Loading...
HomeMy WebLinkAboutContractCAG-20-330 SMALL PUBLIC WORKS CONTRACT AGREEMENT For Guard Rail replacement at S 55th @ 98th PL S.E. and 730 S. 55th THIS AGREEMENT ("Agreement") is made as of the 27th day of August, 2020, (the "Effective Date") by and between the City of Renton, a non -charter code city under RCW 35A, and a Washington municipal corporation ("City"), Public Works Department and (Petersen Brothers, Inc. , ("Contractor"), a contractor who are collectively referred to as the "Parties", to replace guardrail in two locations that is severely damaged and causes a public safety hazard. City and Contractor agree as set forth below. 1. Scope of Work-: Contractor will provide all material and labor necessary to perform all work described in the Scope of Work which is attached and fully incorporated into this Agreement by reference as Attachment "A." 2. Changes in Scope of Work: City, without invalidating this Agreement, may order changes to the Scope of Work consisting of additions, deletions or modifications, the Agreement Sum being adjusted accordingly by Parties mutual agreement. Such changes in the work shall be authorized by written Change Order or Amendment signed by the Parties. 3. Time of Performance: Contractor shall commence performance of the Agreement no later than 365 calendar days after the Agreement's Effective Date. 4. Term of Agreement: The Term of this Agreement shall end at completion of the Scope of Work, no later than August 27th, 2021. This Agreement may be extended to accomplish change orders, if required, upon mutual written agreement of City and Contractor. 5. Agreement Sum: The total amount of this Agreement is the sum of 7 016.63 which includes Washington State Sales Tax. This amount may be adjusted to a mutually agreed amount based on changes to the Scope of Work. 6. Consideration: In exchange for Contractor's performance of the items and responsibilities identified in the Scope of Work, City agrees to make payment of the amount identified as the Agreement Sum. 7. Prevailing Wage/ Method of Payment/ Retainage/ Bonding: Payment by the City for the Work will only be made after the Work has been performed and a voucher or invoice is submitted in a form acceptable to the City. A. Prevailing Wage Rates: Contractor must comply with the State of Washington prevailing wage requirements. Contractor must file an Intent To Pay Prevailing Wage at the beginning of the project and an Affidavit of Wages Paid at the end of the project with the Washington State Department of Labor and Industries. The State of Washington prevailing wage rates applicable for this project, which is located in King County, may be found at the following website address of the Department of Labor and Industries: http://www.Ini.wa.govLTradesLicensing/PrevWage/`default.asp htt www.Ini.wa. ov radesLicensin PrevWa a Wa eRates defauIt.as Pursuant to WAC 296-127-011, the applicable effective date for prevailing wage rates paid for the duration of this contract shall be the date the contract is executed as reflected in the "Effective Date" identified at the top of the first page of this Agreement. Upon request, the City will provide a copy of the applicable prevailing wages for this project. Alternatively, the rates may be viewed at the City of Renton City Hall by making an appointment with the contact person identified herein or prior to contract award with the contact person identified as the City of Renton contact in Paragraph 15 Notices of this agreement. S. Retaina a held by the City or in Escrow Account: Pursuant to RCW Chapter 60.28, a sum equal to five percent (5%) of the monies earned by the Contractor will be retained from payments made by the City to the Contractor under this Contract. This retainage shall be used as a trust fund for the protection and payment (1) to the State with respect to taxes imposed pursuant to RCW Title 82 and (2) the claims of any person arising under the Contract. Monies retained under the provisions of RCW Chapter 60.28 shall be: Contractor must pick one — if contractor does not pick one then the first option (retainage held in a fund by the City) applies. I/ Retained in a fund by Y the City. or Deposited by the City in an escrow (interest -bearing) account in a bank, mutual saving bank, or savings and loan association (interest on monies so retained shall be paid to the Contractor). Deposits are to be in the name of the City and are not to be allowed to be withdrawn without the City's written authorization. The City will issue a check representing the sum of the monies reserved, payable to the bank or trust company. Such check shall be converted into bonds and securities chosen by the Contractor as the interest accrues. Q� PAGE 2 OF 11 At or before the time the Contract is executed, the Contractor shall designate the option desired. The Contractor in choosing option (2) agrees to assume full responsibility to pay all costs that may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. The City may also, at its option, accept a bond in lieu of retainage. C. For Agreements over $150,000: Pursuant to RCW 60.26 and 39.08 The City requires a 5 % Retainage be withheld and that the Contractor will provide a Performance and Payment (Contract) Bond on the City approved form upon execution of the Agreement. Payment of the initial 95% will be made in the next pay cycle of the Renton Finance Department after receipt of such voucher or invoice (pay cycles are bi-weekly). The remaining 5% will be retained for the purpose of completion of the project and fulfillment of claims and liens. D. For Agreements under $150,000 Pursuant to RCW 60.26 and 39.08 the City requires a 5 % Retainage be withheld and that the Contractor will provide either a Performance and Payment (Contract) Bond on the City approved form upon execution of the Agreement or waive the payment and performance bond and instead the City will retain 10%. Payment of the initial 95%will be made in the next pay cycle of the Renton Finance Department after receipt of such voucher or invoice (pay cycles are bi-weekly). The remaining 5% will be retained for the purpose of completion of the project and fulfillment of claims and liens. (Unless the Contractor waives the payment and performance bond below and opts for a 10% retainage below.) Contractor must pick one — if contractor does not pick one then the first option (5% retainage with contract bond) applies: To provide a payment and performance bond (contract bond) in the amount of 100% of the estimate including taxes with a 5% retainage. or \/f To waive a payment and performance bond (contract bond) and instead the city will retain the remaining 10% will be retained for the purpose of completion of the project and fulfillment of claims and liens. For limited Public Works Contracts under $35,000 PAGE 3 OF 11 For limited public works projects, the City may choose to waive the payment and performance bond requirements of chapter 39.08 RCW and the retainage requirements of chapter 60.28 RCW, for laborers, mechanics, subcontractors, materialpersons, suppliers, and taxes imposed under Title 82 RCW that may be due from the contractor for the limited public works project, however The City shall have the right of recovery against the contractor for any payments made on the contractor's behalf. F. City shall have the right to withhold payment to Contractor for any work not completed in a satisfactory manner until such time as Contractor modifies such work so that the same is satisfactory. G. Final Acceptance. Final Acceptance of the Project occurs when the Public Works Director has determined that the Project is one hundred percent (100%) complete and has been constructed in accordance with the Plans and Specifications. H. Payment in the Event of Termination. In the event this Contract is terminated by the either party, the Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in the Scope of Work is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under the Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by the City or which may be sustained by the reason of such refusal, neglect, failure or discontinuance of Contractor performing the work, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all reasonable legal expenses and costs incurred by the City to protect the rights and interests of the City under the Contract. 8. Hold Harmless: Contractor shall indemnify, defend and hold harmless City, its elected officials, officers, agents, employees and volunteers, from and against any and all claims, losses or liability, or any portion of the same, including but not limited to reasonable attorneys' fees, legal expenses and litigation costs, arising from injury or death to persons, including injuries, sickness, disease or death of Contractor's own employees, agents and volunteers, or damage to property caused by Contractor's negligent act or omission, except for those acts caused by or resulting from a negligent act or omission by City and its officers, agents, employees and volunteers. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real } PAGE 4 OF 11 estate...) 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 City, its officers, officials, employees and volunteers, Contractor's liability shall be only to the extent of Contractor's negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Contractor's waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 9. Insurance: Contractor shall secure and maintain: A. Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B. Professional liability insurance, in the minimum amount of $1,000,000 for each occurrence, shall also be secured for any professional services being provided to City that are excluded in the commercial general liability insurance. C. Workers' compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. D. It is agreed that on Contractor's commercial general liability policy, the City of Renton will be named as an Additional Insured on a non-contributory primary basis. City's insurance policies shall not be a source for payment of any Contractor liability. E. Subject to City's review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to City before executing the work of this Agreement. F. Contractor shall provide City with written notice of any policy cancellation, within two (2) business days of their receipt of such notice. G. Additional Insurance if marked as "Required" by City: 1. ❑ Required. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub -contractors in the work. Builders Risk insurance shall be on a special perils policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theft, vandalism, malicious mischief, and collapse. The Builders Risk insurance shall include coverage for temporary buildings, debris removal and damage to materials in transit or stored off - site. This Builders Risk insurance covering the work will have a deductible w+ T PAGE 5 OF 11 of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. 2. ❑ Required. Contractors Pollution_Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. Contractors Pollution Liability insurance shall be written in an amount of at least $1,000,000 per loss, with an annual aggregate of at least $1,000,000. Contractors Pollution Liability shall cover bodily injury, property damage, cleanup costs and defense including costs and expenses incurred in the investigation, defense, or settlement of claims. If the Contractors Pollution Liability insurance is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under the contract is completed. The City shall be named by endorsement as an additional insured on the Contractors Pollution Liability insurance policy. If the scope of services as defined in this contract includes the disposal of any hazardous materials from the job site, the Contractor must furnish to the City evidence of Pollution Liability insurance maintained by the disposal site operator for losses arising from the insured facility accepting waste under this contract. Coverage certified to the Public Entity under this paragraph must be maintained in minimum amounts of $1,000,000 per loss, with an annual aggregate of at least $1,000,000. Pollution Liability coverage at least as broad as that provided under ISO Pollution Liability -Broadened Coverage for Covered Autos Endorsement CA 99 48 shall be provided and the Motor Carrier Act Endorsement (MCS 90) shall be attached. 10. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Contractor agrees as follows: r PAGE 6 OF 11 A. Contractor, and Contractor's agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C. If Contractor fails to comply with any of this Agreement's non-discrimination provisions, City shall have the right, at its option, to cancel the Agreement in whole or in part. D. Contractor is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws and worker's compensation. 11. Independent Contractor: Contractor's employees, while engaged in the performance of any of Contractor's Work under this Agreement, shall be considered employees of the Contractor and not employees, agents, representatives of City and as a result, shall not be entitled to any coverage or benefits from the City of Renton. Contractor's relation to City shall be at all times as an independent contractor. Any and all Workman's Compensation Act claims on behalf of Contractor employees, and any and all claims made by a third -party as a consequence of any negligent act or omission on the part of Contractor's employees, while engaged in Work provided to be rendered under this Agreement, shall be the solely Contractor's obligation and responsibility. 