Loading...
HomeMy WebLinkAboutR-2013-099 Yakima Air Terminal, Phase 1 - Interior Painting Agreement with Advantage Painting, Inc.gN61P452-tioic Gopr City of Yakima Engineering Division Yakima Air Terminal Phase 1 - Interior Paintin Construction Contract Specifications & Bid Documents City Project Number AP -01 tl 129 North Second Street Yakima, WA 98901 Phone (509) 575-611) Fax (509) 576-6314 April 2014 0 0 mi 0 0 C 0 0- 0 0 a 0 ri a U 0 m b U z H b LU .777 I— ILI co a a 0 10 0 N a 19 a a zZ ENGINEERS' ESTIMATE 0 8 0 0 M w 8 0 0 N a 0 6 i 37,870.00 2 a z ppC OO8 BID SUMMARY CO LL • s BID SECURITY t REPAIR AND RE,'LACEMENT 0 O • Fes. 2 CITY OF YAKIMA ° � z z C LU I— 0 O a� 2 AWARD MADE BY CITY MANAGER PROJECT NO. AP -01 DATE 516/4014 FILE 14INrnglengmageaLaunmara SHEET 1 OF 1 CITY ENGINEERS REPORT u U O El W O O >- Q W0 W 07 w LUO w Q4 Lu ce w z LU CC 0 Z w W O 0 m LU w} Z Q = _ 2 LU 0 0 a m J w ADVANTAGE PAINTING 4 Yakima Air Terminal Phase 1 - Interior Painting CITY OF YAKIMA JOB NO. AP -01 INVITATION TO QUOTE Contractor: ADVANTAGE PAINTING INC. Phone: 509-697-5567 Address: PO BOX 1102 SELAH, WA 98942 PROJECT SCOPE CITY OF YAKIMA ENGINEERING DIVISION 129 NO. 2ND STREET YAKIMA, WASHINGTON 98901 PHONE 575-6111 Quotations will be received by the Yakima City Clerk until: 3:00 PM, May 61h 2014 This contract provides for the painting of the interior of the Yakima Air Terminal per the Specifications as prepared by the City Engineer of the City of Yakima. INSTRUCTIONS TO THE CONTRACTOR Please return your lowest price for the following project by 3:00 p.m., May 61h, 2014 to the Yakima City Clerks Office, ist floor of City Hall. If you have any questions call Dana Kallevig at 576-6605. The city reserves the right to reject any or all quotations and to accept any or all items at the price quoted. The city intends to award this contract within 10 calendar days after bid opening. QUOTE Yakima Air Terminal Phase 1 - Interior Painting CITY OF YAKIMA JOB NO. AP -01 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS PAINTING Per Contract Specification #19 1 LS 2J,IO 42i1, 2 REPAIR OR REPLACEMENT Per Contract Specification #20 1 FA $5,000.00 $5,000,00 SUB TOTAL: STATE SALES TAX 8.2%: TOTAL: 7J 4 Z' 56ii, Contractor's Signature: Date: Z\Jc_. Yakima Air Terminal Phase 1 - Inte^or Painting CITY OF YAKIMA JOB NO. AP -01 ��������U�U�~��Ud���� ��" ~���"" "����""��"��� I. GENERAUSPECIALUNSTRUCTIONS 1. Description of Project: This contract provides for the painting of the interior of the Yakima Air Terminal per the Specifications as prepared by the City Engineer of the City of Yakima. 2. Workmanship: The contractor shall furnish all labor, equipment, and mabria|a, which are necessary to complete the work as described in these specifications. Quality of workmanship shall conform to that which is usually provided by the trade in general. A Performance Bond eaual to the bid amount shall be required. � Regulatory Requirements: The project shall be performed in a manner that is in compliance with all applicable federal, stale and local laws and regulations, ino|uding, but not limited to, vehicle regulations (VVODOl7HMTUSA/uther). environmental laws and regulations (EPAvINOOE/|oca|), and health and safety laws and regulations (OSH ISHA/City Safety Codes). 4. Records: The contractor shall maintain operational records at its place of business for a minimum of five years. These records shall include: point of material pick up, type of material, quantity of material. 5. Prevailing Wages: The contractor will comply with all provisions of Chapter 39.12 RCW - Prevailing Wages on Public Work. A` RCW 39.12.010 - The Prevailing Rate of Wage: Contact the Department of Labor and Industries, to confirm current prevailing wage rate for applicable workers on this particular public work project. B. RCW 30.12.040 - Statement of intent to Pay Prevailing Wages and an Affidavit of Wages Paid: Before the City may pay any sum due on accown1, 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 pnoject, and before any final money is d/obunoad, each contractor and sub -contractor must submit to the City an Affidavit of Wages Paid, certified by the Department of Labor and Industries. C. RCW 39.12.070 - Fees Authorized for Approval Certification and Arbitrations: Any fees charged by the Department of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of the contractor. 