Loading...
HomeMy WebLinkAbout2011-066 DID #29 Reroute Project Agreement with Tri-Valley Construction, Inc.CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of November 20 16by and between the City of Yakima, hereinafter called the Owner, and Tri—Valley Construction, Inc. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 51,927.27 , for Yakima Stormwater Division, DID #29 Reroute, City of Yakima Project No. 2445., all in accordance with, and as described in the attached plans and specifications and the 2016 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in fifteen (15) working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (11th) working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorneys fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA this day of _ 20 I .() CONTRACTOR Tri—Valley Co .truc ion, By: n actor Corporation ee Huylar (Print Name) Vice President a ' 2 (President, Owner, etc.) CITY CONTRACT NO: Zit, of �' l�l,� 04-, N 1J ',;gddr- s: 1008 N 1st Street ��: a _ — o _a 4��1� �r'i Yakima, WA 98901 0 ,-d . Yakima Stormwater Division DID #29 Reroute CITY OF YAKIMA PROJECT NO. 2445 INVITATION TO QUOTE CITY OF YAKIMA STORMWATER DIVISION Contractor: 2220 EAST VIOLA AVENUE YAKIMA, WASHINGTON 98901 Phone: PHONE 575-6077 Address: Quotations will be received by the Yakima City Clerk until:3:00 PM, October 27, 2016 PROJECT SCOPE This contract provides for the installation of storm drain pipe and a catch basin, beginning in the backyard of 320 N. 29th Ave. and ending at an existing manhole on N. 29th Ave., as well as other related work all in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. INSTRUCTIONS TO THE CONTRACTOR Please return your lowest price for the following project by 3:00 p.m., October 27, 2016 to the Yakima City Clerk's Office, 1st floor of City Hall. If you have any questions call Randy Meloy at 576-6606. The city reserves the right to reject any or all quotations and to accept any or all items at the price quoted. The city intends to award this contract within 10 calendar days after bid opening. 1 QUOTE Yakima Stormwater Division DID #29 Reroute • • l•ity OT irakima rroJect No. Z44D ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 MOBILIZATION Per 2016 WSDOT Standard Specification 1-09.7 1 LS 2 SPCC PLAN Per 2016 WSDOT Standard Specification 1-07.15(1) 1 LS 3 STRUCTURE EXCAVATION CLASS B INCL. HAUL Per Contract Specification #20 70 CY 4 ROADWAY EXCAVATION INCL. HAUL Per 2016 WSDOT Standard Specification 2-03 84 CY 5 SOLID WALL PVC STORM SEWER PIPE 10 IN. DIAM. Per WSDOT Standard Specification 7-04 341 LF 6 CIRCULAR FRAME AND COVER Per Contract Specification #13 2 EA 7 CATCH BASIN TYPE 2 48 IN. DIAM. Per 2016 WSDOT Standard Specification 7-05 1 EA 8 CRUSHED SURFACING TOP COURSE Per Contract Specification #14 192 TON 9 HMA REPAIR Per Contract Specification #15 62 SY 10 CEMENT CONC. TRAFFIC CURB AND GUTTER Per 2016 WSDOT Standard Specification 8-04.3 5 LF 11 PROJECT TEMPORARY TRAFFIC CONTROL Per 2016 WSDOT Standard Specification 1-10.4(1) 1 LS 12 SAW CUT Per Contract Specification #16 439 LF 13 REPAIR OR REPLACE Per Contract Specification #26 EST. $ 1,000.00 14 PLUGGING EXISTING PIPE Per Contract Specification #18 1 LS 15 CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT WITH RIVER ROCK Per Contract Specification #17 16 SY 16 RAISING MANHOLE AND RELOCATING FENCE Per Contract Specification #19 1 LS SUBTOTAL OF BASE BID: STATE SALES TAX 8.2%: TOTAL COST OF BASE BID: 17 ADDITIVE ITEM #1 FILLING EX. CONC. PIPE WITH CDF Per Contract Specification #27 1 LS 3 SUBTOTAL OF ADDITIVE ITEM #1: STATE SALES TAX 8.2%: TOTAL COST OF ADDITIVE ITEM #1: TOTAL CONSTRUCTION COST: Contractor's Signature: Date: / / Addendum Acknowledgment 4 Yakima Stormwater Division DID #29 Reroute CITY OF YAKIMA PROJECT NO. 2445 SPECIFICATIONS I. GENERAL/SPECIAL INSTRUCTIONS 1. Description of Project: This contract provides for the installation of storm drain pipe and a catch basin, beginning in the backyard of 320 N. 29th Ave. and ending at an existing manhole on N. 29th Ave., as well as other related work all in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. 2. Workmanship: The contractor shall furnish all labor, equipment, and materials, which are necessary to complete the work as described in these specifications. Quality of workmanship shall conform to that which is usually provided by the trade in general. A Performance Bond equal to the bid amount shall be required. 3. Regulatory Requirements: The project shall be performed in a manner that is in compliance with all applicable federal, state and local laws and regulations, including, but not limited to, vehicle regulations (WSDOT/HMTUSA/other), environmental laws and regulations (EPA/WDOE/local), and health and safety laws and regulations (OSHA/WISHA/City Safety Codes). 4. Records: The contractor shall maintain operational records at its place of business for a minimum of five years. These records shall include: point of material pick up, type of material, quantity of material. 