Loading...
HomeMy WebLinkAboutKen Leingang - 2009 Sanitary Sewer System Repair - S. 3rd Ave and W. Pierce St.City of Yakima Engineering Division Sanitary Sewer System Repair South 3rd Avenue and West Pierce Street Construction Contract Specifications & Bid Documents City Project Number 2293 129 North Second Street Yakima, WA 98901 Phone (509) 575-6111 Fax (509) 576-6314 June 2010 BID SUMMARY SANITARY SEWER SYSTEM REPAIR - 3RD AND PIERCE CITY PROJECT NO. 2293 ENGINEERS ESTIMATE Ken Leingang Excavating Inc. Yakima, WA BELSAAS & SMITH CONSTRUCTION, INC. ELLENSBURG, WA REM NO. Bid Security 5% BOND 5% BOND ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS $ 250.00 $ 250.00 $ 80.00 $ 80.00 $ 300.00 $ 300.00 2 MOBILIZATION 1 LS $ 2,405.00 $ 2,405.00 $ 2,585.00 $ 2,585.00 $ 8,900.00 $ 8,900.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 5,000.00 $ 5,000.00 $ 3,635.00 $ 3,635.00 $ 1,600.00 $ 1,600.00 4 SAW-CUT, PER INCH DEPTH 200 LF $ 3.00 $ 600.00 $ 1.10 $ 220.00 $ 1.00 $ 200.00 5 PAVEMENT REPAIR 17 SY $ 200.00 $ 3400.00 $ 102.65 $ 1,745.05 $ 130.00 $ 2,210.00 6 CONNECT TO EXISTING MANHOLE 2 EACH $ 1000.00 $ 2,000.00 $ 1000.00 $ 2,000.00 $ 1,900.00 $ 3,800.00 7 SHORING OR EXTRA EXCAVATION CLASS B 12 LF $ 5.00 $ 60.00 $ 63.33 $ 759.96 $ 105.00 $ 1,260.00 8 PLUGGING EXISTING PIPE 2 EACH $ 500.00 $ 1,000.00 $ 222.00 $ 444.00 $ 100.00 $ 200.00 9 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 15 CY $ 40.00 $ 600.00 $ 348.20 $ 5223.00 $ 168.00 $ 2520.00 10 SANITARY SEWER BYPASS 1 LS $ 8,000.00 $ 8,000.00 $ 15075.00 $ 15075.00 $ 26,900.00 $ 26,900.00 11 PVC SANITARY SEWER PIPE, 10-INCH DIAM. 12 LF $ 60 00 $ 720.00 $ 190.00 $ 2,280.00 $ 87.00 $ 1,044.00 12 REPAIR OR REPLACEMENT 1 FA $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 SUB TOTAL: $ 26,535.00 $ 36,547.01 $ 51,434.00 STATE SALES TAX 8.2%: $ 2,175.87 $ 2,996.85 $ 4,217.59 TOTAL: $ 28,710.87 $ 39,543.86 $ 55,651.59 COMPETITIVE �� CITY ENGINEERS REPORT 'i s 1' 1,^ i• ` . ,. ;� 1 ,. 114�'�rk.t. `hSHEET +r AWARD MADE BY CITY MANAGER CITY OF YAKIMA SANITARY SEWER SYSTEM REPAIR 1"' .V /1 �- 3 BIDS WERE OPENED ON JUNE 16, 2010. ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. I RECOMMEND THE CONTRACT BE AWARDED TO: Ken Leingang Excavating Inc. 15y IU a , 3RDANDPIERCE PROJECT NO. 2293 DATE: JUNE16,2010 FILE: 2009 Semtarty Sewer System Repair erg 22931GtyenglENGmageslBKISummen 1 of 1 v w v \ \`S DA E CITY ENGI EER DATE CITY MANAR SANITARY SEWER SYSTEM REPAIR 3RD AND PIERCE CITY OF YAKIMA JOB NO.2293 Contractor: Ken Leinqang Exc., Inc. Phone: 575-5507 Address: 1117 No. 27th Ave Yakima, WA 98902 PROJECT SCOPE INVITATION TO QUOTE 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, June 16, 2010 This contract provides for the repair of the sanitary sewer line in the vicinity of the intersection of South 3rd avenue and West Pierce Street. The work shall consist of repairing the failing sanitary sewer as well as other related work all in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. PROJECT DESCRIPTION This project will install approximately 12 feet of 10 inch PVC sanitary sewer pipe that will be connected to two existing manholes as well as other related work all in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. INSTRUCTIONS TO THE CONTRACTOR Please return your lowest price for the following project by 3:00 p.m., June 16, 2010 to the Yakima City Clerks Office, 1st floor of City Hall. If you have any questions call Dana Kallevig at 576 6605 or Brett Sheffield at 576-6797. 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. &E ry Z.F""*��'�( QUOTE SANITARY SEWER SYSTEM REPAIR - 3RD AND PIERCE ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1-07.15 1 LS a, SO Bo� 2 MOBILIZATION 1-09.7 1 LS 2.s8 Z,58s 3 PROJECT TEMPORARY TRAFFIC CONTROL 1-10.5 1 LS oo X35 3,G3S 4 SAW -CUT, PER INCH DEPTH 2-02.5 200 LF / 2.2-0 5 PAVEMENT REPAIR 5-04.5 17 SY I�2 �� /,7yS� 7 CONNECT TO EXISTING MANHOLE 7-05.5 2 EACH r, 4'0-4'_ 0 2, C� 8 SHORING OR EXTRA EXCAVATION CLASS BX333 7-08.5 12 LF ���� --7‹.