HomeMy WebLinkAboutSWP273635(14) Denis Law City Of
- Mayor NCO
Public Works Department-Gregg Zimmerman,P.E.,Administrator
June 18, 2014
Mr. Douglas Watt
Northwest Cascade, Inc.
P.O. Box 73399
Puyallup, WA 98373
RE: CONTRACT DOCUMENT—SUNSET COMMUNITY LOW IMPACT DEVELOPMENT
RETROFIT STORMWATER GREEN CONNECTION: HARRINGTON AVE NE AND
HARRINGTON AVE NE WATER MAIN REPLACEMENT PROJECT,SWP-27-3635 AND WTR-
27-3635
Dear Mr. Watt:
Renton City Council awarded the construction contract to Northwest Cascade, Inc., in the
amount of$1,101,142.55 (including sales tax), at its regular meeting on June 16, 2014. The City
Clerk will send you a letter with the official bid award.
For the Contract:
Please submit the following information as soon as possible so we can prepare the contract
documents for review and signature by the Mayor:
1. A list of names, addresses, phone numbers, and emergency phone numbers for:
the Responsible Officer, Job Foreman, Insurance Agent, and Bonding Agent.
2. Corporation letter or resolution giving names of those authorized to sign the contract and
samples of their signatures.
3. One copy of your current Washington State Contractor's License (not master license).
4. Your City of Renton Business License is current.
5. Two signed Fair Practices Policy Affidavit of Compliance (included).
6. Two signed contract bonds on City of Renton forms (included), UNDATED.
The date will be filled in when the contract is signed by the Mayor.
7. Two signed contracts, also UNDATED (included).
Renton City Hall • 1055 South Grady Way• Renton,Washington 98057 • rentonwa.gov
Mr.Watt
Page 2 of 4
June 18,2014
8. The signed City Retainage Selection Form (included). If you want to use Option 1 or 2 you
will need to make all arrangements, and the forms will need to be approved by City Finance
Department before final signatures.
9. One Certificate of Insurance for 2014. Please add the City of Renton as additional insured.
In the Cancellation section of the standard ACORD Certificate of Insurance form the
"...Failure to Mail Such Notice..." section must be struck out. The ACORD Form shall be
modified per Section 1-07.18(4) of the Special Provisions (see attached example form and
Special Provisions Section 1-07.18).
10. The insurance policy declaration pages of all required insurance policies obtained from the
insurance carrier.
Please return the signed originals of the contract documents to me; pdf copies of the contract
documents are not acceptable.
For Construction:
After you submit the contract information, we will need the following information to review
and approve before construction can start. Please submit the majority of the information
before we have the pre-construction conference. If you plan to use private property within the
City for material storage or staging, you will need to provide a copy of an agreement between
your company and the property owner.
The bid items for the project require a variety of submittals. Please review each bid item for
the specifications and required information. Please organize the submittals by bid item so it is
easy to reference the requirements and when all required submittals for a bid item have been
satisfied.
Provide information on the proposed source and specifications of all materials that will be used
in the various bid items for the project (i.e.; pipe, catch basins, crushed surfacing, gravel
borrow, porous concrete mix, asphalt, sod, bioretention soil mixture, etc.), showing that the
proposed material meets the project specifications, per Standard Specifications and Special
Provisions (SP) Section 1-06.1. Provide any shop drawings, catalogue cuts, and submittals
needed for the project per Standard Specifications and SP Section 1-05. Some of the specific
submittals are discussed below:
1. Prepare a Work Plan per SP Section 1-08 including the following items:
A. Proposed Construction Schedule and sequences of major item of work.
If you use MS Project please send me an electronic copy of the schedule.
B. Mobilization Plan, including proposed material and equipment storage locations.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3635 Sunset Community Plan SSIP\1601 Bid
Award\2014 Award-Contractor-NW cascade.doc\HCBtp
Mr.Watt
Page 3 of 4
June 18,2014
C. List of materials fabricated or manufactured off the project.
D. Material sources on the project.
E. Names of principal suppliers.
F. Detailed equipment list.
G. Cost percentage breakdown for lump sum items.
H. Shop drawings.
I. Temporary Erosion/Water Pollution Control Plan.
J. Traffic Control Plan.
K. Trench Excavation Safety System Plan/Provisions.
L. Temporary Storm Water Control Plan.
2. Construction Surveying. Identify the survey company that will provide survey work for the
project and their proposed schedule. Provide a copy of the surveyors' license (PLS) or a
letter from the surveyor stating that the work will be performed under the direct
supervision of a professional land surveyor licensed by the State of Washington.
