,ALTOSHRCO 3710PER1Y ISLiNArS
AUTOS ONLY AVIC6 M.V4tO DATE DATE ,:Per ax4E,,. s
S
UMBRELLA LMa CCCtR EACH OCC.RaENCE_ ...-..,i.
EXCESS LIAO wyY .AC ittwLit .S
_ -r cfth n arTrsT , S
___
WORKERS COYPermanoN 9 ATLJTE X
AND EMPLOYENV UNMAN' YIN _.�-----
.4...tm mot•ort r.STHEACLECJTAE D NIA POLICY NUMBER START tL BAC,ACCAEM S 1•�•000
A U"r1_tRMNManagotory s'MSIEACLJCED! STOP
E L D'FASE•EA q/0.OYEC f__• 1.000,D00
n &ed. STOP GAP(EL ONLY DATE DATE 1.000.000-
DCKRCT1•ri C.NENATXXIS 4SH•w E L USEME•POLICY wet S
DESCRITION OF OPERATIONS;LOCATIONS;VEHICLES IACORO MI AdatlrW Nem0A7 Seeem.Rev M enacted rimer*mum Is metered'
The City of Yakara.IDS agents.ernpOyees.auihoriec vdurtee✓E CIOCID1 and appctnied officia:are r,CILded as PTlmary,Nor-CceSIEUtory adClhonal.TSured
with a Warren of Sutecgatto•T See attached Addtoral InsLred and Warner d Subrogation indorsements
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF. NOTICE You. BE DELIVERED IN
ACCORDANCE 1NTH INC POUCY PROVISIONS.
C.ty O'vaklTa
PLrCneslnp Department AUTI4ORLZED REPRESENTATIVE
129 N 2nd St
YaArra,WA 98901 SIGNATURE
v;198E1.201S ACORD CORPORATION. All rights reserved.
ACORD 25(2016J01) The ACORD name and logo are registered marks of ACORD
Quote 22405S Legal Library Remodel Page 20 of 22
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
CG 20 10 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s): Location(s)Of Covered Operations
The City of Yakima,its agents,employees,authorized
volunteers,elected and appointed officials are included
as Primary/Non-Contributory additional insured.
Information required to complete this Schedule.if not shown above.will be shown in the Declarations.
A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these
include as an additional insured the person(s) or additional insureds. the following additional exclu-
organization(s) shown in the Schedule, but only sions apply:
with respect to liability for'bodiy injury', "property This insurance does not apply to 'bodily injury" or
damage" or "personal and advertising injury' "property damage"occurring after:
caused,in whole or in part,by:
1. All work, including materials, parts or equip-
1. Your acts or omissions,or ment furnished in connection with such work.
2. The acts or omissions of those acting on your on the project(other than service. maintenance
behalf. or repairs) to be performed by or on behalf of
in the performance of your ongoing operations for the additional insured(s) at the location of the
the additional insured(s) at the location(s) desig- covered operations has been completed,or
nated above. 2. That portion of "your work" out of which the
injury or damage arises has been put to its in-
tended use by any person or organization other
than another contractor or subcontractor en-
gaged in performing operations for a pnncipal
as a part of the same project.
Quote 224055 Legal Library Remodel Page 21 of 22
POLICY NUMBER:CGD300084907 COMMERCIAL GENERAL LIABILITY
CG 24 04 12 19
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
ELECTRONIC DATA LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES
POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
RAILROAD PROTECTIVE LIABILITY COVERAGE PART
UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS
SCHEDULE
Name Of Person(s) Or Organization(s):
Where required by written contract or agreement executed prior to loss (except where not permitted by law).
Information required to complete this Schedule, if not shown above. will be shown in the Declarations.
The following is added to Paragraph 8. Transfer Of
Rights Of Recovery Against Others To Us of
Section IV—Conditions:
We waive any right of recovery against the person(s)
or organization(s) shown in the Schedule above
because of payments we make under this Coverage
Part. Such waiver by us applies only to the extent that
the insured has waived its right of recovery against
such person(s) or organization(s) prior to loss. This
endorsement applies only to the person(s) or
organization(s) shown in the Schedule above.
Quote 224055 Legal Library Remodel Page 22 of 22
EXHIBIT B
Contractor's Quote
Separate Attachment
22405S Legal Library Remodel Page 11 of 11
ti CITY OF YAKIMA LIMITED PUBLIC WORKS
INVITATION TO QUOTE # 22405S
'`v�:,• ''� FOR NON-FEDERALLY FUNDED WORK BETWEEN $10,000-35,000
PROJECT NAME: Legal Library Remodel CITY PROJECT COORDINATOR NAME/NUMBER: Martin Cueva-Ramirez 509-728-6289
LOCATION:Dick Zais Law&Justice Center, RETURN QUOTES TO:Susan Knotts, Buyer II,Susan.Knotts@yakimaWA.Gov
200 S. 3'Street,Yakima,WA 98901
ISSUE DATE: May 13,2024 DUE DATE/TIME: May 30, 2024 at 2:00 p.m.
