Loading...
HomeMy WebLinkAboutEBJ Fencing - William O. Douglas Trail - FencingEBJ Fencing 014-4 C-1 -K EBJFEF*9460Q Located on W. Ahtanum Rd & South 12th Ave in Union Gap MAIL: PO BOX 8295 Yakima, WA 98908 Office: 509-452-1281 Fax: 509-575-1841 Submitted to: City of Yakima — Community & Economic Development Phone: 576-6111 Fax: 576-6305 Date: 06/17/09 Location Address: William 0 Douglas Trail #2166 — N 6th Ave & " I " St. Yakima, WA 98902 Billing Address: 128 N 2nd St. Yakima, WA 98901 All posts are cemented appx. 3' in the ground Footage/Height/Material Description: 724' @ 6' Galvanized chain link Fabric: 9 gage Tension Wire: 7 gage Gates Top rail: 1 5/8 Wall: FW Walk: NO Line Post: 2 3/8 Wall: FW Single Drive: NO End Post: 2 7/8 Wall: FW Roll Gate: NO Corner Post: 2 7/8 Wall: FW Double Drive: 14' 1 7/8" .065 frame Gate Post: 4" Wall: FW Cantilever: NO Special: Terminals to have 1 5/8 FW brace & truss included. Prevailing wage. We hereby propose to furnish material & labor in accordance with the above specifications. Locating, clearing and staking the fence and/or property line is the sole responsibility of the purchaser. Purchaser agrees that EBJ Fencing shall not be held liable for any damages to underground pipes, wires or other hidden obstructions and hereby waves any claims. Any work or materials delivered or installed in addition to that proposed herein shall be subject to an additional charge and will be charged at the current rate. If the account is overdue, purchaser agrees to pay 1.5% interest per month on unpaid balances and an additional surcharge of 25% of account balance plus reasonable attorney's fees, if the account is referred for collection. The parties further agree that in addition to that, other rights that the seller may have and without prejudice to the same, the seller may claim lien in the premises upon which the material & supplies are to be installed for said materials & supplies, and that purchaser waives notice of e the same. EBJ FENCING reserves the right to repossess any of the materials installed in the total sum of: 17496.37 One year manufactures defect warranty on all material. The manufacture's decision on exchanges is final. Installation carries 1 year, limited warranty on workmanship and is provided by EBJ Fencing. Acts of God/Nature, abuse and neglect are not covered. There are NO returns, refunds, or exchanges on any material, with exception of defective material. All balances are to be paid in full within seven (7) days of job completion. Due to the rapidly increasing cost of materials, our quotes are valid for 21 (twenty-one) days. We are sorry for any inconvenience that this may cause. For estimates outside this dateline please call to confirm cost. **This is a REVISED quote with the new specifications. Should you have any questions or concerns on this material please do not hesitate to contact me. All post/pipe on this project is full weight import, as per our directive.** Authorized by: Printed Name: Date: Material: 724' chain link (line of fence) $ 7500.64 $10.36 per ft. Down Braces $ 983.60 Material: 1 @ 14' double drive gate $ 817.37 Material: 12 posts $ 1880.07 $156.67 per post Prevailing Wage Labor $ 4908.72 Ad min fee $ 80.00 Sub total $ 16170.40 Tax 8.2 $ 1325.97 TOTAL $ 17496.37 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this / ' day of £• f j -u_- , 2009, by and between the City of Yakima, hereinafter called the Owner, and EBJ Fencing, hereinafter called the Contractof/. 