6. Termination - Cause: The City reserves the right to terminate this contract at any time, upon written notice, in the event that the services of the Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this agreement. In addition to the foregoing right of termination, the City may terminate this oontract, with or without cauoe, upon thirty (30) days written notice to Contractor. 7. Right to Award: The City of Yakima reserves the right to make contract award by Schedule or on an all or none basis, whichever is in the best interest of the City. 5 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 emtenoion, 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 lo terminate the contract. 17. Experience Requirements: Within two days of bid opening, the Contractor with the winning bid shall provide proof that they have performed a minimum of three (3) successful interior painting projects using a similar paint system. Proof must be submitted before the contract will be awarded. 18. Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal Immigration, Reform and ControAct of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other City contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United Statms. E -Verify will be used for newly hired employees during the term of the contract only; it is not to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. If the contractor has not previously filed an E'Vorify Compliance Declaration with the City, the contractor must sign the attached E -Verify Compliance Declaration and submit it to the City prior to being awarded the contract. Failure to do so may be cause for rejection of the bid. 19. Painting The lump sum contract price for "Painting" shall be fun pay for performing the workas specified, including developing all submittals; arranging for and accommodating contacand on-site attendance by the paint manufacturer's technical representative; furnishing and placing all necessary staging and rigging, furnishing, operating, and mooring barges; furnishing and operating fixed and movable work platforms; accommodating City of Yakima inspection access; conducting the Contractor's quality control inspection program; providing material, labor, tools, and equipment; collecting and storing containment waste; collecting, storing, testing, and disposing of all containment waste; performing all cleaning and preparation of surfaces to be painted; applying all coats of paint and sealant; correcting coating deficiencies; completing coating repairs; and completing project site cleanup. Work to include the following: Main Lobby, Check -In, and Baggage Claim o Existing painted walls- gypsum/plaster. o Exposed duct work at ACT ceiling. � Existing painted wood trim. o Existing painted wood doors and door frames. o Existing painted brick and unpainted stucco at vestibule. o Plastic laminate columns (2 EA). o Demo existing FRP and wall covering behind Alaska counter; patch wall and paint to match adjacent surfaces. o Two coats of Sherwin Williams latex dry -fall egg -shell paint (or approved equal) to exposed to view acoustical ceiling tile and grid system, Finish to be applied with airless spray equipment. 7 TSA Requirements: The Transportation Security Administration (TSA) through several Transportation Security Regulations (TSR) has the regulatory power to assess fines [or breaches of airport security. The TSA will test the Contractor security means and methods for compliance with applicable security codes and regulations throughout the course of the project. Accordingly, if the Contractor is found culpable for security breaches, fines assessed to the Airport will be collected from the Contractor. Security Bodging Requirements: The Contractor will be required to obtain security badging tn accordance with the following requirements: Badge Responsibility. The General Contractor is directly responsible to the Airport for authorizing his/her employees and the employees of the sub -contractors access into the Terminal Building's Security Area. The General Contractor shall also account for photo -ID badges that are issued to hisfher employees at the conclusion of the project and return them to the Airport. The General Contractor shall ensure that all photo -ID badges issued to his sub -contractors are returned to the Airport. Non compliance could result in the withholding of payment or retainage. All Contractor employees who are working on the site and on a daily basis within the Terminal Building or airport security perimeter fence musbe badged. Only those employees making an occasional delivery, a one-time visit to