QUOTE FORM
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 project.
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 and Waiver of
Subrogation,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
An onsite meeting will convene on May 21,2024,at 1:00 p.m. at the City of Yakima Law&Justice Center, located at 200 S. 3rd
Ave,Yakima,WA,98901. All participants will meet in the main lobby before moving to the project site. The site meeting is not
mandatory; however, interested parties are strongly urged to attend.
Coordination of Work
Contractor will coordinate 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 M-F,8:00 a.m.to 5:00 p.m.,excluding legal holidays
Scope of Work
Remove entry door&frame,book shelves,counter top,carpet,drywall,existing lighting fixture. Provide and install new
carpet, dry wall,metal relite frames, and outlets. Patch ceiling as needed and paint ceiling and walls. Relocate existing
electrical switches and outlets. Provide and install new Cat6 cables and flush mount faceplates.
Contractor shall provide any permit(s)and plan reviews required.
Quote 22405S Legal Library Remodel Page 1 of 22
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 process below, using specified materials and brands or
approved and acceptable equal.
Recommended Process/Materials:
Construction Work follow:
• Remove and dispose of sixteen (16)bookcases and one(1)counter top.
• Remove and salvage to owner one(1)hollow metal frame and wood door and one(1) hollow metal relite frame and
glazing.
• Remove and dispose of drywall and framing from end wall where door and relite were removed.
• Remove and dispose of carpet,base and trim.
• Remove and dispose of drywall from two(2)walls adjacent to restrooms.
• Frame box header across the removed wall at the ceiling elevation to maintain existing ceiling heights.
• Provide and install sound batt insulation in two(2)walls adjacent to restrooms and replace fiberglass insulation above
ceiling grid with sound batt insulation.
• Provide and install two(2)22"x 86"hollow metal relite frames, including tempered glass.
• Hang and finish drywall on new box head and to replace removed drywall.
• Prepare and paint new and existing drywall in the office and outside of the wall that was opened up.
• Patch and paint ceiling as required.
• Provide and install new 24"x 24" Philadelphia Crackled carpet tile and 4"Tarkett rubber base,approximately 320 sq.ft.
Electrical Work:Provide and install as Follows;
• Provide and install two(2) new quadplex outlets.
• Relocate switch and outlet from removed wall and convert motion sensor to regular light switch.
• Replace three(3)troffer lights with new 24"x 48"flat panel LED's.
• Provide and install five(5)new Cat6 cables from computer room 2035 to Library/Conference 2019.
• All new cabling will be supported via existing overhead cable supports.
• In computer room;terminated cables to the next available ports on the existing patch panel.
• At workstations;terminate the cables to Cat6 jacks and place within flush mounted faceplates.
• Test and label all new Cat6 cables.
*Bidder may quote alternate process for City consideration.
CONTRACTOR TO FILL OUT THIS SECTION
Number of Days to Complete Work: 60
Comments: See attached bid proposal on M Sevigny letterhead.
Quote is Firm for: 45 Days(Minimum of 30 Days)
Guarantee: 1 year (Minimum One(1)year on work) Warranty: 1 year (Minimum One(1)years on materials)
Permit Required:Yes❑or 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.
Lump Sum (Pre-Tax): $ 31,840.00
Tax 8.3% $ 2,642.72
Total $ 34,482.72
Quote 22405S Legal Library Remodel Page 2 of 22
QUOTE FORM
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 Company Address
M Sevigny Construction Inc 1212 N. 16th Ave.
Name of Authorized Company Representative(Type or Print) Title
Erik Remillard Project Manager
Sigof Above Email Address
erik@msevigny.com
--- MBE/DBE Vendor Certification Number(if applicable) Phone Number
509-953-3818
❑ I hereby acknowledge receiving Addendum(a) ,
(Use as many spaces as addenda received.)
Quote 22405S Legal Library Remodel Page 3 of 22
BIDDER RESPONSIBILITY FORM
(To be submitted with Quote Form)
Bidder Responsibility Criteria:
It is the intent of City to award a contract to the 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 chapter 18.27 RCW, which
must have been in effect at the time of quote submittal;
Contractor#: MSEVISC932OK
Effective Date: 9/2007
Expiration Date: 10/30/2025
2. Have a current Washington Unified Business Identifier(UBI) number;
uBI#: 602 749 875
3. If applicable:
a. Have Industrial Insurance (workers' compensation) coverage for the bidder's employees working in
Washington, as required in Title 51 RCW;
Is account current? YES (Yes/No)
b. Have a Washington Employment Security Department number, as required in Title 50 RCW;
# 000-379614-00-0
c. Have a Washington Department of Revenue state excise tax registration number, as required in
Title 82 RCW;
# 26-0653305
4. Has Contractor been disqualified from bidding on any public works contract under RCW 39.06.010 or
39.12.065(3).
