Loading...
HomeMy WebLinkAboutJoe Park Construction, LLC - Corrections Office Construction Project AGREEMENT 22027S Corrections Office Construction Project l ey(,Cb i THIS AGREEMENT,entered Into this i(i' day of April,2020, between the City of Yakima, a Washington municipal corporation("City"),and Joe Park Construction,LLC("Contractor"). WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: i 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#22027S Titled Corrections Office Construction Project 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 within 100 days after Notice to Proceed. Final work schedule shall be coordinated with Project Coordinator Martin Cueva Ramirez at(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, .i 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 A, 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 Ali 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 Ail 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 } ,...,:3,k...i.,.a .._<, r ..•'s•:h,. s.:% .,, .v:.i� .,: -,.,�.y 9 .:•;, .,, .... ,, w s:5t .. �•i"+. ,r. . s... AGREEMENT 220273 CORRECTIONS OFFICE CONSTRUCTION PROJECT 1 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. 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 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 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. 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. 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,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, 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 materials shall comply with Washington State vehicle regulations,Federal regulations,OSHA and WISHA requirements,to include EPA standards and City safety codes. 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 have 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. iI r AGREEMENT 22027S CORRECTIONS OFFICE CONSTRUCTION PROJECT 2 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 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 39.06.101 or 36.12.065(3). e. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW, 11. Prevailing Wages The Contractor will comply with all provisions of Chapter 39.12 RCW-Prevailing Wages on Pubic 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 i 1, 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 ! I 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:r`lfortress,wa.govllni/wagelookup/prvWagelcokup.aspx, 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,March 31,2020. A copyof the applicable prevailingwage rates are also available for viewingat the Cityof Yakima Purchasingoffice, PP g located at 129 N 2nd Street,Yakima,WA 98901. Upon request,the City will mail a hardcopy of the applicable prevailing wages for this project. 12. 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 RCW42.56.230,in order to provide for public records requests. AGREEMENT 22027S CORRECTIONS OFFICE CONSTRUCTION PROJECT 3 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 39.12.050. 13. Nondiscrimination During the performance of this Contract,the Contractor agrees as follows: 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 Disc.dmination (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. 14. 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 defend,indemnify and hold harmless the City,its elected and appointed officials,officers,employees,attorneys,age-ts,and volunteers from any and all claims,demands,losses, liens, liabilities, penalties, fines, lawsuits, and other proceedings and all judgments, awards, costs and expenses(including reasonable costs and attorney fees)which result or arise out of the sole negligent acts or omissions of Contractor,its officials,officers,employees or agents. b. If any suit,judgment, action, claim or demand arises out of,or occurs in conjunction with,the negligent acts and/or omissions of both the Contractor and the City,or their elected or appointed officials,officers, employees,agents, attorneys or volunteers, pursuant to this Contract,each party shall be liable for its AGREEMENT 22027S CORRECTIONS OFFICE CONSTRUCTION PROJECT 4 proportionate share of negligence `or any resulting