5. Prevailing Wages: The contractor will comply with all provisions of Chapter 39.12 RCW- Prevailing Wages on Public Work. A. RCW 39.12.010 - The Prevailing Rate of Wage: Contact the Department of Labor and Industries, to confirm current prevailing wage rate for applicable workers on this particular public work project. B. RCW 39.12.040 - Statement of Intent to Pay Prevailing Wages and an Affidavit of Wages Paid: Before the City may pay any sum due on account, it must receive a statement of Intent to Pay Prevailing Wages approved by the Department of Labor and Industries. Following final acceptance of a public work project, and before any final money is disbursed, each contractor and sub -contractor must submit to the City an Affidavit of Wages Paid, certified by the Department of Labor and Industries. C. RCW 39.12.070 - Fees Authorized for Approval Certification and Arbitrations: Any fees charged by the Department of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of the contractor. 6. Termination - Cause: The City reserves the right to terminate this contract at any time, upon written notice, in the event that the services of the Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this agreement. In addition to the foregoing right of termination, the City may terminate this contract, with or without cause, upon thirty (30) days written notice to Contractor. 5 7. Right to Award: The City of Yakima reserves the right to make contract award by Schedule or on an all or none basis, whichever is in the best interest of the City. 8. Submission of Quote: Quotes shall be submitted to the City Clerk's Office, Yakima City Hall, 129 North 2nd Street, Yakima, WA, 98901, by 3:00 p.m. on October 27, 2016 in a sealed envelope labeled: Yakima Stormwater Division DID #29 Reroute City of Yakima Project No. 2445 with the quote due date written on it. Bidders will not be allowed to adjust their quotes after submission. 9. No Disturbance: The contractor shall not disturb grounds or materials outside the sphere of the contracted project. 10. Coordination: The contractor will coordinate his work with City of Yakima Construction Supervisor Bruce Floyd at 509.576.6138 or 509.728.3457. 11. Timing: Successful vendor shall coordinate with contacts listed above as to when work will be accomplished. Work shall be completed within 15 working days. 13. Circular Frame and Cover: The Contractor shall install new circular frame and cover for manhole on both the existing DID manhole located in the backyard of 320 N. 29th Ave. and the new Type 2 Catch Basin. For the backyard manhole, the Contractor shall remove the top 16" of the manhole at the grouted joint, a 4" thick Contractor provided flat slab lid with 2' opening shall be placed over the manhole, and the new circular frame and cover shall be placed on top of the flat slab. The Contractor shall dispose of the existing manhole concrete pieces and concrete manhole lid from the backyard off site. The new circular frames and covers shall be supplied by the City of Yakima and can be picked up at the Wastewater Collections building, 204 W. Pine, Yakima, WA 98902. Contact Robert Brown, Collections Supervisor, at (509) 406-7103 to schedule the pickup. The unit contract price per each for "Circular Frame and Cover for Manhole" shall be full pay for all equipment, materials and labor needed to perform the work as described. 14. Crushed Surfacing Top Course: Along the line of new storm drain pipe, crushed surfacing top course shall be used to bed the pipe. In the areas beneath existing asphalt concrete pavement, crushed surfacing top course shall be used full depth, from the bottom of the trench to top of subgrade. Crushed surfacing top course shall be used as backfill around all sides of the catch basin type 2. Placement of the crushed surfacing top course shall be in compliance with WSDOT Standard Specification 7-08.3(3) Backfilling. The unit contract price per ton for "Crushed Surfacing Top Course" shall be full pay for all equipment, labor and materials needed to install and compact the material. 6 15. HMA Repair: Along the line of new work, it will be necessary to partially remove existing asphalt roadway surfaces. These areas will then be reconstructed to match the existing pavement section matching the curb or adjacent pavement grades. Before excavating or trenching, these areas shall be saw cut. Repair of the roadway surface shall be done in compliance with City of Yakima standard detail R7, including applying asphalt for tack coat on the edges of existing pavement in the pavement repair area and using a minimum depth of new asphalt equal to 1.5 times the depth of existing asphalt removed. The Contractor shall conduct the excavation operations in a manner that will protect the pavement areas not designated to be removed. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. Placement of the HMA shall be accomplished in lifts. Each lift shall not exceed 0.35 foot compacted depth. Compaction shall be accomplished by mechanical tamper or a roller as approved by the Engineer. Hot mix asphalt used for HMA repair shall be HMA CI. 1/2" PG 64-28. The unit contract price per square yard for "HMA Repair" shall be full pay for all equipment, labor and materials to perform the work as described. The City of Yakima will pay for the required Street Break Permit. 16. Saw Cut: The unit contract price per linear foot for "Saw Cut" shall be full pay for all equipment, labor and materials for saw cutting asphalt concrete pavement and cement concrete pavement. 