Loading...
HomeMy WebLinkAboutKen Leingang Excavating, Inc. - Upper Kiwanis Park Phase 2 - Site Prep for Ball Fields & Parking Lot CLERIC lC C Of Engineering Division Upper Kiwanis Park Phase 2 Site Preparation for Ball Fields and Parking Lot r ",t• O •t."• r ' , , 'i r `+e. i> [ ;. , re _ ' l t ,, 10* � ,fi ' ^ ...■%• . . '''; ..,..' ' ' ',tt .._ ' .44, , rw \ t • • • Construction Contract Specifications & Bid Documents City Project Number 2212 ,I 5. ;• f � 129 North Second Street %, -- Phone (509) 575 -6111 Yakima, WA 98901 \ Fax (509) 576 -6314 November 2010 BID SUMMARY ENGINEERS ESTIMATE KEN LEINGANG EXC. BELSAAS & SMITH GRANITE NORTHWEST, METAL BENDERS, INC. UPPER KIWANIS PARK PHASE 2 YAKIMA, WA CONSTRUCTION INC. YAKIMA, WA SITE PREPARATION FOR BALL FIELDS AND PARKING LOT ELLENSBURG, WA YAKIMA, WA CITY PROJECT NO. 2212 ITEM BID SECURITY NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS $ 500.00 $ 500.00 $ 175.00 $ 175.00 $ 150.00 $ 150.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 2 MOBILIZATION 1 LS $ 3,420.00 $ 3,420.00 $ 2,875.00 $ 2,875.00 $ 4,000.00 $ 4,000.00 $ 1,500.00 $ 1.500.00 $ 5,200.00 $ 5,200.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 3,000.00 $ 3,000.00 $ 700.00 $ 700.00 $ 300.00 $ 300.00 $ 1.500.00 $ 1,500.00 $ 2,600.00 $ 2,600.00 4 ROADSIDE CLEAN UP 1 FA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $ 1,000.00 $ 1,000.00 $ 12,000.00 $ 12,000.00 $ 24,400.00 $ 24,400.00 $ 20,000.00 $ 20,000.00 $ 24,480.00 $ 24,480.00 6 FIELD EXCAVATION INCL. HAUL 2500 CY $ 12.00 $ 30,000.00 $ 7.60 $ 19,000.00 $ 6.00 $ 15,000.00 $ 9.45 $ 23,625.00 $ 9.35 $ 23,375.00 7 SILT FENCE 650 LF $ 5.00 $ 3,250.00 $ 2.25 $ 1,462.50 $ 4.00 $ 2,600.00 $ 3.50 $ 2,275.00 $ 2.50 $ 1,625.00 SUB TOTAL: $ 46,170.00 $ 41,212.50 $ 51,450.00 $ 54,400.00 $ 62,780.00 TAX @ 8.2'/.: $ 3,785.94 $ 3,379.43 $ 4,218.90 $ 4,460.80 $ 5,147.96 TOTAL: $ 49,955.94 $ 44,591.93 $ 55,668.90 $ 58,860.80 $ 67,927.96 CITY ENGINEERS REPORT —_-----..„ s OF YAKIMA ,. . COMPETITIVE BIDS WERE OPENED ON 11/16/2010. - 1 ,41,. 1+ ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE r r � � I RECOMMEND THE CONTRACT BE AWARDED TO 1 UPPER KIWANIS PARK PHASE 2 5 t t SITE PREPARATION FOR BALL FIELDS AND PARKING LOT KEN LEINGANG EXC. r, AWARD MADE BY CITY MANAGER 4 : +, 4 c PROJECT NO 2212 t a C , ' ° : DATE 11/1612010 DA IY CITY ENGIN\5ER DATE \ CITY MANAR FILE 11Ci5englengimages\BidSummanes SHEET 1 OF 1 UPPER KIWANIS PARK PHASE 2 SITE PREPARATION FOR BALL FIELDS AND PARKING LOT CITY OF YAKIMA JOB NO.2212 INVITATION TO QUOTE CITY OF YAKIMA ENGINEERING DIVISION Contractor: KEN LEINGANG EXC. 129 NO. 2ND STREET YAKIMA, WASHINGTON 98901 Phone: 509.575.5507 PHONE 575 -6111 Address: 1117 NO. 27 AVE Quotations will be received by the Yakima City Clerk until: 2:00 PM, November 16, 2010 YAKIMA, WA 98902 PROJECT SCOPE This contract provides for preparing the Northwest area of Kiwanis Park for future construction. The work shall consist of grading areas for future baseball fields and a parking lot, 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 consists of excavating approximately 2500 cubic yards of existing material and redistributing it on site to match the elevations shown on the plans, removing fence and other miscellaneous objects from site, and 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 