-.,_� 9 PLUGGING EXISTING PIPE 7-08.5 2 EACH 22 4 44 10 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 7-08.5 15 CY .348 - 6.2z5 11 SANITARY SEWER BYPASS 7-17.5 1 LS `5,075- (S&7S` 11 PVC SANITARY SEWER PIPE, 10 -INCH DIAM. 7-17.5 12 LF / 9b Z 28a 12 REPAIR OR REPLACEMENT 8-30.5 1 FA $2500.00 $2500.00 SUB TOTAL: STATE SALES TAX 8.2%: TOTAL: M_i 3c,'47 2, %76 eS 5-3-i--517/3- Contractor's Signatu: �"—� Date: 4 / /0 SANITARY SEWER SYSTEM REPAIR 3RD AND PIERCE CITY OF YAKIMA JOB NO.2293 SPECIFICATIONS I. GENERAL/SPECIAL INSTRUCTIONS 1. Description of Project: This contract provides for the repair of the sanitary sewer line in the vicinity of the intersection of South 3rd avenue and West Pierce Street. The work shall consist of repairing the failing sanitary sewer by installing a new 10 inch sanitary sewer line that will connect to existing manholes, plugging a failing sanitary sewer line between two existing manholes, prepare and run two bypass systems for a 10 inch sewer line and a 27 inch sewer line, and perform pavement repair when complete, as well as other related work all in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. 2. Workmanship: The contractor shall furnish all labor, equipment,and materials, which are necessary to complete the work as described in these specifications. Quality of workmanship shall conform to that which is usually provided by the trade in general. Only the best and safest methods of operation in conjunction with excavation will be allowed.. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. A Performance Bond equal to the bid amount shall be required. 3. Regulatory Requirements: The project shall be performed in amanner that is in compliance with all applicable federal, state and local laws and regulations, including, but not limited to, vehicle regulations (WSDOT/HMTUSA/other), environmental laws and regulations (EPA/WDOE/local), and health and safety laws and regulations (OSHA/WISHA/City Safety Codes). 4. Records: The contractor shall maintain operational records at its place of business for a minimum of five years. These records shall include: point of material pick up, type of material, quantity of material. 5. Prevailing Wages: The contractor will comply with all provisions of Chapter 39.12 RCW - Prevailing Wages on Public Work. A. RCW 39.12.010 - The Prevailing Rate of Wage: Contact the Department of Labor and Industries, to confirm current prevailing wage rate for applicable workers on this particular public work project. B. RCW 39.12.040 - Statement of Intent to Pay Prevailing Wagesand 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. 6. Termination - Cause: The City reserves the right to terminate this contract at any time, upon written notice, in the event that the services of the Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this agreement. In addition to the foregoing right of termination, the City may terminate this contract, with or without cause, upon thirty (30) days written notice to Contractor. 7. Right to Award: The City of Yakima reserves the right to make contract award by Schedule or on an all or none basis, whichever is in the best interest of the City. 8. Submission of Quote: Quote shall be submitted to the City Clerk's Office, Yakima City Hall, 129 North 2nd Street, Yakima, WA, 98901, by 3:00 p. m. on June 16, 2010 in a sealed envelope labeled SANITARY SEWER SYSTEM REPAIR, 3RD AND PIERCE, CITY OF YAKIMA JOB NO.2293, with the quote due date written on it. 9. No Disturbance: The contractor shall not disturb grounds or materials outside the sphere of the contracted project. 