suit, judgment, action, claim, demand, damages or costs and expenses,including reasonable attorneys'fees. c, Contractor's Waiver of Employer's Immunity under Title 51 RCW, If any design or engineering work is cone 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 Insurance Act. Accorcingly,to the extent necessary to fully satisfy the Contractor's indemnification, defense, and hold harmless obligations set forth above in section A, Contractor specifically waives any immunity granted under Title 51 ROW, 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 of this section shall survive the expiration or termination 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. e. The terms of this section shall survive any expiration or termination of this Contract. 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 nsured endorsement attached to the policy will be included with the certificate. This Certificate of insurance shall be provided to the City,prior to commencement of work, 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(52,000,000,00)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 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 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 AGREEMENT 22027S CORRECTIONS OFFICE CONSTRUCTION PROJECT 5 1 and shall not In any manner Ilmit 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 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 be with an insurance company or companies rated A-VII or higher in Bess 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. Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance,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 during the life of the Contract,or any extension,Contractor fails to ma'ntain 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, Should a court of competent jurisdiction determine that this Contract is subject to ROW 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 Contractor and the City, its officers, elected and appointec officials, employees, agents, attorneys and volunteers,Contractor's liability hereunder shall be limited to the extent of the Contractor's negligence. 16. SeverabIllty 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 car be given effect without the invalid term, condition or application, To this end, the terns and conditions of this Contract are declared severable. if AGREEMENT 22027S CORRECTIONS OFFICE CONSTRUCTION PROJECT 6 17. Contract Documents This Contract, the Invitation to Quote #22027S, 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-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 cr 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 requi-ed or permitted to be given under this Contract shall be in writing and deemed effective if either delivered In person or by overnight courier,facsimile or first class mail,certified with return receipt requested. Notices to the parties shall be delivered to: r s,. r..: .•f',4 :<:::._. a 1 .':.r.: -,i[ s.L.t. .::.:-: }.-h." a'-.. .} rt 'i::.i.F 1.•.-..,.1,.: .s.:,..t.a ...+-.::'.:o r. •";:! } AGREEMENT 22027E CORRECTIONS OFFICE CONSTRUCTION PROJECT 7 TO CITY: City of Yakima Purchasing 70 CONTRACTOR: Joe Park Construction,LLC 129 North Second Street PO Box 527 Yakima,WA 98901 Yakima,WA 98907 25. Survival The foregoing sections of this Contract, 1-24 inclusive, shall survive the expiration or termination of this Contract in accordance win their terms. • • IN WITNESS WHEREOF,the parties hereto execute this Contract as of the day and year first above written. • CITY 0 A M JOE PARK CONSTRU ,LLC By. �Vj�P.sr{ ity M a r Date: I�Q( Ort) Date: 4- ' —2-4'2 z , ~i z 8 o Attest: (•rint name) City Clerk ( , • • AGREEMENT 220276 CORRECTIONS OFFICE CONSTRUCTION PROJECT 8 EXHIBIT A Specifications/Contractor's Quote Proposal Ott Maeda 11$ . . , qUOTATION PlIOJECI:Yakima Police Department 3/31./262.0" ATTN:Martin cutiWtatterer We ntopota to fortieth aft materials end labor as spetgledh the Mulled speciticition to construct one one ie porttch.10 the taittIngioar roorri.Woo be done et graven*wage rotes,Pernik cast estimated att4SD.Do Inekided. Amount: $15,401.2ti wr(2490 $1,483.63 $15,663.20. OtICUJOES: Dealica Pao,Testini and itultdeo Abe