Is Contractor disqualified? NO (Yes/No)
5. Until December 31,2013, not have violated more than one time the off-site, prefabricated, non-standard,
project specific items reporting requirements of RCW 39.04.370.
Does Contractor have violations? NO (Yes/No)
6. For public works projects subject to the apprenticeship utilization requirements of RCW 39.04.320, 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 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.
Is Contractor in compliance? YES (Yes/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 Complete ❑ Exempt E
Is Contractor in compliance? YES (Yes/No)
Quote 224055 Legal Library Remodel Page 7 of 22
•
Lr
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 ( My 30th1 2024 ), 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.
M Sevigny Construction Inc
Bidder
Signature of Authorized Official*
Erik Remillard
Printed Name
Project Manager
Title
5/30/2024 Yakima WA
Date City State
Check One:
Individual 0 Partnership ❑ Joint Venture ❑ Corporation 2
State of Incorporation, or if not a corporation, State where business entity was formed:
Washington
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.
Quote 22405S Legal Library Remodel Page 9 of 22
IMISEVIGNY
Ic0NsTTb01
COMMERCIAL- INDUSTRIAL 1212 N 16`''Avenue
Yakima, WA 98902
Phone: 509-953-3818
Fax: 509-424-3222
Erik@msevigny.com
5/30/2024
Bid Proposal — Law & Justice Center— Legal Library Remodel
We have received and examined the scope of work and offer the following:
In submitting this bid,we agree to:
• Hold our bid open for 45 calendar days.
• Enter into and execute a contract,if awarded,upon the basis of this bid.
• To commence work upon the receipt of"Notice to Proceed".
Base Bid: $31,840.00
Bid details for the Legal Library include the following:
• All work described on page 2 of the Quote Form for project#224055.
• Two paint colors included: Wall color and HM Frame color. Final colors:TBD.
• Longer lead time items(Hollow Metal Frame,carpet tiles)will be ordered as soon as NTP is received. Actual start
time will be determined by those lead times.
• Prevailing wage.
The above bid excludes:
1. Washington State Sales Tax.
2. Removal of contents in the Legal Library room.
Respectfully Submitted
Firm: M Sevigny Construction Inc
Name: Erik Remillard
Title: Project Manager
Address: 1212 N. 16th Ave.
Yakima,WA 98902
Cont. Lic.# MSEVISC932OK
AWARDING Tabulation
(--
0`` 1
� Project: Legal Library RemodelL
�_ �. Bid Opening: May 30, 2024 @ 2:00 PMIi',J ,� , Project No.: 22405S pro urcha ' Mana r/Date
' '^� Contract Term: One Time Project
�'1.1,,,'•�.,,I,,' Project Manager: Martin Cueva-Ramirez, Law&Justice Ctr. Superintendent
AWARD AND REASON THEREFORE: Vendor Name Vendor Name Vendor Name Vendor Name
I recommend award to M. Sevigny Construction due to their
Quote being the lowest responsive quote received from a
responsible Vendor/Con ractor. M. Sevigny
Construction Tri-Ply Construction
0. a/04/224—
BUYER/DATE
No. Description Qty. Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
Remove entry door&frame, book
shelves, counter top, carpet, drywall,
and existing lighting fixture. Provide
and install new carpet, dry wall, metal
relite frames, and outlets. Patch ceiling
1 1 Job 31,840.00 31,840.00 35,349.00 35,349.00 0.00 0 00
as needed and paint ceiling and walls.
Relocate existing electrical switches
and outlets. Provide and install new
Cat6 cables and flush mount faceplate.
Subtotal: 31,840.00 35,349.00 0.00
Freight/Delivery. Included Included
FOB Destination
8.3%WSST: 2,642.72 2,933.97 0.00
Grand Total Base Bid: 34,482.72 38,282.97 0.00
Day to Complete Project: 60 Days 20 Days
Quote is Firm for: 45 Days 30 Days
•1-Yr Guarantee on work •1-Yr Guarantee on work
Comments: •1-Yr Warranty on materials •1-Yr Warranty on materials
Recommendation of Award
Date: 05/31/24
To: Susan Knotts,Buyer II
From: Martin Cueva-Ramirez, Law& Justice Center Superintendent
Subject: Recommendations of Award for Quote No: 22045S Legal Library Remodel
I recommend award for the following reasons:
Item # Vendor Item Description Reason
1 �cSevigny Construction Remodel of Legal Library Lowest Quote
Divi�sie�r/Date �(�{ Z-( Departm nt Manag / ector ate