10. Review of Site: All bidders shall visit the site prior to submitting their quote and become aware of any problems, which may affect their quote. Bidders will not be allowed to adjust their quotes after submission, based on information, which could have been obtained through a site visit. Contact the persons listed below to schedule an appointment. 11. Coordination: The contractor will coordinate his work with Bruce Floyd, Construction Supervisor, at (509) 575-6138 or (509) 728-3457. 12. Timing: Successful vendor shall coordinate with contacts listed above as to when work will be accomplished. Work shall be completed within 10 working days. Access shall be maintained at all times to local traffic. Work areas must be secured and protected by 5:00 pm each evening unless otherwise approved by the Engineer. 13. Pavement Repair: In areas where work is to be done below existing asphalt pavement, the asphalt pavement shall be repaired by compacting six inches of crushed surfacing base course to within three inches of the finished grade. The edges of the existing pavement and manhole rings shall then be painted with a hot asphalt tack coat, and hot mix asphalt shall be placed and compacted with hand tampers and a patching roller. The completed patch shall match the grade of the existing paved surface. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emultion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The unit contract price per square yard for "Pavement Repair" shall be full pay for performing all work as specified and approved by the Engineer. 14. Sanitary Sewer Bypass: The existing sewage flow of the 10 inch sewer line and 27 inch sewer main shall be bypassed during the modification of the sewer system. The Contractor shall provide all materials and equipment necessary to safely and adequately bypass the sanitary sewer system to allow installation, inspection and testing of the proposed improvement. The Contractor is responsible to provide a bypass schedule for approval by the Engineer 48 hours, excluding weekends, prior to scheduling this work. The Contractor shall prepare a bypass plan showing the method, material, capacity, scheduling and traffic control required to bypass the sewer main flow from the work area. The lump sum unit contract price for "Sanitary Sewer Bypass" shall be full pay for performing all work as specified and approved by the Engineer. 15. 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. 16. Right to Reject: The City of Yakima reserves the right to reject any or all quotes or accept any presented which meet or exceed these specifications and which they may deem to be in the best interest of the City and will not necessarily be bound to accept the low quote. 17. No Preferences: No exceptions will be considered that may tend to give an individual bidder a distinct advantage. 18. Contractor's Liability Insurance (Sample Certificate Attached): The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage and automobile coverage with insurance carriers admitted to do business in the State of Washington. The insurance companies must carry a Best's Rating of A- VII or better. The policies will be written on an occurrence basis subject to the following minimum limits of liability: Commercial General Liability: Combined Single Limit: $1,000,000 Per Occurrence $2,000,000 Annual Aggregate The City of Yakima, its agents, elected and appointed officials, and employees are to be listed as additional insured under the policies. The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate will provide 45 days notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. The contract shall also maintain workers compensation through the State of Washington. If at any time during the life of the contract or any extension, the contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the contract. CONTRACT THIS AGREEMENT, made and entered into in triplicate, this Z$ day of3ttLYY , 2010, by and between the City of Yakima, hereinafter called the Owner, and KA) / 7L ECC . 