17. Concrete Driveway Removal and Replacement with River Rock: Along the line of new work, it will be necessary to remove part of an existing concrete driveway. The north edge of the concrete along the property line shall be saw cut. After installation of the storm drain line, this area shall be backfilled and topped with construction geotextile fabric, as approved by the Engineer, and minimum 4" layer of river rock, similar in size to the adjacent river rock area. The line and grade of the river rock shall be the same as the concrete which was removed. If any part of the driveway concrete other than the southern portion located at the west end of the driveway is removed, the Contractor shall remove enough additional concrete so that the section left to replace will be at least 8' by 8'. All sections/slabs removed will be replaced to their original size. The unit contract price per square yard for "Concrete Driveway Removal and Replacement" shall be full pay for all equipment, labor and materials needed to perform the work as described. 18. Plugging Existing Pipe: The 8" concrete pipe heading northeasterly out of the manhole in the backyard of 320 N. 29th Ave. shall be plugged for a distance of two diameters with commercial concrete. Care shall be used in placing the concrete in the pipe to see that the opening of the pipe is completely filled and thoroughly plugged. The unit contract price per each for "Plugging Existing Pipe" shall be full pay for all equipment, labor and materials needed to perform the work as described. 19. Raising Manhole and Relocating Fence: There is an existing buried manhole beneath the fence separating 308 N. 29th Ave. from 311 N. 30th Ave. The Contracting Agency will locate the manhole for the Contractor. This manhole shall be raised to flush with the ground using concrete riser rings and a Contracting Agency supplied circular frame and cover. Soil removed for raising the manhole shall be disposed of offsite. 7 The existing fence above the manhole shall be removed a minimum of 3' from both sides of the manhole lid. New fence shall be constructed around the east side of the manhole so that the fence is a minimum of 3' from the manhole lid. The new fence shall be built from materials approved by the Engineer and similar to those of the existing fence and shall be constructed to the same height. The new fence shall be painted or stained to match the existing fence. All fence posts at angle points shall be embedded in concrete a minimum of 2', with the post holes having typical dimensions of 2.5' deep by 1' diameter. The Lump Sum price for "Raising Manhole and Moving Fence" shall be full pay for all equipment, labor and materials needed to perform the work as described. 20. Structure Excavation Class B Incl. Haul: WSDOT Standard Specification 2-09.3(4) Construction Requirements and 2-09.4 Measurement shall remain unchanged. WSDOT Standard Specification 2-09.5 is supplemented with the following: "All costs associated with saving or replacing the river rock and weed barrier along the line of the new storm pipe at 318 N. 29th. Ave. shall be considered incidental to the unit cost per cubic yard for Structure Excavation Class B Incl. Haul." If the existing river rock and weed barrier are not reused, replacement river rock shall be of a similar size, placed in a minimum 4" thick layer and placed at the same line and grade. Replacement weed barrier shall be construction geotextile fabric, as approved by the Engineer. 21. Business License: All bidders shall have a valid and current business license issued by the City of Yakima covering this type of work. it will be the contractors responsibility to obtain any licenses or permits required, to complete the project. 22. Right to Reject: The City of Yakima reserves the right to reject any or all quotes or accept any presented which meet or exceed these specifications and which they may deem to be in the best interest of the City and will not necessarily be bound to accept the low quote. 23. No Preferences: No exceptions will be considered that may tend to give an individual bidder a distinct advantage. 24. Contractor's Liability Insurance (Sample Certificate Attached): The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage and automobile coverage with insurance carriers admitted to do business in the State of Washington. The insurance companies must carry a Best's Rating of A -VII or better. The policies will be written on an occurrence basis subject to the following minimum limits of liability: Commercial General Liability: Combined Single Limit: $1,000,000 Per Occurrence $2,000,000 Annual Aggregate The City of Yakima, its agents, elected and appointed officials, and employees are to be listed as additional insured under the policies. The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate will provide 45 days notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. The contract shall also maintain workers compensation through the State of Washington. If at any time during the life of the contract or any extension, the contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the contract. 8 25. Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other City contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract only; it is not to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. If the contractor has not previously filed an E -Verify Compliance Declaration with the City, the contractor must sign the attached E -Verify Compliance Declaration and submit it to the City prior to being awarded the contract. Failure to do so may be cause for rejection of the bid. 26. Repair or Replacement: This work shall consist of repair of any incidental damages to miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. Payment for "Repair or Replacement" shall be made by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair and Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 27. Filling Ex. Conc. Pipe with CDF: This work shall consist of filling an 8" concrete pipe with control density fill. The pipe begins at the storm manhole at 29th Ave./Lincoln Ave. and proceeds southwesterly to the manhole in the backyard of 320 N. 29th Ave. The portion of line to be filled is approximately 150' long and begins at the 29th Ave./Lincoln manhole. The line is collapsed beyond 150'. The 8" concrete pipe heading southwesterly out of the manhole at 29th Ave./Lincoln Ave. shall be plugged for a distance of two diameters with commercial concrete. Care shall be used in placing the concrete in the pipe to see that the opening of the pipe is completely filled and thoroughly plugged. The pipe shall be exposed behind the house at 322 N. 29th Ave. and the control density fill shall be placed in the pipe at that location. The lump sum unit price for "Filling Ex. Conc. Pipe with CDF" shall be full pay for all equipment, labor and materials needed to perform the work as described, including plugging existing pipe, backfilling and compacting, placing control density fill, and repairing any damage to the grounds at 322 N. 2r Ave. to the satisfaction of the Engineer. 9 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 20, by and between the City of Yakima, hereinafter called the Owner, and a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ , for Yakima Stormwater Division, DID #29 Reroute, City of Yakima Project No. 2445., all in accordance with, and as described in the attached plans and specifications and the 2016 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in fifteen (15) working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (11th) working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorneys fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this day of 20 ,a Corporation City Manager Attest: City Clerk Contractor By: (Print Name) Its: (President, Owner, etc.) Address: 10 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That whereas the City of Yakima, Washington has awarded to (Contractor) hereinafter designated as the "Principal" a contract for the construction of the project designated Yakima Stormwater Division, DID #29 Reroute, City of Yakima Project No. 2445, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: NOW, THEREFORE, we, the principal, and (Surety), a corporation, organized and existing under and by virtue of the laws of the State of , duly authorized to do business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the sum of $ (Total Contract Amount) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by those presents. THE CONDITIONS OF THIS OBLIGATIONS IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and material men, and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Yakima, Washington, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work and shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects developing in the material or workmanship provided or performed under said contract, within a period of one year after its acceptance by the City of Yakima, Washington, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this day of , 20 . Approved as to form: (City Attorney) 12 (Principal) By: (Signature) (Print Name) (Title) (Surety) By: (Signature) (Print Name) (Title) A a CERTIFICATE OF LIABILITY INSURANCE DATE (%M/ D/ YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Insurance Agent Address City, State, ZIP Code CONTACT NAME: PHONE FAX .(AIC,.NO Ext)' nuc, No): E-MAIL PRODUCER CUSTOMF,RJD.' INSURER(S) AFFORDING COVERAGE INSURER A " A- VII or better admitted carrier ** NAIC # INSURED Contractors Name Contractors Address INSURER B : INSURER C Date INSURER D : EACH OCCURRENCE INSURER E : DAMAGE TO RENTED PREMISES (Ea occurrence) INSURER F : MED EXP (Any one person) COVERAGES CERTIFICATE NUMBER: (Certificate No. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL INSR SUER WVD POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP (MMIDDIYYYY) LIMITS A GENERAL X _ GEN'L I LIABILITY COMMERCIAL GENERAL LIABILITY —1 CLAIMS -MADE --X-1 OCCUR X Policy No. Date Date EACH OCCURRENCE $ 1.000.000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100.000 S 5,000 MED EXP (Any one person) PERSONAL & ADV INJURY S 1,000.000 GENERAL AGGREGATE S 2,000,000 AGGREGATE LIMIT APPLIES PER: POLICY n JET F LOC PRODUCTS - COMP/OP AGG $ 2,000,000 S A AUTOMOBILE X LIABILITY ANY AUTOlz, ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS Policy No. Date Date COMBINED SINGLE LIMIT (Ea accident) S 1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTY DAMAGE (Per accident) $ S $ A X UMBRELLA LIAR EXCESS UAB X — OCCUR CLAIMS -MADE 011cyllillib Date Date EACH OCCURRENCE S 1,000,000 AGGREGATE S 1,000,000 DEDUCTIBLE RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY OFFICER/MEMBER EXCLUDED? ER/EXECUTIVE I (Mandatory In NH) J It DESa,RIPTION under DESCRIPTION OF OPERATIONS below1,000,000 N I A Policy No. Stop Gap/Employer's Liability Date Date WCxOTR TORY LIMITS $ 1,000,000 E.L. EACH ACCIDENT EL DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE- POLICY LIMIT S DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, H more space Is required) (Project Name and Project Number) The City of Yakima, its agents, employees, volunteers, and elected and appointed officials are additional insureds. 