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: $17,496.37, for William 0. Douglas Trail - Fencing, City No. 2166, 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 Fifteen (15) 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. EBJ Fencing 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 EBJ Fencing'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 i `l l"' day of Ju ,i Q 2009. C a_T V -,v /2 , a Corporation Contractor (J ity Man Its // (President, Owner, etc.) Address: C� 6/2( cdu)246z_, Gtr %�� �� PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 Division 8 Miscellaneous Construction 8-12 Chain Link Fence and Wire Fence 8-12.1 Description This Work consists of furnishing and constructing chain link fence and wire fence of the types specified in accordance with the Plans, these Specifications, and the Standard Plans at the locations shown in the Plans and in conformity with the lines as staked. Chain link fence shall be of diamond woven wire mesh mounted on steel posts. Wire fence shall be of barbed wire or barbed wire combined with wire mesh fastened to posts. Steel posts and steel braces, or wood posts and wood braces may be used, provided only 1 type shall be selected for use in any Contract. Gates shall consist of a steel frame or frames covered with chain link or wire mesh. 8-12.2 Materials Materials shall meet the requirements of the following sections: Concrete 6-02 Chain Link Fence and Gates 9-16.1 Wire Fence and Gates 9-16.2 8-12.3 Construction Requirements Clearing of the fence line will be required. Clearing shall consist of the removal and disposal of all trees, brush, logs, upturned stumps, roots of down trees, rubbish, and debris. For chain link type fences, the clearing width shall be approximately 10 -feet. For wire type fences, the clearing width shall be approximately 3 -feet. Grubbing will not be required except where short and abrupt changes in the ground contour will necessitate removal of stumps in order to properly grade the fence line. All stumps within the clearing limits shall be removed or close cut. Grading of the fence line sufficient to prevent short and abrupt breaks in the ground contour that will improve the aesthetic appearance of the top of the fencing when installed shall be required. It is expected that in the performance of this Work, machine operations will be required for chain link fencing, and handwork will be required for wire fencing except where sufficient width exists for machine work. The fence shall be constructed close to and inside the Right of Way line unless otherwise directed by the Engineer or shown in the Plans. Deviations in alignment to miss obstacles will be permitted only when approved by the Engineer and only when such deviation will not be visible to the traveling public or adjacent property owners. 8-12.3(1) Chain Link Fence and Gates 8-12.3(1)A Posts Posts shall be placed in a vertical position and, except where otherwise directed by the Engineer, shall be spaced at 10 -foot centers. Spacing will be measured parallel to the slope of the ground. All posts, except line posts for Type 3 fence, shall be set in concrete to the dimensions shown in the Plans. All concrete footings shall be crowned so as to shed water. Line posts on Type 3 fence shall be set in undisturbed earth either by driving or drilling, except as specified. Driving shall be accomplished in such a manner as not to damage the post. Voids around the post shall be backfilled with suitable material and thoroughly tamped. Concrete footings shall be constructed to embed the line posts on Type 3 fence at grade depressions where the tension on the fence will tend to pull the post from the ground. Where solid rock is encountered without an overburden of soil, line posts shall be set a minimum depth of 14 -inches, and end, corner, gate, brace, and pull posts a minimum of 20 -inches into the solid rock. The holes shall have a minimum width 1 -inch greater than the largest dimension of the post section to be set. The posts shall be cut before installation to lengths that will give the required length of post above ground, or if the Contractor so elects, an even length of post set at a greater depth into the solid rock may be used. After the post is set and plumbed, the hole shall be filled with grout consisting of 1 part Portland cement and 3 parts clean, well graded sand. The grout shall be thoroughly worked into the hole so as to leave no voids. The grout shall be crowned to carry water from the post. Where solid rock is covered by an overburden of soil or loose rock, the posts shall be set to