2:00 p.m., November 16, 2010 to the Yakima City Clerks Office, 1 floor of City Hall. If you have any questions or would like to schedule a site visit with City Engineering, 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. Page 1 of 15 QUOTE ITE PROPOSAL ITEM UNIT AMOUNT M QT PRICE NO. PAYMENT SECTION Y UNIT DOLLARS DOLLARS 1 SPCC PLAN 1 LS / 7� 1 -07.15 / 7� 2 MOBILIZATION 1 LS 1 -09.7 Z87S ZE375 - '� /� PROJECT TEMPORARY TRAFFIC CONTROL - 7 / 7Oe!) 7 1 -10.5 / 4 ROADSIDE CLEANUP 1 FA $5,000 $5,000 2 -01.5 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS j ZbCSb oo'a ^ Jf 2 -02.5 6 FIELD EXCAVATION INCL. HAUL 2500 CY r 2-03.5 1,9 . SILT FENCE 26 650 LF X 7 8 -01.5 l ,r4Z TAX p N.3 8.2 % 337 / , \ Total: -0./, 5g/ 61 • Contractor's Signature: �°"" Date: " I / I J .-4 ' r° Page 3of15 UPPER KIWANIS PARK PHASE 2 SITE PREPARATION FOR BALL FIELDS AND PARKING LOT CITY OF YAKIMA JOB NO.2212 SPECIFICATIONS GENERAL /SPECIAL INSTRUCTIONS 1. Description of Project: This project consists of excavating approximately 2500 cubic yards of existing material and redistributing it on site to match the elevations shown on the plans, removing fence and other miscellaneous objects from site, and 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 a manner that is in compliance with all applicable federal, state and local laws and regulations, including, but not limited to, vehicle regulations (WSDOT /HMTUSA/other), environmental laws and regulations (EPA/WDOE /local), and health and safety laws and regulations (OSHA/WISHA/City Safety Codes). 4. Records: The contractor shall maintain operational records at its place of business for a minimum of five years. These records shall include: point of material pick up, type of material, quantity of material. 5. Prevailing Wages: The contractor will comply with all provisions of Chapter 39.12 RCW - Prevailing Wages on Public Work. A. RCW 39.12.010 - The Prevailing Rate of Wage: Contact the Department of Labor and Industries, to confirm current prevailing wage rate for applicable workers on this particular public work project. B. RCW 39.12.040 - Statement of Intent to Pay Prevailing Wages and an Affidavit of Wages Paid: Before 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 2:00 p.m. on November 16, 2010 in a sealed envelope labeled UPPER KIWANIS PARK Page 5 of 15 PHASE 2 — SITE PREPARATION FOR BALL FIELDS AND PARKING LOT, CITY PROJECT #2212, 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. 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. 14. 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. 15. No Preferences: No exceptions will be considered that may tend to give an individual bidder a distinct advantage. 16. 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. 17. Grading Requirements All finished grades shall be within 0.10' of the proposed elevations shown in the contract plans, unless otherwise directed by City Engineer. Prior to project completion, City Engineering must confirm elevations are within tolerance. Page 6 of 15 • 18. Field Excavation Field Excavation specifications shall be identical to the specifications written in the WSDOT "Standard Specifications for Road, Bridge, and Municipal Construction 2010" for bid item "Roadway Excavation Incl. Haul" described in Section 2 -03. Method A compaction shall be used for compacting fill. Page 7 of 15 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2010, 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: $44,591.93 for Upper Kiwanis Park Phase 2, Site Preparation for Ball Fields and Parking Lot, Project No. 2212, all in accordance with, and as described in the attached plans and specifications and the 2010 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. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11th 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, 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. Counters CITY OF YAKIMA he U CONTRACTOR this i day of jjtC. • 2010. EXLqo1 dt hs , a Corporation Contractor City Manag- Attest: _ 1:)o► C f 9.1N k 4. t•\ ■o (Print e) City CI yp �`� - Its � cof ec t l�lg 1 President Owner, etc.) 5 SEAL ; ; Address: 11 N . a.1 � A-04- .�J ott. vv.% W a- 9 89 1 l h gSHING Page 9 of 15 PERFORMANCE BOND Bond No. 2131640 BOND -TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: • That we, the undersigned, Ken Leingang Excavating, Inc . North American Specialty a . Washington Corporation as Principal and Insurance Company a 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 $ 44,591 . 93* - _ for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. *Forty Four Thousand Five Hundred Ninety One and 93/100 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 G day of .9Dl/alif38 , 20 lb . • Neverless, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on 1; PitAiall , 20 1 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said Ken Leingang Excavating, Inc. , the above bounded Principal, a certain contract, the said contract being numbered2L2A , and providing for Upper Kiwanis Park Phase 2 , * * (which contract is referred to herein and is made a part hereof as though attached hereto), and, 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; - * *Site Preparation for Ball Fields and Parking Lot, Project,No. 2212 NOW THEREFORE, if the said Ken Leingang Excavating, Inc. shall faithfully perform all of the provisions of said contract in the mariner 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. Ken Lein.an. Excavating, Inc. (Contracts : B Y -- l to r L cz,t yo Yz (Print Name) Approyced as to for.: Its: `t ‘C, Q ( ZS �(, e \ (President, Owner, etc...) Zei 2z /6 (City Attorney) North American Specialty Insurance Company _ (S r') a Br: tV 6'� a Lillian Tse (Print Name) its: Fact p 11 of 15 - • f de..'r`'} P +.11 -. ax I .- -., t gi f ...,is r. - :, ....:,:�..Kr.�:. :iZ .�. .. 1; . :;�. :.. n .6, r.. .'.Ii. uoW.x'+ +tr;n,..�; a zri....:.::z..'ns., r:.a(. �, °....... ,r 1c �. >. ,7. ?: P C. �,...0 :�, r_ ,.. ... ._ ... :.t N'AS SURETY Y GROUP • • NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY "H -I ESE PRESENTS, THAT North American Specialty Insurance Company. a corporation dui\ organized and existing under Imes of the State of Ne\\ 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 Isms of the State of New Hampshire and having its principal office in the City of Schaumburg. Illinois each does hereby make, constitute and appoint: "CARL NEWMAN, STUART A. O'FARRELL, KAREN P. DEVER, SUSAN B. LARSON, LILLIAN TSE, SCOTT FISHER, Jj JILL A. BOYLE. DEANNA M. MEYER, BENJAMIN L. WOLFE, KARA N. HARI\9ALA, ELIZABETH R. HAHN and JANA M. ROY JOINTLY OR SEVERALLY Its true and lawful Attorney(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 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 24' of March. 2000: "RESOLVED, that am two ofthe 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 Pow of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf ofthe Company bonds. undertakings and all contracts of suret 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 FURTI -IER RESOLVE I). that the signature of such.officers and the seal of the Company may be affixed to any such Power of Attorney 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." \..CITY /, ' o''" •' .� --. ; ! g .G�pPORgT. G9 i S Ir o b" 5 q _ By SEAL Ste, en P.Anderson, President & Chief Esecu lice office, of \P;rshington International Insurance Company Z 1173 . & Senior Vice President nl North smerican Specialty Insurance Company h q By ° ".n,rrr,. <,y „aria'' Dal id M. Layman, Senior Vice Presides,i cry\ ashm.,toe International Insurance Company & Vice President of North 4rnerican Specialty Insurance Company IN WITNESS Wf1EREOF. 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 1st day of • September 20 10 • North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 1st day of September 20 10 .. 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. ,JEAlf t :I-ny':.i;lic•, S:t:ae of Illinois ; �m_ssln :: Expires i0/0512(i_ Donna D. SkIens. Notary Public I. .lames A. Carpenter . the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company. do hereby certify that the ahoa e and foregoing is a true and correct copy of a l'ow er 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 \ \-HEREOF. I have set my hand and affixed the seals of the Companies this day of _ . '0 t4.42.c I,unes :\ ('ai porter. Vice President & Assistant Secicla■ of Si eshingmn Inlet national Insurance Compass & North Anew can Specials lnsui ance Compam :; s �, sst �` �..�``� x r S_ # � �? q'' t�3 :. zfi a � jF r r r a � y . Y - i y -.. �3 i :.I 4 -. s § '�3 ”! .Z _. '':. ...,.;:s _....._v ..... _- .. `R:. 1 �: pefi ... -„a tO'', ..+..�'',.. '' eyi. x �, .. ..,, ' - ' ,. �...... .� t s:-: 1,.1 .. :O } Client #: 6841 KENLEING ACORDr. CERTIFICATE OF LIABILITY INSURANCE D/YYYY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Parker Smith & Feek, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Bellevue (425-709-3600) ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 2233 112th Avenue NE Bellevue, WA 98004 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Continental Insurance Co. 35289 Ken Leingang Excavating, Inc. INSURER B: Continental Casualty Company 20443 1117 N. 27th Ave. INSURER C. 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 INSR POLICY EFFECTIVE POLICY EXPIRATION LTR INSRC TYPE OF INSURANCE POLICY NUMBER DATE (MM /DD /YY) DATE (MM /DD/YY) LIMITS A X GENERAL LIABILITY C2074847407 11/01/10 11/01/11 EACH OCCURRENCE $1,000,000 RENTE X COMMERCIAL GENERAL LIABILITY PREM IE I S ES O a occu , r ante/ $ CLAIMS MADE X OCCUR MED EXP (Any one person) _ s5,000 X PD Ded:2,000 PERSONAL & ADV INJURY 51,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG s2,000,000 • 7 POLICY X jEC .[ J LOC B X AUTOMOBILE LIABILITY C2074847360 11/01/10 11/01/11 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) 51 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON -OWNED AUTOS (Per accident) $ • • PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC S AUTO ONLY: AGG $ EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE $ 7 OCCUR CLAIMS MADE AGGREGATE S DEDUCTIBLE RETENTION S $ A WORKERS COMPENSATION AND C2074847407 11/01/10 11/01/11 WC STATU- X OTH- TORY I IMITS FR EMPLOYERS' LIABILITY Employers Liability E.L EACH ACCIDENT S1,000,000 ANY PROPRIETOR /PARTNER /EXECUTIVE OFFICER /MEMBER EXCLUDED? (WA Stop Gap) EL DISEASE - EA EMPLOYEE S1,000,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 OTHER • DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Project: Upper Kiwanis Park Phase 2 - Site Preparation for Ball Fields • and Parking Lot City Project No. 2212 /KLE Job Number 10 -087 City of Yakima, City of Union Gap, their agents, employees, and elected (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Ten Day 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 R■kk6tXQ MAIL 45 DAYS WRITTEN Dept of Community and Economic Development NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,rximosoax,A300000m 129 North Second Street x4PAsst'rX lit YMCA RIM raxxttx OD( XX XIXXX>Fao URSMXXIX taIX113cac>'rx>Rw IXDO SXXX Yakima, WA 98901 x.s>zorttxrixxx AUTHORIZED REPRESENTATIVE ACORD 25 (2001/08) 1 of 3 #M99626 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 #M99626 DESCRIPTIONS (Continued from Page 1) and appointed officials shall be additional insureds under General Liability as per endorsement G- 17957 -G edition 01/2001 (attached). Additional Insured under Automobile Liability shall be as per policy terms and conditions. AMS 25.3 (2001/08) 3 of 3 #M99626 POLICY NUMBER: C2074847407 G- 17957 -G `" `A ° (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 IS AN INSURED (Section H) 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 less. 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 f. of the definition of "insured contract" under 2. Executed prior to the "bodily injury," "property 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 agreement. When coverage does apply to "bodily 1. That person or organization is an additional 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) • KENLEIN\CERT10(E02) • 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 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 architect's, 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, I. 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 IV — COMMERCIAL b. Excess Insurance GENERAL LIABILITY CONDITIONS are amended as 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 Page 2 of 2 (Ed. 01/01) KENLEIN \CERT10(E02) 2 • V fZ t * ` a ',, a Eb UPPER KIWANIS PARK PHASE 2 SITE PREPARATION FOR BALL FIELDS AND PARKING LOT CITY OF YAKIMA JOB NO. 2212 \ CONSTRUCTION N AREA C I S FAIR AVENUE 6 I - i i � �'t 1 ER w E � : .. _ �I r� KIWANIS �� '/„.., e S ___, �� , PARK �� a WAs1/4 ; z . _ ,,,. -„, J . ::: - , , _____-_- 4 ft _Lu , Nli ,,MAPS :::: , } co -,,,:' E S ------ i --111 3 940 7 y SHEET INDEX R E�ISTER� 9 G l w s _ � ... ��\ E BEACI -I ST I� NAL , � _ PROJECT OVERVIEW 1 ' ' GROUND) -- SITE PLAN (PROPOS ED D 3 * v A -_ SILT FENCE DETAIL 4 B \ \ , - 1 ''„, \ ': : i ti ..... ... ... +t ' : , ::' . I 1 ir m P ' � L �� �1 � �� �� ��� a 1...r---: [ r....\. : . C m m �� ■ a B BB �� mo m �� B Lmm ' _itt n 7\q o it - ° m O m� ... - - - - -Y-_ . _ . - � C o m m o� � �� m� - - \ il • • .. .. � 0 �� mmm �� N ._ - ❑❑ o_ k � ° 1- ��eo����ee�m � m mm� m m m m � L � ��m - II ,, n �� � � � �m ���� I� ` a UNDERGROUND FEATURES SHOWN HEREON REPRESENT riffil -_ � � - _ - �P- • l� m� � � i ; •. BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL C� r �� _ C � _ _ i �� ����m���LL ` - O RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR 'IU[- � q -E - Q°. f I ' rq F— F ��I m_ ml fT1t71rT1TIm�L1 L L �1E �1 q ' � \ IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL - u L -_ JJ 1 u�J paip E m, EM - II' lianim ETIE UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL L n _ �- m r� rv� ��CO� mUM= I V� �7 T W1 �T mm EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO > = RET- L _ � III J_L31L� ] -1 a = L WNERS OF UND RGROUND FACILITIES THROUGH A ONE — 10 mm , l !EI mm _ � _m ALL O �� - ` - -IJJ — = �� ❑m �OI� —J / �m� U- � L � NUMBER LOCATOR SERVICE: 1- 800 - 553 -4344 A ----- - I J I �,�I - �' J L I �'i o o i— I \ � �JI �LILIL_ - - J L D \ \� � �� H r , 1 t I- � -In I ! „ ! � 1��=,� 1111 - ,-, \ L— 11 ` —\ F ------ 77: • II NOVEMBER 2 010 1 • 1035.17 GENERAL NOTES E SPRUCE ST x ..--- . CONTROL _ _ _ APPROXIMATE GRADING EXISTING �z .' `F 1 LIMITS. EXACT LIMITS TO BE I I 035 28 FENCE TO BE I // EXISTING REMOVED k ( DETERMINED ON SITE. REMOVED BE \ k 1030.62 / • 1029.77 \� r .03 .53 = � SILT FENCE SEE DETAIL / ® 2a4�� ) • )031.64 EXISTING FENCE TO BE ' X X i 1036,87 REMOVED EXISTING ELEVATIONS LISTED I \ \\ , F. - ` MAY HAVE BEEN MODIFIED I \ `'` 5, 1038.77 I CONTROL I 029.72 1029.70 I j 1030.31 ' CONTROL I ,i:: : . " , =-.. ' ';,,:,:‘ '''' : :_ - ; , - 1-, , I ; ;: ;;\,' . 10 5 +-7,4„. 029.74 a Q S. ❑ NTROL 102 .50 CONE'. I BASKETBALL 1)29,76 CONTROL "; ' a F • I i' PLAYGROUND 1029.80 p1' J3, 6 6 .., i s 1 f ' _ r ' 7 I v \ \ \\ , \ \ i 1 .:.,::,- 9 \N., ,....,,..,, 1 i , ,,,„. . .., ' I 'BATHROO - . : \ ,:° '', �; , 1:? INC INEf2AT0� 4; I .A / -` , , POND • • \ . . . . fi g E R S ti F = I I i _ I C pF wASg PUMP ham P F �G r j j V ;i HOUSE �` \,�: .0 i O I j I _ - ,L,: 1031.41 CC/ c ! ' ' 1035,48 ; r r • ., I — — ; a - ='a.? , CONTROL ' .'i ; `� 39407 y� d \ \ 'rS h EGISTEI C) `� j MAPLE ST ^--- 6F --�� KIWANIS UPPER PARK PHASE 2 SITE PLAN � City Of Yakima Project Eng: DMK Draw Scales .�'- 2 SITE PREPARATION:" ■ ' = ' , 1:80 EXISTING GROUND . I 0 129 North Second Street Chkd. By BHS Vertical = N/A 4 DATE REVISION BY Yakima, Washington CITY OF YAKIMA PROJECT NO 2212 1 GENERAL NOTES 1°35.17 E SPRUCE sT ire CONTROL - - -- - - -- - - - -- -- -. . -. . .-_- -. = - - _ 1 30 V 703 `;.. __ iz:, 1030,01 : G,". ;= *1 - / r ` 0 9.20 APPROXIMATE GRADING \/ EXISTING "' , :' .,., I LIMITS. EXACT LIMITS TO BE ..%, FENCE TOBE '` DETERMINED ON SITE. \ FE :E j REYIOVE�� \ \k / R ,. 9' _ 5 / 10 .00 ___% / I i 1029'0 1 / s8o / 9/ • SILT FENCE (SEE DETAIL) % 225' 225' FIELD C i3o.2c FIELD B 031.00 / • / / x 1030,gp 1°3°.9°- : 030,10 - 030. 0 X X EXISTING FENCE TO BE I / 9. l II • REMOVED . ¢ 13031.00 jg030.20 / c 0.55 • I V T : �// v 0 :0.00 3U.9p 1031.0 Q�030.20 0.55% D ) 1032.3U � 71030.1U 1029.20 " A 1031.3 D 1031,00 1030,20 i' "' <' <.' ELEVATIONS LISTED ARE PROPOSED w r '=' < , <? % { ni'!: 03 . �I� ) 1 031.00 0 3U , 2U Naar 1030.20 +r* (EXCEPT CONTROL) ' ```'' ' '3 °'° = . Y 1038,77 CONTROL .1 1 „ ':'.; 71 1029.70 ( 1030.20 , WEIR 1 T CONTROL 1030.20 BALL FIELDS PARKING LOT AND PATH ARE C `': 1030.20 tg , .: . ;..t n .. X30.7 2 ` ^•^,.` 10 '',,:,,,,c' -t. 029.7• 03 020 X030.10 CONT•: Q ONTRO 7720 ON SHEET FOR REFERENCE ONLY AND ARE 0.55% BASKETBALL 029.76 NOT A PART OF THIS CONTRACT. ,',,,,' ONTROL K 0302 1-.:,:•--;=4 °e,N- PLAYGROUND 1030.71i u f,' _, 103 .00 `i i�. .1 1 El , „ ,..8, 1030 1 T. 225' , FI ELD A . I BATHROOM / , /,: \• 1X �y i1 - ,INCINERATOR o g 040 ' 59 ;; . 1C94' 102 0 ; ' C , `; :_ :.: 1029,7' POND • _I .I ± � 3 L, I - _ - - - PUMP ,i: pF N'A �i� .i ;�.`•"{' HOUSE �� i o � / I - . = - /p ly: 1035,48 CONTROL "'1 r I I ''t, .r �:� . i '1 �i ' ' *`/= c o `' �� HMI I I LLLLL I b//I C � - - - = I MAPLE ST - T t M // �� / / ;I \ . \ j i \' t. \ -I -._ � I i J I_ - 1 I t I .. `. of y KIWANIS UPPER PARK ; ',m,, City Of Yakima Project Eng: DMK Draw Scales SITE PLA 3 i`t IF' Engineering Division SITE PREPARATION Drawn By: DMK Horizontal = 1:80 PROPOSED GROUND .a: • •.' 129Nonh5emndStreet Chkd. By BHS Vertical = N/A ; ii: 4 DATE REVISION BY Yakima,Washvgton CITY OF YAKIMA PROJECT NO. 2212 g NOTES Z - POST SE -E STD D J-CC S 31 3f9, , 1. Maximize detention of stormwater by placing fence as far away . . . .T, i from toe of slope as possible v Ithoui encroaching on sensitive ` areas or outside of the clearing boundaries - ' ., E G =C I EXTIL= - I 2. Install silt fencing along contours. • '�, I 5 3. Install the ends of the silt fence to point slightly up -slope to pre - --. COMPACTED _ I b vent sediment from flowing around the ends of the fence. NATIVE SOIL \\ N p /' �� / : ;I 4 Perform maintenance in accordance with Standard Specifications FLOW ` /�, � /., : -:? 8.01.3(9)A and 8.01.3(15). ` � \ - i =: :. . ..... 0 T 1 , ` � \�! % / / i/ ! \ / ".�0� � Z c <>. / /, / ! / S EE NOTE 3 ' „,,„,,,,,/ BURY GEOTEXTILE \ '\ r \ y IN TRENCH r — / I `\ /f/ . ! NOTE - : : : %. �.. / DURING EXCAVATION, MINIMIZE DISTURBING THE GROUND TYPICAL SPLICE ,,: ;,,, ;_; . _ AROUND TRENCH AS MUCH AS IS FEASIBLE AND SMOOTH SEE DETAIL SURFACE FOLLOWING EXCAVATION TO AVOID rl / / CONCENTRATING FLOWS, r > k� / Q O I /' ''/ . � / ,' SECTION P :,,:.:...r :..i \ -' ” GEOTEXTILE FOR TEMPORARY SILT FENCE /,, ':,:,:: - • 1' � - - SEE STANDARD SPECIFICATION SECTION __ 9 -33.2 (1), TABLE E r.- .:::y :'j .�'■i ' �i I 1 / . • r, . G o --''' 1P� o-� POST N / l p" e . e - r - - I ` \ j TYPICAL SILT FENCE STATE OF '� WIT HOUT BACKUP SUPPORT STAPLE (TYPICAL) �� 13 REGISTERED ISOMETRIC (4 PER POST) U LANDSCAPE ARCHITECT SEE NOTE 3 \-, ---9 MARK W. MIAURER' CERTIFICATE NO 000598 FABRIC (GEOTEXTILE) I NOTE: THISPVW IS NOT A LEGA! ENGINEER'NGDDCU- ' • (TYPICAL) \ I rr =lT=' ELECTRONPLIC 1WO.R SIE EGIEE \ A =�RO: =OR ?U5JCATIO DU O' , IS K ? T E. OW FI_ A TH WASH INGTON SY TH STAi N E D F, i AND I WENT OK T.RAI.'S?ONT,.T1:1N. A COPY MAY 9_ OSTAINED GOON R= DUEST. SILT FENCE ° '° STANDARD PLAN I- 30.15 -00 .. SPLICED FENCE SECTIONS SHALL BE CLOSE ENOUGH TOGETHER TO PREVENT SHEET 1 OF 1 SHEET SILT LADEN WATER FROM ESCAPING THROUGH THE FENCE AT THE OVERLAP. I - APPROVED FOR PUBLICATION JOINING SECTIONS SHALL NOT BE PLACED IN LOW SPOTS OR IN SUMP LOCATIONS ,.. _ Pasco Bakotich Ill pt : :08 -11 -09 SPLICE DETAIL S TATE DESIGN ENGINEER - D= E 1 ` " L ��� ..csn-- -n .,ca erc�rner�' Trcnsperta�icr i _ yc a