HomeMy WebLinkAboutKen Leingang Excavating, Inc. - Storm Drainage & Excavation ProjectAGR2GK8ENT22049S
Storm Drainage 8&Excavation Project forYak|[Ma Convention Center
���
�,�
THIS AGREEMENT, ��m into this « day of January, 2021, between the City of Yakima. a Washington
municipal corporation ("City"), and Ken Leingang Excavating, Inc. ("Contractor").
WITESSET: The parties, inconsideration of the terms and conditions herein, dnhereby covenant and agree os
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 ofQuote #22O49GTitled 0DnD
Drainage & Excavation Project forY8kim8C0nv8OUUOCuO0arondthoquot8dOCuments'whiCh8rS8Uottached8nU
incorporated herein as Exhibit A, and any applicable construction standard(s), which are by this reference incorporated
herein and made opart hereof, and shall perform any alterations in or additions to the work provided under this Contract
and every part thereof.
Work iSestimated tobacomplete byApril 30.2O21. Final work schedule shall bncoordinated with Construction
Supervisor Bruce Floyd: desk 5US'575'8138ormobile 5O9'72D'3457.
The Contractor shall provide and bear the expense of all equipment; work and labor of any soft whatsoever that may
be required for the transfer of materials and completing the work provided for in this Contract and every part thonuu[
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. 8tt8Ch8U hereto and incorporated kamin. which Exhibit
includes the specifications and payment schedule of itemized prices as listed in the Contractor's Quote submittal at the
time and inthe manner and upon the conditions provided for the Contract,
3. Change Orders
Any proposed change inthis 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 ufthese terms or conditions is Sp8CifiC8||y unauthorized
and |onot valid, Contractor may bmrequired tpprovide gdetailed cost estimate for the proposed change.
4. Agency Relationship between City and Contractor
Contractor shall, at all times, Ueenindependent Contractor and not onagent orrepresentative ofCity with regard to
performance ofthe 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.
S. Successors and Assigns
8. Neither the City, nor the Contractor, nhoU assign, transfer, Vrencumber any rights, dub8S. Or interests
accruing from this Contract without the prior written consent [fthe other.
b. The Contractor for himuulf, and for No heim, exeoutom, admininXratom, uucnanooru, and osu|gnu, does
hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor.
AGREEMENT zun4oaSTORM DRAINAGE uEXCAVATION PROJECT
-vAx|wmonmvEwTmmcewTsn
6. Property Rights
All records 0rpapers Ufany sort relating tothe City and to the project will at all times b6the property ofthe City and
shall be surrendered to the City upon demand. All infnnn8UOn 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 nrpart, now Or8tany time disclose that information without the express written consent Ofthe City.
J. Inspection and Production cfRecords
@. The records relating 0Jthe Services shall, 8tall times, b8subject bninspection bxand 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 p6donn8nC8 Of the 8am|oow in 8cCVnd3nC8 with this C0ntroo,
notwithstanding the City's knowledge of defective or non -complying performance, its substantiality or the
ease ofits discovery. Contractor shall provide the City sufficient, safe, and proper facilities, and/or send
copies of the requested documents to the City. Contractor's nuoondu relating to the Services will be
provided bothe City upon the Citv'orequest.
b. Contractor shall promptly furnish the City with such information and records which are related to the
Services Vfthis Contract aumay U8requested bythe City. Until the expiration Ofsix (@ years after final
payment of the compensation payable under this Contract, or for a longer period if required Uylaw Orby
the Washington Secretary ofState'n record retention ochadu|o. Contractor shall retain and provide the
City 000eao to (and the City Sh8U have the right to examine, audit and ropy) all of Contractor's bookn,
doouments, papers and records which are related to the Services performed by Contractor under this
C. All records relating toContractor's services under this Contract must bemade available to the City, and
the records relating bothe Services are City VfYakima records. They must be produced tothird parties,
if required pursuant to the Washington State Public Records Act, Chepter42.58 RCYV. or by law. All
records m|oUng to Contractor's services under this Contract must be retained by Contractor for the
minimum period of time required pursuant to the VVoohinO0mn Secretary of Stato'o records retention
schedule.
d. The terms ofthis section shall survive any expiration Ortermination ofthis Contract.