the full depth shown in the Plans unless penetration into solid rock reaches the minimum depths specified above, in which case the depth of penetration may be terminated. Concrete footings shall be constructed from the solid rock to the top of the ground. Grouting will be required on the portion of the post in solid rock. Pullposts shall be spaced at 1,000 -foot maximum intervals for Type 1, 3, and 6 fence, and at 500 -foot maximum intervals for Type 4 fence. End, gate, corner, and pull posts shall be braced to the adjacent brace post(s) in the manner shown in the Standard Plans. Changes in line amounting to 2 -foot tangent offset or more between posts shall be considered as corners for all types of fence. Steep slopes or abrupt topography may require changes in various elements of the fence. It will be the responsibility of the Contractor to provide all posts of sufficient length to accommodate the chain link fabric and ornamental tops adapted to receive the top rail. All posts for chain link fence Types 1 and 6 shall be fitted with an approved top designed to fit securely over the post and carry the top rail. All round posts for chain link fence Types 3 and 4 shall have approved tops fastened securely to the posts. The base of the top fitting for round posts shall carry an apron around the outside of the posts. 8-12.3(1)B Top Rail Top rails shall pass through the ornamental tops of the line posts, forming a continuous brace from end to end of each stretch of fence. Lengths of tubular top rail shall be joined by sleeve couplings. Top rails shall be securely fastened to terminal posts by pressed steel fittings or other appropriate means. 8-12.3(1)C Tension Wire One continuous length of tension wire shall be used between pull posts. Sufficient tension shall be applied to avoid excess sag between the posts. Tension wires shall be tied or otherwise fastened to end, gate, corner, or pull posts by methods approved by the Engineer. 8-12.3(1)D Chain Link Fabric Chain link fabric on Type 1, 3, 4, and 6 fence shall be placed on the face of the post away from the Highway, except on horizontal curves where it shall be placed on the side designated by the Engineer. Chain link fabric on Type 1, 3, 4, and 6 fences shall be placed approximately 1 -inch above the ground and on a straight grade between posts by excavating high points of ground. Filling of depressions will be permitted only upon approval of the Engineer. The fabric shall be stretched taut and securely fastened to the posts. Fastening to end, gate, corner, and pull posts shall be with stretcher bars and fabric bands spaced at intervals of 15 -inches or less or by weaving the fabric into the fastening loops of roll formed posts. Fastening to line posts shall be with tie wire, metal bands, or other approved method attached at 14 -inch intervals. The top and bottom edge of the fabric shall be fastened with the wires spaced at 24 -inch intervals to the top rail, or top and bottom tension wires as may be applicable. Rolls of wire fabric shall be joined by weaving a single strand into the ends of the rolls to form a continuous mesh. 8-12.3(1)E Chain Link Gates Chain link fabric shall be fastened to the end bars of the gate frame by stretcher bars and fabric bands and to the top and bottom bars of the gate frames by tie wires in the same manner as specified for the chain link fence fabric, or by other standard methods if approved by the Engineer. Welded connections on gate frames where the galvanized coating has been burned shall be thoroughly cleaned by wire brushing and all traces of the welding flux and loose or cracked galvanizing removed. The clean areas shall then be painted with 2 coats of galvanizing repair paint, Formula A-9-73. The drop bar locking device for the wire gates shall be provided with a 12 -inch round by 18 -inch deep footing of commercial concrete, crowned at the top and provided with a hole to receive the locking bar. The depth of the penetration of the locking bar into the footing shall be as specified by the manufacturer of the locking device. 