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: $ 34, 5qS, for Sanitary Sewer System Repair — South 3rd Avenue and West Pierce Street, City No. 2293, all in accordance with, and as described in the attached plans and specifications and the 2008 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. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorneys fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the,part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY - OF YAKIMA this 26 day of T 1 I 2010. ity Manager CONTRACTOR ‘411, u ti rvo, EV, , a k -k) Q Corporation /� % ntrac By: L �/G-v.•- �/-psi: �s'ti! LE/rd 6 m'v6I (Print Name) Its: (%P (President, Owner, etc. Address: I I I1 1 v Y-11' � PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Ken Leingang Excavating, Inc. Bond No. 2095301 North American Specialty a Washington Corporation as Principal and Insurance Company corporation organized and existing under the laws of the State of New Hampshire 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 5 3 9, 543.86* for the payment of which sum on demand we bind ourselves and our successors, hefts, administrators or personal representatives, as the case may be. *Thirty Nine Thousand Five Hundred Forty Three and 86/100 Dollars 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 , 20 Neverless, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 20 , the City Manager and City Clerk of the CITY OF YAKIMA has let oris about to let to the said Ken Leingang Excavating, Inc. the above bounded Principal, a certain contract, the said contract being numbered 2293 , and providing for Sanitary Sewer System Repair -** (which contract is referred to herein and is made a pad hereof as though attached hereto), and, **S. 3rd Ave. & W. Pierce St. 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. shat 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, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, 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 otherwise it shall be and remain in full force and effect. Approved as to fo a: I' fp (City Attorney) Ken Leingang Excavating, Inc. By: By: (Contractor) CiVC\ @.t\nF1/4c h� (Print Name) Its: l�i Q/ + C e t _ t ►`1 1 (President, Owner, etc...) North American Specialty Insurance Company ;.` (Surety).--, Lillian Tse (Print Name) Its Attorney in Fact NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: CARL NEWMAN, STUART A. O'FARRELL, KAREN P. DEVER, SUSAN B. LARSON, LILLIAN TSE, SCOTT FISHER, E E JILL A. BOYLE, DEANNA M. MEYER, BENJAMIN L. WOLFE, KARA N. HARMALA, ELIZABETH R. HAHN and JANA M. ROY JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWENTY-FIVE MILLION (525,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attomey or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." ��`o�emoi,aarany�y neo �apilCNgt /,� .,,y. $y Steven P. Anderson, President & Chief Executive Officer of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company = o: T By David h1. Layman, Senior Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25th day of November 20 09 State of Illinois County of Du Page On this 25th day of November 20 09 , before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. ss: North American Specialty Insurance Company Washington International Insurance Company 'OFFICIAL SEAL" DONNA D. SKLENS Notary Public, State of Illinois My Commission Expires IO/06/201 Donna D. Sklens, Notary Public I, James A. Carpenter . the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of , 20 lames A Carpenter. Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company 10,41100101 Client#: 6841 KEN LEING .ACORDT,., CERTIFICATE OF LIABILITY INSURANCE 0DATE 7/01/100/YYYY) TYPE OF INSURANCE PRODUCER Parker Smith & Feek, Inc. Bellevue (425-709-3600) 2233112th Avenue NE Bellevue, WA 98004 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Ken Leingang Excavating, Inc. 1117 N. 27th Ave. Yakima, WA 98902 INSURER A: Continental Insurance Co. GENERAL INSURER B: Continental Casualty Company C2074847407 INSURER C: 11/01/10 INSURER D: $1,000,000 INSURER E: $100.000 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. INSR LTR ADD'L INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) - LIMITS, A X GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY C2074847407 11/01/09 11/01/10 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES (Fa occurrence) $100.000 CLAIMS MADE rl OCCUR MED EXP (Any one person) $5,000 X PD Ded:2,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 $2,000,000 GEN'L 7 AGGREGATE POLICY X LIMIT APPLIES 128 -r -X PER: LOC PRODUCTS - COMP/OP AGG B X AUTOMOBILE X X X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS C2074847360 11/01/09- • 11/01/10 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY ANY AUTO - AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA OCCUR DEDUCTIBLE RETENTION - LIABILITY $ CLAIMS MADE EACH OCCURRENCE AGGREGATE $ $ $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below C2074847407 Employers Liability (WA Stop Gap) 11/01/09 11/01/10WC STATU- TORY LIMITS �( OTH- ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1 ,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Sanitary Sewer System Repair - South 3rd Avenue and West Pierce Street, Project No. 2293/KLE Job Number 10-045 City of Yakima, City of Union Gap, their agents, employees, and elected and appointed officials shall be additional insureds under general (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Yakima Department of Community and Economic 129 North Second Street Yakima, WA 98901 Developmen Ten Day Notice for Non Payment of Premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL Intg §6Rgt:gt MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,XXXR44 X XNeR166CXg6X>16X76RR51XXaRXWVXXX XXXII XX=XD I4XICEC6C109CAIMit KXbCACMOO(XX ( 10:15 i IXXX AUTHORIZED lel REPRESENTATIVE,�Il'. �i..►,Pia_ ACORD 25 (2001/08) 1 of 3 #M94264 KE000 © ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 3 #M94264 DESCRIPTIONS (Continued from Page 1) liability as per endorsement G -17957-G edition 01/2001 (attached). Additional insured status under automobile liability shall be as per policy terms and conditions. AMS 25.3 (2001/08) 3 of 3 #M94264 POLICY NUMBER: 2074847407 CNA G-17957-6 (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: As per certificate on file with Underwriters (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO !S AN INSURED (Section II) is amended to include as an insured any person or organization, including any person or organization shown in the schedule above, (called additional insured) whom you are required to add as an additional insured on this policy under a written contract or written agreement; but the written contract or written agreement must be: 1. Currently in effect or becoming effective during the term of this policy; and 2. Executed prior to the "bodily injury," "property damage," or "personal and advertising injury". B. The insurance provided to the additional insured is limited as follows: 1. That person or organization is an additional insured solely for liability due to your negligence specifically resulting from "your work" for the additional insured which is the subject of the written contract or written agreement. No coverage applies to liability resulting from the sole negligence of the additional insured. G -17957-G (Ed. 01/01) KENLEiN\CERT08(E02) 2. The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations of this policy, whichever is less. These Limits of Insurance are inclusive of, and not in addition to, the Limits of insurance shown in the Declarations. 