10 Days Notice of Cancellation due to Non-payment of Premium. 30 Days Notice for all other reasons. CERTIFICATE HOLDER City of Yakima 129 N. 2nd Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Agent Signature (This certificate replaces certificate# 1995448 issued on 11/1/2010) © 1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD 14 COMMERCIAL GENERAL LIABILITY WN GL 49 01 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU PRIMARY AND NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured any person or or- ganization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an addi- tional insured on your policy. Such person or or- ganization is an additional insured only with respect to liability for "bodily injury", 'property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are com- pleted. B. The Limits of Insurance applicable to the additional insured are those specified In the written 'bontract or written agreement or in the Declarations of this policy, whichever is Tess. These Limits of Insur- ance are inclusive of, and not in addition to Limits of Insurance shown in the Declarations. C. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to: 1. "Bodily injury', "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render, any professional architectural, engineering or surveying services, including: WN GL 49 01 09 a. The preparing, approving, or failing to pre- pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifica- tions; or b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations far a prfnctfpat es a pant of the same,pro)act. D. As respects the coverage provided under this en- dorsement, Paragraph 4.b. of the Other Insurance Condition is deleted and replaced by the following: 4. Other Insurance b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as an insured whether primary, excess, contin- gent or on any other basis unless the written contract or agreement described in A. above specifically requires that this insurance be provided on either a primary basis or a pri- mary and noncontributory basis. Includes copyrighted material of Insurance Services Office Inc. with its permission. Page 1 of 1 0 15 POLICY NUMBER: CPP 1009640 01 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projectisl: COVERAGE APPLIES TO CERTIFICATES OF INSURANCE REFERENCING FORM CG2503 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes le- gally obligated to pay as damages caused by "occurrences" under Section I - Coverage A, and for all medical expenses caused by acci- dents under Section I - Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Proj- ect General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project Gen- eral Aggregate Limit is the most we will pay for the sum of all damages under Coverage A. except damages because of "bodily injury' or "property damage" included in the "products -completed oper- ations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Desig- nated Construction Project General Aggre- CG 25 03 05 09 gate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shell they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences' under Section I - Coverage A. and for all medical expenses caused by atm undirIntim, 1 --eamerandi at Wn1C 'C no: be .entibuted only to onOAing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Opera- tions Aggregate Limit, whichever is ap- plicable; and © Insurance Services Office, Inc., 2008 Page 1 of 2 Wolters Kluwer Financial Services I Uniform Forms TM 16 2. Such payments shall not reduce any Des- ignated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the 'products -completed operations hazard" is provided. any payments for damages because of "bodily injury" or "property damage" in- cluded in the 'products -completed operations hazard' will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Desig- nated Construction Project General Aggregate Limit. Page 2 of 2 D. If the applicable designated construction proj- ect has been abandoned, delayed. or aban- doned and then restarted. or if the authorized contracting parties deviate from plans, blue- prints, designs. specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section 1I1 — Limits Of In- surance not otherwise modified by this endorsement shall continue to apply as stipulated. Insurance Services Office, Inc., 2008 CG 25 03 05 09 17 COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejection of bid. E -VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E - Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name: Dated this day of , 20 Signature: Printed Name: Phone #: Email Address: 18 i 471 1.jr) I —11 < o .... ....0 al -.- ,..,,, 1/4S1 T1 -6 I ' r, u 0 0