Loading...
HomeMy WebLinkAbout2004-078 City Wide Drainage Improvements Agreement with Ken Leingang Excavating, Inc. CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 9 day of ®01V1 ;E4a , 2006, by and between the City of Yakima, hereinafter called the Owner, and Ken Leingang Excavating, 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: $ 28,673.00, for City Wide Drainage Improvements, Project No. 2200, all in accordance with, and as described in the attached plans and specifications and the 2006 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 Seven (7) working days. The first chargeable working day shall be the 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. 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. IV. 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 006. Ken Leingang Excavating, Inc., a Washington Corporation By: C r City Man r C / Atte : ��`/�•� � � ,A,(4 % / ( I (Print Name) City Clerk / Its 4' ti>. (President, Owner, etc) Address: 1117 North 27th Avenue Yakima, WA 98902 77 PERFORMANCE BOND Bond Number: 6445404 BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS; That w, the under&gned, Ken Leingang Excavating, Inc. Washington First National Insurance Company Corporation as Principal and - ., of America a corporation organized and existing under the laws of the State of, Washington as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CiTY OF YAKIMA in the penal sum of $28,673.00 * for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. * Twenty Eight Thousand, Six Hundred Seventy -Three and No/ 100 the This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this / . day of e9e® 20 !j Never -the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on 10-9 2 , the City Manager and City Clerk of the OM OF YAKIMA has lot or Is about to let to the said Ken Leingang Excavating, Inc. _ , the above bounded Principal, a certain contract, the said contract being numbered°, and providing forc i ty Wide Drainage Improvements (which contract is referred to herein and is made a part hereof as though attached hereto), and, * * city Project No. 2200 WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said Ken Leingang Excavating, Inc. 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, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or properly 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, 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 appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but othenyise It shall be and remain in full force and effect. Ken Leingang Excavating, Inc. (Contract° thy;,_ (Print Nara) Approved as to form: • a � r� - (President, Owner, etc... First National Insurance Company ( Attoi eY? of America (Surety) April L. Champagne (Print Name) it Attorney -in -Fact Safeco Insurance Companies o POWER PO Box 34526 OF ATTORNEY Seattle, WA 98124 -1526 No. 349 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint * * * * * * * * * * * ** *JILL A. BOYLE; APRIL L. CHAMPAGNE; KAREN P. DEVER; SCOTT FISHER; PETER H. HAMMETT; SUSAN B. LARSON; DEANNA M. MEYER; CARL NEWMAN; STUART A. O'FARRELL; STEPHEN J. WACHTER; Bellevue, Washington; DAVID L. ECKROTH; KAREN A. HUNT; BARBARA R. JOHNSON; MARIE I. MATETICH; CHARLES A. SZOPA; Anchorage, Alaska************************************ * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** its true and lawful attorney(s) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 16th day of December , 2005 . APAet.44; Na16 rA.- — STEPHANIE DALEY - WATSON, SECRETARY MIKE PETERS, PRESIDENT, SURETY CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley- Watson , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this day of *WZ: 0ANC 'c "le-eP1441. ‘4136 SEAL 0 • STEPHANIE DALEY - WATSON, SECRETARY a Safeco® and the Safeco logo are registered trademarks of Safeco Corporation. S- 1049/DF 4/05 WEB PDF Client #: 6841 KENLEING ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/25/06 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Parker Smith & Feek, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Bellevue Office HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 2233 112th Avenue NE Bellevue, WA 98004 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Transcontinental Ins. Co. Ken Leingang Excavating, Inc. INSURER B: Transportation Ins. Co. 1117 N. 27th Ave. INSURER C: Continental Casualty Company Yakima, WA 98902 INSURER D: _ INSURER E: COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION LTR NSR • TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YY) DATE (MWDD/YY) LIMITS A X GENERAL LIABILITY 2074847407 11/01/06 11/01/07 EACH OCCURRENCE $1 000 000 X COMMERCIAL GENERAL LIABILITY D-; MAGE TO RENTED $100 000 Eli CLAIMS MADE I X OCCUR , Ell MEO EXP (Any one person) $5 000 III PD Ded:2,000 PERSONAL & ADV INJURY $1 000 000 GENERAL AGGREGATE $2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG 52 000 000 POLICY n JE : n LOC C AUTOMOBILE LIABILITY 2074847360 11/01/06 11/01/07 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 II ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ 01 HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ■ ANY AUTO EA ACC $ OTHER THAN AUTO ONLY: AGG $ B X EXCESS/UMBRELLA LIABILITY 2074847312 11/01/06 11/01/07 EACH OCCURRENCE $2 000 000 fl OCCUR 1 I CLAIMS MADE AGGREGATE $2 000 000 $ ■ DEDUCTIBLE $ X RETENTION $ 10,000 $ A WORKERS COMPENSATION AND 2074847407 11/01/06 11/01/07 I TORY U ATS 1 X GER EMPLOYERS' LIABILITY Employers Liability ANY PROPRIETOR /PARTNER/EXECUTIVE E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (WA Stop Gap) E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Job No.: 06 -097 - Project: City Wide Drainage Improvement City Project 2200. The City of Yakima is included as Additional Insured per the attached endorsement with respects to the aforementioned project. CERTIFICATE HOLDER CANCELLATION Ten Dav Notice for Non- Payment of Premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF YAKIMA DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN c/o Brett Sheffield NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 129 N. 2nd Street IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Yakima, WA 98901 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE L k i N ACORD 25 (2001/08) 1 of 2 #M71897 ICD00 0 ACORD CORPORATION 1988 POLICY NUMBER: 2074847407 CNA G- 17957 -G it (Ed. 01 /01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF THE "PRODUCTS- COMPLETED OPERATIONS HAZARD ". SEE PARAGRAPH B.3. OF THIS ENDORSEMENT FOR THIS COVERAGE CHANGE. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. • CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH LIMITED PRODUCTS - COMPLETED OPERATIONS COVERAGE- This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to 2. The Limits of Insurance applicable to the include as an insured any person or organization, additional insured are those specified in the including any person or organization shown in the written contract or written agreement or in the schedule above, (called additional insured) whom you Declarations of this policy, whichever is Tess. are required to add as an additional insured on this These Limits of Insurance are inclusive of, and not policy under a written contract or written agreement; in addition to, the Limits of insurance shown in the but the written contract or written agreement must be: Declarations. 1. Currently In effect or becoming effective during the 3. The coverage provided to the additional Insured term of this policy; and by this endorsement and paragraph t. of the 2. Executed prior to the "bodily injury," "properly definition of "insured contract" under d DEFINITIONS (Section V) do not apply to "bodily damage," or "personal and advertising injury ". injury" or "property damage arising out of the B. The insurance provided to the additional insured is "products - completed operations hazard" unless limited as follows: required by the written contract or written 1. Thal person or organization Is an additional agreement. When coverage does apply to "bodily injury° or "property damage° arising out of the insured solely for liability due to your negligence "products- completed operations hazard" such specifically resulting from "your work" for the coverage will not apply beyond: additional insured which is the subject of the written contract or written agreement. No a. The period of time required by the written coverage applies to liability resulting from the sole contract or written agreement; or negligence of the additional insured. G- 17957 -G Page 1 of 2 (Ed. 01/01) KENLEIMCERT06(E01) G- 17957 -G (Ed. 01/01) b. 5 years from the completion of "your work" on (1) Give written notice of an occurrence or an the project which is the subject of the written offense to us which may result in a claim contract or written agreement, or "suit" under this insurance; whichever is less. (2) Tender the defense and indemnity of any 4. The insurance provided to the additional insured claim or "suit" to any other insurer which does not apply to "bodily injury," "property also has insurance for a loss we cover damage," or "personal and advertising injury" under this Coverage Part; and arising out of an architects, engineer's, or (3) Agree to make available any other surveyor's rendering of or failure to render any insurance which the additional insured professional services including: has for a loss we cover under this a. The preparing, approving, or failing to prepare Coverage Part. or approve maps, shop drawings, opinions, 1. We have no duty to defend or indemnify an reports, surveys, field orders, change orders additional insured under this endorsement or drawings and specifications; and until we receive written notice of a claim or b. Supervisory, or inspection activities performed "suit" from the additional insured. as part of any related architectural or 2. Paragraph 4.b. of the Other insurance Condition is engineering activities. deleted and replaced with the following: C. As respects the coverage provided under this 4. Other Insurance endorsement, SECTION IY — COMMERCIAL GENERAL LIABILITY CONDITIONS are amended as b. Excess Insurance follows: This insurance is excess over any other 1. The following Is added to the Duties in The Event insurance naming the additional insured of Occurrence, Offense, Claim or Suit Condition: as an insured whether primary, excess, contingent or on any other basis unless a e. An additional insured under this endorsement written contract or written agreement will as soon as practicable: specifically requires that this insurance be either primary or primary and noncontributing. G- 17957 -G (Ed. 01/01) Page 2 of 2 KENLEINICERT06(E01) 1r' _,, DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT 1 , Engineering Division . • )'.? 