the project, or working of the perimeter fence may be escorted, otherwise all employees must go through the badging process outlined in the following paragraphs: Each Contractor employee designated to receive an Airport Photo -Identification Badge to allow access must pass a criminal history check by submitting to fingerprinting by the Airport Administration, complete an appiication form, attend a one to one and half hour training session, and stand for a photo. The criminal history check determines if the individual has a criminal record. Persons convicted of felonies or other disqualifying crimes are not eligible for a badge. If the person does not have a criminal record, then he/she must submit for fingerprinting. At this time, the identity of the person must be verified by presenting two forms of identification, one of which must be a government form showing the person's photo. Persons must also submit to a Security Threat Assessment. If it is believed an employee would not pass a background check, then they should not be included in the rosteby the contractor or sub contractorThe Yakima Air Terrriinal reserves the right to perform background checks on all employees at anytime during the project. If an employee [ails the background check, they will be asked to leave, turn in their badge if appropriate, and will not be permitted to return to the project even if escorted. Persons should report to the AirpoAdministration Officfor fingerprinting at least 15 days before the badge is needed in order to receive verification in a timely manner. If the person has been denied unescorted access based on the fingerprinted criminal history check, he/she will be notified. If the person has been granted access he/he will contact the Airport Administration Office for a training session appointment. No Contractor employee may use, or allow to be used airport -issued access medium or identification that authorizes the access, presence within the Terminal Building or movement of persons or vehicles within the perimeter fence in any other manner than that for which it was issued by the authority. The cosfor any badging including criminal background check, finger printing, and issuance of badge is $56.00. Airport -issue identification badges will be displayed on outermosgarment above the waist. Persons observed in the SIDA without proper credentials or without escort will immediately be arrested and charged with criminal trespass as specified under state stature. 9 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this N day of d n 2 , 2014, by and between the City of Yakima, hereinafter called the Owner, and 19d 445, ►�itnENN/ �it►L, hereinafter called the Contractor WITNESSETH 11 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 $„2$15104. e0 , for Yakima Air Terminal, Phase 1 - Interior Painting, City of Yakima Job No. AP -01, all in accordance with, and as described in the attached specifications and Division 1 of the 2014 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 Ten (10) 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 specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written CountersignedC Ailthis i day of ,/r A/ _/ e 14 A At ALW Cit'' Manager lit. L.At V Citle KIMA At CITY CONTRACT NO RESOLUTION NO: ZC 13-091 CONTRACTOR Its: (Pr' t Name) Tie5idenTL (President, Owner, etc.) Address. �a?o�C (102 - Se lain (via 11 Corporation PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW AU. MEN BY THESE PRESENTS: That whereas lie City of Yakima, Washington has awarded to Advantage Painting, Inc (Ci -1 he natter designated as the 'Principal' a contract for the construction of the project designated Yakima Air Terminal. Phase 1 -Interior Painting, Project No, AP -01, all as hereto attached and made a part hereof and whereas, said principal is required under the tears of said contract to turnish a bond for the faithful performance of said /contract NOW, THEREFORE, we, the principal, and Western Surety Company (suretyl, a ccrperation. organized and existing under and by virtue of the laws of the State of Washington , duly authorized to do business in the Stale of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the sum of $ 28,564.80 (Tow Contract Amcunt) lawful money of the United S:ates, for the payment of witch sum wet and truly to be made, we bind ousels, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by those presents. THE CONDITIONS OF THIS ail' LIGATIONS IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions ot said contract in the manner and withir the time therein set forth, or within such extensions of time as may be' granted under said contract, and steal pay al laborers, meohants. isub-contractcys and material men, and all persons who shall supply said principal or sub -contractors with provisions and supplies tor the carrying on of said work, and shall hold said City of Yakima, Washington, their employees, agerts, and elected &appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work arid shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects developing in the material or workmanship provided or performed under said contract, within a period of one year after its acceptance by the City of Yakima, Washington, then and in that event this obligation shall be void; but otherwise it shall be enc remain in full force and effed. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances cf the City of Yakkna, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this JC,rday of \it.. , 20 1 (Print Name) Owner Western Surety Ccrrpany Western Sure Company PO R OF ATTORNEY - CERTIFIED COPY No 71552890 Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organived and existing under the laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents make, constitute and appoint BENJAMIN B GRAF its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety, bonds for: Principal: Advantage Painting, Inc. Obligee: City of Yakima Amount: $500, 000. 00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company, The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of September 24 , 2014 , but until such time shall be irrevocable and in full force and effect. In Witness Whereof, Western Surety Company has caused these presents to be signed by its Vice President, Paul T. Bruflat, and its corporate sxed this 10th day of June 2014 T ST C W E T SURE COMPANY Paul T. ruflat, Vice President On this 10th day of June ,in the year 2014 , before me, a notary public, personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and dee�,f said wierwoworoimisme...q.s. S. PETRIK 4.............w000eveeeel0000e. 4 My Commission 4* resAugust 11, 2016 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this June 2014 Form F5306-8-2012 10th day of WEST. COMPANY Paul T. a , Vice President STATE OF Washington COUNTY OF Yakima }SS ACKNOWLEDGMENT OF SURETY (Attorney -in -Fact) Bond No 71552890 On this I) I..' day of 2014 , before rue, a notary public in and for said County, personally appeared BENJAMIN B GRAF to me personally known and being by me duly sworn, did say, that he/she is the Attorney -in -Fact of WESTERN SURETY COMPANY, a corporation of Sioux Falls, South Dakota, created, organized and existing under and by virtue of the laws of the State of South Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of Directors and that the said BENJAMIN B GRAF acknowledges said instrument to be the free act and deed of said corporation and that he/she has authority to sign said instrument without affixing the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my official - at S e 1 ah Wa ton e day and year last abave written. n expires /0 Form 106-9-2013 Notary Public UN -06-2014 FRI 10:03 Ali CW1a/GRAF INVESTMENTS FAX 1►t 5006974600 P. 01 CERTIFICATE OF AB TY INSURANCE .� THIS CERTIFICATE IS ISSUED ASA ITER OF It1R A ONLY AND CONFERS P40 RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE .DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFOR w BY THE POLICIES 8EL" CER (509' 97--4B7 Iszxat. °T; 3.0 W 98942- INS. ` RS AFFORDING COVERA O i S = P t INC 2 42— THEO6ICI OF INS NCE I.IS 5 HAVE U TO INUR FC C►UIREM IDR D T OF coNTRA T OR OTHER DOCUMENT WITH RES TO E I U E AFF+"''ED 114E POLICIES PE CRIBED HEREIN IS SUBJECT TO ALL . E TE AOOR LIIv/ITS S Y HAVE BEEN REDUCED SV PAID CW I,4S. Y OD IN©I ;AI10 HST PING. Y Y UED OIC Y P A Iy I S OF SUCH POUCH at O YI POLICY PAM 01/15/2034 01/15/2015 OCc ENe s_ 1,v+7. CE I(1..t 200, F e A II3IJR o_ 1x000, / / / GENE TE q 2 000, p /QP s 2 000, 1/ // 10/22/2013 1.0°/22/2011 Ngpe LE T , 1.000, / / / / 'BODILY INJURY INT PatM) / / / / some( CNJLRY 0 00, A OTHER1MAN AUTO ONLY-, EXACG ° I1 D._.NCE 91— -7 4s« 7 0i/15/21414 01./15,1; / / / .E.L.EACH OOtI, 000 000,000 employees and aleck ad ,CER Fl ATS HO R CANC T ANY F° a AuOVE Tex CITY OE 129 N 2ND 8 T YA 98901 O'25 (20 ,Qe).om .0 PO TION 2014 FRI 10:03 AM OWIA/GRAF INVESTMENTS • ADDITIONAL INSURED — BY WR N CON- TRACT, AGREEMENT OR PERMIT, OR SCHED- ULE The following paragraph