8. Work Made for Hire
All work the Contractor performs under this Contract shall beconsidered work made for hire, and shall b8the property
0fthe 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 infull compliance with any and all
applicable laws, rules, and regulations adopted orpromulgated by any governmental agency or regulatory body,
whether federal, State' local, or otherwise. Contractor shall pmouna and have all applicable and necessary ponn8u.
AGREEMENT zzo4noSTORM DRAINAGE eEXCAVATION PxousoT
-vAx/MAoomvcwnowoEwTEn
u
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 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 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:
hftpsl/fortress.wa.gov/Ini/wagelookup/prviNagelookup.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, December 22, 2020.
A copy of the applicable prevailing wage rates are also available for viewing at the City of Yakima Purchasing office,
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 RCW 42.56.230, in order to provide for
public records requests.
AGREEMENT 22049S STORM DRAINAGE & EXCAVATION PROJECT
YAKIMA CONVENTION CENTER
3
The City reserves the right to require Contractor to deliver toCity ocopy 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.
record used hoprove identity, age, residential address,
social security number, or other personal information required to apply for a driver's license or identicard.
RCW3�12.0Y0(4).An"Interested Party" for the purposes of this chapter shall include aContractor, Subcontractor,
an employee of Contractor orSubcontractor, an organization whose members' wagno, benufits, and conditions of
employment are affected by this chapter, and the director of labor and industries or the director's designee.
NAC 280127-330Paynoll:
U\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 Uroccupation,
xt[8|yht time rate, hourly rate Ofusual benefits 38defined bvVVAC 1\. and overtime hours worked each
day and week, including any employee authorizations executed pursuant to VVAC 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 RCVV38.12.0i0(4). file 8 certified copy of the payroll moondo 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 39.111 2.0510.
13. Nondiscrimination
During the performanceof this Contract, the Contractor agrees aufollows:
The Contractor shall not discriminate against any person on the grounds of race, creed, color, religion,nmUona ' in,
sex, age, marital status, sexual orientation, pregnancy, veteran's status, political affiliation or belief, or the presence of
any S8nSO[y. m8Ot8| Or physical handicap in violation of the Washington State Law Against Discrimination (RCVV
chapter 49,60) or the Americans with Disabilities Act (42 USC 12101 et seq.).
This provision shall include but not Uolimited kJthe following: employment, upgrading, demotion, transfer, recruitment,
advertising, layoff ortermination, rates ofpay n,other forms ufcompensation, oo|euUonfurbain|ng.andthepmvision
of Services under this Agreement.
|nthe event of the Contractor's noncompliance with the non-discrimination clause of this contract mwith any such
mles, naQulaUono, or orders, this Contract may be oonoeUod, hmnninated, or suspended in whole or in pod 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, agents, and volunteers from any and all claims, demands, losses,
|iunm. |ioUi|iUea, penalties, fines, |awmuito, and other proceedings and all 'udQmanhu, ewando, 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. �any suit, judgment, action, claim or demand arises out of, oroccurs |n conjunction with, the negligent
acts and/or omissions of both the Contractor and the City, mtheir elected or appointed officials, officers,
AGREEMENT zawmoSTORM DRAINAGE &EXCAVATION pnoJEor
—Ym\|mmCONVENTION CENTER
4
employees, agents, attorneys nrvolunteers, pursuant to this Contract, each party shall beliable for its
proportionate share of negligence for any resulting suit, judgment, action, claim, demand, damages m
costs and expenses, including reasonable attomnyu'feeo.
u. Contractor's Waiver oyEmployer's Immunity under Title 51RC0/. Ifany design ormnginoahngwmrk
is done pursuant to this Contract, Contractor intends that its indemnification, defense, and hold harmless
obligations set forth above in Section (a) shall operate with full effecregardless nfany provision hothe
contrary inTitle 51RCVV.Washington's Industrial Insurance Act. Accordingly, tuthe extent necessary 0n
fully satisfy the Contractor's indemnification, defense, and hold hurm|ouo obligations set forth above in
section A, Contractor specifically waives any immunity granted under Title 51 RCVV, and npeo|f|oe||y
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 RCVV, and assume all potential liability for actions brought by their
respective employees. The provisions of this section Sh8|| Survive the expiration or termination of this
Agreement.
d. Nothing contained in this Section or this Contract Sh8| be construed to create 8 |i3bi|Uv or right of
indemnification inany third party.
