Loading...
HomeMy WebLinkAboutHi-Tech Industrial Coatings, Inc. - Waste Water Treatment Plant Primary Clarifier Painter G G 1 < S — opt 6 cd /JA- o f y Engineering Division Waste Water Treatment Plant Primary Clarifier Painter .� aad, Fs�tonad 40 ti r k iiiiimum.... ...,, „,„,„ :.. ... :. l I f 61114.4 esa.. .. tip 3 . _ . P.. ' ,.., r .z. I � 3 ' ■ Lag N w _ .. ^' i r e Construction Contract Specifications & Bid Documents City Project Number WW01 -11 "t f,,,,, ti ' s .` ;� 129 North Second Street `' Phone (509) 575-6111 Yakima, WA 98901 Fax (509) 576 -6314 August 2011 Waste Water Treatment Plant Primary Clarifier Painter CITY OF YAKIMA JOB NO.WW01 -11 INVITATION TO QUOTE CITY OF YAKIMA ENGINEERING DIVISION Contractor: „ / A ...21 / /G� / COa7 /All - 129 NO. 2ND STREET � ����� 7 � YAKIMA, WASHINGTON 98901 Phone: ! PHONE 575 -6111 ,p Address: ,/• 0( X a40 .9M Quotations will be received by the Yakima City Clerk until: 2:00 PM, August 24, 2011 /1eX 4 .x/37 PROJECT SCOPE This contract provides for the painting of the Primary Clarifier at the City of Yakima's Waste Water Treatment Plant. The work shall consist of pressure washing, sandblasting, and painting with specified coats 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., August 23, 2011 to the Yakima City Clerks Office, 1 floor of City Hall. If you have any questions call Dean Smith at 576 -6814 or 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. 1 )/ QUOTE WASTE WATER TREATMENT PLANT PRIMARY CLARIFIER PAINTER ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SPCC PLAN 1 1 -07.15 1 LS MOBILIZATION 2 1 -09.7 1 LS CLEANING AND PAINTING J 3 6 -07.5 1 LS 47.079/ REPAIR OR REPLACEMENT 4 8 -30.5 1 FA $2,500.00 $2500.00 SUB TOTAL: / STATE SALES TAX 8.2 %: TOTALS 0 / /1-7 -- Contractor's Signature: /.■ Date: gn;1/ / 3 WASTE WATER TREATMENT PLANT PRIMARY CLARIFIER PAINTER CITY OF YAKIMA JOB NO.WW01 -11 SPECIFICATIONS GENERAL /SPECIAL INSTRUCTIONS 1. Description of Project: This contract provides for the painting of the City of Yakima's Waste Water Treatment Plant Primary Clarifier. The work shall consist of pressure washing, sandblasting, and painting with specified coats, 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. 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. 5 • 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 August 23 2011 in a sealed envelope labeled WASTE WATER TREATMENT PLANT - PRIMARY CLARIFIER PAINTER, CITY OF YAKIMA JOB NO. WW01 -11, 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. Pre Bid Meeting: All bidders are required to attend a Pre -Bid Meeting at the Waste Water Treatment Plant on Monday August 22 at 11:00am. All bidders are required to visit the site prior to submitting their quote and become aware of any problems, which may affect their quote. Alternate times may be available for a site visit, but are not guaranteed. If needed, contact the persons listed below to schedule an alternate appointment. Bidders will not be allowed to adjust their quotes after submission. 11. Coordination: The contractor will coordinate his work with Mark Day at 945 -7717, Steve Brown at 249 -6821, or Dean Smith at 249 -6814. 12. Timing: Successful vendor shall coordinate with contacts listed above as to when work will be accomplished. Work shall be completed within 30 working days. 13. Weather Limits: Paint shall only be applied when: • Air temperature and paint temperature are between 40F and 115F. • Surface temperature of steel or concrete is between 40F and 115F. • Surface does not show wet drops and is not wet. • Relative humidity is within the manufacturer's recommended range. 14. Containment System: The containment system shall be in accordance with SSPC Technology Guide No. 6 Guide for Containing Surface Preparation Debris Generated During Paint Removal Operations Class 2. The Contractor shall protect the surrounding environment from all debris or damage resulting from the Contractor's operations. The containment system shall not cause any damage to the existing structure. All attachment devices shall be designed such that they shall not mark or otherwise damage the members to which they are attached. The containment system shall be capable of being removed rapidly in case of high winds. The Engineer will make the final determination on whether