3. Provisions for Replacing Survey Monuments and complying with WDNR Survey Monument
Removal or Destruction requirements.
4. Traffic Control Plan for various construction phases/streets on the City Traffic Control form,
including provisions for cleaning and sweeping roadways during construction.
5. Temporary Erosion and Sediment Control Plan and provisions.
6. Prepare a Storm Water Pollution Prevention Plan per section 1-08.
7. Trench Excavation Safety Systems that will be used.
8. Documentation of NRMCA certifications for the Contractor's personnel.
9. Mix design for pervious concrete and all materials listed in section 8-26.3(2).
10. Bioretention soil mixture submittals listed in 7-22.3.
Other:
1. Identify all subcontractors that will be used on the project, including sawcutting, concrete
work, asphalt placement, porous concrete sidewalk installation, etc.
2. The City needs copies of the approved Washington State Statement of Intent to Pay
Prevailing Wages form for the Contractor and all subcontractors before any payments can
be made on the City contract.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3635 Sunset Community Plan SSIP\1601 Bid
Award\2014 Award-Contractor-NW cascade.doc\HCBtp
Mr.Watt
Page 4 of 4
June 18,2014
After you have most of the information above we can schedule a pre-construction conference.
I suggest scheduling the pre-construction conference between July 10 and July 13. We will
need to notify the City inspector and private utilities of the'meeting, so there should be a lead-
time of at least one week before the conference date.
Please contact me at 425-430-7264, or by email at hbernardo@rentonwa.gov, if you have any
questions.
Si cerely,
ebe C. Bernard
Surface Water U ility Engineer
Attachments
cc: Neil Watts, Development Services Director
Ron Straka,P.E.,Surface Water Utility Engineering Manager
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3635 Sunset Community Plan SSIP\1601 Bid
Award\2014 Award-Contractor-NW cascade.doc\HCBtp
D City of
�J lJ I�OJ lJ l •��>
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
hereby confirms and declares that:
(Name of contractor/subcontractor/consultant)
I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal
opportunity to all qualified employees and applicants for employment without regard to their
race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental
disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C
status; use of a guide dog/service animal; marital status; parental/family status; military status;
or veteran's status.
IL The above-named contractor/subcontractor/consultant complies with all applicable federal,
state and local laws governing non-discrimination in employment.
III. When applicable, the above-named contractor/subcontractor/consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
Print Agent/Representative's Name
Print Agent/Representative's Title
Agent/Representative's Signature
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or
supplier. Include or attach this document(s) with the contract.
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned
as principal, and corporation organized and existing
under the laws of the State of as a surety corporation, and qualified
under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the
penal sum of $ for the payment of which sum on demand we bind ourselves and our
successors,heirs, administrators or person representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the Stat ington, the Ordinance
of the City of Renton.
Dated at , Washington,this day of , 20_
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG-14-079 providing
for construction of Sunset Community Low Impact Development Retrofit Stormwater Green
Connection: Harrington Ave NE and Harrington Ave NE Water Main Replacement Project SWP-27-
3635, WTR-27-3635
the principal is required to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform
the work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in
the manner and within the time therein set forth, or within such extensions of time as may be granted
under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the
carrying on of said work, and shall hold said City of Renton harmless from any loss or damage
occasioned to any person or property by reason of any carelessness or negligence on the part of said
principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City
of Renton harmless from any damage or expense by reason of failure of performance as specified in
the contract or from defects appearing or developing in the material or workmanship provided or
performed under the contract within a period of one year after its acceptance thereof by the City of
Renton,then and in that event this obligation,shall be void; but otherwise it shall be and remain in full
force and effect.
Principal Surety
Signature Signature
Title Title
CONTRACTS OTHER THAN FEDERAL-AID F
THIS AGREEMENT, made and entered into this ��$�j ,2014, by and
between THE CITY OF RENTON, Washington, a municipal cor f the State of
Washington, hereinafter referred to as "CITY" and Northwest Cascade inafter referred
to as "CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within 90 working days from
date of commencement hereof as required by the Contract, of which this agreement is a
component part) perform all the work and services required to be performed, and provide
and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall complete the
construction and installation work in a workmanlike manner, in connection with the City's
Project (identified as No. SWP-27.-3635 and WTR-27-3635 for improvement by
construction and installation of: Sunset Community Low Impact Development Retrofit
Stormwater Green Connection: Harrington Ave NE and Harrington Ave NE Water
Main Replacement
Work as described in"Scope of Work"dated May 2014 , attached hereto.
All the foregoing shall be timely performed, furnished, constructed, installed and completed
in strict conformity with the plans and specifications, including any and all addenda issued
by the City and all other documents hereinafter enumerated, and in full compliance with all
applicable codes, ordinances and regulations of the City of Renton and any other
governmental authority having jurisdiction thereover. It is further agreed and stipulated that
all of said labor, materials, appliances, machines, tools, equipment and services shall be
furnished and the construction installation performed and completed to the satisfaction and
the approval of the City's Public Works Director as being in such conformity with the plans,
specifications and all requirements of or arising under the Contract. The Contractor agrees
to use recycled materials whenever practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of
this agreement, consists of the following documents, all of which are component parts of
said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if
hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
1 C 1-2009
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such
diligence as will insure its completion within the time specified in this Contract, or any
extension in writing thereof, or fails to complete said work with such time, or if the
Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the
,benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's
insolvency, or if he or any of his subcontractors should violate any of the provisions of this
Contract, the City may then serve written notice upon him and his surety of its intention to
terminate the Contract, and unless within ten(10) days after the serving of such notice, such
violation or non-compliance of any provision of the Contract shall cease and satisfactory
arrangement for the correction thereof be made, this Contract, shall, upon the expiration of
said ten (10) day period, cease and terminate in every respect. In the event of any such
termination,the City shall immediately serve written notice thereof upon the surety and the
Contractor and the surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within fifteen (15) days after the serving upon it of
such notice of termination does not perform the Contract or does not commence
performance thereof, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem
advisable, for the account and at the expense of the Contractor, and his surety shall be liable
to the City for any excess cost or other damages occasioned the City thereby. In such event,
the City, if it so elects, may, without liability for so doing, take possession of and utilize in
completing said Contract such materials, machinery, appliances, equipment, plants and
other properties belonging to the Contractor as may be on site of the project and useful
therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or
remedies available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents,
representatives and employees harmless and to promptly indemnify same from and against
any and all claims, actions, damages, liability of every type and nature including all costs
and legal expenses incurred by reason of any work arising under or in connection with the
Contract to be performed hereunder, including loss of life, personal injury and/or damage to
property arising from or out of any occurrence, omission or activity upon, on or about the
premises worked upon or in any way relating to this Contract. This hold harmless and
indemnification provision shall likewise apply for or on account of any patented or
unpatented invention, process, article or appliance manufactured for use in the performance
of the Contract, including its use by the City, unless otherwise specifically provided for in
this Contract.
The Contractor agrees to name the City as an additional insured on a noncontributory
primary basis. In the event the City shall, without fault on its part, be made a party to any
litigation commenced by or against Contractor, then Contractor shall proceed and hold the
City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or
paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay
all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the
enforcement of any of the covenants,provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless
the City, from claims, demands or suits based solely upon the conduct of the City, its
officers or employees and provided further that if claims or suits are caused by or result
from the concurrent negligence of(a)the Contractor's agents or employees and (b) the City,
2 C 1-2009
its agents, officers and employees, and involves those actions covered by RCW 4.24.115,
this indemnity provision with respect to claims or suits based upon such concurrent
negligence shall be valid and enforceable only to the extent of the Contractor's negligence
or the negligence of the Contractor's agents or employees.
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, its officers, officials, employees and volunteers, the contractor's liability
hereunder shall be only to the extent of the contractor's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitute the
contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely
for the purposes of this indemnification. This waiver has been mutually negotiated by the
parties. The provisions of this section shall survive the expiration or termination of this
agreement.
6) Any notice from one party to the other party under the Contract shall be in writing and shall
be dated and signed by the party giving such notice or by its duly authorized representative
of such party. Any such notice as heretofore specified shall be given by personal delivery
thereof or by depositing same in the United States mail, postage prepaid, certified or
registered mail.
7) The Contractor shall commence performance of the Contract no later than 10 calendar days
after Contract final execution, and shall complete the full performance of the Contract not
later than _90_ working days from the date of commencement. For each and every
working day of delay after the established day of completion, it is hereby stipulated and
agreed that the damages to the City occasioned by said delay will be the sum of per Section
1-08.9 of Standard Specifications as liquidated damages(and not as a penalty)for each such
day,which shall be paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or
entire use of any installation provided for by this Contract shall relieve the Contractor of
liability in respect to any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work and pay for any
damage to other work resulting therefrom which shall appear within the period of one (1)
year from the date of final acceptance of the work, unless a longer period is specified. The
City will give notice of observed defects as heretofore specified with reasonable promptness
after discovery thereof, and Contractor shall be obligated to take immediate steps to correct
and remedy any such defect, fault or breach at the sole cost and expense of Contractor.
Defective or Unauthorized Work. The City reserves its right to withhold payment from
Contractor for any defective or unauthorized work. Defective or unauthorized work
includes, without limitation: work and materials that do not conform to the requirements of
this Agreement; and extra work and materials furnished without the City's written approval.
If Contractor is unable, for any reason, to satisfactorily complete any portion of the work,
the City may complete the work by contract or otherwise, and Contractor shall be liable to
the City for any additional costs incurred by the City. "Additional costs" shall mean all
reasonable costs, including legal costs and attorney fees, incurred by the City beyond the
maximum Contract price specified above. The City further reserves its right to deduct the
cost to complete the Contract work, including any Additional Costs, from any and all
amounts due or to become due the Contractor.
3 C1-2009
The Contractor agrees the above one year limitation shall not exclude or diminish the City's
rights under any law to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year but prior to the expiration of the legal time
period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability
expressed or implied arising out of a written agreement.
Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL
PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A
WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND
PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE
TIME FINAL PAYMENT IS MADE AND ACCEPTED.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and
miscellaneous data pertaining to the Contract as may be requested by the City from time to
time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance
of the Contract, including the payment of all persons and firms performing labor on the
construction project under this Contract or furnishing materials in connection with this
Contract; said bond to be in the full amount of the Contract price as specified in Paragraph
12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the
State of Washington.
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City.
The Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license.. The
Contractor shall provide, and obtain City approval of, a traffic control plan prior to
conducting work in City right-of-way.
12) The total amount of this contract is the sum of $1,101,142.5 5
numbers
One million one hundred one thousand one hundred forty-two dollars and 551100
written words
including Washington State Sales Tax. Payments will be made to Contractor as specified in
the "Special Provisions" of this Contract.
13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-
Employer Relationship will be created by this Agreement and that the Contractor has the
ability to control and direct the performance and details of its work, the City being
interested only in the results obtained under this Agreement.
14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY
LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN
120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE
OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE
FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE
STATUTORY LIMITATIONS PERIOD.
15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of
the covenants and agreements contained in this Agreement, or to exercise any option
4 C1-2009
conferred by this Agreement in one or more instances shall not be construed to be a waiver
or relinquishment of those covenants, agreements or options, and the same shall be and
remain in full force and effect.
16) Written Notice. All communications regarding this Agreement shall be sent to the parties at
the addresses listed on the signature page of the Agreement, unless notified to the contrary.
Any written notice hereunder shall become effective three(3)business days after the date of
mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the
addressee at the address stated in this Agreement or such other address as may be hereafter
specified in writing.
17) Assignment. Any assignment of this Agreement by either party without the written consent
of the non-assigning party shall be void. If the non-assigning party gives its consent to any
assignment, the terms of this Agreement shall continue in full force and effect and no
further assignment shall be made without additional written consent.
18) Modification. No waiver, alteration, or modification of any of the provisions of this
Agreement shall be binding unless in writing and signed by a duly authorized representative
of the city and Contractor.
19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and
municipal laws, rules, and regulations that are now effective or in the future become
applicable to Contractor's business, equipment, and personnel engaged in operations
covered by this Agreement or accruing out of the performance of those operations.
20) Counterparts. This Agreement may be executed in any number of counterparts, each of
which shall constitute an original, and all of which will together constitute this one
Agreement.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and
attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year
first above-written.
CONTRACTOR CITY OF RENTON
President/Partner/Owner Mayor
ATTEST
Secretary City Clerk
dba
Firm Name
check one
❑ Individual ® Partnership ❑ Corporation Incorporated in
5 C 1-2009
Attention:
If business is a CORPORATION, name of the corporation should be listed.in full and both
President and Secretary must sign the contract, OR if one signature is permitted by corporation
by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract
document.
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a
(doing business as)and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear
followed by d/b/a and name of the company.
6 C 1-2009
CITY OF RENTON
Sunset Community Low Impact Development Retrofit Stormwater Green
Connection: Harrington Ave NE and Harrington Ave NE Water Main
Replacement Project SWP-27-3635, WTR-27-3635
RETAINAGE SELECTION
Per Standard Specifications Section 1-09.9(1)Retainage,and RCW 60.28, a sum of 5-percent of the
monies earned by the Contractor will be retained from progress estimates. The retainage will be used
as a trust fund for the protection and payment.of(1)the State with respect to taxes,and(2)the claims
of any person arising under the Contract.
Retainage shall be placed in a fund held by the City(non-interest bearing), unless the Contractor
selects a one of the options listed below and completes all arrangements needed for that option to the
satisfaction of the City.
Other retainage fund options:
1. Deposited by the City in an escrow account(interest bearing) in a bank, mutual savings bank,or
savings and loan association. Deposits will be in the name of the City and are not allowed to be
withdrawn without the City's written authorization, or
2.The City, at its' option, may accept a bond from the Contractor in lieu of retainage.
If the Contractor selects option 1 or 2 it is fully responsible for selecting the bank or association to be
used, and for making all arrangements and paying all costs associated with that option.
All arrangements and forms needed for option 1 or 2 shall be submitted to the City for review and
approval.
Release of the Retainage will be made 60 days following the Completion Date provided the conditions
in Special Provisions Section 1-09.9(1), and applicable State Regulations,are met.
SIGNED:
PRINT NAME:
COMPANY:
DATE:
Page 1 of 2
MINORITY BUSINESSWOMEN BUSINESS ENTERPRISE SUBCONTRACTORS LIST
Sunset Community Low Impact Development Retrofit Stormwater Green Connection:
Harrington Ave NE and Harrington Ave NE Water Main Replacement Project
SWP-27-3635, WTR-27-3635
All bidders are encouraged to utilize certified minority-owned and women-owned businesses to the extent
possible in the performance of this contract. All prospective bidders or persons submitting qualifications
should take the following steps, when possible.
1. Include qualified minority and women's businesses on solicitation lists.
2. Assure that qualified minority and women's businesses are solicited whenever they are potential sources
of service or supplies.
3. Divide the total requirements, when economically feasible, into smaller task or quantities to permit
maximum participation by qualified minority and women's businesses.
4. Establish delivery schedules, where work requirements permit, which will encourage participation of
qualified minority and women's businesses.
5. Use the services and assistance of the State Office of Minority and Women's Business Enterprise
(OMWBE) and the Office of Minority Business Enterprise of the U.S. Department of Commerce, as
appropriate.
If the subcontractors names are not submitted with the bid, OR if two or more subcontractors are named to
perform the same work, then the bid shall be considered nonresponsive and; therefore, void.
Complete the following:
If awarded the contract, will contract with the following minority-
owned businesses and women businesses subcontractors for the performance of bid items associated with
this contract:
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3635 Sunset Community Plan SSIP\1600 Bid Package\11-
Subcontractor List-2006.doc
Page 2 of 2
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Signature of Authorized Representative of Bidder
Subscribed and sworn to be before me on this day of 20_
Notary Public in and for
the State of Washington
Notary (Print)
Residing at
My appointment expires:
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3635 Sunset Community Pian SSIP\1600 Bid Package\11-
Subcontractor List-2006.doc