8. The terms nfthis section shall survive any expirationurtermination Vfthis Contract.
15. Contractor's Liability Insurance
At all Uman during porfbnnonoo of the 8amiCeS and this Contract, Contractor okoU oouuno and maintain in effect
insurance to protect the City and Contractor from and against any and all c|o|mo. damages, |omnos, and expenses
arising out 0furresulting from the performance 0fthis Contract. Contractor shall provide and maintain inforce
iOSu[3nua in ||m|h] no less than that stated h8|Uw. as applicable. The City reserves the right to require higher limits
should itdeem itnecessary inthe best interest cf the public.
Contractor will provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and
outlined herein. Acopy Ofthe additional insured 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 8certificate of insurance as proof of commercial liability insurance with ominimum
liability limit 0fTwo Million Dollars ($2.OUO.00U.O0per occurrence, combined single limit bodily injury omU
property damage, and Two Million Dollars ($2,000000.00) 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 uffioials.omplovuou.egents. attorneys and volunteers shall bonamed
as additional insureds for such higher limits. The certificate uh8U n|oody state who the provider in. 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 3clause that the insurer will not cancel orchange the insurance without first giving the City
prior written notice. The insurance Sh8|| be with an insurance company Orcompanies nah9dA'V|| Or
higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as
maREEMemTzco4ySSTORM DRAINAGE aEXCAVATION PROJECT
— YAKIMA CONVENTION CENTER
well asCity of Yakina'oreview or acceptance ofinsurance maintained by Contractor isnot intended to
and shall not iOany manner limit or qualify the liabilities or obligations assumed by Contractor under this
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 ||8bUdv insurance with 8 minimum liability limit of Two Million DOU8nS
($2.OUO.00O.U0per occurrence. If Contractor carries higher coverage limits, such limits shall b8shown
on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials,
employees, agents, attorneys and volunteers shall benamed aoadditional insureds for such higher |imds.
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 on insurance company or companies rated A'V|| or higher in Bent'n Guide and admitted in the
State of Washington. The requirements contained homin, as well as City of Yak|nne'o 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 ifnecessary.
c. Liability (Stop Gap):
Contractor and all Subcontractor(s) shall skall times comply with all applicable workers' compensation,
occupational disease, and occupational health and safety laws, statutes, and regulations 03the full extent
applicable, and shall maintain Employees 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
8uboontraotor(o). Contractor is responsible to anouna 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 0mthose 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 tOit.
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 k) maintain the required
insurance may be sufficient cause for the City to terminate the Contract.
Should 8court Ofcompetent jurisdiction determine that this Contract is subject hoRCVV4.24115.then, inthe event of
liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the
concurrent negligence ofContractor and the C|b/, its officers, elected and appointed offinials, amp|oynau, agents.
attorneys and volunteers, Contractor's liability hereunder shall be limited to the extent of the Contractor's negligence.
16. Seve,abi|ity
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 0rapplications which can bagiven effect without the invalid term,
condition o,application. Tothis end, the terms and conditions ofthis Contract are declared severable.
AGREEMENT oco4naSTORM DRAINAGE aEXCAVATION PROJECT
—Yxx|wmCONVENTION CENTER
o
17. Contract Documents
This Contract, the Invitation to Quote #21904S, 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 or railcar transport shortages, provided Contractor notifies the City immediately in writing of such pending
or actual delay. Normally, in the event or any such delays (acts or God, etc.) the date of delivery will be extended for
a period equal to the time lost due to the reason for delay.
21. Governing Law
This Contract shall be governed by and construed in accordance with the laws of the State of Washington.
22. Venue
The venue for any action to enforce or interpret this Contract shall lie in a competent jurisdiction in Yakima County,
Washington.
23. Authority
The person executing this Contract, on behalf of Contractor, represents and warrants that he/she has been fully buthorized
by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and
provisions of this Contract.
24. Notice
Any notice required or permitted to be given under this Contract shall be in writing and deemed effective if either delivered
in person or by overnight courier, facsimile or first class mail, certified with retum receipt requested. Notices to the parties
shall be delivered to:
AGREEMENT 22049S STORM DRAINAGE & EXCAVATION PROJECT
- YAKIMA CONVENTION CENTER
7
TO CITY: City of Yakima Purchasing
129 North Second Street
Yakima, WA 98901
TO CONTRACTOR: Ken Leingang Excavating, Inc.