is added to SECTION II WHO IS AN INSURED; 4. Any person or organization shin the Sched- ule or for whom you are required by written con- tract, eq ;; ;nt or permit to provide Insurance is an insured, subject to the foil' log additional provisions: a. The contract, agreement or permit must be In effect during the policy period shown in the Declarations, and must have b ; =n a cuted prior to the "bodily injury", "property eta ge', or pe .nal and advertising iniurY", b. The parson or organization added as an in- sured by this endorsement is an Insured only to the extent you are held liable due to: (1) The * ership, maintenance or use of that part of premises you own, , lease or occupy, subject to the following additional provisions: (a) This Insurance does not apply to any "occurrence" which takes place after you cease to be a tenant in any premises leased to or rented to You; (b) This insurance does not apply to any structural alterations, new con- struction or demolition operations performed by or on behalf of the person or organization added as an Insured; (2) Your ongoing operations for that in- sured, whether the work Is performed by yoe or for you; (3) The maintenance,, operation or use by you of equipment leased to you by such pe or organization, subject to the following additional provisions: (a) This insu ; ce does not apply to "occurrence" which =s place after the equipment lease expires; (b) This Insu ce does not apply to "bodily injury" or "property damage" arising out of the sole negligence of such pa .n or or- ganization; (4) Permits issued by any state or political subdivision with respect to operations performed by you or on your behalf, subject to the following additional pro- vision: N A FAX NO. 5096974600 P. 4 N 1. 03 This Insurance does not apply to 'bodily Injury", 'property da gen, or "personal and advertising injury" arising out of operations performed for the state or municipality; c. rho insurance with pect to any archlteCt engineer, or surveyor added as an insured by this end. .; merit .does not apply to "bodily Injury", "property damage", or "personal and advertising Injury" arising put of the rendering of or the failure to render any professional services by or for you, In- cluding: CI) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change or- ders, designs or specificatioris; arid (2) Supervisory, inspection or engineering services. d. 'This Insurance does not apply to 'bodily injury" or *property damage" included within the "produets-compl;-, ., operations h; rd". .e. A person's or organization's status as an in- sured under this endorsement ends when your operations for that Insured are com- pleted. f. No rage will be p • 'ded if, In the ab- sence of this endorsement, no liability would be Imposed by law on you. Coverage shall be limited to the extent of your negligence or fault according to the applicable principles of comparative fault. g. The defense of any claim or "suit" must be tendered as s n us practicable to all other insurers which potentially provide insurance for such claim or 'suit". h. The Insurance provi will not exceed the lesser of: (1) The coverage Nor limits of this policy, or (2) The coverage and/or limits required by said contract, agree ;re or permit. I-, NON.OWNED WATERCRAFT AND NON -OWNED AIRCRAFT LAE! Exclusion g. of SECTION' I — COVERAGE A Is re- placed by the following; g. injury" or "property damage" arising ,out of the ownership, Maintenance, use or enfru ant to others of any aircraft, "auto" or watercraft owned or operated by or rented Page 2 of 5 AFP,MErA2•00fRIN111111-174843124- JUN -06-2014 FRI 10:04 Ar NIA/GRAF INVESTMENTS or leaned to any insured. Lisa includet riper - ellen arid loading or unloading". This exclusion applies e . If the claims against any Insured allege neglie- cc or other w * gdoing in the supervision, hiring, employment, training or monitoring of others by that insured, If the "aocurre " which ca d the "bodily injury" or 'property damage" Involved the ownership, mainte- nance, use or entrustment to others of any aircraft, 'auto" or watercraft that is owned or operated by or rented or loaned to any in- sured. This, exelusion d not apply to: (1) A wale fl while ashore on premises you own or nt; (2) A tercraft you do not • that Is: (a) Less than 52 feet long: and (h) Not being used to carry persons or property for a charge; (3) Parking an "auto" on, or tin the ways next to, premises you 'own or rent, pro- vided the "auto" Is not o ed by or rented or loaned to you or the insured; (4) Liability assumed under any Insured ntract" for the ownership, mainte- nance or use of aircraft or ercraft; or (5) "Bodily Injury" or ‘Property damage" arising out of; (a) the operation of machinery or equipment that is attached to, 'or part of, a land vehicle 'that would qualify under the definition of "mobile equipment" If it were not subject to a compulsory or financial responsibility It or other motor ve- hicle Insurance law in the state where it is licensed or principally garaged; or (b) the operation of any of the .chin- ery or equipment listed in Paragraph 142) or f.