129 North Second Street Yakima, Washington 98901 �� N . • Z2 tee e • C. i-� TE T 1,. (509) 575 -6111 Fax 576 -6305 K. Wendell Adams, City Engineer September 8, 2006 RE: Request for bid for Drainage Improvements. Perspective Bidder: The City of Yakima is seeking bids to modify the drainage system in the vicinity of 5607 Marilane Street and to reconstruct a 55 -foot section of pavement on 32n Avenue in front of 721 S. 32 " Avenue. The work shall be completed by November 3, 2006. This bid request is being sent to the following three contractors: Durand's Inc., Muffet and Sons Construction, LLC, and Ken Leingang Excavating, Inc. The work on Marilane Street consists of purchasing and installing a new catch basin type 2, 48 inch diameter with solid metal cover, purchasing and installing 12 -inch diameter PVC pipe from the existing catch basin to the new catch basin and from the new catch basin to the 36 -inch diameter perforated pipe (approx. 20 feet), connecting the 12 -inch diameter pipe to the existing catch basin, plugging an existing 10 -inch pipe, and constructing an underground infiltration basin, 50 -feet long by 8 -feet wide by 6 -feet deep. This work will require approximately: 170 cubic yards of structure excavation including haul; 500 square feet of shoring; 50 linear feet of 36 -inch diameter perforated pipe; 130 tons of gravel backfill for drywell; 17 tons of crushed surfacing base course; and, 11 tons of commercial hot mix asphalt. Access for local traffic must be maintained at all times, and traffic control devices will be required to protect the public. The work on South 32 Avenues consists of rebuilding the roadway so that it drains to the catch basin to the south. This work will require approximately; 35 cubic yards of roadway excavation; 45 tons of crushed surfacing base course; and, 25 tons of hot mix asphalt, class 1/2 inch, PG 64 -28. At least one -lane, two -way traffic will be required at all times. The project shall be completed within seven (7) working days. All work shall be done in accordance with the 2006 Standard Specifications for Road, Bridge, and Municipal Construction. Please submit your lump sum bid, including tax, to the City's Engineering Division prior to 2:00 pm on Monday, September 25, 2006, at which time the bids will be opened. The project will be awarded to the low bidder. Thank you for your interest in this project. If you have any questions, feel free to call me at 576 -6797. Sincerely, Brett H. Sheffiel , E Surface Water Engineer City of Yakima Yakima 1 110! 1994 MARILANE INFILTRATION TRENCH & 32ND PAVEMENT REPAIR 1 NH _ VICINITY _ _ _ mil W NE MEO ,t,./.-4-rip— co SW • -- 11 UN ,.. sin Ems, * W — 11111 1 z • e ' � ■ i ■ ■ ■ �� a © KERN R. �•■■ 11 1�i �� 4 , ,// �.. mom Nei �� 1 � � p�I f�. ... �■n ■ X11 ■' 1 d • - - ■ II ■ A r. Aim 11 N - ■ 4111�:�: �� 0111111111*, ■ .:. !L� ,ail. . .111111 •■ .. ;� 0 '► . 6 0 ` ■ .. J■uni . - aw l► �w . _ ` 1�■A Q ? ■ = Wm- / Mil IS '�� !w MO re a � m� ea: a- � `� ■■■I Z • rmam¢m �n = 0 o �'' >#© 1 ► 4, t.I. rr -A ,•...• m ®B ti- a- ■ 0 ■ 0 !I� . ■ ■� , ■ 1 ■., E I ■' �., ■ ■ lint i m g, a7 Maw g =N A E P A RK I N M ' 1 111,1 ■ � _ lG■i`'li Y�■1�� �. �i c■a i�a; ' ia .■e' - . ._... fi ►`�' �� ■■ �= - . ■■1 ' s r a ■■©■1■ r L E i t� 1: ,;,: -�� IID1.�. d11 ■iueE @4! �� tIii: ■ !!!!r! !'I ■ .... . _ ...n ..►oi� .�1 I :: 1111 ® ®® ',� .i�J� I; : 1E ear ��1■■■ ■ion 1ri111111 i�r 111111111101 91 ■ irciaifirogimegink.... _ • ■. m ■■*� 6 :■■tn11:� 1 :1∎101:11111■ ■1wa 1 M om S' �8�■ O ■�� i n ma � /ni■ ow 11 11 :; n W © p = ■ � k.. 47 iy;tt ■ ■I i� `111 , :1 � o■ 1111■ ■ ■1ii ■� n1i �■I : I •... - ♦ r1 ■ ■11■ r ■ : . LI 1!l11:�J .1 p ♦� ♦i� .1111 .. ■ � �� ' ■ i . ! .w at ■a en p■ ♦ � im �■ ■ ■t . ♦ �� � ■ :Y R 11 11 11■ MD 1 ,/ ■ - ■• . ■� ■4 - ■ � � - ft t: rim ■ ■■ 111.■an • E■■ N I■ m■■ ■■ ♦ _ ; A f • . ■ ■ ■■ 1 m 1 p- -I EE W MIN ■ ® ■� E� ■ ■■ ■/��1��1� � 1■ TiMOM 1 �.1�i� �■ 1111 I I I 1 1111111 11 l� ■■n .� II � ■ ■ ■ ■ �� ■ . ■ 0 g1 mmum ■ ■■■1 re .vm 1111111 u 1 B ■ , . r__ � E : 1- . ■ : EJ$ 11- � ViiLl ¢ �' -' -� s ��a u1��� � � d�' �� "��� ©�� � ■ If �!IR�� ' R11.M1 � - � � �� C _�' rAl ■ � �:- — 1�a■ - ■ �� ......... �,. bar ' pio ' BE - .R� r �i?: s e. - N HI 111M -la ■- 1.i ■ ■ f / H U 11 ♦ } ■ ■ _ _■ IR ■�� .1 e 1:P np moil ! uj . ... • " s 1 al Ilk 01 �, . ��e (!■r _ M. iiiii ii ■ �, =� ! — — w —►s . = ss. _ ■n - — _ _ ■ t, _ —■a IN MiEMI - ❑ gi i ��inum■ ■■■■■■ ■ i ■M _ ° !. mule m pli 1111/ _ ti �� : 11 7 ■ ■ ■ ■ ■■� �� ` 7�� lf■■■■ ■1111■■ ■ 1E �I LL , .■ llii 111 1111111. - 1 , _ Mil III Id 1 i. gm Ivo 1 ■ t _= M 1 III/ ■ „ i 1 ■ 11111 ■ I !1I 1 11U1 I 1111■■ � , - � 1 � . � � ■ �0' �� �■ ■ - � �1 .. � Q'. . - IIM minm -- .- u* - te � ��■ �� _ - • ■ ■W I - u .. — ; i 1 � � 1fI��� � — ,�� ��'!" -I.w ►i ...;■; .1 4. I = -_ ■- -= �= = �e1le1� 11111� = 1 p 111, ll- � 411E .11&-4 _.� - a . Ll R T R E : : /:1 : (el 5'� , ❑ 1 _ It11111� c . �1Zi i :� 1�■� ♦ .` 4444. _ • _ . • rr::Ir ■E_E 1 I I I I I - ... - - . mg ■ I �K r f 1::::. ��� +�1 � 11� - .. — I I I I 1 I Itll �IIIII u � mm f 9 ■ >! *i— _ _ ■ ���� —R, ■ :1 d! a i : - — r 7— - i Z ■ ■ Q -� ■1■ ■ ■ I♦ - - — v ■ ■1: \_ — lY 1 L' L r I I I 1 1 I �■ • .. _ .,II. -�� r ■� _ � f 1.111 ■ ■ ■1►� � 1..: 1 �� ■111 � �� � ■! _ -� i !i1i1 a ion -� w m o ■ - a A ■i ' m ■� m -- Immi - j = - -- ` ■■1� l ea ■ ■� ■ �r -_ �.■ MK ■c ■� NI 11.11■■ ■ 1111 ■ e ■ 11 . .II, ■ .- .■r. .1.1 me is - 11 - i ■ _ • 1 1 E 5IiI �� - r )t11 ■� �� - -� . � , . _ ■ ■ ■■ Imp ..r - m -� Nair ra _ a ! IP ! IPi■ i — ; ■ - rim •■ - n ■5 ■ ■E 11%1 fi ,� Nom �r ■.: No Ills • IN TT wal � �1I v'a r 1 ■� 1 1�r; 1. ■ !a 1 :WE a■ I M.,...,. . : r — = — I d> r 1 J 1111.;; 1 1■ 1■ I 1 Mil �.,�■ In ` ■n ,IINIM ■ a■■ N 6 O N N 1 ■ M A N �_. •� ,� �2121.01111 ■ � 11.11 ■ ����+, �� , r �L ■ : � .- ■��� ■ m LL .. „ 2 i .` - . 11111 ,, 11111111 -. -. , � _ � 11 G 1111 NI ■i �i ■ ■■ ' ■ L .� ■ - \ � ■ 1 ��/ 1 r. ..c .� ♦ 5 44 44 ■n k :. � ■ ■ I c -_ ' iE � r' . 11 ' u ` _ t r 7 ice'11111 11 : Q _ �� — d � - - 1lla I : r ��� ,�.,., c 1111: Pi " 11!11 ■ul :fil a R ; 11 a. w -- ■ ♦ a� ��IYIti1 ....111.1. L I Mg P' V Il5 • : RI ST• ' 1111 - 10,___ - _- ' ,`'' Ilimii [6: ■■i im (/ 1111■■■■ IIIIIIIIM� fr■ ■i 11 � ar. ¢ ����A�� _ � �■.■ �! Q = _ IN Mg r ■IlI fR11iiirr�,r 1:7 ET •� 1.1!11 *!f .. _ .del► ►c7• = =1111 -- _ ■■i ■■■■■��■ rn■ N�roN ~ 1111111 LLI •':l�l■ - LN - 11 W '•'ii� 1111 II i � ` I • 1I ��■ ��• - — IIIS: IN 7 1 N K D T D Z N c N 0 (n m z 0 7) 0 c N z o 1 1- 1 1 1 0 70 D _ z Z D --I m N 0 1 m n cn Z 0 n T1 01 r 0 = X 7) K W c N D m > 0 0 0 D Z m Co z .. X - 7 o m m m N z A m N " m I N 0 0 fT — D —< cf) A > , ' so l��a�a s s _ _s _ s s J m m x / II d) cn ^ �1 7 A CO W 0 0 Q N , / _., / N N , -I Project En BHS MARILANE STORM DRAINAGE SYSTEM ®g Y� Storm Drainage Plan .. Rro City Of Yakima Drawing Scales t:: :�I° Engineering Division Horizontal = 1"=10' ` . �.'..' .. �' 129 North Second Street Vertical = NONE City of Yakima Project No. % Or,: :: : ", ' / Yakima, Washington I 1 1 I I I I I I I I 0 I O K rn D m 0 D r I n r O Z r M I I —9 (_,r x 0 I O II am O r I co c z z u' N p 0 0 0 5 U) Il 1.1 m A m 0 O m '0 O w II m z °D . IIg W Rl '�1 s O i A D 0 I K 1 K m n CO r- n a' I K K D F I v D cn I n • I N I = I rn m I z I O I I I I I I I m N m N CO M a Project Eng. BHS MARILANE STORM DRAINAGE SYSTEM t ir , N Storm Drainage Plan � �-o City Of Yakima Drawing Scales ( �;� Engineering Division Horizontal = 1 `�. •' -' 129 North Second Street Vertical = NONE City of Yakima Project No. ,_ ,..� Yakima, Washington t 1 - .. i . • i , . . „ . , 1 r , . , • : g . . . 1 — ' , ... , , . ", -• — I ()ISIT‘la L.);,..11„.“.to:11:.;,•1,, . • , „, , •• ; . ,, c.'.:s...: .., • [ ' I 3 -, , • • , , . ' .„ • . t..t.W.i '::: , \ .i! ) Asl 1 '" • ' • ., 1 . : • , ,' __ : . . . ,. . i -• ......„ e '-•''--' „, r ,,,,,,- ' -.. • . - ,, r.. . , .,. - . • , ,.'.... ; :.`•,'• . ' ''• ' ,:'",” , 4 , , ■ ' ' , ■ ' , .1, '' - -- , , .'''' ' -- ""'''' ":,'-' - • .. • , ,,. , , i ..": : i".. - ", , . 1 , ; " „; •, .? , 1. fii,, : ,t1,4110; : tliiUlk ;-." -• , , ;, ': .. , „.-!' „ ... ,. . .., . .. , ,,...: , • • 4140.iiii ' - '2'''' ":4-:' - 0-'.,.A 1 , . . : . , „ , , . . , „ , ..., , . ---:::'''',;;-:,-;-''', ,. , .. , :: 0 ; C,,, , ' , ,, ,,,„ ' ' • ..... , . . . . t . .. ,„ **,, , • . . ,,, ,. , ....,",-",t....,•fa-:;%--;;,'• . .;.*:;.tr,,,- , .... 2 . '.. : ,-,,-, • . • „ . • ..,,,,-'.'.- - ,, , , .. ,. , , ,Rt.: , N, ,,,,,--- , • . - .. ,t , - :st- ,,,,,,,,--.,- ,,, f ,,;.,,x . • . ,, ''?:'; . . ,.. . '. - ',.-, .--s;':::: ' ,'' '%‘40''''' -..:'*V . - • .-', ' - - ,,-- --'::Tw.t,:r*;'- i .. '.'e.<",',';-;.;-.1 ' .'' , ::::' , 1 , ' ; ,'-' •:,is, . '... '.:-....- -..: ;, ,,.- .,,, f: - : ' ,,,, , . . . . -:,.,-," , --:- - -' . t,..--:.." r .-. ,- .., - , ,.. - -,..,-,..-, „i,-,,',4 . . . „. „ . . _, - . , . , . „ . "--:-.-''e. :; , ., .. -- -.- - . - „,......;-,,,,,,, , . . .... ., . , :. ',..- -,,, .,v,&.,,, ,, :,,, , p ,,,,,,,,, „,,,: ,„.- ., ..,,, .. -: ,-,-,;: , '.'.,,;-:'-'::::-: ,.., : , - .,,,,,,,,,,„ ...,,., ,, :,...; , :,..,: :;,:i.; ' ..: ,, . ' t •:[ -A t 0,:t . A .4t ' '' 4k . ::[ :' ,[1 n :t t : Ata t tt[tV%[ [^ .[ [ ..J : 1 tt,':',•-•',A.-tttrOtt,-;['[.'',A,I.,,.. ' , • ''.." - 't' A t „ ' tt t - 1. , ; t ,, , ,. „, ,A , , . . , t „A. . tAt.„,,,, ' 2:t.S., 2,,,, t ,[ t tA '' ',•: [- :t ' " t : ' ' t?‘ ;t: Wt;t - . : • ''‘ - :•-• tt A . ' t, : ,' t't ,A' : : ::. tt , [[[[ -; :":1I t ;itttA:tk[tV; , [4t,tt. ,t [. [ Att,At'tt,:. , ;' , ,tty , , . . - - : .1 :[,.,, AA ,[ , - t,” - . ' '-,rr ---- -, :r\- „, z , rv.„>., ,, t ,,, ,, , -.:,:i- • - • ' ' '),,fig i •i,:r .-T" ,•,--__-' . -. _ - .'; •: r ....„ r•:„ -,,,,:•, , - - - . •„- - --.- . .. „ ,'-‘,--- ' - ..,--r , . . - - , ) ,,,..,p.,-,,-„,.. _ ::.,--r--,.•,-r-a . . -. r „ , . . . . - ,, I- r .,'"•:.:_--::•,'' ...„:-, - ,;, -. , r _,44.., -,, :•yr ,-, " „.,,:`:,t4i,f;,', t,t..' '',,, t ' . - ,. ,,,, , , , ,Vt.Y.:' - ' -. - - " - .'"' '--- • :'" `'-‘.- . '2.... f,- • 1,... / t • .. , ., ' .. 1 (,,,,,. , . ' ' , „ . .. . , „ - i , • . - ..• - • • • t I . „ „ ., . . „ • . - - . „ , „ - ' 1, ',.- , ' ' • .„. ( ' . , . ...-...44,;,- • . . ,, . , ---, •!, : . „.„ , t . , „.., ,•: 1 • . . - • .• . ,, :,:•,.-:,,, .:5 ••• • •'::• - „ 4 , t( , -.,',?;‘,:t:„Ti• - ,,, , :-e, , lf,'#014-4,!:„. , :,,,:1,:- , „-• ,,,• , . , . • , _ -.. : ', '.:...:1 - ,, , i, ,, :'--•„. :. „4„4,, -,,,,,,-- . .-,:.:,,,,, ,.•.:.',:- .. ' • . „, . 2 . ;,,„, ...: ,,.„.• ;•,, : -f i . : ,-"' ' ' ".':- '-:,',:---.'''' '''' At t k A - A , . . • - '* .,. ...,,,,„......s,.......,, : . „ , . , ,-. — .,:.-,44„ ,,:.--..,-- ,,, -.1..,.../fe700.,14 , 0. -4, '444 • . . . , . ':.:, '4 '';'-'-''' • . .''': :.!!•,'%'., .' : ' - .f.:'''; '-',, '211 /•:' "0: '.,..;,.. 10A,,:p' t. *P.,, ' 4 ' '4 , .... . , ;...;441:i - - - . ,,:: - ...,;, ,, 4%7Ar, a .4.,i-i,' , ', - -',F31;,:;::',. .' -:',0 •,•!,.,,t, . , -, t.,-...,..tt..fi‘‘:,,,,,,ot,-t'f.17;;,;::15,,, , -',,,,` 7, "m -.., f ,- .:::, • • • : '':::W•i4g4 Ip • ..-„, . • •, •,; Ati'fAct'f4qt,"R`N:' .4?"','''''''' -4 . f • .,r'-',A',4*:. .'. r *,- 40 ,4, - - r - ! . . .•:, , ' '.- -- - ';&,&% ,,,,9 444,f4' '''', ,"' fe''- '-',''''' " f . . ,: - ,-,,•••• P -, - .,..,-,,,, ,..,e,', • '',.% ..,-.',,,,,,,,. / ),,,,4. %.., ':.' ..,,.,i,. , ' '‘ - T,-"f,S" . •';• „ , , „'c41::.' , ..0•;• , W1r4r1g3x2w . - - e':,;%, 4 ;4,ii„ , t74?,r12,%',A.4:-.. , ::41 . 00',: , . '• .',':,'•?''. • ... . . . : . ).-) ‘..„, '$10Nr ,, Cs .,1 ,0'4r , ; ,- ffi4 1, 40.A . iiegirngiim A „ s i , ', '- : -- ::: •, : : .4'1 ,1 v ) . : . . . -p, -, c .,,, , - •:'i•-aqqkpk ,-;,- ,„ ,.. , ,, 4 ,,,,, 4 4 , ,--.-, .,.,/: A . t Att%.,.,tr'" , t Att ,/ 'A,t: '' - - [7, - , i . , t C. A . , . - • ., ; .' ;:, ;:. i t :: t. [ A [ A nAt tt , ^.,".'SrP' , ':, :‘, t ;''' - — - • . ' ' ' i - ' • • - .i - - • • — -';' — - ' ttti[ etAt:,. '',:' - ' ' ' .,,t,V4VAA , , :tt[ ; ' ,% 1 4 4 ,t„tttrA t t ,t i:t.V . : . , : : t ' ':: ' :[- t tt t ly *: t ',V P -- . , AWAYA,' :: t' : • , N.'„,11 - • . :Jeti4 , -, - ,,* ‘",-•. . ,t— ! .., .. . ; , ‘, - • • , N[t.., ,,- ,/,,, "' [ A•tg0P4 .- ;. (6, • , : . ', • . , ; . . . • . . ! . , . f . I : , . • I ,' , • t' . '.;•,„-.,-:: , -,---- ,, ' 1 1 ......," . .... , . .. ":-..r•-r ,•,,,•„; , . '-• ID . " „ . , t , „ : - 1 - , : - ' , - • = t . ', t-..-. (., ti ...) • It* . . .. ' - : . „ , ., . . .. ' 1 't ' . A • . . . '‘ .„ . . , . • y L . . . . . ... . . . . „ . . . - - 1 , . ' „ . , - . , „ . . .. „ .. • - - . , . . . „ . . - . . - . ,...... „. . ?,..,;,,,,,,,-, . - ' -"--,• -,g' . 4 - ' ' . . . , . . . . , • - • , - „ . . . . . - - „ i . . . . . . . . . : ,„, . • - - . • , . -- 1--- . . . . . . ! . ,, t, , , . „ • . ,. „ . . .. . .. . 1 .... . ..„ I . ,- . . . . ‘-• . , . . . 1 . 1 ! , i ' , .. , . • [ 1 L„P 1.1.... . . . ' . 1 I . • . . . ' . . „ . , . . . . .. . . . .. . , . .. „ . ' . . . , , ,' • , - . .. . , . . . „ . . . , . . . .. , .. . . . . , . . . . ' . . , . . . . 1 . , , ,• . . . . „ . , . . .. . . . . t . . . f , . f " ' • . . • . ' , . . . . • • r . . . • I i . . • . . . . . . : , . . . • . . • , • , • i , . • I 3 I I i I c I v, 0 c w j � g z o: x , O W �} r `� nn e � " T.RVATIONS 'L ELF. VATIONS RIGHT ELEVATIONS �° STATION EXIST. ET.FV NEW ELF V STATION STATION ' O� LEFT E r"' , I. EXIST. ELEV NEW ELEV. EXIST. ELF :V NEW ELEV. i ' sZ p ( 1+00 94.11 94.11 1+00 94.10 94.10 1+00 93.77 93.77 1 +05 94.05 94.05 1 +05 94.11 94.12 1 +05 93.86 93.79 1 +15 94.09 94.09 1 +15 94.15 94.16 1 +15 94.05 93.84 1 +25 94.12 94.12 1 +25 94.18 94.20 1 +25 94.07 93.88 ' 1 +35 94.15 94.15 1 +35 94.20 94.24 1 +35 94.10 93.93 11 I 1 +45 94.21 94.21 1 +45 94.27 94.28 1 +45 94.03 93.97 1 +55 94.29 94.29 1 +55 94.33 94.33 1 +55 . 94.01 94.01 Q { r_< n LT. ELEVATION LOCATION ELEV. LOCATION RT ELEVATION LOCATION I / 11' 11' N 11 1 2"-HMA, CL.1/2", PG.64 -28 i _ Up } SAW -CUT EXIST. PAVEMENT �� \. \\ j 0 0 I 6" CSBC i SAW -CUT EXIST. PAVEMENT j tf) U I 1 ' I ° j n OI = 1 co � CROSS- S�CTIO\ ! , ; 11 ■ _ , m I c) O N ( i N v 1 � >? g O N I w ¢ 1 H � I c I F 0 0 _ ~ I 1 1 I 4 -- 1 SOLID MANHOLE COVER OR APPROVED EQUAL WITH THE WORD "DR AIN' "� 24" DIA. M.H. OPENING ' ALIGNED WITH STEP CAST IRON RING AND COVER PER WSDOT STD. PLAN 8 -18b FINISHFD GRR?. Q w GROUT BETWEEN 7 i` 4 , : � W RISERS AND N - HDPE ECC REDUCER TO N GRATE (TYP.) STEPS I 'ti'.. /'SIv10OTH WALL PIPE STUB J{ n. '. I PERFERATED PIPE PER II ( ; I v I' / � �PROJEC T REQUIREMENTS w I i 12" PVC I i / /`I .7 / t PIPE FROM / . It PIPE /'" I I i `� i REDUCER CATCH BASIN ■ I I / i /. 12 " PVC „ CA . � � \ F ERNCO SERIES 1055 -1212 IF REW:.iIR;t : �- \l=K3 N-- .CaIP,L INC DR EO�' VEn1F7 I / �I 1 Y' SI FOR PIPE DIAMETERS i2" y "X12 PVC/TEE ----- I i /,, N' 1. - . , v :x e" Dl.A • I 1 _ D wRA f FUR VI VABIUTY, CLASS 5 1�=i ^ S P.{ P I/ / � 4 r C o Y _ ' �- ' Y L7N LIT D • AGE G � .AS1N' TYPE 2 4" DIA. . , _14 .. l . _ 5-? f �� ' " `` GRAVEL B.AC.KF /LL FOR DR :'t1 PER SE.CTiON 9- 03.7 2(5) IN VERT ELEVA TION (SEE PLA � J PERCOLATION TRENCH OSS SECTION N TS NOTE: 1) SEE SPECIAL PROVISIONS FOR CONSTRUCTION DETAILS. 2) SEE PLANS FOR PERCOLATION TRENCH DIMENSIONS. 3) FOR CATCH BASIN DETAILS SEE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD PLAN B -1e. E CATCH BASIN TYPE 2 111TH INFILTRATION TRENCH J AI* RUVEU: CITY OF YAKIMA - STANDARD DETAIL CATCH BASIN TYPE 2 6 a BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 1(0 For Meeting Of 3/6/07 ITEM TITLE: Final Contract Payment For Signal Flashers B Street and East Lincoln Ave SUBMITTED BY: tiiSt R. Cook Department of Community and Economic Development CONTACT PERSON /"TELEPHONE: Brett Sheffield, Chief Engineer — 576 -6797 SUMMARY EXPLANATION: This project consisted of the installation of eight new 12" solar- powered yellow flashing beacons with 48 inch "Watch Cross Traffic" warning signs and eight new 12" solar- powered red beacons with standard "One Way" signs and 48" "Stop" signs, all mounted on steel poles. Final inspection for this project was made and the recommendation is that the project be accepted. This Council action is to accept the project and approve the fmal construction cost. Contractor: Knobels Electric Contract Award: 11/21/05 Contract Cost: $92,525.50 Amt. This Payment: -0- The above total contract cost is for construction only and does not include engineering and other costs. Resolution Ordinance X Other (Specify) Final Contract Payment Contract Mail to (name and address): Funding Source Arterial Street Fund APPROVED FOR SUBMITTAL: / «,, ity Manager STAFF RECOMMENDATION: Accept the project and approve fmal construction cost. COUNCIL ACTION: Project was accepted and final payment approved. , OF YAKIMA, WASHINGTON FILE NO. 2122 IMPROVEMENT: CITY OF YAKIMA 40TH AVENUE REPAIR 2/26/2007 CONTRACTOR: SUPERIOR PAVING CO. RECONSTRUCTION MADE BY WL PROGRESS ESTIMATE NO. 2 (FINAL) NO. ITEM UNIT QUANTITY UNIT AMOUNT % OF CONTRACT PRICE CONT AMOUNT 1 SPCC PLAN LS 100% $500.00 $500.00 100% $500.00 2 MOBILIZATION LS 100% $12,500.00 $12,500.00 100% $12,500.00 TRAFFIC CONTROL SUPERVISOR LS 100% $7,000.00 $7,000.00 100% $7,000.00 4 TRAFFIC CONTROL (Min. bid $5000.00) LS 100% $16,000.00 $16,000.00 100% $16,000.00 5 ROADSIDE CLEANUP FA 0.00 $5,000.00 $0.00 0% $5,000.00 6 SAW CUT, PER INCH DEPTH LF 0.00 $0.35 $0.00 0% $635.25 7 ROADWAY EXCAVATION INCL. HAUL CY 1815.00 $13.20 $23,958.00 111% $21,621.60 8 CRUSHED SURFACING BASE COURSE TON 0.00 $12.50 $0.00 0% $0.00 9 ASPHALT TREATED BASE TON 1692.01 $54.20 $91,706.94 111% $82,384.00 10 HMA CL. E PG 76 -28 TON 2015.28 $54.20 $109,228.18 100% $109,484.00 11 ADJUST MANHOLE EA 4.00 $300.00 $1,200.00 133% $900.00 12 ADJUST VALVE BOX EA 14.00 $300.00 $4,200.00 350% $1,200.00 13 ADJUST MONUMENT CASE AND COVER EA 1.00 $300.00 $300.00 100% $300.00 14 REPAIR OR REPLACEMENT FA $615.00 $5,000.00 $615.00 12% $5,000.00 15 ANTI - STRIPPING ADDITIVE DOL 100% $700.00 $700.00 100% $700.00 CHANGE ORDER #1 CHANGE OF QUANTITIES CHANGE ORDER #2 SOUTHEAST COMMUNITY CENTER $56,123.34 PREVIOUS PAYMENTS TOTAL $324,031.46 123% $263,224.85 1 $307,829.89 CHANGE ORDERS $0.00 2 TOTAL DUE CONTRACTOR $324,031.46 3 4 LESS PREVIOUSLY PD. $307,829.89 I certify that the above estimate is true and correct. LESS 5% RETAINAGE $16,201.57 TOTAL ($0.00) '- elitt -41 C'' \J City Engineer September 19, 2005 Russell's Nursery 6710 Tieton Drive Yakima, WA 98908 ATTN: Jerry Russell Re: 2005 Convention Center Irrigation Dear Mr. Russell: The City Manager of the City of Yakima has authorized award of the above referenced project to your company on the basis of your low bid submitted on August 23rd, 2005, in the amount of $39,437.82 for Schedule 'A' only. This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared three (3) copies of the Contract, along with certificate of insurance information. You have ten (10) days from this date to sign the three (3) copies, furnish the required Certificate of Insurance and return them to our office. Your attention is directed to the additional insurance requirements and special ACORD form wording. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed sets will be distributed to the City Clerk, City Engineer, and Contractor. For your information, we are enclosing a Liability Certificate Checklist and a copy of the bid summary for this project. Sincerely, G� =mo K. Wendell Adams, P.E., City Engineer cc: Robert Desgrosellier, Senior Engineer Sheldon Butler, Director of Operations Wendy Leinan, Contract Specialist City Clerk Finance File Page 1 of 2 CITY OF YAKIMA LIABILITY CERTIFICATE CHECKLIST Contractor: Russell's Nursery Project: 2005 Convention Center Irrigation 1. Carriers admitted in the State of Washington an A -VII or better in Bests Guide. 2. Commercial General Liability on an occurrence basis subject to a $1,000,000 limit per occurrence. 3. Automobile includes "Any Auto" and is subject to a $1,000,000 limit. 4. Employers liability shown at a $1,000,000 limit per occurrence. 5. City of Yakima, City of Union Gap, their agents, employees, and elected and appointed officials are listed as an additional insured. 6. Copy of additional insured endorsement included 7. Per job aggregate endorsement shown. If not, is a $2,000,000 umbrella limit shown over $1,000,000 underlying? 