1117 N 271h Avenue
Yakima, WA 98902
25. Survival
The foregoing sections of this Contract, 1-24 inclusive, shall survive the expiration or termination of this Contract in
accordance with their terms.
IN WITNESS WHE EOF, the parties hereto execute this Contract as of the day and year first above written.
C 0 I'AKI A
Robert Ha 'son. City Manager
DateJ OP-41 ,
AonocA0A.Ak,
/ .
City Clerk
CITY CONTRACT NO•20.11-009
RESOLUTION NO: 111(0%
KEN LEING G EXCAVATING, INC.
Date:
(Print name)
AGREEMENT 22049S STORM DRAINAGE & EXCAVATION PROJECT
— YAKIMA CONVENTION CENTER
8
EXHIBIT A
22049S uote SpecificatiSpecifications
Separate Attachment
EXHIBIT B
Contractor's Quote Proposal
Separate Attachment
AGREEMENT 22049S STORM DRAINAGE & EXCAVATION PROJECT
- YAKIMA CONVENTION CENTER
QUOTE TABULATION & COMPARISON SHEET FINAL QUOTE TABULATION
Project: Storm Drainage & Excavation
Quote Opening: 12/22/20 at 11:00 AM
Project No.: 22049S
Contract Term: One Time Job
Department: Yakima Center (Eng)
Project Manager: Bruce Floyd
AWARD AND REASON THEREFORE:
II award to Ken Leingang Excavating, Inc. based on theirs being
the lowest responsive quote from a responsible bidder.
No.
1
DATE: 12/24/20
Acting Procurement Manager/Date:
Description
Storm drainage and excavation per quote specifications
Prices quoted are firm for
Qty.
1
Unit
JB
4
Subtotal:
Sales Tax @ 8.3 %:
GRAND TOTAL:
days from quote:
Number of Days to Complete Work:
Comments:
Minimum Warranty on Materials:
Granite Construction
Co.
Unit Price
Total Price
35,600 00
35,600 00
2,954,80
38,554.60
30
5
Road closure, 4 days
and a 5th to pave in
spnng
1 year
Vendor Name
Ken Leingang
Excavating, Inc.
Unit Price
Total Price
33.695 00
33,695 00
2,796 69
36,491.69
30
Work estimated to be
complete by 4/30/21
TTC Construction, Inc.
Unit Price Total Price
44,600 00
3,701 80
48,301.80
30
8
Working days, will be
split up with HMA
1 year
Unit Price
Total Price
0.00
0.00
0.00
0.00
Maria Mayhue, Buyer
a.;
0
E-4 411
z
0
LIS
0
re
QUOTE TABULATION & COMPARISON SHEET
0
:a E
ca <
co 0 co
o sa e
x
L. 0
os3 4-4 —a css
0 C) E a) a)
ra el
c N :-. (3 lala
CO c...
E.' .9 0-9 a) C E 03
E eic fl co oL)
— E • : :5 4-7 c
w, a) ra 1..- c cc
4...: cl. Z
0 ,,
a) ti E
a) 2
(..)
.:24 ce) 1...
49-, RI 0
'7•, 0 --",
r... 2 0 a) 11,-
Vendor Name
AWARD AND REASON THEREFORE
TTC Construction, Inc.
0
u
0 0
Ca)
L.0
a)
0
o.
a)
0
Fu.
c
o
la
w —
a
ra c
ci
0 sa
C.)
03 as
0 E
4- 2
l.
1,1)
0
4-
CI
a)
a)
c
E
co
2
2
a.
c.)
0
0
0
Ca
a.
4)
a.
a.
Total Price
cs
0
0
co
0
14")
0)
(.0
Cr)
a)
0.
2
a.
1—
c.)
0.
et
a
0
4;3
46
fa.
c7.)
0
4a,
co
a
0
c.)
a)
CL
(/)
0
a0
co
a
0)
as
0
E
0
C1J9
0
0
co
c).
0
co
0
0
ar)
co
(')
or)
co
co
0
0
CO
1.6
cs-)
6)
.0
.0
cs0
c,
Cs
0
co
(7,
r,
949
0)
co
,0)
r-
0
CO
0)
Cal
0
co
(0
(7)
(C°
0)
>s .c
co 0
"a
0
co
cD" an
o c
Lc) D •-•
LID
ace' 2 175 c'"
c) „,
—
cc 73
0 c
IY 413
(1)E
0 Cr
co
4)
46
0.
(1)
Le 4.
0
4)
E
9- E
ip
0. 0
0
46
.g
a.
2
2
0
as"
E
2
Desgrosellier,�
Subject: FVV City ofYakima Quote Z2O40S Storm Drainage and Excavation Yakima Center '
PRELIMINARY QUOTE TABULATION
From: Connie Upton «cnnnie@yaWnnacenter.com>
Sent: Wednesday, December 23'2O209:S7AK8
TO: Deu8roseUier, Bob x0ub.DesgroseUier@yakimaxva.Qov>
Subject: RE: City of Yakima Quote 22049S Storm Drainage and Excavation - Yakima Center - PRELIMINARY QUOTE
TABULATION
Absolutely. Let do itUUU|
Connie Upton, CMP
General Manager
Yakima Convention Center
10 North 8th Street
Yakima WA 98901
Phone:(50Q)-576-6370
Fax:(5O8)-575-6252
YAKI��
From: Desgrosellier,
Sent: vveonesoay, December 23, 20209:48 AM
To: Connie Upton '
Cm: Mayhue, Maria;Tabert, Randy Schafer, Scott; Preston, Bill
Subject: FW:Oty of Yakima Quote 22049S Storm Drainage and Excavation Yakima Center ' PRELIMINARY QUOTE
TABULA -EON
Importance: High
HiConnie, Maria let meknow she sent you the bid tabulation yesterday.
The low bid came |not3G'49l.69 (higher than the $Z0kanticipated)
Per our prior discussion, costs were expected tobesplit, but now each half is: $18,345.84.
Stormwater will cover their half, is the Convention Center able to cover their half?
Please let moknow and ifYCCisable, wewill proceed with the contract.
Any questions, please let me know that as well,
Thank you, Bob
Robert J.0esgrmseUier
Senior Engineer / Acting Chief Engineer
City ofYakima
Desk: (509)575'6228
Bob
�Desgrosellier,
Subject: FVV City nfYakima Quote 22O4yS Storm Drainage and Excavation Yakima Center '
PRELIMINARY QUOTE TABULATION
From: Price, Mike
Sent: Wednesday, December 33,2O2U9:81AK4
Tm:K8eloy Randy<Randy.Me|oy@yaNmawa.Oox>
Cc: Deu8rose||ier, Bob <8ob.Des8rose|lie r@yakinnexva.8ov>; Schafer, Scott<Scott.Schafer@yakinnovxa.gov>; Preston, 8i||
< Bill. Preston @yaWmawa.gov>; Cawley, K8a,c«W1urc.Cavv|ey@yakimaxvo.gov>
Subject: Re: City ofYakima Quote J2U4QSStorm Drainage and Excavation Yakima Center ' PRELIMINARY QUOTE
TABULATION
Hi Bob,
SW is good with it. Please use 4427526B0for SW'sportion ifyou are assigning account numbers.
Thanks, Mike
Sent from myiPhune
Bob,
I would assume Stormwater would cover half the cost. Mike Price will make the final call on this.
. Mike —ixStmrmvvaterOKtocover $18,24S.B4.
Thanks
From: Des0noseUier,Bob
Sent: Wednesday, December Z3'2UZO9:llAM
To: Me|oy\Nandy
Cc: Schafer, Scott Pres��n,Bi||
Subject: FVV:City ofYakima Quote I3O49SStorm Drainage and Excavation Yakima Center '
PRELIMINARY QUOTE TABULATION
Randy Scott isasking ifStonnwateris still covering half nfthe cost ur$18,245.84.
|xthis the case? | know ConvCenter understands their half ofthe prior discussion,
(low bid come in at 36,491.69)
Thanks, Bob
Robert J.0msgrmseUier
Senior Engineer /Acin8Chief Engineer
City ofYakima
Desk: (509)575'6228
1