8-12.3(2) Wire Fence and Gates 8-12.3(2)A Posts Line posts shall be spaced at intervals not to exceed 14 -feet. All intervals shall be measured center to center of posts. In general, in determining the spacing of posts, measurements will be made parallel to the slope of the existing ground, and all posts shall be placed in a vertical position except where otherwise directed by the Engineer. Line posts may be driven in place provided the method of driving does not damage the post. Steel corner, gate, and pull posts shall be set in commercial concrete footings to the dimensions shown in the Plans and crowned at the top to shed water. Concrete footings shall be constructed to embed the lower part of steel line posts, and wood anchors shall be placed on wood posts at grade depressions wherever the tension on the line wires will tend to pull the post from the ground. The concrete footings shall be 3 -feet deep by 12 -inches in diameter and crowned at the top. Where solid rock is encountered without an overburden of soil, line posts shall be set a minimum depth of 14 -inches and end, corner, gate, and pull posts a minimum depth of 20 -inches into the solid rock. The hole shall have a minimum dimension 1 -inch greater than the largest dimension of the post section to be set. The posts shall be cut before installation to lengths that will give 4% -feet of post above ground, or if the Contractor so elects, 6 -foot posts set 18 -inches into the solid rock may be used. After the post is set and plumbed, the hole shall be filled with grout consisting of 1 part Portland cement and 3 parts clean, well graded sand. The grout shall be thoroughly worked into the hole so as to leave no voids. The grout shall be crowned to carry water away from the post. Where posts are set in the above manner, anchor plates and concrete footings will not be required. Where solid rock is covered by an overburden of soil or loose rock, the posts shall be set to the full depth of 2%2 -feet unless the penetration into solid rock reaches the minimum depths specified above, in which case the depth of penetration may be terminated. When the depth of the overburden is greater than 12 -inches, anchor plates will be required on the steel line posts, and concrete footings shall be constructed from the solid rock to the top of the ground on steel end, gate, corner, and pull posts. When the depth of overburden is 12 -inches or less, anchor plates and concrete footings will not be required. Grouting will be required on the portion of the post in solid rock. Steel braces shall be anchored to soil or loose rock with a commercial concrete footing not less than 18 -inches on any 1 side and set in solid rock to a minimum depth of 10 -inches in the same manner as specified above for posts. The braces shall be set on the diagonal as shown in the Plans and connected to the post with an approved connection. Wood braces shall be dapped 1/4 -inch into the posts and shall be fastened to each post with three 20d galvanized nails. Wire braces shall consist of a 9 -gage wire passed around the wood posts to form a double wire. The wire shall be fastened to each post with 2 staples and fastened together to form a continuous wire. The wires shall then be twisted together until the wire is in tension. Where the new fence joins an existing fence, the 2 shall be attached in a manner satisfactory to the Engineer, end or corner posts being set as necessary. Pull posts shall be spaced not more than 1,000 -feet apart, but spacing shall be such as to use standard rolls of wire mesh with a minimum of cutting and waste. Changes in alignment of 30 -degrees or more shall be considered as corners, and corner posts shall be installed. Where it is deemed by the Engineer that a change in alignment of less than 30 -degrees will materially lessen the strength of the fence, the line post at the angle shall be supported by the addition of braces or wires in a manner satisfactory to the Engineer. 