3. The coverage provided to the additional insured by this endorsement and paragraph 1. of the definition of "insured contract" under DEFINITIONS (Section V) do not apply to "bodily injury" or "property damage" arising out of the "products -completed operations hazard" unless required by the written contract or written agreement. When coverage does apply to "bodily injury" or "property damage" arising out of the "products -completed operations hazard" such coverage will not apply beyond: a. The period of time required by the written contract or written agreement; or Page 1 of 2 b. 5 years from the completion of "your work" on the project which is the subject of the written contract or written agreement, whichever is less. 4: The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, or inspection activities performed as part of any related architectural or engineering activities. C. As respects the coverage provided under this endorsement, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS are amended as follows: 1. The following is added to the Duties In The Event of Occurrence, Offense, Claim or Suit Condition: e. An additional insured under this endorsement will as soon as. practicable: G-1 7957-G (Ed. 01/01) KENLEIMCERT07(E02) G -17957-G (Ed. 01/01) (1) Give written notice of an occurrence or an offense to us which may result in a claim or "suit" under this insurance; (2) Tender the defense and indemnity of any claim or "suit" to any other insurer which. also has insurance for a loss we cover under this Coverage Part; and Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part, f. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. (3) 2. Paragraph 4.b. of the Other Insurance Condition is deleted and replaced with the following: 4. Other Insurance b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing. Page 2 of 2 2 CITY OF YAKIMA SANITARY SEWER REPAIR 3RD AND PIERCE CITY OF YAKIMA JOB NO. 2293 I KRWARNiS SEVELT ENTARY -1001 SHINCTON DDLE SCHOOL ANO PARK ELIZA OSPItAL SCHOOL SPEEDWAY SHEET INDEX SHEET 2 PLAN AND PROFILE SHEET 3 DETAIL SHEET LEGEND EXISTING SANITARY SEWER MANHOLE - s- EXISTING SANITARY SEWER - W- EXISTING WATER LINE -1RR- EXISTING IRRIGATION LINE -GAS- EXISTING GAS LINE NI EXISTING WATER VALVE BEGIN PROJECT 7+23.48 CENTRAL WASHINGTON STATE FAIRGROUNDS LARSON PA. YAKIMA VALLEY COMMUNITY COLLEGE END PROJECT STATION 12+60.00 GARDNER PARK STANTON SCHOOL PLAN DISCLAIMER UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1-800-553-4344 MAY 2010 r �: ,gER s,47,;I � �s`sF' of nAiNl/lb . . I END PROJECT ;®Fsh\t, City Of Yakima (6 � Engineering Division ''.S 129 North Second Street "..•w see Yakima, Washington k'' cc, I, 1 as STATION 12+60.00 — -- — -- -- —- -- — -- — i 4TH AVENUE 39407 .CV4 �� �wEGISTE? 1 Q 1 �SSIONAt E� I 1 GAS 1 BEGIN PROJECT 1 STATION 7+23.48 1 o W W TT II — TV YY— W MH5 IRR IRRW W�RR W S W s sNI O S s s MH' 1W 0 s s s Q 4O - i s 8 i 00 G 00 c10 - 00 1 0 M 1 0 SANITARY SEWER SYSTEM REPAIR 3RD AND PIERCE City of Yakima Project No. 2293 u S MH91 S c WEST PIERCE STREET MH41AU MHO I I I / \ — I I 1 I I I I 1 1 N 1 M H91 STA 7+26.50 MH4: STA 11+62.08(9.69 LT.) MH41 MH90 RIM EL.=1033.36 STA 1.2+42.22(6.97 LT.) STA 12+52.92 1032 I.E. OUT=1021.96 RIM EL.—_1032.03 I.E. OUT-1022.18 -----------------77 _ RIM EL.=1031.73 I.E.°U-n=1°2°.33-I.E. IN=1021.63 0.92 LT. RIM .— 5 1I.E. IN 2a.5 1028 1024 � n 1020 L SEE DETAIL SHEET 7+60 8+00 8+40 8+80 9+20 9+60 10+00 10+40 10+80 11+20 11+60 12+00 12+40 12+80 DETAIL ��.....o\ City Of Yakima b: dB r Engineering Division ��.,�o..,......%�/ 129 North Second Street Yakima, Washington NOTES OPLUG EXISTING 10" SANITARY SEWER CONNECTIONS IN MH41 AND MH 41A. ©RECHANNEL MH41 AT ELEVEATION GIVEN TO PROPOSED 10" SANITARY SEWER LINE. ©CONNECT PROPOSED, 10" SANITARY SEWER LINE TO EXISTING MH41 AND MH90. EXACT LOCATION OF CONNECTIONS TO BE DETERMINED DURING CONSTRUCTION. ()BYPASS 1 FROM MH4 TO MH41A ©BYPASS 2 FROM MH 91 (NOT SHOWN) TO MH90 �,6 E R s,47, 5 -up -to pF WAsj1 �i: