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