8. Is the general liability policy subject to a deductible of $5,000 or less? If higher, approval is required by the City. 9. Under cancellation section is "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" crossed out? Is 20 days or more notice of cancellation shown? Page 2 of 2 CITY OF YAKIMA 2005 CONVENTION CENTER - PARKING LOT IMPROVMENTS BID Schedule A ITEM DESCRIPTION UNIT QTY UNIT PRICE PRICE SUPPLY AND INSTALL IRRIGATION SYSTEM LS 1 3 1.1 y 9 '0o - SUB TOTAL 3 ( 8.2% SALES TAX q , 8 Z SCHEDULE A TOTAL r3 9, z/ 37. � Schedule B ITEM DESCRIPTION 1 UNIT 1 QTY 1 UNIT PRICE PRICE SUPPLY AND INSTALL IRRIGATION SYSTEM LS 1 ? ya o SUB TOTAL a 1 7oQe) D-1 8.2% SALES TAX cl /,2 - 4'c f SCHEDULE B TOTAL v• TOTAL BID (SCH. A + SCH. B) -7 / a 7(')- .al, you MA-3 deduc.L S% ScilecLu /er s 13 44e olon e at +Le Savne -I(iV rJ • 7o& 7S' Contractor's Signature: ilk : ,v44 Date: / �i 0 • 7i l WI �', Washington State � g a Order Department of Transportation Project: (Name) Yakima Convention Center Change Order Number 1 (Address) 101 N. Fair Avenue Change Order Date November 21, 2005 To: (Contractor) I Russel's Nursery Contract Number 6710 Tieton Drive Yakima, WA 98908 Contract Date '1 / /3 / I ( III You are directed to make the following changes in this Contract: 1). Two Cuts in concrete, install sleeves and asphalt, $ 1,530.00 2). Remove Junipers and trees, hauling and dump fees, $ 1,500.00 3). Five Hawthorn trees, planted, @ $124.00 each, $ 620.00 4). Remove rock, bark, landscape fabric, hauling and dumping fees, $ 1,440.00 5). Topsoil 45 yards @ $16.00, $ 720.00 6). Preparation for sod, $ 640.00 7). Provide adnm install 3,022 sq. ft of sod @ $0.38/sf, $ 1,148.36 8). Automatic sprinklers in three planters, (east pkg, north side) $ 5,301.00 Subtotal $ 12,899.36 Wash St. Sales Tax $ 1,057.75 Total $ 13,957.11 Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was $ 39,437.82 Net change by previous Change Orders $ 0.00 The Contract Sum prior to this Change Order $ 39,437.82 The Contract Sum will be: ® Increased ❑ Decreased ❑ Unchanged by this Change Order $ 13,957.11 The new Contract Sum including this Change Order will be $ 53,394.93 The Contract Time will be: ® Increased ❑ Decreased ❑ Unchanged by 5 working days The new Contract Time will be 35 Working days Contractor Approval Recommended Approved Project A. rri r for /�rppr ving Authority By I4f ! /i B Y-- - W By Title Date t C •c2a Title City Manager Principal AF it �,9bA e t. Date , V / ` Date J °K.%- Q `a Date )) - )- Z--(;) (75 Original to: ❑ Contractor Copies to: ❑ Region ❑ Construction Administrator ❑ OSC Accounting ❑ Architecture Administrator DOT Form 570 -001 EF Revised 9/99 �--1 c;1-1 del, a INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 of Yakima, until 2:00 PM on August 25, 2005 and will then and there be opened and publicly read for the construction of: 2005 CONVENTION CENTER - PARKING LOT IMPROVMENTS This project consists of providing and installing all materials to complete parking lot irrigation and landscaping improvements at the existing City of Yakima parking lot located between 8 & 9 Street along Yakima Avenue. Parking lot improvements shall include the design and installation of an underground irrigation system in the existing planters with the addition of sod and trees as shown on the site sketch provided in these specifications. The Contractor shall be responsible to dispose of all removed and /or unused materials to an approved disposal site. The Contractor shall Bid both schedules A and B for the Bid to be considered. Award may be for either schedule or both based upon the budget. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington. A pre -bid conference will be held on the project site at 10:00 AM on August 18, 2005. The conference will feature project discussion, DBE Contractor participation and requirements. The City reserves the right to reject any or all bids and proposals. DATED this 1st day of August, 2005 (SEAL) KAREN ROBERTS CITY CLERK PUBLISH August 11, 2005 August 12, 2005 CITY OF YAKIMA 2005 CONVENTION CENTER - PARKING LOT IMPROVMENTS BID Schedule A ITEM DESCRIPTION UNIT QTY UNIT PRICE PRICE SUPPLY AND INSTALL IRRIGATION SYSTEM LS 1 SUB TOTAL 8.2% SALES TAX SCHEDULE A TOTAL Schedule B ITEM DESCRIPTION UNIT QTY UNIT PRICE PRICE SUPPLY AND INSTALL IRRIGATION SYSTEM LS 1 SUB TOTAL 8.2% SALES TAX SCHEDULE B TOTAL TOTAL BID (SCH. A + SCH. B) I Contractor's Signature: Date: / / SECTION A: DESCRIPTION AND SCOPE OF THE WORK SCOPE OF THE WORK The work consists of installing a complete underground lawn sprinkler system and make landscape improvements to the existing Yakima Convention Center parking lot located between 8 & 9th Street along Yakima Avenue. Plumbing and electrical work shall conform to the prevailing codes, and unless specified otherwise, the construction of the sprinkler system shall include the furnishing, installing and testing of all irrigation equipment, along with the restoration and /or improvements proposed in these plans and specifications. The Contractor shall. bid BOTH schedules A & B or the bid will be considered non - responsive and rejected. The final award shall be based upon the combined total bid. SECTION B: GENERAL CONDITIONS PURPOSE OF THE SPECIFICATIONS It is the intention of these specifications together with the accompanying drawing to furnish clear documentation: • Indicating delegation of responsibilities between the Irrigation Contractor (known hereafter as the Contractor) and the Engineer. • Indicating extent of irrigation coverage. • To provide a description of typical conditions that contractors must meet in order to fulfill an irrigation system contract. • Indicating typical equipment specifications that enable the user to identify the function and performance of Sprinklers and related equipment. • To serve as an aid to the architect or engineer who may be required to provide such information as part of a design package. UTILITIES The Contractor shall notify the utility companies and arrange for underground utility location marking prior to the commencement of any work, and shall be responsible for any damage to all public and /or private utilities. ENGINEERS AUTHORIZED REPRESENTATIVE The contractor shall coordinate all work with Sheldon Butler, Convention Center Facilities Manager at (509) 576 -6398. The designated representative shall have full authority to approve work performed by the Contractor, make field changes that are deemed necessary and approve estimates submitted by the Contractor for payment. PROTECTION OF WORK AND PROPERTY The Contractor shall maintain adequate protection of all his work from damage and shall protect the Engineer's and adjacent property from injury or loss arising from this contract. The Contractor shall be solely responsible to maintain the site in order to accommodate for Convention Center bookings. EXAMINATION AND VERIFICATION OF THE DRAWING AND SITE Utilities shown on the drawing are diagrammatic. Locations of all sprinkler heads, valves, piping, wiring and related equipment shall be established by the Contractor at the time of construction. It shall be the Contractor's responsibility to report to the Engineer's Authorized Representative any deviations between drawings, specifications and the site. Failure to do so prior to the installing of equipment and resulting in replacing, and /or relocation equipment, shall be done at the Contractor's expense. REGULATORY REQUIREMENTS The material for all Schedules must be disposed of at a disposal site permitted to accept such materials. Choice of disposal site must be approved by the City of Yakima. 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 (OSHANVISHA/City Safety Codes) 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 an awarding agency 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 awarding agency 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. 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. 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. SUBMISSION OF BID Bid shall be submitted to the City Clerk's Office, Yakima City Hall, 129 North 2nd Street, Yakima, WA, 98901, by 2:00 p.m. on August 25, 2005 in a sealed envelope labeled 2005 CONVENTION CENTER - PARKING LOT IMPROVMENTS, with the bid due date written on it. NO DISTURBANCE The contractor shall not disturb grounds or materials outside the sphere of the contracted project. REVIEW OF SITE All bidders shall visit the site prior to submitting their Bid and become aware of any problems, which may affect their Bid. Bidders will not be allowed to adjust their Bids after submission, based on information, which could have been obtained through a site visit. It is mandatory that each Contractor contact the persons listed below to schedule an on -site review if they do not attend the pre -bid conference. 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 contractor's responsibility to obtain any licenses or permits required, to complete the project. RIGHT TO REJECT The City of Yakima reserves the right to reject any or all Bids 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 Bid. NO PREFERENCES No exceptions will be considered that may tend to give an individual bidder a distinct advantage. ORDINANCES AND REGULATIONS All local and municipal Rules and Regulations relating to any portion of this work are hereby incorporated into and made a part of these specifications and their provisions shall be carried out by the Contractor. Anything contained in these specifications shall not be construed to conflict with any of the above mentioned regulations or requirements, and where a conflict may occur the regulations of the governing code shall be adhered to. However, when these specifications and /or drawings call for or describe materials, workmanship or construction of a better quality, higher standard or larger size, these specifications and /or drawings shall take precedence over the requirements of said Rules and Regulations. MATERIALS AND WORKMANSHIP Whenever any material is specified by name and /or number thereof, such specifications shall be deemed to be used for the purpose of facilitating a description of the materials and establishing quality, and shall be deemed and construed to be followed by the words "or approved equal." No substitutions will be permitted which have not been submitted for prior approval by the Engineer's Authorized Representative. All materials shall be new and without flaws or defects and shall be the best of their class and kind. Sufficient descriptive literature and /or samples must be furnished for any materials submitted as "equal" substitutes. All materials shall be guaranteed for a period of one (1) year against material defects and workmanship. All materials and equipment shall be installed in a neat and workmanlike manner. The Engineer's Authorized Representative reserves the right to direct the removal and replacement of any items which in their opinion shall not present an orderly and reasonable neat or workmanlike appearance, provided such an item can be properly installed in such an orderly way by the usual methods in such work. Such removal and replacement shall be done, when directed in writing at the Contractor's expense without additional cost to the Engineer. PERMITS AND INSPECTIONS Any permit for the installation or construction of any of the work included under this contract, which is required by any of the legally constituted authorities having jurisdiction, shall be obtained and paid for by the Contractor, each at the proper time. He /she shall also arrange for and pay all costs in connection with any inspections