IffUlear0(add eoprostmeitty Idle tor*ten end englaterint .PRICeS.WOO.TOR SD DAYS PAYMENT:Castel:1*mill pay.toe.Perie Colter:110ton tt ao*: A. PtogriNitpityrnent will be&warded on or near the ISitt,ciay,;rf the month for work totivtotad during frrOitth, Poynter:1qt'be made to:foe Perk tortstrUdtion LIC no later then the le ot im liglowtrig :t rnchth. Rita I pa mant to be made no tater than 10 dinje taw completion end ecemptanoe6 1 CONTRACTORS DUMAN-TEE:0ot Penc.CetratructIon LLCwaMs thMlI mitertala used-oil thJob erre! specitled and-thet the ordfre)bb wlil be dada In e neat and vicirkinantRO Manner. Any verlatiOns from the pia end/or sWittrnsitIoneregublne extra teberand Materiels-WO beperfonited end billed tit addition to the 1 i t Wit quoted ewe;Stu:old-Ma,tralkititWeviaeti 4/V6.611,unclergttOrni.Obetrutticiris,WM*.or tordarninatect top 4 onwttii144 trk reit Litred,the:Ovinerviabe promODy noblieitend leo&arIP proceed on. a time and Materiel briela, PARK iAt DAM 3531-2420 1 1 11 $efid Ot-dit tief0)40104A WWI*OM IROAAtid$PMViliiet it$INT ; Astinteteeser: • AGREEMENT 22027S CORRECTIONS OFFICE CONSTRUCTION PROJECT 9 1 SPECIFICATIONS(REV) March 12,2020 Reid 3/31/2020 I ' PROJECT Yakima Police department-Office remodel • 2a0 South 34 Street Yakima,WA.98901 02 00 Demolition• 0001 Existing lookers to be removed try Owner. 00 02 Demo Openit it1 olstirig wall to allow for installation of new HM door and relight 07 00 Thermal , 0001 Insulate with 4"sound bail insulation rrew� wails,Foam ak wall penetrations, 06 00 Openings 00 01 Furnish and 1nst>sll one 3'x 7'x 6'NM door frame WO 2'x 7 ha.-11 a with mid frame.IHR rating 00 02 ttarewire to match**sting to Include: Linnet bindle brushed ate-Ness with Intertrtgetble core keyed to existing systtcn 'Cop Jamb mounted dour Moser located on Interior Wall mounted doors.top Carpet ber Door Seal Mess 3/1G"Stander60minute fire` , raysiaSs 0003 Furn1sh 3'*7'Wood door 1.Hit rating Oak Stain Grade 09 00 Cribb es • 00 t11 pat/lung to be done by Owner Walla door Jamb and Ong 0002 Door too be to be stained and sealed by contras or 0003 Roaring:Carpet tile•Etwine,Cok r Koo furnish and Install by contractor 0014 Rubber Bases Cantrattorto furnish and install41 rubber base. Color to be determined form standard colors OD OS Gypsum Waltbaard;furnish and install Site board on all new wails approximately 23 tJ x 10 Wgh 00 06 Tape and Finish to match existing (X3-07 Pilch existing wails at new door and tellinget new lights 26 00Electrtcel 0001 furnish and Install 6 duplex•outiets(Set orawiriga'for l3ocation:4 0002 install switch by boor 0003 install two LED 21x4'lights in telling 00 04 install 2 data ports in wails(see drawing)REV 3/31/20 Arai terminate et both ends. 11`tt#login directions as to where to terminate both ends. Provide necessary building permits Work is at Prevailing wage Joe Park Construction LLC Neaseass AGREEMENT 22027S CORRECTIONS OFFICE CONSTRUCTION PROJECT 10 Recommendation of Award Date: H 12-1 12.0 To: Maria Mavhue, Buyer From: MAP c24 bidNiS Subject: Recommendations of Award for Quote No: 22--0 Z-7 S I recommend award for the following reasons: Item # Vendor Item Description Reason -Toew /�_ " Au-- com-r �- c.-rro k, CDh►rec-Fion.5 ee £Tu"h`uf-116n (�Wf.S+ }-es fanstvP qVo4.e_ � i 1 t Tj 1111 1 -- .1k /1-/iz7/20 -- �7 , Division ManagerDate Departn .nt Director/Date y 4 QUOTE TABULATION &COMPARISON SHEET 4# '�. Project: Corrections Office Construction 3 Quote Opening: Informal `. kt;.�::." Project No.: 22027S Contract Term: One Time Job Department: Police/Jail Project Manager: Comm. Maritza Davis AWARD AND REASON THEREFORE: Vendor Name I award to Joe Park Construction LLC based on theirs being the Joe Park M.Sevigny TriPly lowest responsive quote from a responsible bidder. Construction LLC Construction, Inc. Construction, LLC Acting Procurement ManagerlDate: No. Description Qty. Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 1 EA 15,402.20 16,210.00 18,894.74 0.00 0.00 0.00 0.00 0.00 Sub Total: 15,402.20 16,210.00 18,894.74 0.00 Sales Tax @ 8.3%: 1,278.38 1,345.43 1,568.26 0.00 GRAND TOTAL: 16,680.58 17,555.43 20,463.00 0.00 Prices quoted are firm for days from quote: 30 30 30.00 Comments: