Loading...
HomeMy WebLinkAboutContract LIMITED PUBLIC WORKS CONTRACT AGREEMENT PROJECT: 2025 CITY HALL INTERIOR PAINTING BUSINESS INFORMATION Premier Painting Solutions 6618 80th ST SW, Lakewood WA 98498 253.831.8867 Isaiah Littlejohn LICENSE & REGISTRATION INFORMATION (RCW 39.04.10 Sec. 2) State of Washington Dept. of Labor & Industries Workers Compensation Acct. CCPREMPIS785DN 604838255 293,803-00 536379352 873865364 Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C INSURANCE AND BONDING OTHER Are you listed on any debarment lists: Y N Are you on the list of parties excluded from the Federal procurement / Non- Procurement programs Y N Signature Title Date american family Kim B. 8130 RAILROAD AVE SE STE 204 POBOX 1824 SNOQUALMIE WA98065 4252927027 8445209563 CNA Surety kim 4252927027 owner 04/30/2025 Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C CONTRACT FORMS CITY OF MEDINA LIMITED PUBLIC WORKS CONTRACT AGREEMENT THIS LIMITED PUBLIC WORKS CONTRACT AGREEMENT (this "Contract") is made this 1st day of May 2025, by and between, the CITY OF MEDINA, a municipal corporation ("City") and Premier Painting Solutions LLC, a Washington corporation ("Contractor") (individually a "Party" and collectively the "Parties"). In consideration of the terms and conditions set forth in this Contract, the Parties agree as follows: 1. Contractor Services. The Contractor shall furnish at its own cost and expense all labor, tools, materials and equipment required to construct and complete in a good workmanlike manner, and to the satisfaction of the City, the public works project known as 2025 City Hall Interior Painting ("Project") in Medina, WA. The Project is detailed in the Scope of Work, Exhibit A, and the following documents, which are attached hereto and incorporated herein by reference:  Scope of Work (Exhibit A)  Special Provisions  Minimum Wage Affidavit  Guarantee Form 2. Notice to Proceed; Time of Completion. The Contractor shall commence work within ten (10) days after the City issues a written Notice to Proceed, and shall complete the work by July 31, 2025. The time of beginning, rate of progress and time of completion are essential conditions of this Contract. 3. Payment. 3.1 Payment amount and procedures. The City shall pay the Contractor for all work and services covered by this Contract in an amount that shall not exceed Thirty-Two Thousand Four Hundred Three and Eighty Cents ($32,403.80), excluding sales tax. The payment amount shall exclude approved change orders, in accordance with the quantity and unit prices shown on the attached bid proposal. The Contractor shall submit monthly invoices for work and services performed in a previous calendar month in a format acceptable to the City. The City shall pay for the portion of the work described in the invoice that has been completed by Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the work. 3.2 Defective or Unauthorized Work. If during the course of the Contract, the work rendered does not meet the requirements set forth in the Contract, the Contractor shall correct or modify the required work to comply with the requirements of the Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the Contract. If the Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C CONTRACT FORMS - 4 - 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 the Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" means all reasonable costs incurred by the City, including legal costs and attorneys' fees, beyond the maximum contract price under this Contract. The City further reserves the right to deduct the cost to complete the work, including any additional costs, from any amounts due or to become due to the Contractor. 3.3 Final Payment; Waiver of Claim . Thirty (30) days after completion and final acceptance of the Project by the City as complying with the terms of this Contract, the City shall pay to the Contractor all sums due as provided by this Contract except those required to be withheld by law or agreed to in special contract provisions. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY THE CONTRACTOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. 3.4 Retainage. The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor and Industries and State Department of Employment Security and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. 4. Prevailing Wage. The Contractor shall comply with and pay prevailing wages as required by Chapter 39.12 RCW, as it may be amended in the future. Prevailing rate shall be paid on public works and building service maintenance contracts, funded in part or in whole with Federal funds. Federal wage laws and regulations shall be applicable. No worker, laborer or mechanic employed in the performance of any part of this Contract shall be paid less than the prevailing rate of wage as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. Prior to making any payment under this Contract, the Contractor must submit to the City an approved copy of the “Statement of Intent to Pay Prevailing Wages” from the Department of Labor and Industries. It is the Contractor’s responsibility to obtain and file the Statement. The Contractor shall be responsible for all filing fees. Notice from Contractor and all subcontractors of intent to pay prevailing wages and prevailing wage rates for the Project must be posted for the benefit of the workers. Each invoice shall include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance of services rendered, Contractor shall submit a “Minimum Wage Affidavit” for themselves and any subcontractors. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties of interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his/her decision therein shall be final and conclusive and binding on all parties involved in the dispute as provided for by RCW 39.12.060, as it may be amended in the future. Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C CONTRACT FORMS - 5 - 5. Indemnification and Hold Harmless. The Contractor shall protect, defend, indemnify and hold harmless the City, its officers, officials, employees, agents and volunteers from any and all claims, risks, injuries, damages, losses, lawsuits, judgments, and attorney’s fees or other expenses of any kind arising out of or in any way connected with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of the work shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Contract 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, agents and volunteers, the Contractor’s liability under this section shall be only to the extent of the Contractor’s negligence. It is further specifically and expressly understood that the indemnification provided under this section constitutes the Contractor’s waiver of immunity under Industrial Insurance, 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 Contract. 6. Compliance with Laws. The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of these applicable laws and regulations shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. 7. Job Safety. 7.1 Work Site Safety. Contractor shall take all necessary precaution for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known and unusual hazards. 7.2 Trench Safety. All trenches shall be provided with adequate safety systems as required by Chapter 49.17 RCW and WAC 296-155-650 and 655. Contractor is responsible for providing the competent person and registered professional engineer required by WAC 296-155- 650 and 655. 8. Utility Location. Contractor is solely responsible for locating any underground utilities affected by the work and is deemed to be an “excavator” for the purposes of Chapter 19.122 RCW, as amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW including Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C CONTRACT FORMS - 6 - utilization of the “811 Call before you dig” locator system, before commencing any excavation activities. 9. Warranty and Guarantee. Contractor shall warrant and guarantee the materials and work to be free of defects for a period of one (1) year after the City's final acceptance of the entire Project. Contractor shall be liable for any costs, losses, expenses or damages including consequential damages suffered by the City resulting from defects in the Contractor’s work including, but not limited to, cost of materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and supervision by the City. The Contractor shall hold the City harmless from any and all claims, which may be made against the City as a result of any defective work, and the Contractor shall defend any claims at its own expense. Where materials or procedures are not specified in the Contract, the City will rely on the professional judgment of the Contractor to make the appropriate selections. 10. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and/or materials discovered after the acceptance of this work. When corrections of defects are made, Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after the acceptance of the corrections of the City. The Contractor shall start work to remedy such defects within seven (7) days of the City's mailed notice of discovery, and shall complete such work within a reasonable time agreed to by both parties. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by the City, in which case the Contractor shall pay all costs incurred by the City to perform the correction. In the event the Contractor does not accomplish corrections within the time specified, the correction work will be otherwise accomplished by the City and all costs of same shall be paid by the Contractor. 11. Change Order/Contract Modification. 11.1 Amendments. This Contract, together with attachments and/or other addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This Contract may be amended, modified or added to only by written change order properly signed by both parties. 11.2 Change orders. The City may issue a written change order for any change in the work during the performance of this Contract. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the City within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. If the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving the written change order. If the Contractor fails to require a change order within the time frame allowed, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the work. If the Contractor disagrees with the equitable Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C CONTRACT FORMS - 7 - adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided below. 11.3 Procedure and Protest by Contractor. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor shall, within fourteen (14) calendar days, provide a signed written notice of protest to the City that states the date of the notice of the protest, the nature and circumstances that caused the protest, the provisions of the Contract that support the protest, the estimated dollar cost, if any, of the protested work and how the estimate was determined, and an analysis of the progress schedule showing the schedule change or disruption, if applicable. The Contractor shall keep complete records of extra costs and time incurred as a result of the protested work. The City shall have access to any of the Contractor's records needed to evaluate the protest. If the City determines that a protest is valid, the City will adjust the payment for work or time by an equitable adjustment. 11.4 Failure to Protest or Follow Procedures Constitutes Waiver. By not protesting or failing to follow procedures as this section provides, the Contractor waives any additional entitlement or claims for protested work, and accepts from the City any written or oral order (including directions, instructions, interpretations, and determinations). 11.5 Contractor's Duty to Complete Protested Work . In spite of any protest, the Contractor shall proceed to promptly complete work that the City has ordered. 11.6 Contractor's Acceptance of Changes. The Contractor accepts all requirements of a change order by: (1) endorsing the change order; (2) writing a separate acceptance; or (3) not protesting in the manner this section provides. A change order that is accepted by the Contractor as provided herein shall constitute full payment and final settlement of all claims for contract time and for direct, indirect, and consequential costs, including costs of delays related to any work, either covered or affected by the change. 12. Claims. The Contractor shall give written notice to the City of all claims other than change orders within thirty (30) days of the occurrence of events giving rise to the claim, but in no event later than the time of approval by the City for final payment. Any claim for damages, additional payment for any reason, or extension of time shall be conclusively deemed to have been waived by Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Contract. At a minimum, a Contractor's written claim must include the information required in Section 11.3 regarding protests. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM IN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM. The Contractor must, in any event, file any claim or bring any lawsuit arising from or connected to this Contract within 120 calendar days from the date the work is completed. Contractor, upon making application for the final payment, shall be deemed to have waived its right to claim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C CONTRACT FORMS - 8 - 13. Contractor's Risk of Loss. It is understood that the whole of the work under this Contract is to be done at the Contractor's risk, and that he/she has familiarized himself/herself with all existing conditions and other contingencies likely to affect the work, and has made his/her bid accordingly, and that Contractor shall assume the responsibility and risk of all loss or damage to materials or work which may arise from any cause whatsoever prior to completion. 14. Insurance. The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor’s Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional endorsement CG 20 10 01 and CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products- completed operation aggregate limit. Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C CONTRACT FORMS - 9 - C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Commercial General Liability, and Builders Risk insurance: 1. The Contractor’s insurance coverage shall be primary insurance as respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor’s insurance and shall not contribute with it. 2. The Contractor’s insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days’ prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. F. Subcontractors. The Contractor shall include all subcontractors as insured under its policies or shall furnish separate certifications and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. The Contractor’s insurance shall contain a clause stating that the coverage shall apply separately to each insured against whom claim is made or lawsuit is brought, except with respects to the limits of the insured liability. The Contractor’s insurance shall be primary insurance with respect to the City, and the City shall be given thirty (30) days’ prior written notice of any cancellation, suspension or material change in coverage. 15. Payment and Performance Bonds. The City may or may not waive the bond/surety provisions of this section pursuant to RCW 39.04.155(3). If the City waives these provisions then Contractor need not complete this section. If the City does not waive these provisions then Contractor shall provide the following: Payment and Performance bonds shall be received by the City in the amount of 100% of the Contract price and no less. The bonds must be accepted by the City prior to the execution of the Contract, and shall be in a form approved by the City. The bonds shall be released sixty (60) days after the date of final acceptance of the work performed under this Contract and receipt of all necessary releases from the Department of Revenue, Department of Labor and Industries and Department of Employment Security in settlement of any liens filed under Chapter 60.28 RCW, whichever is later. Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C CONTRACT FORMS - 10 - 16. Termination. This Contract shall terminate upon satisfactory completion of the work described in the Scope of Work (Exhibit A) and final payment by the City. The City may terminate the Contract and take possession of the premises and all materials thereon and finish the work by whatever methods it may deem expedient, by giving ten (10) days’ written notice to the Contractor. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in the Scope of Work (Exhibit A) 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 employment, 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 legal costs incurred by the City to protect the rights and interests of the City under the Contract, provided such legal costs shall be reasonable. 17. Attorney’s Fees and Costs. If any legal proceeding is brought for the enforcement of this Contract, or because of a dispute, breach, default, or misrepresentation in connection with any of the provisions of this Contract, the prevailing party shall be entitled to recover from the other party, in addition to any other relief to which such party may be entitled, reasonable attorney’s fees and other costs incurred in that action or proceeding. 18. General Administration. The Project Manager of the City shall have primary responsibility for the City under this Contract to oversee and approve all work performed as well as all financial invoices. 19. Ownership of Documents. On payment to the Contractor by the City of all compensation due under this Contract, all finished or unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract shall become the property of the City and shall be forwarded to the City upon its request. Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City or by court order. 20. Subletting or Assigning of Contracts. Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interests accruing from this Contract without the prior written consent of the other. Prior to approval by the City, the Contractor must verify that their first tier subcontractors meet the bidder responsibility criteria as written in Chapter 39.04.350 RCW. 21. Relationship of Parties. The parties intend that an independent contractor - client relationship will be created by this Contract. As Contractor is customarily engaged in an Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C CONTRACT FORMS - 11 - independently established trade which encompasses the specific service provided to the City hereunder, no agent, employee, representative or subcontractor of Contractor shall be or shall be deemed to be the employee, agent, representative or subcontractor of the City. None of the benefits provided by the City to its employees, including, but not limited to, compensation, insurance and unemployment insurance, are available from the City to the Contractor or his employees, agents, representatives or subcontractors. Contractor will be solely and entirely responsible for his acts and for the acts of Contractor’s agents, employees, representatives and subcontractors during the performance of this Contract. The City may, during the term of this Contract, engage other independent contractors to perform the same or similar work that Contractor performs hereunder 22. Nonwaiver of Breach. The failure of the City to insist upon strict performance of any of the terms and rights contained in this Contract, or to exercise any option contained in this Contract in one or more instances, shall not be construed to be a waiver or relinquishment of those terms and rights and such terms and rights shall remain in full force and effect. 23. Written Notice. All communications regarding this Contract shall be sent to the Parties at the addresses listed below in the Contact information, unless otherwise notified. Any written notice shall become effective on delivery, but in any event on the date three (3) calendar 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 Contract. 24. Discrimination. The Contractor agrees not to discriminate against any employee or applicant for employment or any other person in the performance of this Agreement because of race, creed, color, national origin, marital status, sex, sexual orientation, age, disability, or other circumstance prohibited by federal, state or local law or ordinance, except for a bona fide occupational qualification. 25. Term. This Contract shall be effective from the date of Contract execution through expiration of the warranty period as described in Section 9. Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C CONTRACT FORMS - 12 - IN WITNESS WHEREOF, the Parties have executed this Contract as of the day and year above written. CITY OF MEDINA: CONTRACTOR: Premier Painting Solutions LLC Signature:______________________________ Signature:_____________________________ Date:_________________________________ Print Name:____________________________ Title: _________________________________ Date:_________________________________ Taxpayer ID #: ________________________ CITY CONTACT: CONTRACTOR CONTACT: Ryan Osada, Public Works Director Print Name:____________________________ City of Medina Address:_______________________________ 501 Evergreen Point Road ______________________________________ Medina, WA 98039 ______________________________________ Phone: 425.233.6439 Phone :________________________________ Fax: 425.451.8197 Fax: Contractor License #: ____________________ (if this is a new contractor or if Contractor has never conducted work with the City, a W-9 Isaiah Littlejohn owner 04/30/2025 873865364 Isaiah Littlejohn, Owner 6618 80th st sw lakewood wa98499 2538318867 CCPREMPIS785DN Jeff Swanson, Interim City Manager Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C 5/21/2025 CONTRACT FORMS - 13 - EXHIBIT “A” PROJECT - SCOPE OF WORK SCOPE OF WORK *See Attached Bid Documents and Proposal EXCLUSIONS / CLARIFICATIONS *See Attached Bid Documents and Proposal Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C CONTRACT FORMS - 14 - SPECIAL PROVISIONS PROJECT - CONDITIONS VEHICLES & EQUIPMENT There is NO DRIVING IN THE PARKS OR DIRECTLY ON LANDSCAPED SURFACES, any and all vehicles will be limited to the gravel walking trail. All equipment and tools shall be in good working order. Personnel with experience shall be on site every day work is performed. All appurtenant tools, equipment and vehicles are to be considered incidental to the associated work, available to the project as needed, and delivered to the site as a function of job mobilization. TRAFFIC CONTROL, EROSION CONTROL & SITE CONDITIONS 1. Temporarily close all public access points in the area work is being performed using traffic control devices compliant with the current MUTCD and temporary security fencing, as described below. This closure shall be in place prior to mobilization throughout the work processes until demobilization and cleanup is complete; and 2. All private driveways and walkways to access homes will remain open during construction. 3. Place all temporary erosion control BMP’s prior to commencing work 4. Temporary security fencing shall consist of orange plastic temporary construction fencing (min. 15 mil) and be installed as needed 5. Install temporary driving surfaces and working surfaces where deemed necessary. 6. It is the sole responsibility of the contractor to note the site conditions prior to starting work. 7. The contractor will maintain a clean and orderly site at all times during construction. If the site is left unattended then the contractor will ensure all traffic control is securely in place and maintain it throughout the duration of the project. SITE CLEANUP & RESTORATION 1. Remove temporary security fencing, erosion control devices and all tools & equipment. 2. Restore the site to the original condition with repairing driving surfaces, removing temporary surfaces, and repairing grass landscaping surfaces. Unless otherwise specified in the proposal. 3. Coordinate with the City for final acceptance inspection. Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C CONTRACT FORMS - 15 - Minimum Wage Affidavit STATE OF WASHINGTON ) )ss COUNTY OF ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which each voucher is submitted, I have paid the following rate per hour for each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wages or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of , 20 . Notary Public in and for the State of Washington, residing at My Appointment expires: Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C CONTRACT FORMS - 16 - Guarantee Form CITY OF MEDINA 501 Evergreen Point Road Medina, Washington 98039 Project: 2025 City Hall Interior Painting To Whom It May Concern: The undersigned Contractor hereby guarantees and warrants the complete construction and installation of all work, systems and apparatus done and performed in connection with the above-referenced Project to be free from defects in materials and workmanship for a period of one (1) year from the date of final acceptance of the entire Project. The undersigned agrees to remedy and correct at its own expense any such defects appearing during that period of time due to unsatisfactory materials or workmanship, and will pay for any and all damage which may occur to other aspects of the work or the Project which may result from the occurrence of such defects or the correction of the same. It is understood that partial or entire use of the Project by the City of Medina shall not constitute final acceptance of the Project. This Guarantee and its acceptance by the City of Medina shall in no way be deemed a waiver by the City of Medina of any rights or remedies (or time limits in which to enforce said rights or remedies) it may have against the undersigned for defective workmanship or defective materials under the laws of this State pertaining to acts of negligence. This Guarantee shall not be interpreted as holding the undersigned responsible for any deterioration of the work or the Project due to normal use or abuse of the work by the City of Medina. Contractor Signature Date Print - Company Name - Title STATE OF WASHINGTON ) ) ss COUNTY OF ________ ) I certify that I know or have satisfactory evidence that ___________ is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she was authorized to execute the instrument, and acknowledged it as the ___________ of __________ to be the free and voluntary act of such entity for the uses and purposes mentioned in the instrument. DATED: NAME: (Print Name) Notary Public in and for the State of Washington Commission Expires: Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C 1 Ryan Osada From:Ryan Osada Sent:Thursday, March 20, 2025 10:25 AM To:Ryan Osada Subject:2025 City Hall Interior Painting Attachments:SKM_C450i25031820380.pdf Hi All, The City of Medina is soliciting bids to paint the interior of City Hall (501 Evergreen Pt Rd). There are three levels with the Police Department in the basement. For reference, see attached specifications for the existing paint. Proposals are due Friday, April 4, 2025 EOD via email. - Walls & Ceilings in eggshell (color to be selected by staA) - Trim & Doors in semi-gloss (color to be selected by staA) - Phasing may be necessary due to staAed and operational building - Hours of operation M-F 8a-4p - Onsite visit is recommended and by appointment only Thanks, Ryan Osada Public Works Director City of Medina 425.233.6439 206.423.3278 mobile rosada@medina-wa.gov Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C All material guaranteed as specified and the above work performed in accordance with specifications submitted for the above work and completed in substantial workmanlike manner for the sum of $32,403.8 dollars. Payment made as follows: upon completion of the job. The above prices, specifications, and conditions are satisfactory and hereby accepted. You are authorized to complete this contract as specified. Payment will be made as outlined. Date of Acceptance Print: Signature: Proposal Date: 4/3/25 Proposal Submitted to: Work to be performed at: Ryan Osada City of Medina 501- evergreen Pt Rd Medina WA Project: Paint all specified areas at the address listed above Prep • Properly protect things not to be painted • Clean surfaces thoroughly and correct defects prior to painting • Prime necessary areas • Caulk defective caulking Paint • Paint the interior walls and ceilings 2 coats • Paint all trim elements and previously painted surfaces 2 coats Sherwin Williams products are to be used as specified in documents Prevailing wage accounted for ALL work to be done per specifications, premier Painting Solutions is a WMBE section 3 business All labor and materials included Docusign Envelope ID: F2A951EB-0531-4C7D-87B2-F49E5C12DB6C