and examinations required by these authorities. In all cases, where inspection of the sprinkler system work is required and /or where portions of the work are specified to be performed under the direction and /or inspection of the Engineer's authorized Representative, the Contractor shall notify the Engineer's Authorized Representative of the time when such inspection and /or direction is required. Any necessary re- excavation or alterations to the system needed because of the failure of the Contractor to have the required inspections shall be performed at the Contractor's expense. ELECTRICAL SUPPLY AND CONTROLLER LOCATION The Engineer and the Contractor shall mutually agree on the location of the irrigation controller. The Engineer is responsible for providing a 110 -volt power supply within ten feet of the controller location. BACKFLOW PREVENTION Where the water supply is to be taken from a potable water service, the Contractor shall supply and install an adequate backflow or anti - siphon continuous pressure device at the source, in agreement with the local plumbing code. The Contractor should make himself familiar with the local municipal Plumbing Code within the area of the contract. Some municipalities now require permits and inspections. WATER SOURCE The water source is 3/4" City of Yakima water service meters. The Contractor shall utilize these water sources for all irrigation improvements. If a booster pump is required, the pump shall be isolated from any copper piping by means of dielectric unions and shall have isolation valves on both the inlet and discharge sides. If the water source is to be provided from a reservoir or pond, etc., the irrigation pump does not require any potable water backflow prevention devices. (See section E.1, Irrigation Pumps) CHANGES OR ADDITIONAL WORK The Engineer, may, without invalidating the original contract, order such changes or additions as may from time to time be deemed desirable or necessary. In so doing, the contract price shall be adjusted to the mutual agreement of the Contractor and the Engineer, with all work being done under the conditions of the original contract except for such adjustment in price and in extension of time as may be necessary. The Contractor shall bring such a change to the attention for the Engineer's Authorized Representative and they shall together work out an agreeable change, which may be necessitated by deviations in construction from original plans by other contractors on the job. Any change in price brought about by such deviations in construction over original plans by other contractors shall be agreed upon by both the Contractor and the Engineer before work proceeds. EXCAVATION All excavation shall be included in the lump sum price without exception. When additional backfill material is needed to replace rock and /or other materials, it shall be the Contractors responsibility and expense to supply such materials, for backfill, at the site locations designated by the Engineer's representative. It shall also be the Contractors responsibility to dispose of the unsuitable materials removed from the trench that cannot be used in the backfill operations. INSURANCE 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. TIME OF COMPLETION Where a specified time of completion is so designated in the Contract, all delays caused by any act of neglect by the Engineer or Engineer's Representative or by other contractors in the construction of the project of which this work is a part, changes ordered or necessitated by deviations in the general construction or schedule of other contractors on the project, inclement weather conditions, Acts of God and acts beyond the control of the Contractor such as strikes, fire, lockouts, unusual delays in shipments; shall not be cause for delay in payment of estimates as presented and shall be considered as Bona Fide causes for extensions of time. The Engineer and the Contractor shall agree on reasonable extension of time. If the Engineer is delayed in completion of part or parts of the project so that the irrigation Contractor must leave the job and return at a later date to complete his installation, payments for work completed and material delivered shall not be held back, and extensions of time for completion of work shall be granted if needed. The Engineer shall reimburse the irrigation Contractor for any expense incurred due to these delays unless otherwise herein specified. WINTERIZATION All irrigation systems located in freezing climates must be drained to avoid damage. This may be accomplished by: i. Properly grading all piping to designated low points, with manual drain valves installed in valve boxes having a gravel drainage sump. ii. Utilizing an air compressor, with the installation of the required adaptor to the irrigation mainline as part of the initial construction. The Contractor is responsible for the supply and installation of the appropriate winterizing provision (access) (i, or ii) and shall complete the winterizing operation the first year as part of his initial construction contract. GUARANTEE It shall be the Contractor's responsibility to insure and guarantee complete coverage of the areas shown on the drawings to be irrigated, without excessive overthrow onto streets, driveways and buildings. The Contractor shall also guarantee the satisfactory operation of the entire system and the workmanship and restoration of the area. The entire system shall be guaranteed to be complete and perfect in every detail for a period of one year from the date of its acceptance, and the Contractor HEREBY AGREES to repair or replace any such defects occurring within that year, free of expense to the Engineer. RECORDS & AS -BUILT DRAWINGS 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, and disposal site. Disposal records shall include bills of lading, manifests, or other documentation of disposal. As part of the award, the successful contractor shall prepare a set of working drawings to be review and approved by the City staff prior to award of the contract. The Contractor shall maintain a set of record drawings throughout the project and supply a record set to the City once the project is complete. Upon completion of his work, the Contractor shall prepare an as -built drawing of the system indicating: • sprinkler model and location • pipe size and location • automatic valves model and location • winterizing adaptor location (if applicable) • wire or control tube location - controller location -main shut -off valve and any isolation valve locations /dimensioned location of buried sleeves The as -built drawing shall be drawn to scale. SECTION C: INSTALLATION EXCAVATION AND BACKFILL Trenching: Trenches for sprinkler lines and wiring shall be of sufficient width minimum of six inches (6 ") permit proper handling and installation of the pipe and fittings. The first four inches (4 ") of backfill materials over the pipe shall be free of stone or any foreign objects greater than 3/4 -inch diameter. The top six inches (6 ") of backfill shall be free of rocks over one inch. Piping Tess than 1 -1/2" inches in diameter shall have a minimum cover of ten inches. Piping greater than 1 -1/2" inches in diameter shall have a minimum of fifteen inches. Any road crossings shall have a minimum eighteen inches of cover. The backfill shall be thoroughly compacted in six -inch lifts, and evened off with a minimum one inch of topsoil. In rock areas, the trenching depth shall be two inches below normal trench depth, to allow for placement of selected fill. All trenches that are opened during any particular working day shall be closed and backfilled the same day. Pulling: Where soil conditions allow the pipe depths of cover described above to be met, the irrigation piping may be directly installed without trenching by use of a vibratory plough. The feed blade must be equipped with a minimum bullet diameter of 1 -1/2 times the outside diameter of the pipe to be installed. In each of the above operations, the Contractor is responsible for keeping the interior of pipes free from dirt, and debris, and for restoring the site to its original condition, including responsibility for damage to existing trees, shrubs, and structures, along with settlement of trenches within the warranty period. Generally, piping under concrete or asphalt shall be installed by jacking, boring or hydraulic driving. Where any cutting or breaking of sidewalks, concrete work and /or asphalt is necessary, it shall be removed and replace by the Contractor. Permission to cut or break sidewalks, concrete and /or asphalt shall be obtained from those having proper jurisdiction. Where piping on the drawing is shown under paved areas but running parallel and adjacent of planted areas or turf areas, the intent of the drawings is that the pipe be installed in the planted or turf areas. IRRIGATION PIPE P.V.C. One inch (1 ") or smaller shall be Class 200 (SDR21) One and a quarter inch (1 1/4 ") or above shall be Class 160 (SDR26) or approved equivalent. Plastic pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the manufacturers, along with the installation of concrete thrust blocks where the pipe changes direction. Plastic pipe shall be cut with a hand saw or hack saw in a manner so as to ensure a square cut. Burrs at cut ends shall be removed prior to installation so that a smooth unobstructed flow will be obtained. All plastic -to- plastic joints shall be solvent -weld joints or slip seal joints. Only the solvent recommended by the pipe manufacturer shall be used. All plastic pipe and fittings shall be installed as outlined and instructed by the pipe manufacturers and it shall be the Contractor's responsibility to make arrangements with the pipe manufacturer for any field assistance that may be necessary. The Contractor shall assume full responsibility for the correct installation. All plastic to metal joints shall be made with female plastic adaptors. The solvent weld joints shall be made in the following manner: 1. Thoroughly clean the mating pipe and fitting with a clean dry cloth. 2. Clean the mating surfaces with primer. 3. Apply a uniform coat of solvent to the outside of the pipe with an approved applicator. 4. Apply solvent to the fitting in a similar manner. 5. Re -apply a light coat of solvent to the pipe and quickly insert it into fitting. 6. Give the pipe or fitting a quarter turn to insure even distribution of the solvent and make sure the pipe is inserted to the full depth of the fitting socket. 7. Hold in position for 15 seconds. 