8-12.3(2)B Barbed Wire and Wire Mesh After the pull posts have been placed and securely braced, the barbed wire and mesh shall be pulled taut to the satisfaction of the Engineer, and each longitudinal wire shall be cut and securely fastened to the pull post with devices customarily used for the purpose. Wire or mesh shall not be carried past a pull post, but shall be cut and fastened to the pull post independently for the adjacent spans. After the tensioning of the wire or mesh between 2 pull posts, all longitudinal wires shall be properly fastened at proper height to each intervening line post. Wire mesh and barbed wire shall be placed on the face of the post which is away from the highway, except that on horizontal curves, the mesh and wires shall be fastened to the face on the outside of the curve unless otherwise directed by the Engineer. Where unusual ground depressions occur between posts, the fence shall be guyed to the ground by means of a 9 -gage galvanized wire attached to a deadman of approximately 100 -pounds buried 2 -feet in the ground. The guy wire shall be securely attached to each strand of barbed wire and to the top and bottom wires of the wire mesh fabric in a manner to maintain the entire fence in its normal shape. If necessary to guy the fence in solid rock, the guy wire shall be grouted in a hole 2 -inches in a diameter and 10 -inches deep. The operation of guying shall leave the fence snug with the ground. 8-12.3(2)C Vertical Cinch Stays Vertical cinch stays shall be installed midway between posts on both types of fence. The wire shall be twisted in such a manner as to permit weaving into the horizontal fence wires to provide rigid spacing. All barbed wires and the top, middle, and bottom wire of the wire mesh shall be woven into the stay. 8-12.3(2)D Wire Gates The wire mesh fabric shall be taut and securely tied to the frame and stays in accordance with recognized standard practice for wire gate construction. Welded connections on gate frames shall be treated as specified for chain link fence gates. The drop bar locking device for double wire gates shall be provided with a footing of commercial concrete 12 -inches in diameter and 12 -inches deep, crowned on top and provided with a hole to receive the locking bar. The diameter and depth of the hole in the footing shall be as specified by the manufacturer of the locking device. 8-12.4 Measurement Chain link fence and wire fence will be measured by the linear foot of completed fence, along the ground line, exclusive of openings. End, gate, corner, and pull posts for chain link fence will be measured per each for the posts furnished and installed complete in place. Gates will be measured by the unit for each type of gate furnished and installed. 8-12.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following Bid items that are included in the Proposal: "Chain Link Fence Type ", per linear foot. Payment for clearing of fence line for "Chain Link Fence Type " shall be in accordance with Section 2-01.5. "End, Gate, Corner, and Pull Post for Chain Link Fence", per each. "Double 14 Ft. Chain Link Gate", per each. "Double 20 Ft. Chain Link Gate", per each. "Single 6 Ft. Chain Link Gate", per each. "Wire Fence Type ", per linear foot. Payment for clearing of fence line for wire fence shall be in included in the unit Contract price per foot for "Wire Fence Type . "Single Wire Gate 14 Ft. Wide", per each. "Double Wire Gate 20 Ft. Wide", per each. THE FENCING IMPROVEMENTS FROM STA 40+27.37, 2.2 LT (RDWY) TO STA 37+97.87, 140' RT (RDWY) SHALL BE DONE UNDER SEPERATE CITY CONTRACT AND ARE NOT PART OF THIS PROJECT. CONTRACTOR WILL CONNECT TO EXISTING NEW FENCE AT THAT POINT. STA 44+46.58, 86' LT (RDWY) CONSTRUCT NEW 6' CHAINLINK FENCE ANGLE POINT. STA 45+23.33, 51' LT (RDWY) CONSTRUCT NEW 6' CHAINLINK FENCE END POST. STA 45+21.43, 58' LT (RDWY) CONSTRUCT NEW 6' CHAINLINK FENCE ANGLE POINT. STA 44+74.47, 49' LT (RDWY) CONSTRUCT NEW 6' CHAINLINK FENCE ANGLE POINT. STA 44+56.55, 54' LT (RDWY) CONSTRUCT NEW 6' CHAINLINK FENCE ANGLE POINT. STA 40+01.97, 5.8 LT (RDWY) CONSTRUCT NEW 6' CHAINLINK FENCE ANGLE POINT. STA 37+97.87, 5.8' LT (RDWY) CONSTRUCT NEW 6' CHAINLINK FENCE ANGLE POINT. NEW CHAINLINK FENCE TO BE PLACED AT THE BOTTOM OF THE CONCRETE ECOLOGY BLOCKS PER CITY ENGINEERS APPROVAL. (SEE NOTE THIS SHEET) STA 41+59.11, 8.7 LT (RDWY) CONSTRUCT NEW 6' CHAINLINK FENCE ANGLE POINT. NEST TOWNE LLC @8t312-31007)90 !'26500 L:22316 TaF121 29 e,sr2T1 (100°02'48'E(PAT1111 4=26500 L=2642 T6,13 23 /1.7.2395' �'•,:�, ',,I_1001•111�1�1��1�1�1�_I� I®I �. YVT TRACKS -( 1® YV.T !RACKS _�©IiZ11� � Il®1�11�`1rIPAIilt�1M1�I�1®I®II�I1IMII�IaIMIMI®ISI®!ol7llP�!