(3) of the definition of 'mobile equipment". (5) An aircraft you do not « provided it Is not operated by any insured. TENANTS' PROM DAMAGE LIABILITY When Ramage To Promises Rented To You Limit is 'she In the Declarations, SECTION I — COVER- AGE A, exclusion J.„ is replaced by the following: 1. Damage To Property CG /113 74 14 127 FAX NO. 5096974600 AQT1QMMAY Ificalog "Property damage" to: (1) Property you own, rent, or occupy, in. eluding ,any costs or expenses Incurred by yop, or any other pe «n, organize - ben or entity, for repair, replacement, enha merit, • ration or mei nonce of such proo;rty for any reason, Including, prevention of injury to a per. son or ago to anothers property; (2) Premises you sell, give away or aban- don. If the "property damage" arises out of any part of those premises; (3) Property loaned to you; (4) Personal property In the care, cu or control of the Insured; (5) That particular part of real properly on which you or any contractors or sub- contractors working directly, or Indirectly on your behalf are performing oper- ations, if the ‘p rope rty da -" arises out of those operations, or (6) 'That particular part of any property that must be restored, repaired or replaced b. use 'your work" was incorrectly performed on It. Paragraphs (1), (3) and (4) of this exclusion do not apply to "come. damage" (other than damage by fire) to premise's, Including the contents of such premises, rented to you. A separate limit of insurance applies to Damage To Premi Rented To You as described in SECTION — LIMITS OF INSURANCE. Paragraph (2) of this exclu- skin does not apply if the premises are "your rk' and were ' occupied,'rented or held for r. -I by you. Paragraphs (3), (4), (5) and (6) of this exclu- sion do net apply to liability assumed under a sidetrack agreement. P. .4 graph (6) of this exclusion does not ap- ply to "property damage" included in the 'products -completed operations h - Paragraph 6. of Section lii la replaced by the foliow- ing: 6. Subject to Paragraph S. above, the Damage To Premises Rented To You Limit is the most we will pay under COVERAGE A for damages be- cause of "property damageto any one prem- ises, while rented to you, or in the case of damage by fire, while rented to you or temporar- ily **, upied by you with permission of the owner Pi 3 0 4 .AFF,ACTA2435-PflINRAM7i9.005.7-L JUN -06-2C14 FRI 10:04 AM CWIA/GRAF INVESTMENTS FAX NO, 5096974600 REPRthTEDFROM MEAFCHNE. of Insu ce of all insurers and tile amount Of any serf -insured retention. UNINTENTIONAL FAILURE TO DISCLOSE ALL HAZARDS The folio g Is added to Paragraph 6. Rep tions of SECTION IV — COMMERCIAL GENE LIABILITY CONDITIONS: If you unintentionally fall to disclose any hazards ex- isting at the Inception date of your policy. we will not deny coverage unddr this COver Form because of 7, such failure. var, this p ision. does not affect CG 94 12 07 our ri right additional premium or exercise our or non -renewal. LIBERALIZATION CLAUSE The following paragraph is added to SECTION IV — COMMERCIAL GENERAL LIAR! CONDI- TONS: 10. if a revision to this • erage Part, which would provide more coverage, with no additional premium, becomes eta ° during the policy Period In the state shown In the .Declarations, yuur policy will automatically provide this addi- tional Coverage on the infective date of the re- vision. Pogo oi a COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejectionmfbid. The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E -Verify for all newly hired employees during the length of the contract. 3. 1 certify that I am duly authorized to sign this declaration on behalf of my company. 4. acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E - Verify program at any time and that non-compliance could lead to suspension of this contract. Dated this day of Printed Name: Phone It: 50°1 (0(7(-f 7 Email Address: ,2O. 19