8. Wipe off excess solvent that appears at the outer shoulder of the fitting. Care should be taken so as not to use an excessive amount of solvent, thereby causing an obstruction to form on the inside of the pipe. The joins shall be allowed to set at least 24 hours in normal conditions before pressure is applied to the system on PVC pipe. Polyethylene pipe shall be of high, medium or low density with a minimum pressure rating of 75 psi. The pipe ends shall be squarely cut and warmed if necessary to allow stress free installation of the insert fittings. The fittings shall be secured with all stainless construction gear drive clamps. Stainless steel "squeeze" clamps may also be used. Half inch (1/2 ") stainless steel banding material may be used on two (2 ") inch pipe. Any piping under continuous pressure shall be double clamped. All polyethylene (of 1/2" or larger) should be double clamped whether under continuous pressure or not. SPRINKLERS AND TURF VALVES The Contractor shall stake out the location of all sprinkler heads and turf valves prior to commencing installation, thereby allowing the Engineer to verify all locations and give his approval. Spacing of the sprinkler heads and turf valves shall comply with the manufacturer's recommendations and drawings, and shall be exceeded only with permission of the Engineer. Heights of sprinkler heads and turf valves to be installed in areas where the turf has not yet been established shall be agreed upon by the Contractor and Engineer, prior to installation. All sprinkler heads and turf valves shall be set perpendicular to finished grades unless otherwise designated on the drawings, or otherwise specified. Sprinkler heads adjacent to existing walls, curbs and other paved areas, shall be set to grade. One half to one cubic foot minimum of 3/4" or 1" aggregate pea gravel shall be placed around each rotor pop -up sprinkler head when it is set to grade, for drainage of water from sprinkler case. All sprinklers having adjustable pin nozzles, shall have the pins adjusted into the stream for proper and adequate distribution of the water over the coverage pattern of the sprinkler at such time as the system is finally completely checked out. All nozzles on stationary pop -up sprinklers or stationary spray heads shall be tightened after installation. All sprinklers having an adjusting screw, adjusting stem or adjusting friction collars shall be adjusted on a lateral line or accurate as required for the proper arc of coverage, radius, diameter and /or gallonage discharge. SPRINKLER RISERS All rotor pop -up sprinkler of 1" (or above) connection, or quick coupling valves (of 1" or above connection) shall have an adjustable riser assembly (double swing joint riser) assembled by the use of at least three standard 90 degree ells or tees as recommended by the sprinkler manufacturer and /or as shown on the drawings. These double swing joint risers shall be of schedule 40 galvanized steel pipe or schedule 40 PVC and fittings unless otherwise designated on the drawings. The horizontal nipple connected directly into the side outlet of the main line shall be a minimum of four inches (4 ") long. All other nipples of the swing joint rise shall be of length as required for proper installation of the sprinkler head, drain valve and /or automatic control valve. The swing joint riser shall be of proper pipe size as shown on the drawings. All risers for shrub spray heads, bubble heads, etc. that are in shrub, ground cover or flower bed areas and planters, shall be Schedule 80 PVC pipe or Schedule 80 nipple, unless otherwise specified or shown on the drawings. The risers shall be of sufficient height as may be required so as not to cause any interruption of the stream from the sprinkler nozzle when the plant materials has reached its optimum growth. All risers for oscillating sprinklers set above grade shall be Schedule 80 PVC pipe or Schedule 80 nipples. Risers shall be securely braced by means of a supporting stake, anchor pipes below riser or concrete anchor on riser pipe below the surface, as may be required to securely stabilize the riser against any vibration when the sprinkler heads is in operation. Failure of the Contractor to provide such adequate stabilization shall be sufficient cause for the Engineer to reject the portion of the system and the Contractor shall correctly re- install this portion of the system to the satisfaction of the Engineer or Architect at his own expense without additional cost to the Enginee r. CONTROL VALVES All control valves shall be installed in proper irrigation valves boxes, in such a manner as to readily permit servicing an operation. A six -inch (6 ") gravel sump shall be included in the excavation of each valve box. The location of the valve boxes shall be coordinated with the Engineer, so as not to interfere with the aesthetics of the project, or in the case of manual controls, expose the operator to sprinkler overthrow. MOUNTING OF AN AUTOMATIC CONTROLLER The location of the controller is to be negotiated between the Contractor and the Engineer, while still adhering to the manufacturer's recommendations. The unit shall be installed as the manufacturer had intended, utilizing fasteners specifically designed for the application. WIRING All 110 volt wiring to the controllers shall be enclosed in P.V.C. electrical conduit or completed with BX cable. The unit is to be grounded in compliance with the manufacturer's recommendations and the local electrical code. All visible low voltage wire shall be enclosed in P.V.C. electrical conduit. Direct burial wire may be trenched or placed in a common trench beneath "plastic" irrigation pipes, or laid with a vibratory plough (but not pulled), and must have a minimum cover of ten inches (10 "). Provision must be made for expansion and contraction of all direct burial wire, including protection from foreign objects. All electrical wire connections to remote control electrical valves and splices in the field shall be soldered or completed with a wire connector. This is a type designed specifically for in ground, low voltage, irrigation use. PUMPS See Section "E" on Special Conditions. FLUSHING AND SET UP Upon completion of each section or of the entire installation, and prior to assembly of nozzles and pop -up components, the control valves shall be opened and a full head of water used to flush out the system. Sprinkler assembly can then be completed, including all necessary adjustments and setup procedures. SLEEVES The irrigation pipe and wiring shall be protected at all sidewalk, roadway and creek bed crossings with a sleeve measuring 2" diameter, or two sizes larger than the irrigation pipe, whichever is larger. Sleeving material at roadways and creek beds shall have eighteen inches (18 ") of cover and walk ways twelve inches, (12 ") respectively. PLANTINGS All areas, which are to receive sod, shall be prepared with no less than four inches (4 ") of top soil. The sodbed should be firm but not compact. The top three inches of the soil should be loose, moist and free of large clods and stones. All stones larger than 2 inches in diameter, roots, litter and any foreign matter should be raked and removed. The topsoil surface should be in reasonably close conformity to the planter curb grades. The edges of the sod shall be tucked and /or butted tightly together. Fill any spaces between the joints and all sod edges with at least 2 inches of topsoil. Sod should be firmly tamped or rolled immediately after it is placed. Trees shall be planted so that the root ball is equal to or slightly higher than the surrounding soil surface with a hole approximately one - and -one half the diameter of the root ball. SECTION D: MATERIAL PIPE All pipe shall be continuously and permanently marked with the following information: manufacturer's name or trademark, size, schedule and type of pipe, working pressure at 21 degrees Celsius. Delivery Plastic pipe shall be delivered to the site in unbroken bundles or rolls, packaged in such a manner as to provide adequate protection for the pipe ends either threaded or plain. P.V.C. Pipe and Fittings: P.V.C. pipe shall be class 160, SDR 26 direct burial pipe conforming to CS — 256 -63 and shall be homogeneous throughout and free from visible cracks, dents, hole or foreign materials. All plastic pipe fittings to be installed shall be schedule 40 molded fittings manufactured for the same material as the pipe and shall be suitable for solvent weld, slip joint ring tight seal, or screwed connections. No fittings made of other material shall be used except brass saddle tees and crosses as hereinafter specified. Slip fitting socket taper shall be so sized that a dry unsoftened pipe end, conforming to these special provisions, can be inserted no more than halfway into the socket. All threaded connections under pressure should be Teflon taped or an equivalent substitute. Polyethylene Pipe and Fittings: All polyethylene pipe should be a minimum schedule 40- standard and use stainless steel clamps as described in the installation section. SPRINKLERS Sprinkler heads shall be Rain Bird model 1800. No other heads will be allowed. Sprinkler heads shall be of the types and sizes with the diameter or radius of throw, pressure, discharge and other designations necessary to determine the types and sizes as indicated on the drawings. They shall be constructed of bronze, brass, stainless steel, and /or non - metallic materials as specified hereinafter, for each model sprinkler. All heads of a particular type and for a particular function in the system shall be of the same manufacturer and shall be marked with the manufacturer's name and identification, in such a position that they can be identified without being removed from the system. AUTOMATIC CONTROL VALVES All automatic valves shall be of current design and manufacturing date, and shall be 24 -volt electric solenoid or hydraulically controller. They may be of P.V.C. plastic or brass construction featuring slow opening and closing operation, with a manual bleed device. AUTOMATIC CONTROLLERS Automatic Controller shall be Rain Bird Model ESP 16 -LX. No other controller will be allowed. All automatic irrigation controllers shall be of current design and manufacturing date by a name b rand manufacturer or irrigation supplier. They may be of solid state or electro- mechanical constructio to operate from a conventional 115 -volt service. WIRING All 115 volt wiring shall conform to the local electrical codes. All 24 volt control wire between the solenoid valves and the controllers shall be #14 gauge TWU -40 solid conductor, white jacket for the common wire, and colored for the power wire. For runs less than 500 feet, and single valve operation, #16, #18 or #20 gauge multi - colored and conductor wire may be used. If two controllers used, each unit must have its own common wire. MANUAL CONTROL AND ISOLATION VALVES All manual valves shall be bronze gate valve construction, featuring a rising stem and minimum operating pressure of 125 psi. bronze full -port ball valves are also acceptable. VALVE BOXES All manual and automatic valves shall be enclosed in proper irrigation thermo plastic valve boxes, of size as required to permit "ease of access" for service purposes. The boxes shall feature locking or hinged covers, with an impregnated green color. The term "ease of access" means that every solenoid and manual valve should have adequate access for all types of maintenance. All valve access boxes shall be installed on a suitable base of gravel for proper foundation of box and easy leveling of box to proper grade, and also to provide proper drainage of the access boxes. All valve access boxes shall be provided with proper length and size extensions, wherever required, to bring the valve boxes level with the finish grade, unless specified to be buried below grade. SLEEVES Providing the sleeves are buried with selected fill to the minimum depths descried in the installation section. Any approved plastic pipe material may be used. Separate sleeves must be provided for all electrical wiring. SOD All sod shall be Kentucky Blue Grass unless otherwise specified by the Engineer. TREES All trees shall be Piatanus Acerifolia `Columbia' unless otherwise specified by the Engineer. SECTION E: SPECIAL CONDITIONS PUMPS General Irrigation pumps may be required to serve in a booster capacity or as the prime mover when the water source is a storage pond. etc. In both circumstances, the Contractor shall verify the volume of water and electrical service available, then select the most efficient style (i.e. end - suction, centrifugal, submersible, etc.) and model to fulfill the irrigation requirements. Pump selection shall be restricted to quality name brand manufacturers with distributors and repair depots in the area. The pumps shall feature bronze impellers and centrifugal units shall permit the motor and impeller assembly to be quickly removed without disturbing the suction or discharge piping. The pumps shall be equipped with necessary unions, isolation valves, and rains to make them a permanent year round installation, and where copper piping is used, di- electric unions must be employed. Most "small turf' irrigation pumps will be required to operate on a single phase hydro, and consequently the irrigation Contractor should endeavor to work with the highest voltage and smallest horsepower unit possible, to avoid an excessively high electrical starting factor. Booster Pumps: When all stations of the irrigation controller are in use for a fully automatic pop -up system, the pump may be started from either a pump -start circuit on the controller, or a flow switch. When available controller stations are left vacant, or for a manually operated pop -up system, only the flow switch staring mechanism is permitted. For a turf valve system, the pump may be started either manually or with a flow switch. If the pump is to be started manually, a pressure relief by -pass safety feature is to be included. Wiring of the pump and all related electrical switch -gear shall comply with the local electrical codes, including the installation of a disconnect within five feet of the pump Prime Mover: The irrigation pump shall be housed in a structure having a locking door and a gravel bed or concrete floor; is aesthetically acceptable; capable of providing weatherproof protection for any electrical components, and large enough to permit servicing of the pump. The electrical disconnect shall be mounted within five feet of the pump unit, in such a fashion as to permit operation without reaching over the pump motor. Buried concrete chambers should be avoided. A centrifugal pump shall be bolted to a concrete pump pad and Located as close as possible to the water source. The suction line may be constructed of aluminum tubing with compression fittings or specifically designed suction hose or Schedule 40 P.V.C., or Series 200 *SDR 21) P.V.C. or 100 psi Polyethylene pipe (the latter only when one of the first three are not possible or practical). These suction pipes shall be equipped with foot valves and a 1/8" filtration screen or minimurn six inches (6 ") in diameter. The discharge side of the pump shall be equipped with a readily accessible priming port of largest possible diameter, a pressure gauge, and a manually operated flow control valve to assist in priming and avoiding water hammer. For dirty water applications, the mechanical seal should be replaced with a stuffing box seal. A submersible pump application shall include a torque- arrester, a low -level cutout switch, and an electrical disconnect at the well head as described above. Submersible pumps are not to rest directly on the bottom of ponds or lakes, etc. The discharge piping shall be equipped with a pressure gauge and a manually operated flow control valve as described for the centrifugal pumps above. A vertical turbine pump is to be bolted to a concrete pad, and include the disconnect arrangement, pressure gauge, and manually operated flow control valve as described above for the centrifugal pumps. P.T.O. or engine drive pump installations shall include the filtration screen described above for centrifugal units with the foot valve becoming an optional component if a hand operated pump primer is installed. The discharge side of the pump shall be equipped with the pressure gauge and manually operated flow control valve as described above for the centrifugal pumps. SECTION F: TESTING AND OPERATION TESTING Flush all lines and ensure that all air is expelled from the system. Inspect all visible piping, and walk all buried lines for any leakage. If a pump is included, verify direction of rotation (if applicable), operating pressure, and any leakage. Any repairs necessary to render the system in good working order shall be completed at this time, at the Contractor's expense, before final payment by the Engineer. OPERATION Verify all sprinkler settings, overlap, nozzle sizes, and operating pressures. Adjust the flow control on automatic valves where necessary. Program the controller into a logical sequence, and endeavor to accomplish heavy infrequent water cycles as opposed to light frequent settings. Program each station to satisfy the watering requirements of the relevant plant material. Provide the Engineer with printed material pertaining to the operation of the automatic controls pumps, isolation valves, activation and winterization procedures, which apply to the installation. CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2005, by and between the City of Yakima, hereinafter called the Owner, and a 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 2005 CONVENTION CENTER — PARKING LOT IMPROVEMENTS, all in accordance with, and as described in the attached plans and specifications and the 2002 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 Thirty (30) working days. The first chargeable working day shall be the 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. 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. IV. 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 2005. , a Corporation Contractor City Manager By: Attest: (Print Name) City Clerk Its (President, Owner, etc.) Address: • --, - 1- 7 o l f F (� T f' l4 r � ] _ � ...,T •I •AT'E. - :F .L- SIL-� �± NCE--.. ;DATEIMWDD.ty o k ::° . ' ,10 '* r -0 ;,N6fi' 40i-.I . 1 CPE 107.', 1R 1!Ibbit E$ A LT: , ,E vdr.sk , iltifi :1E0 TN R.(7Lt' `IES';B'ELO Iv. - - : " d:7 RERS�� ;f.��;F2pt3C11.iNP,01lERE�P�C ENsU,[t�D -- - :- - I,i ER ;. A»VIOr'13 I � I luliTTED;CAR ER: � fit, "" I4.6AER A Y,I1' tB TE ADMIT. 014T RY OR - . _ .. ri+1S 61$ • f " :1_y C Q';CERAb -S" • 1'E `P#a I l - wm uR A.N t . L �5`T . ° I �N7.1l R = - :. _ .: ° . - , ;. ,:.� ., _.. _ - �..:�`'II, ,� T3�E�1..,;sU� �D .'f4 7H E 1NSU;��1��IAtvJ�A:AFSGiUE �TtzTHEPOtLisY� Ei #� -'� , ., _ 0 •. _ , . ... ; � . ::.....:........ . Eo ii3$ i% %_11 T Rt�tf c V:4 t iTM 1 F, `,00j ACT c 1 ? TH R DOGUM NSr ;jTh R E E T O 1R�Hi Fz1 1-I 1 R fl HG A � M Y .8 E H 7 .01 -:O r C . a , S1F,. A T,. MIRY - 1, tiF4S- F1 1 1 f? 1 7 917 - (#E iN. iP it#G A 3R : ( fi] Flt Pq •ICJE6 4ESt�RJ$ED f�EIN >15 �SfJP�.JEC1 1 Q 1,:TTIC.Ii*E 1Vi 1 15IQNSJfl CONP1T!O,N$ OFiSU H 014.RF`:0 i , RMAMI ;S ,v�EVP.Y14A 4VEZ.W.UCr , :�Y':PA HE ID cr: rtits,� • lNSC2 ., 'TYt3l -0IN517RRNCE '`POLIeiga)MER • P 1 Ort EEC7NE POL- 10- 8(P1MT_IbN: - - I IYi:Trt t Me] +n nm+� DATP +uurnhrw LIMITS CyENERAtlaiiiT'r'- - , -., EALEfSGGU '$ 2,0,00;000. -X' :COMM6- Ri:•G'EERAt'r1AS1L "n.y - -- �CGC'lfi . F 1RE`9:4A�i1C +(Aonefre: : POLICY# : DATE DAT X n � ia L a u vlz i, o � o1 o . - tNE4• %te k : 50 000 Gifid7 L31 EYkr il0f,,J_';A o :die ,.P,E k � ~: _ .. 1 ^ =,IFr� � :lOEs: �F�REE3f3l1GYs.�_� °,�� cotA `sii1. ; : 14D 090' :X; i i,k - r6,- NEa l tit' @ ..... '::: ' . .:- - - - • - • • • - • : - c - VtJE[}�llfl°U�i _. �:HIREgZifdt:. D T� DATE -- --- = -= - -- - - - - -- -- - -- • - o1� &6pJL k fJ.U-.'Ri" ' 11 = ...3A a �isif;nijY . ;P�RQ'REF[?';D,1yjp• -6 .. •__.. ` . ._. _. • Aii a ; iAsil iT 0 PQP -K41 P11_ J , Z:r., sONiy' <E A di DEEN't' 3': _ PA X i : ;$ btd•ES S�`,L1At3it111G%, " p1J ACFF 'O CtJa . CLAIM I ADE 7i E TE ; fie :, WOR KERS,> OliCPE11SAT1JN;AN1 w.e :SThTIl-- OTF4+' 'XVIEL' S' RSArabICI,TY ' %TfITiS:U.INIITaS- , ' .FRf: ac =: OLIGY SATE DATE � E %: Eac 1 fi " `: I;OQO;ODI' E:17.is i t- gEMPLbYEE ,.: -- -- �.;., 1,000;000: ',OT II - - PAL'= L71SEP. .Sep1R1Gj'iLilUtI.T';" B; SCR1PFj07jOFEE[i 'fjQNSIC;94T1pN-SY01CCA$I 51—.PS191 ADb 1d-EN,Tigm 11tLPpDV4914§ QI1YC F tilk THEIRAd; : EM Pb;)YE EStAN a EL ECTED: OR;�APR ONT F,FICIALSAS'ADD1TIONAL;INSOREDS FOR R ,tr :AUI)ITIDNAt IFl§C1FtED;!INSik12'LEi'TEF .',5UGJ= 'LaTTOI4 SHO11tii ANYb re fJnedvt , Dtec:RiREO`POI:ICItSBGCfifet tutiEFOREYHEF.xpiRbT10N " 1�A,TETH EREO K.= THE:ISSIWIFIG��1NSi PEI1-WI - Cl.:I? F'Y K111ifi4 u ii '20`, iSZCvs> Ew . x •• , :_. .; NOittt. O agC'ERTIFK ATE'tYt:SEDFR;`:" - - 12;9N.�ZNf3=S7'REfT' 'r�i�EOo'rii�ffr,` - • , YAKIK4 :VILA 98901 =' `; ?" - ' _ _ j2E {u }'�,' ,d :,40Ti1DRa70 ;REP,R EfiENj,!T,N„Ff ACOR 25- ,c73:97 } x+# s '0;= gORD- G:Q,RP15RAT1ON {9.88: , . �, . . . ' .. (,,, 9 „ 4, . . .- - ,P14Q1 t l'fg;:tatitfd'a6 bt itiV) -:ifig fgr'.6166. gte16- tif - Thig. foiiiiztlijo eia aiff4itlite• A'65i 156•6fid•dii" Aff6 iiiiiiir4 iih'aii'i ..: , cirliba' ttigigg titifftit6r;', *Id II derlitidgif. 666g ir • • , - - _ -~--. .. i -- /. 1 AS., /t / / / s' /J . Tliy Y 1 afabi !Ii/io.t / • . i / .0 / - • - • 1.\ /X,. . _ -3 • E 0 0 am.. Q) 1 ) A _ 1 / / A •,.. ., r 1 ' (1) ,.// /I / 'J / 0 / I 1/ ,i.,, leo 1 1 0 1 • , q't - 1 ,_, l' 3.. \'„ i ': ( '• ( ...2. ‘y t ( • i., 1., .Li.J 1 , . . . y ,....„ - - ii 0 1 ._. . 0 • / . 0 (11 011 O'' - tkv , , ; . / •21_ - __ _ IX _ Ar .1 _ __ . , . litIK elEMMIGISV i .ff11111117102111,11111111111111111EREVAN aremerz wow / • ,„ CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 15th day of September, 2005, by and between the City of Yakima, hereinafter called the Owner, and Russell's Nursery, a Washington Corporation, hereinafter called the Contractor. W ITN ESSETH: 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: $ 39,437.82 (Schedule `A' Only), for 2005 CONVENTION CENTER — PARKING LOT IMPROVEMENTS, all in accordance with, and as described in the attached plans and specifications and the 2002 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 Thirty (30) working days. The first chargeable working day shall be the 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. 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. IV. 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 rid✓, 2005. RU' 5�.��5 u�i S a LL.0 Corporation Contractor By: i(i� /l ,�' /„ 4.1-/ J City Manager ' i f Attest: i4 (,5 (Print Name) \ ,,2 fe-k."`" City Clerk a, N'K i ill Its O l.0 �. (President, Owner, etc.) ; Address: ID . 110 ■ e 100 1 J CERTIFICATE OF INSURANCE . This certifies that ® STATE FARM FIRE AND CASUALTY COMPANY, Bloomington, Illinois ❑ STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois INfUlANCi ❑ STATE FARM FIRE AND CASUALTY COMPANY, Scarborough, Ontario ❑ STATE FARM FLORIDA INSURANCE COMPANY, Winter Haven, Florida ❑ STATE FARM LLOYDS, Dallas, Texas insures the following policyholder for the coverages indicated below: Policyholder R SQUARE, LLC Address of policyholder 8104 RUTHERFORD RD YAKIMA WA 98903 Location of operations MULTIPLE LOCATIONS Description of operations LANDSCAPING The policies listed below have been issued to the policyholder for the policy periods shown. The insurance described in these policies is subject to all the terms, exclusions, and conditions of those policies. The limits of liability shown may have been reduced by any paid claims. POLICY PERIOD LIMITS OF LIABILITY POLICY NUMBER TYPE OF INSURANCE Effective Date i Expiration Date (at beginning of policy period) Comprehensive BODILY INJURY AND Business Liability PROPERTY DAMAGE This insurance includes: ❑ Products - Completed Operations ❑ Contractual Liability Each Occurrence $ ❑ Personal Injury ❑ Advertising Injury General Aggregate $ El ❑ Products — Completed $ ❑ Operations Aggregate POLICY PERIOD BODILY INJURY AND PROPERTY DAMAGE EXCESS LIABILITY Effective Date ; Expiration Date (Combined Single Limit) TBA Ei Umbrella 10/24/2005 10/24/2006 Each Occurrence $ 2, 000, 000 ❑ Other Aggregate $ 2, 000, 000 POLICY PERIOD Part I - Workers Compensation - Statutory Effective Date ; Expiration Date Workers' Compensation Part II - Employers Liability and Employers Liability Each Accident $ Disease - Each Employee $ Disease - Policy Limit $ POLICY PERIOD LIMITS OF LIABILITY POLICY NUMBER TYPE OF INSURANCE Effective Date Expiration Date (at beginning of policy period) THE CERTIFICATE OF INSURANCE IS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. Name and Address of Certificate Holder If any of the described policies are canceled before CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED OR their expiration date, State Farm will try to mail a APPOINTED OFFICIALS AD ADDITIONAL INSUREDS FOR PROJECT: written notice to the certificate holder 45 days before CONVENTION CENTER cancellation. If however, we fail to mail such notice, CITY OF YAKIMA no obligation or liability will be imposed on State Farm or it gents or repres n ties. i .- 129 N 2ND STREET } YAKIMA WA 98901 i 1 1/( 4/6/ / S ignature of Authorized Repr AGENT 10/21/05 Title Date JOEL H GOESCH Agent Name Telephone Number 509 - 966 -9721 Agent's Code Stamp Agent Code 2 614 AFO Code F489 558 -994 a.5 Rev. 11 -08 -2004 Printed in U.S.A. STATE /ARM INSURANCE CERTIFICATE OF INSURANCE O� SUCH INSURANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER NAMED BELOW WILL NOT BE CANCELED OR OTHERWISE TERMINATED WITHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM THE DATE WRITTEN. THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY ANY POLICY DESCRIBED BELOW. This certifies that: ® STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois ❑ STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois ❑ STATE FARM COUNTY MUTUAL INSURANCE COMPANY OF TEXAS of Dallas, Texas , or ❑ STATE FARM INDEMNITY COMPANY of Bloomington, Illinois has coverage in force for the following Named Insured as shown below: NAMED INSURED: RUSSELL, GERALD L DBA R SQUARE, LLC ADDRESS OF NAMED INSURED: 8104 RUTHERFORD RD, YAKIMA, WA 98903 POLICY NUMBER 046- 0441- F06 - 47 317 - 2404- A06 - 47 060 - 3439- B28 - 47B BINDER 47 -2614A EFFECTIVE DATE OF POLICY 10/1/05 10/01/05 10/01/05 10/01/05 EMPLOYER'S NON - DESCRIPTION OF 99 GMC 95 FORD 04 CHEV. OWNERSHIP VEHICLE (Including VIN) 1GTGK24R8XR721752 1FTXF8OCSVA69644 1GBJC34U44E176928 LIABILITY LIABILITY COVERAGE ® YES ❑ NO ® YES ❑ NO ® YES ❑ NO ® YES ❑ NO LIMITS OF LIABILITY a. Bodily Injury Each Person Each Accident b. Property Damage Each Accident c. Bodily Injury & Property Damage Single Limit Each Accident $1,000,000 $1,000,000 $1,000,000 $1,000,000 PHYSICAL OVER AGG ES DAMAGE COVERAGES YES ❑ NO ® YES ❑ NO ® YES ❑ NO ® YES ❑ NO a. Comprehensive $ 100 Deductible $ 100 Deductible $ 100 Deductible $ 250 Deductible ® YES ❑ NO ® YES ❑ NO ® YES ❑ NO ® YES ❑ NO b. Collision $ 250 Deductible $ 500 Deductible $ 500 Deductible $ 250 Deductible EMPLOYERS NON -OWNED CAR LIABILITY COVERAGE � YES ❑ NO ❑YES /.1 NO ❑YES El NO ®YES ❑ NO HIRED CAR LIABILITY COVERAGE 4 YES ❑ NO ❑ YES ® NO ❑ YES ® NO /1 YES ❑ NO FLEET - COVERAGE FOR ALL OWNED LICENSED MOTOR VEHICLES HICLES ❑ YES ® NO ❑ YES ® NO El YES ® NO ❑ YES ® NO AGENT 47 -2614 10/11/05 Signature of Authorized Representative Title Agent's Code Number Date Name and Address of Certificate Holder Name and Address of Agent CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED OFFICIALS AS ADDITIONAL INSUREDS FOR PROJECT: CONVENTION CENTER STATE FARM JOEL H. GOESCH, Agent 3910 Summitview, Suite 130 CITY Yakima, Washington 98902 of YAKIMA Bus: 509 - 966 -9721 or 1- 800 - 473 -4103 129 129 N 2 STREET INSURANCE O Fax: 509-966-2158 YAKIMA, WA 98901 INTERNAL STATE FARM USE ONLY: ❑ Request permanent Certificate of Insurance for liability coverage. 122429.2 Rev. 06 - 10 - 2004 E Request Certificate Holder to be added as an Additional Insured. CERTIFICATE OF INSURANCE sTAT. FARM This certifies that ® STATE FARM FIRE AND CASUALTY COMPANY, Bloomington, Illinois AO ❑ STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois INDYAANCE ❑ STATE FARM FIRE AND CASUALTY COMPANY, Scarborough, Ontario ❑ STATE FARM FLORIDA INSURANCE COMPANY, Winter Haven, Florida ❑ STATE FARM LLOYDS, Dallas, Texas insures the following policyholder for the coverages indicated below: Policyholder R SQUARE, LLC Address of policyholder 8104 RUTHERFORD RD, YAKIMA, WA 98903 Location of operations MULTIPLE LOCATIONS Description of operations LANDSCAPING The policies listed below have been issued to the policyholder for the policy periods shown. The insurance described in these policies is subject to all the terms, exclusions, and conditions of those policies. The limits of liability shown may have been reduced by any paid claims. POLICY PERIOD LIMITS OF LIABILITY POLICY NUMBER TYPE OF Effective Date Expiration Date (at beginning of policy period) 98 —GD- 6450 -4 Comprehensive 10/01/05 06/02/06 BODILY INJURY AND Business Liability PROPERTY DAMAGE This insurance includes: ® Products - Completed Operations ® Contractual Liability Each Occurrence $ 1,000,000 ® Personal Injury 0 Advertising Injury General Aggregate $ 2, 000, 000 ® EMPLOYER'S LIABILITY /STOP GAP ❑ Products — Completed $ 2,000,000 ❑ Operations Aggregate POLICY PERIOD BODILY INJURY AND PROPERTY DAMAGE EXCESS LIABILITY Effective Date Expiration Date (Combined Single Limit) ❑ Umbrella Each Occurrence $ ❑ Other Aggregate $ POLICY PERIOD Part I - Workers Compensation - Statutory Effective Date Expiration Date Workers' Compensation Part II - Employers Liability and Employers Liability Each Accident $ Disease - Each Employee $ Disease - Policy Limit $ POLICY PERIOD LIMITS OF LIABILITY POLICY NUMBER OF Date Expiration .. (at beginning of policy period) THE CERTIFICATE OF INSURANCE IS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. Name and Address of Certificate Holder If any of the described policies are canceled before CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED their expiration date, State Farm will try to mail a OR APPOINTED OFFFICIALS AS ADDITIONAL INSUREDS FOR PROJECT: written notice to the certificate holder 45 days before CONVENTION CENTER cancellation. If however, we fail to mail such notice, no obligation or liability will be imposed on State CITY OF YAKIMA Farm i t its agents or representatives. 129 N 2 STREET / ,1 i,__ -�- -.e.� / c � YAKIMA, WA 98901 �!/( mod"' S a nature of Authorized Representative AGENT 10/11/05 Title Date JOEL H GOESCH Agent Name Telephone Number 509-966--9721 Agent's Code Stamp Agent Code 47 -2614 AFO Code F489 558 -994 a.5 Rev. 11 -08 -2004 Printed in U.S.A. KA Policy No. 98 -GD- 6450 -4 09 -29 -05 2614 -F489 FE - 6609 STAIR FARM MTh SECTION II ADDITIONAL INSURED ENDORSEMENT INSURANCI Policy No.: 98 -GD- 6450 -4 Named Insured: R SQUARE, LLC Additional Insured (include address): CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED AND APPOINTED OFFICIALS 129 N 2ND ST YAKIMA WA 98902 WHO IS AN INSURED, under SECTION II DESIGNATION OF INSURED, is amended to include as an insured the Additional Insured shown above, but only to the extent that liability is imposed on that Additional Insured solely because of your work performed for that Additional Insured shown above. Any insurance provided to the Additional Insured shall only apply with respect to a claim made or a suit brought for damages for which you are provided coverage. The Primary Insurance coverage below applies only when there is an "X" in the box. ❑ Primary Insurance. The insurance provided to the Additional Insured shown above shall be primary insurance. Any insurance carried by the Additional Insured shall be noncontributory with respect to coverage provided to you. All other policy provisions apply. FE -6609 Printed in U.S.A.