operations shall cease. Emissions shall be limited to the Level 2 Emissions standard in SSPC Technology Guide No. 6 Section 5.5 and assessed by Method A Visible Emissions. If failure to the containment system occurs or if signs of failure to the containment system are present, the Contractor shall stop work immediately. Work shall not resume until the failure has been corrected to the satisfaction of the Engineer. The containment system shall not be removed until all cleaned and painted surfaces have been inspected and approved by the Engineer. Prior to beginning work each day, all containment systems shall be inspected by the contractor to verify they are in place and function properly. Any necessary maintenance to restore full function shall be completed prior to beginning work. 6 15. Painting Specifications: The Contractor shall remove any visible oil, grease, soluble welding residues, salts and other contaminants in accordance with SSPC -SP1. Following and preparation by SSPC -SP1, all steel surfaces to be painted shall be prepared in accordance with either SSPC -SP12 WJ -4 /LP WS water jetting surface cleaning, or SSPC -SP7 brush -off blast cleaning. Surfaces inaccessible to water jetting or brush -off blast shall be prepared in accordance with SSPC -SP15 commercial grade power tool cleaning, as allowed by the Engineer. Sandblast and paint immersed surface carbon steel • Containment of clarifier. • Pressure wash with 4,000 psi for removal of all contamination to a SSPC- SP -12. • Sandblasting of steel to a SSPC SP -7 near white blast. • Apply one coat of PGG Pitt -guard 97 -946 series @ 4.0 — 7.0 mils. • Apply two coats of Benjamin Moore Polymide epoxy P36 @ 4 -6 mils. Color will match the blue of adjacent Primary Clarifier. • Disposal and handling of all waste per all federal, state and local laws. Sandblast and paint non immersed surface carbon steel • Containment of clarifier. • Pressure wash with 4,000 psi for removal of all contamination to a SSPC- SP -12. • Sandblasting of steel to a SSPC SP -7 near white blast. • Apply one coat of PGG Pitt -guard 97 -946 series @ 4.0 — 7.0 mils • Apply one coat of PGG Pitthane Ultra 95 -812 series @2.0 to 3.0 mils. Color will match the blue of adjacent Primary Clarifier. • Disposal and handling of all waste per all federal, state and local laws Sandblast and paint concrete • Containment of clarifier. • Pressure wash with 4,000 psi for removal of all contamination to a SSPC- SP -12. • Sandblasting of concrete to remove loose coating or concrete to a SSPC -SP -3. • Apply one coat of PGG Pitt -guard 97 -946 series @ 4.0 to 7.0 mils. • Apply two coats of Benjamin Moore Polymide epoxy P36 @4 -6 mils. Color will match the blue of adjacent Primary Clarifier. • Disposal and handling of all waste per all federal, state and local laws 16. Cleaning and Painting Lump Sum Bid: The lump sum contract price for "Cleaning and Painting — " shall be full pay for performing the work as specified, including developing all submittals; arranging for and accommodating contact and 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 Contracting Agency 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 not conforming to the definition in Section 6- 07.3(10)F of the WSDOT publication "Standard Specifications for Road, Bridge, and Municipal Construction 2010"; 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. 17. Warranty: The final product shall be free from deficiencies for 1 year after final acceptance of project has been agreed upon between Contractor and Engineer. Contractor will be responsible during that time period for all repairs to deficient areas at no additional cost to Contracting Agency. 7 18. 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. 19. 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. 20. No Preferences: No exceptions will be considered that may tend to give an individual bidder a distinct advantage. 21. 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. 22. Repair or Replacement: This work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. Payment for "Repair or Replacement" shall be made by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair and Replacement ", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 23. Experience Requirements: Upon award of contract, the Contractor of the winning bid must prove to have had prior surface preparation and industrial painting experience with like materials required on this project. Proof of a minimum of three (3) successful projects using like materials must be submitted before the contract will be awarded. 8 24. Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other City contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E- Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E- Verify will be used for newly hired employees during the term of the contract only; it is not to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. If the contractor has not previously filed an E- Verify Compliance Declaration with the City, the contractor must sign the attached E- Verify Compliance Declaration and submit it to the City prior to being awarded the contract. Failure to do so may be cause for rejection of the bid. 9 . -"I ... � �,' a26 K '� '"� x 2 �' r 1 2 to w t. j .• �� :....• <+ e XY ,,!!S� @ Sr°`L '��x t o �?,, 1 i! � 1' � �• � �� �f �i • � 3 t;r � .' y A' �+ .'�, �. �wi `. f . + s `n ,+[ ,J C omplaanc $ ewith Immigra a Na i ,� ;' i' "`max F ` 1;g,n.^ • • x e <. n..:,r Aa . r c <. ! ; = ? asp .:,.a, z,:` a`,xr':#.�' n "` r ! ✓`". ,.�*""` �e @'';w .1`i n �",'`�s.+ . ; The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E- Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E- Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E- Verify Declaration below. Failure to do so may be cause for rejection of bid. E- VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E- Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E- Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E- Verify program at any time and that non - compliance could lead to suspension of this contract. Firm Name: Dated this day of , 20 Signature: Printed Name: Phone #: Email Address: Homeland Security's Web Address is: http://www.dhs.qov/e-verify Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2 Street, Yakima, WA 98901, faxed to 509 -576 -6394 or scanned and emailed to sownby @ci.yakima.wa.us CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 3'"day ofA.( ST , 2011, by and between the City of Yakima, hereinafter called the Owner, and ill- 7' - IS nL 6.01-rwd5, / J(__ 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: $ ;,/4"? ( , for Waste Water Treatment Plant- Primary Clarifier Painter, City of Yakima Job No. WW01 -11, 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 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, 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. Countersigned: CITY OF YAKIMA CONTRACTOR , this / 7" day ofc • 2011. / / vS/ifa/( 4✓J5, a Corporation / Contractor L /i;..i. . APO By: City Manager f Attest: -/ :/x/7 CO M / (Print Name) q . .. ■ �, Its: /"/'e.S; - 061/A/e • it 0 (President, Owner, etc.) Sti Address: g 0z <<v' /Ai ®d gat , � y' ASNIN G �= L11/.a//h �G 9 11 • PERFORMANCE BOND Bond Number: LSMO202064 BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Hi Tech Industrial Coatings Inc. a Washington Corporation as Principal and RLI Insurance Company a corporation organized and existing under the laws of the State of Illinois 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 $56 ,149.31 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. 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 30thday of August , 20 11 . Neverless, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 20 11 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said Hi Tech Industrial Coatings Inc . , the above bounded Principal, a certain contract, the said contract being numbered WW01 -11 , and providing for Waste Water -Tr earmenr P1 ant — (which contract is referred to herein and is made a part hereof as though attached hereto), and, Primary Clarifier Painter Pro j ec t 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; NOWTHEREFORE, ifthesald Hi Tech Industrial Coatings Inc. shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, 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. Hi Tech Industrial Coatings nc. (Contractor) 7,m (7,e7.,41-adl (Print Name) Approved as to form: Its: /r _ OwA/e/' p oi, (President, Owner, etc...) i (City Attorney) RLI Insurance Cnmpany (Surety) i1 c� �• Donna Martinez -.. (Print Name) Its: Attorney in Fact __ RLI ® P.O. Box 396 Company Peoria I POWER OF ATTORNEY P.O. Box 3967 Peoria IL 61612 -3967 Phone: (309)692 -1000 Pax: (309)683 -1610 RLI Insurance Company Bond No. LSMO202064 Know All Men by These Presents: That the RLI Insurance Company , a corporation organized and existing under the laws of the State of Illinois , and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint: Donna Martinez in the City of Yakima , State of Washington , as Attorney In Fact , with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million and 00 /100 ( 510.000,000.00 ) for any single obligation, and specifically for the following described bond. Principal: Hi Tech Industrial Coatings Inc. Obligee: City of Yakima _ Type Bond: Performance and Payment Bond Bond Amount: $ 56,149.31 The RLI Insurance Company further certifies that the following is a true and exact copy of a Resolution adopted by the Board of Directors of RLI Insurance Company , and now in force to -wit: "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." IN WITNESS WHEREOF, the RLI Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 30th day of Auglist 2011 . " "'• ATTEST: ,sae`?, O RLI Insurance Company on a : c o av i re 'S'Yy�i A • SEAL . I _ s: Cynthia S. 111phm Assistant Secretary �'•••.• •;5 Roy C. Di; Vice President U NO On this 30th day of August , 2011 before me, a Notary Public, persona • . ► seared Roy C. Die and Cynthia S. Dohm , who being by me duly sworn, acknowledged that they signed the above Power of Attorney as _ Vice President and Assistant Secretary ,, respectively, of the said RLI Insurance Company , and acknowledged said instrument to be the voluntary act and deed of said corporation. • ►►►►►■•■■■■••■•••••••■•■•••■•.e "OFFICIAL SEAL" • 4111110 7 n,a�c JACQUELINE M. BOCKLER Ja 'ueline M. Boc er Notary Public 5 COMMISSION EXPIRES 03 /01 /I nrmmn A0011304 ' ® CERTIFICATE OF LIABILITY INSURANCE 9/9 /201 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Debbie Harvey }' Terri]. Lewis & Wilke Ins PHONE N.Ext): (509)248 -3515 (A/C, No): (509)248 -3673 P 0 Box 1789 A ADD DREDRE SS: 112 S 4th Street PRODUCER 00000391 CUSTOMER ID #. Yakima WA 98907 INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURER Nationwide Mutual Ins Co. 23787 INSURER B : Hi Tech Industrial Coatings, Inc INSURERC: P 0 Box 240 INSURERD: INSURER E : Parker WA 98939 INSURERF: COVERAGES CERTIFICATE NUMBER:02 /25 /2011REVISEDGAS REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL S LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MM/DD/YYYY) (MMIDD/YYYY) GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY PR S RENTED PREMISES ( (E a a occurrence) $ 100,000 A CLAIMS -MADE X OCCUR X ACP7850133379 2/25/2011 2/25/2012 MEDEXP(Anyoneperson) $ 5,000 PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 7 POLICY X JECT LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) 1,000,000 X ANY AUTO BODILY INJURY (Per person) $ A ALL OWNED AUTOS X ACP7850133379 2/25/2011 2/25/2012 BODILY INJURY (Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ HIRED AUTOS (Per accident) NON -OWNED AUTOS Medical payments $ Undennsured motorist $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DEDUCTIBLE _ $ RETENTION $ $ A WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS' LIABILITY TORY LIMITS ER ANY PROPRIETOR/PARTNER /EXECUTIVE YIN WA STOP GAP E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED'? N / A (Mandatory in NH) ACP7850133379 2/25/2011 2/25/2012 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) The City of Yakima and the County of Yakima, its agents, employees, authorized volunteers, elected and appointed officials are named as addtional insureds as respects work performed by the named insured. Additional Insured per form CG2010 07 04 and Per Project Aggregate CG2503 05 09 attached. Replaces certificate dated 9/8/11. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Yakima /County of Yakima ACCORDANCE WITH THE POLICY PROVISIONS. Purchasing Department 129 N. 2nd Street AUTHORIZED REPRESENTATIVE Yakima, WA 98901 Rodney Lewis /ANN ACORD 25 (2009/09) © 1988 -2009 ACORD CORPORATION. All rights reserved. INS025 (200909) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): ALL PROJECTS • Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by "occur- damages or under Coverage C for medical rences" under Section I — Coverage A, and for all expenses shall reduce the Designated Con - medical expenses caused by accidents under struction Project General Aggregate Limit for Section I — Coverage C, which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregate Limit shown in the Declarations nor above: shall they reduce any other Designated Con - 1. A separate Designated Construction Project struction Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project ignated construction project, and that limit is shown in the Schedule above. equal to the amount of the General Aggregate 4. The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- General Aggregate Limit shown in the Decla- cept damages because of "bodily injury" or rations, such limits will be subject to the appli- "property damage" included in the "products- cable Designated Construction Project Gen - completed operations hazard ", and for medi- eral Aggregate Limit. cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits ". • CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 ACP ACT07561767200 LKDQ 11042 AGENT COPY 75 0005355 CG 25 03 05 09 B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "occur- "products- completed operations hazard" is pro - rences" under Section I — Coverage A, and for all vided, any payments for damages because of medical expenses caused by accidents under "bodily injury" or "property damage" included in Section I — Coverage C, which cannot be attrib- the "products- completed operations hazard" will uted only to ongoing operations at a single des- reduce the Products - completed Operations Ag- ignated construction project shown in the Sched- gregate Limit, and not reduce the General Ag- ule above: gregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized contract - Products- completed Operations Aggregate ing parties deviate from plans, blueprints, de- Limit, whichever is applicable; and signs, specifications or timetables, the project will 2. Such payments shall not reduce any Desig- still be deemed to be the same construction pro - nated Construction Project General Aggre- ject. gate Limit. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. All terms and conditions of this policy apply unless modified by this endorsement. Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 ACP ACT07561767200 LKDQ 11042 AGENT COPY 75 0005356 • POLICY NUMBER: COMMERCIAL GENERAL LIABILITY • • CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION . This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE • Name Of Additional Insured Person(s) Or Organization(s): CITY. OF YAKIMA /COUNTY OF YAKIMA • PURCHASING DEPARTMENT 129 N 2ND STREET . YAKIMA, WA 98901 j • v Location(s) Of Covered Operations WASTEWATER TREATMENT PLANT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to in the performance of your ongoing operations for include as an additional insured the person(s) or the additional insured(s) at the location(s) desig- - organization(s)— shown —in— the — Schedule,, but -only nated- above. with respect to liability for "bodily injury", "property B. With respect to the insurance afforded to these damage" or "personal and advertising injury". additional Insureds, the following additional exclu- caused, in whole or in part, by: •sions apply: 1. Your acts or omissions; or This insurance does not apply to "bodily injury" or 2. The acts or omissions of those acting on your "property damage" occurring after: behalf, • 0 • CG 20 10 07 04 Page 1 of 2 ACP ACTO7B50133379 LMTX 11179 INSURED COPY 75 0057476 • 1. All work, including materials, parts or equip- 2. That portion of "your work" out of which the ment furnished in connection with such work, injury or damage arises has been put to its in- on the project (other than service, maintenance tended use by any person or organization or repairs) to be performed by or on behalf of other than another contractor or subcontractor the additional insured(s) at the location of the engaged in performing operations for a princi- covered operations has been completed; or pal as a part of the same project. All terms and conditions of this policy apply unless modified by this endorsement. • Page 2 of 2 © ISO Properties, Inc., 2004 CG 20 10 07 04 ACP ACT07050133379 LMTX 11179 INSURED COPY 75 0057477 •