®I STA 44+48.82, 78' LT (RDWY) CONSTRUCT NEW 14' DOUBLE MANUAL SWING GATE. � X � )L\ 0�®®/ \� am �� �- 1}00 u.ao 15wo 3 , f N00°02'48°E (ROADWAY) 1 � ` f STA 45+28.49, 40' LT (ROADWAY) CONSTRUCT NEW 6' CHAINLINK FENCE, END POST. B N.S.F. Railroad (181312-43001) STA 40+69.35, 1.5 RT (RDWY) CONSTRUCT NEW 6' CHAINLINK FENCE ANGLE POINT. STA 37+97.87, 12' RT (RDWY) CONSTRUCT NEW 14' DOUBLE MANUAL SWING GATE. GIN PROJECT STA 40+27.37, 2.2 LT (RDWY) CONSTRUCT NEW 6' CHAINLINK FENCE ANGLE POINT. END PROJECT STA 43+76.85, 57' RT (RDWY) CONSTRUCT NEW 6' CHAINLINK FENCE END POST. STA 44+90.78, 33' RT (RDWY) CONSTRUCT NEW 6' CHAINLINK FENCE ANGLE POINT. • STA 44+74.42, 44' RT (RDWY) CONSTRUCT NEW 6' CHAINLINK FENCE ANGLE POINT. STA 37+97.87, 140' RT (RDWY) CONSTRUCT NEW 6' CHAINLINK FENCE AND CONNECT TO EXISTING CONCRETE WING WALL. NOTE: DUE TO THE CLOSE PROXIMITY OF THE RR TRACKS TO THE ECOLOGY BLOCK RETAINING WALL, THE CONTRACTOR IS TO PLACE THE FENCE ALONG THE FACE (WEST SIDE OF THE WALL) BETWEEN THE PATHWAY AND THE RETAINING WALL TO THE NEXT ANGLE POINT. DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington William 6th Avenue City Project 0. Douglas Trail Enhancement -'I' Street to the Naches River Pathway Fencing Improvements No. 2166 / Federal Aid No. STPE-1485(020) Project Eng: Dford 1 Horiz, Scale = 1" = 50' Vert. Scale = NONE 1 l ACO -Ra CERTIFICATE OF LIABILITY INSURANCE DATE (M14ty+.;D 5/19/22Y 000 9 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE McGree Insurance Inc HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1402 W. Yakima Ave ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Yakima, WA 98902 L509) 248-5990 INSURERS AFFORDING COVERAGE NAIC# INSURED EBJ FENCING INSURERA TRUCK INSURANCE EXCHANGE PO BOX 8295 YAKIMA, WA 98908 509-452-1281 COVERAGES INSURER B I INSURER C: INSURER D' INSURER E - 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. ILTR IINSRD TYPE OF INSURANCE POLICY NUMBER DATE(R9( EFFECTIVE I A•11DDM'1 POLICY 1 DATE tMhA1DD/YY1 I EXPIRATION;LIMITS A X GENERAL LIABILITY X ; COMMERCIAL GENERAL LIP.BIUTY 60467 89 98 09/18/08 09/18/09 ! EACH OCCURRENCE 'S 1,000,000 i DAMAGE 10 I ED I PREMISES (EaP ccu ence) $ 100,000 CLAIMS MADE j X I OCCUR MED EXP (Any one person) • $ 5,000 s 1,000,000 $ 2 000,000 $ 2,000,000 I PERSONAL E.ADV INJURY GENERAL AGGREGATE GEN'LAGGREGATE LIMIT APPLIES PER: XPRO ' POLICY JECT-I LOC PRODUCTS - COMPIOPAGG A X AUTOMOBILE X LIABILITY ANYAlirn ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNEDAUTOS 60467 89 98 09/18/08 09/18/09 ! COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000, BODILY INJURY (Per Peron) BODILY INJURY (Peraccideni) $ PROPERTY DAMAGE (Peracadent) $ GARAGE LIABILITY ANY AUTO IAUTO ONLY- EAACCIDENT $ EA ACC OTHER THAN $ AUTO ONLY: AGG $ ' EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ I OCCUR �; CLAIMS MADE DEDUCTIBLE RETENTION S ;AGGREGATE $ $ $ $ A WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY ANY PROPRIETORRARTNER/EXECUTNE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below 60467 89 98 09/18/08 09/18/09 WC STATU-:OTH- • ; TOP.YLIMITS I : ER .E.L.EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 $ 1,000,000 f E.L DISEASE - POLICY LIMIT OTHER Ai DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAI. PROVISIONS CITY OF YAKIMA,THEIR AGENTS,EMPLOYEES,ANDELECTED OR APPOINTED OFFICIALS AS ADDITIONAL INSUREDS FOR PROJECT# CERTIFICATE HOLDER CANCELLATION CITY OF YAKIMA 129 N. 2ND ST YAKIMA,WA 98901A ACORD 25 (2001108) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER ',MILL ENDEAVCP. TO MAiL30 DAYS WRITTEN NOTICE TO THE CERTIFICP.TE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESEP/-lr TIVES ©ACORD CORPORATION 1988 fD cr FNCI Iway '. .mel.acaety Blanket Railroad Protective Program - Leases/Permits Application for Insurance BNSF REQUIRES RAILROAD PROTECTIVE LIABILITY INSURANCE IN THE NAME OF BNSF RAILWAY COMPANY FOR LIMITS OF LIMITS OF $2 MILLION PER OCCURRENCE/$6 MILLION IN THE AGGREGATE PER 1SO/RIMA POLICY FORM C000351093 ENDORSED TO INCLUDE LIMITED SEEPAGE, POLLUTION AND EVACUATION COVERAGE. 1. Contractor Name/ �6J gv Ji LCl AJC?f Address /* YZ9T5 (5052-( S/ ya b m , Jf 9590E Contractor Contact: T)fL,.%JJ (-FF,r J Are you the permittee: YES E1RJ Have you applied for a permit YES LN Do you have a contract with BNSF:YES If not, who is the contract with: yw}amcc- (Name)wh F r? (Phon ) .50q-,5740-697-5.'71 2. Who is your BNSFContactPerson Ai -L � VL �� 35O ""QO (Phone) 3. Job Description: �k j/ a1 %CJ lv %car te y� hu. -c UU v Job Location: (p- arrt ''Z" ,57-= y61 -6,7-e9/6 )r� If applicable Project No. 1'�i od c.27G0Co Please Specify Limits Needed: $2M/$6M: $5M/$10M: Transverse: Open Cut: Underground # of Bores: YES YES Longitudinal: Length (feet): Overhead or Underground YES Nf4 4. Start Up and Estimated Completion Dates: 9,, � i y - r o2 ( a )OO J 5. Contract Cost Total: )7, g Contract Cost Within 50 Feet of Track: 2, P67.1- '/02 6. Permittee's Insurance: kehiiJ2a—,c.4'� A certificate of insurance is required evidencing $2MM per occurrence/ 4MM gregate general liability coverage including contractual liability with the "work within 50 feet of a railroad" exclusion deleted. The certificate should also evidence the addition of BNSF Railway Company, P.O. Box 961073, Ft. Worth, Texas 76161-0073 as an additional insured, including 30 days cancellation notice, oras required by contract. 4 7. Quoted Premium: Quoted By: Date: To receive a quote, please complete form and fax to 214-303-8021. Quotation is valid for 30 -days only, thereafter we will close our file. In order to bind coverage, we will need a check sent for the quoted premium made payable to Marsh USA, Inc., referencing account # 101180 to the below Lock Box, along with a copy of this completed form: Marsh USA Inc Lockbox Number 973770 TX 1-0006 14800 Frye Road Fort Worth, TX 76155 d 479I.9L9609 /i'� !T v�'`f Jr. ,''�r1QZ RRP Contacts: Rosa M. Martinez, Phone: 214-303-8519 e-mail: Rosa.M.Martinez(marsh.com Linda Baker, Phone 214 303 8430 e-mail: Linda.H.Baker!u marsh.corn Fax No. 214 303 8021 6uloued fqD e117:06 60 LZ 40N MMC 6/16/2009 5:27:57 PM PAGE 1/003 Eastern Time Zone MARSH MIMARSH MERCER KROLL A1 "--l'[ GUY CARPENTER OLIVER WYMAN Fax 1166 Avenue of the Americas New Yolk, NY 10036-2774 212 345 6000 www. m a rsh .corn To: Dan Ford From: Zeferina Mireles Date: June 16, 2009 Fax: Fax: 509-576-6305 Phone: (214) 303-8529 Organization: Pages: 03 Subject: BNSF (Permit RRP) Binding Confirmation - EBJ Fencing - City of Yakima #2166 - WA This document and any accompanying attachments may contain confidential information, including confidential health information that is legally privileged. This information is intended only for the use of the individual or entity named above. The addressee should not disclose this information to any other party unless required to do so by law or regulation and should destroy the information after its stated need has been fulfilled. If you are not the addressee, please do not read, copy, forward, use, or store this ttansmission or any accompanying documents, and please notify the sender immediately to arrange for the return or destruction of these documents MMC 6/16/2009 5:27:57 PM PAGE 2/003 Eastern Time Zone Good afternoon 1VIr. Ford, Attached please find the confirmation of coverage for the captioned project. Upon your review, please let me know if you should have any questions or continents. Thanks! BNSF Permit Binding Fax - EBJ Fencing • City of Yakima, WA.doc Zeferina Mireles 4400 Comerica Bank Tower l 717 Main Street Dallas, Texas 75201-7357 Phone (214)303-8529 Fax (214)303-8021 zeferina .mirel es @marsh. com MMC 6/16/2009 5:27:57 PM PAGE 3/003 Eastern Time Zone MARSH MARSH MERCER KROLL A GUY CARPENTER OLIVER WYMAN Fax Marsh USA Inc. 1717 Main Street Dallas, TX 75201-7357 214 303 8000 zeferina.mireles@marsh.com www.marsh.com To: Mr. Dan Ford From: Zeferina Mireles Date: June 16, 2009 Fax: 214 303 8021 Organization: EBJ Fencing Phone: 214 303 8529 Fax: 509-576-6305 Pages: 1 Phone: Subject: BNSF Railway Company - Permit Job Description: Installing 590' of 6' chain link fence. Contractor: EBJ Fencing, P. 0. Box 8295, Yakima, WA 98908 Limits: $2M / $6M Location: 6th and T St., Yakima, WA insured: BNSF Railway Company Tracking Number: 09-3006 Premium: $500.00 This will acknowledge receipt of check #2995 in the amount of $500. Railroad Protective Liability Insurance is in place effective 06/22/2009 to 07/02/2009 or upon job completion for the above referenced project, subject to the terms of the BNSF permit as approved and executed by Prudential Almon Realty. Should you have any questions or comments please let us know. Thank You! Zeferina Mireles cc: Mary Wright — BNSF — via e-mail Vickie Barnett — BNSF — via e-mail Beka Yarwood — Almon Commercial — Via e-mail Kim Rath - Almon Commercial — Via e-mail This document and any accompanying attachments may contain confidential information, including confidential health information that is legally privileged. This information is intended only for the use of the individual or entity named above. The addressee should not disclose this information to any other party unless required to do so by law or regulation and should destroy the Information after its stated need has been fulfilled. It you are not the addressee, please do not read, copy, forward, use, or store this transmission or any accompanying documents, end please notify the sender immediately to arrange for the return or destruction of these documents. June 18, 2009 EBJ Fencing PO Box 8295 Yakima, WA 98908 DEPARTMENT OF CC):11,1 1;;VITT :t.'sJ) F_CO.N'O:1IIC DEVEL11PIIE_\ T L%'illiant R. Conk. Director Engineering i,.c'eer-i,.o t'i$'i iii.: 129 North Second Street }akin»a. Washington 95901 Phone: (509) 575-6111 e Fax (509) 576-6305 ATTN: Dawn Jeffery RE: William O. Douglas Trail — Fencing Project City of Yakima Project No. 2166 Dear Dawn, The City Manager of the City of Yakima has authorized award of the above referenced project to your company on the basis of your written quote submitted on June 17, 2009, in the amount of $17,496.37. This letter is official notification of the award of the contract to your company by the City of Yakima. All work shall be in accordance with the WSDOT 2008 Standard Plans & Specifications. Prevailing wages shall apply to this project. We have prepared three (3) copies of the Contract, along with certificate of insurance information as well as one complete set of plans and specifications for your surety and they are ready for your signature at our office and will need to be executed prior to beginning work. The complete surety set is for you to send to your surety. Your attention is directed to Section 1-07.18 Public Liability and Property Damage Insurance (APWA only) of the APWA Supplement to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. When these items have been approved, the City will execute the contract form and prepare the three completed sets which will be distributed to the City Clerk, City Engineer, and to you, the Contractor. Because the work is located within Burlington Northern Santa Fe Right -of -Way we have worked with you to procure insurance through BNSF and have confirmed that it is in effect and allows for construction starting on June 22"d, 2009 with an anticipated end of construction of June 30`h, 2009. The three completed sets of contract documents will be distributed to the City Clerk, City Engineer, and Contractor. Sincerely, Dan Ford, Project Engineer cc: Bruce Floyd, Construction Supervisor City Clerk Finance File