12. City of Renton Business License: The Consultant shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. PAGE 7 OF 11 Information regarding acquiring a city business license can be found at: htt www.rentonwa. ov cros One.as x? ortalld=7922741& a eld=9824882 Information regarding State business licensing requirements can be found at: http://dor.wa.gov/doing-business/register-my-business 13. Record Keeping and Reporting: Contractor shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement. The Contractor agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). 14. Public Records Compliance. To the full extent the City determines necessary to comply with the Washington State Public Records Act, Contractor shall make a due diligent search of all records in its possession, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Contractor believes said records need to be protected from disclosure, it shall, at Contractor's own expense, seek judicial protection. Contractor shall indemnify, defend, and hold harmless the City for all costs, including attorneys' fees, attendant to any claim or litigation related to a Public Records Act request for which Contractor has responsive records and for which Contractor has withheld records or information contained therein, or not provided them to the City in a timely manner. Contractor shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order. 15. Other Provisions: A. Administration and Notices. Each individual executing this Agreement on behalf of City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of City or Contractor. Any notices required to be given by the Parties shall be delivered at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth below. Any notice so posted in the United States mail shall be deemed received three (3) calendar days after the date of mailing. This Agreement shall be administered by and any notices should be sent to the undersigned individuals or their designees. CITY OF RENTON CONTRACTOR layson Grant/Pavement Management Tech Ron Petersen/Petersen Brothers PAGE 8 OF 11 1055 South Grady Way Renton, WA 98057 Phone: (425) 430-7400 jgrant@rentonwa.gov Fax: (425) 430-7426 2008 East Valley Highway Sumner, Wa 98390 Phone: (253) 833-2544 Fax: (253) 863-5951 B. Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. C. Assignment and Subcontract. Contractor shall not assign or subcontract any portion of this Agreement without the City of Renton's prior express written consent. D. Compliance with Laws. Contractor and all of the Contractor's employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. A copy of this language must be made a part of any contractor or subcontractor agreement. E. Conflicts. In the event of any inconsistencies between contractor proposals and this contract, the terms of this contract shall prevail. F. Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. G. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. H. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. Contractor hereby expressly consents to the personal and exclusive jurisdiction and venue of such court even if Contractor is a foreign corporation not registered with the State of Washington. I. Severability. A court of competent jurisdiction's determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. PAGE 9 OF 11 J. Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. K. Third -Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. L. Waivers. All waivers shall be in writing and signed by the waiving party. Either party's failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either City or Contractor from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of Effective Date. CITY OF RENTON Martin Pastucha, PW Administrator 1055 South Grady Way Renton, WA 98057 QIz412oza Date Attest N/A Jason A. Seth, City Clerk Approved as to Legal Form Approved by Cheryl Beyer via 7/21 /2020 email Shane Moloney, City Attorney PAGE 10 OF 11 CONTRACTOR Ron Petersen/Petersen Brothers 2008 East Valley Highway Sumner, WA 98390 9/1 (� Date Non-standard 04-07-20 clb 1192 (1273 clb) ATTACHMENT A SCOPE OF WORK CITY OF RENTON Guardrail replacement at two locations. Location #1, S. 55th at curve above 98th PI S.E. Location #2, 730 S. 55th The work involved under the terms of this contract document shall be full and complete of providing labor, materials, and equipment necessary to replace a compromised guardrail at location #1, S. 55th at curve above 981h PI S.E. Location #2, 730 S. 55th. All costs associated with this work will be paid by Repairs and Maintenance Property Loss. in accordance with Current WSDOT Standard Specifications. The work will include, but not be limited to: • Site #1. Remove and replace approximately 43' of damaged guardrail, posts and end terminals. • Site #2. Remove and replace approximately 16' of damaged guardrail, posts and end terminals. • Dispose of damaged guardrail. • All traffic control shall follow Washington State Work Zone Traffic Control Plans. • * Mandato walk thru site visit before makin a Bid.* Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the current WSDOT Standard Specifications. ATTACHMENT A SCOPE OF WORK CITY OF RENTON Guardrail replacement at two locations. Location #1, S. SSth at curve above 981h PI S.E. Location #2, 730 S. 55`h The work involved under the terms of this contract document shall be full and complete of providing labor, materials, and equipment necessary to replace a compromised guardrail at location #1, S. 551h at curve above 981h PI S.E. Location #2, 730 S. 551h. All costs associated with this work will be paid by Repairs and Maintenance Property Loss. in accordance with Current WSDOT Standard Specifications. The work will include, but not be limited to: • Site #1. Remove and replace approximately 43' of damaged guardrail, posts and end terminals. • Site #2. Remove and replace approximately 16' of damaged guardrail, posts and end terminals. • Dispose of damaged guardrail. • All traffic control shall follow Washington State Work Zone Traffic Control Plans. • • Mandatory walk thru site visit before makmce a Bic' ' Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the current WSDOT Standard Specifications. PAGE 11 OF 11 This form must be submitted with the Bid Proposal. Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a "willful' violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. P4--rod d g�i4ew -Ti( Bidder s Business Name Signature of Author�izedd Official* IF Printed Name / Title b' 20120_ s_u_m he/ _ G✓fl. Date City State Check One: Sole Proprietorship ❑ Partnership © Joint Venture ll Corporation LLC 0 State of I colrp ration, or if not a corporation State where business entity was formed If a co -partnership, give firm name under which business is transacted: 'If a corporation. proposal must be executed In the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co -partnership, proposal must be executed by a partner Template updated 2-12-19 Peteuw Fwdeu, lac. 2008 EAST VALLEY HIGHWAY SUMNER, WASHINGTON 98390 (253) 833-2544 (253) 863-8136 FAX (253) 863-5951 Contractors # CC-01 PETERB1187NZ Project Name: 730 S. 55TH REPAIR BID DATE: 08120/2020 PAY ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENSION 1 W-Beam Guardrail 1.00 EACH 115.12 115.12 2 W-Beam Type 1 Anchor Plate 1.00 EACH 150.85 150.85 3 6x8x6' Wood Posts 3.00 EACH 46.12 138.36 4 6x8x3'9" Anchor Post 1.00 EACH 36.43 36.43 5 6x12x14" Wood Block 3.00 EACH 19.73 59.19 6 5/8 X 22" Master Bolt 3.00 EACH 5.09 15.27 7 5/8x10" Master Bolt 1.00 EACH 1.73 1.73 8 5/8 Nut 4.00 EACH 0.47 1.88 9 5/8 Washers 4.00 EACH 0.17 0.68 10 Crew Time Labor 3.00 HR 433.18 1,299.54 11 Traffic Control Labor 6.00 HR 63.86 383.16 12 Traffic Control Materials 1.00 EACH 37.95 37.95 TOTAL QUOTE 2,240.16 Name: Jayson Grant Phone:425-430-7400 Email: jgrant@rentonwa.gov This quote contains the following exclusions/qualifications: "Price does not Include traffic control unless specified. "Prices Include material 8 installation, bond, and Insurance. "This quote shoat to become part of any subcontract agreement. Any deletion or change to above bid Items must be agreed to prior to bid opening. "Beam Guardrail Is available in 12.5' and 6.25' lengths. "Prices are good if contract is received within 30 days after award of job, after 30 days prices must be renegotiated. IF ACCEPTED PLEASE SIGN AND FAX BACK TO 253-863-5951 NO WORK WILL BE PERFORMED WITHOUT PROPER AUTHORIZATION By Date: Tide: Phone: Company Name. Fax: Address: ;Deteww Fwaew, lac, 2008 EAST VALLEY HIGHWAY SUMNER, WASHINGTON 98390 (253) 833-2544 (253) 863-8136 FAX (253) 863-5951 Contractors # CC-01 PETERBI187NZ Project Name: S 55th @ CURVEABOVE 98TH PL. SE BID DATE: 08/2012020 PAY ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENSION 1 W-Beam Guardrail 12.5' Long 2.00 EACH 115.13 230.26 2 W-Beam Guardrail 9' 4" Plate 1.00 EACH 85.68 85.68 3 SKT W-Beam Plate #1 1.00 EACH 147.33 147.33 4 SKT Post #1 Steel (Upper 1.00 EACH 165.28 165.28 Portion) 5 SKT Post #2 Steel 1.00 EACH 290.03 290.03 6 6x8x6' Wood Posts 4.00 EACH 40.99 163.96 7 W6x9x6' Steel Posts 2.00 EACH 57.59 115.18 8 6x12x14" Wood Block 4.00 EACH 19.74 78.96 9 6x12x14" Plastic Block 2.00 EACH 18.89 37.78 10 5/8 X 22" Master Bolt 4.00 EACH 5.09 20.36 11 5/804" Master Bolt 2.00 EACH 2.43 4.86 12 5/8 X 1 1/4 Splice Bolt 32.00 EACH 0.47 15.04 13 5/8 Nut 38.00 EACH 0.47 17.86 14 5/8 Washers 6.00 EACH 0.17 1.02 15 Crew Time Labor 6.00 HR 433.14 2,598.84 16 Traffic Control Labor 12.00 HR 63.84 766.08 17 Traffic Control Materials 1,00 EACH 37.95 37.95 TOTAL QUOTE 4.776.47 Name: Jayson Grant Phone: 425-430-7400 Email: jgranI@rentonwa.gov This quote contains the following exclusions/qualifications "Price does not include traffic control unless specified. "Prices Include material 8 installation, bond, and Insurance. "This quote sheet to become part of any subcontract agreement. Any deletion or change to above bid Items must be agreed to prior to bid opening. "Beam Guardrail is available in 12.5' and 6.25' lengths. "Prices are good If contract Is received within 30 days after award of jab, after 30 days prices must be renegotiated. IF ACCEPTED PLEASE SIGN AND FAX BACK TO 253-863-5951 NO WORK WILL BE PERFORMED WITHOUT PROPER AUTHORIZATION By:____Date: Tille: Phone: Company Name: Fax: Address: �.. '� �.• 51 a rti �?'• - ' Lw.�E / �, t. � _�� �'}. ,y '�1�. ..�.. .. � �Y�_+s r, 31 ww �"+��,�` ram. � ` '' • _ IFS?;:'j_{ :10% :-''`'j; ir•,•t:�s�' Sri` r �, :� � .�•�. ifs +•%, ," • .i1J•.�. A.f¢- sr� mot, •' Y£..ye ,fir - �J�. Q, ;`.._ j f� + 47. iR4}a Ja,. l�.. fry `" ��;' �t•X, a ;� f'M' {:. � - t fir. '•:�� �:: y t'l-": �. .,...j '.{ �,: �. �� `�i'i J7. 's•�,::,' t, ,_�;�`" n'`l it % �':! ,r�'J,•�A,ir G.rrJl 'T,;'•.:'�, 1"it y= 1!', , , �' �a ' , if � �.�!': ����,• �.: ,. �-� el- 44 IV 5 r� - �� Y� ��1f '__� :iri1^ 1,F��i,''�t.piTy{+ �• �� �{r. t��.+.. "' ,�y. t �y tL.r ieliY .py�''t •�i(,. r. 11J " f.. l�X) 4 t,�s' ��.��R� •��t T rr yr `ayl{�'''� �� !y�� •1�`�� ,r'` l�"/ v, IP OK vip 14 ky �7,�r. '�a,ie� '� �• •_��! {r rjti��l .��., �' � yr%\' .'� `A - ,ti,•� .i• .• r+ � - rr•� T• ri�:,y;1 1 �,.yt � . it f��� 'r Iy�r'• ''.�: .yG. ;ti ys' � r/�tl i J• d j �li y� ry y�.�i": •. t• ' `• • ��1• t S` ••.7f IN wa Mo 41 IL .37 ,gyp a' r ••.�. _i1" t�%.5 -.• - •+.-i , l Lr t r., y a •fa ' 1 t � , # �+ ' by 1, r f � r * r � `'' ,4• if AL"k- WAA AW, rp-�! it,' %elf — TA -P®Rk—r INA -W Ji Its MCI 14�44- lr 9/1/2020 about:blank State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement of Intent to Pay Prevailing Wage Project Detail - Project Dashboard Document Received Date: Intent ID: 9/1/2020 1085048 Company Details Company Name: Address: Contractor Registration No. WA UBI Number Phone Number Industrial Insurance Account ID OMWBE Certifications as of 9/1/2020 Email Address Filed By Prime Contractor Company Name Contractor Registration No. WA UBI Number Phone Number Project Information Awarding Agency Awarding Agency Contact Awarding Agency Contact Phone Number about blank Affidavit ID: Status: Approved On 9/1/2020 PETERSEN BROTHERS INC 2008 E VALLEY HWY SUMNER, WA, 98390 PETERB1187NZ 600072474 253-863-8136 59843600 No active certifications existed when Intent was submitted ki m@petersen brothers. com Kim Knox PETERSEN BROTHERS INC PETERB1187NZ 600072474 253-863-8136 RENTON, CITY OF 1055 S GRADY WAY RENTON, WA - 98055 Jayson Grant 425-430-7400 1r3 911 /2020 Contract Number Project Name Project Description Contract Amount Contract Type Description Bid due date Award Date Project Site Address or Directions Payment Details Check Number: Transaction Id: Intent Details abouttlank S 55th/98th G/R Repl @ S 55th/98th Pt SE Guardrail Repair - S 55th @ 98th Pl SE Et S 55th $7,016.63 *Small Works (Less than $350,000) 8/20/2020 8/27/2020 S 55th @ 98th Pl SE Et S 55th 107641137 Expected project start date: (MM/DD/YYYY) 9/2/2020 In what county (or counties) will the work be King performed? In what city (or nearest city) will the work be Renton performed? What is the estimated contract amount? OR is this a $7,016.63 time and materials estimate? Does your company intend to hire ANY No subcontractors? Will your company have employees perform work on Yes this project? Do you intend to use any apprentices? (Apprentices No are considered employees.) How many owner/operators performing work on the 0 project own 30% or more of the company? .journey Level Wages County Trade Occupation Wage Fringe # Workers King Flaggers Journey Level $31.82 $12.58 2 King Laborers General Laborer $39.81 $12.58 2 King Power Equipment Operators Assistant Engineer $44.55 $22.47 1 King Power Equipment Operators Hydralifts/Boom Trucks Over 10 $47.60 $22.47 1 Tons about:blank 213 9/1/2020 King Power Equipment Operators about:blank Guardrail Punch $48.15 $22.47 Public Notes a Show/Hide Existing Notes No note exists aboutblank 313