Loading...
HomeMy WebLinkAboutCentral Concrete & Utilities, Inc. - Kissel Park Drainage PitCONTRACT THIS AGREEMENT, made and entered into in triplicate, this 20 day of October , 2003, by and between the City of Yakima, hereinafter called the Owner, and Central Concrete & Utilities, 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: $48,485.94 , FOR Kissel Park Drainage Pit , all in accordance with, and as described in the attached plans and specifications and the 2002 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 be completed by November 7, 2003 weather permitting 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. 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. IV. 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 &D day of October 2003. Central Concrete & Utilitie , Inc. , a Washington Corporation trac By: (Print Name) Its . .AP -v% (President, Owner, etc.) Address: Z -)le 4(1,9 asrrne DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Engineering Division 129 North Second Street — O R (G I N A L— Yakima, Washington 98901 (509) 575-6111 • Fax 576-6305 ,C T y C 1 K. Wendell Adams, City Engineer MEMORANDUM Date: October 22, 2003 To: Ray Paolella, City Attorney From: Bruce A. Floyd, Construction Supervisor Re: Kissel Park Drain Pit Attached are three sets of the Bid Documents, Contract, Performance Bond and the Certificate of Insurance & Bid Summary for the above referenced project. I have been in contact with Joel Pearson of Marsh Advantage America. The Insurance Certificate and Additional Insured Endorsement is acceptable. Please review for conformance and approve if appropriate. Please call me when the documents are ready so I can pick them up and finish the execution of the contract. If you have any questions please call me at 575-6138 or Bob Desgrosellier at 575-6228. Thank You, addendum attach cc: K. Wendell Adams, City Engineer Bob Desgrosellier, Senior Engineer File Yakima Pi-Amaka ft 11111: 1994 iACORD CERTIFICATE OF LIABILITY INSURANCE n �0/20i2003 PKODUCER ',:253)272-1151 FAX (253)272-1225 Hentschel l & Associates, Inc. Attn: Karen Ingram •621 Pacific Ave., Suite 400 Tacoma, WA 98402 THIS CERTIFICATE IS ISSUED AS A MATTER OF NFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Central Concrete & Utilities, Inc. P.O. Box 8356 Yakima, WA 98908 I INSURERA: Oregon Automobile Insurance Company INSURER B: (No. Pac.) INSURER C: 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OF MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDIYY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY C08 13 58 23 12/31/2002 12/31/2003 EACH OCCURRENCE $ 1,000,000 X FIRE DAMAGE (Any one fire) $ 100,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,006 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY n PE0 n LOC PRODUCTS - COMP/OP AGG $ 2,000,000 —I A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS C08 13 58 23 APPROVED 7 12/31/2002 AS TO FORM 12/31/2003 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ +(Per ERTY DAMAGE (Per accident)GARAGE AUTO ONLY - EA ACCIDENT $ $ DATE ATTORNEYOTH OF YAKIMA LIABILITY ANY AUTO LIABILITY Zi6sil.-62k' CITY CITY RTHAN EA ACC $ AUTO ONLY: AGG EACH OCCURRENCE $ $ EXCESS OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ $ A Xu dmtwouX►YewaXXx3(XXXX08 EMPLOYERS' LIABILITY 13 58 23 (WA STOP GAP) 12/31/2002 12/31/2003 STATU- TORY LIMITS ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Kissel Park Drainage Pit CITY OF YAKIMA, ITS AGENTS, EMPLOYEES, ELECTED & APPOINTED OFFICIALS ARE ADDED AS ADDITIONAL INSURED PER CG2033 (10-01) CERTIFICATE HOLDER I X I ADDITIONAL INSURED; INSURER LETTER: A CANCELLATION CITY OF YAKIMAX%QtX 129 N. 2ND ST. YAKIMA, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL KAVXMOW15 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, AKXK .104 05Ki DO00 iX)iL X)txXX XXXVXMOOk14104XXICXXXXXXXXXCatiaMXXXXIMXXXXXXXXXX AUTHORIZED REPRESENTATIVE '79Y-'1.7-:742-'''''"-4.41 Ronald Perrault/KAI ACORD 25-S (7/97) ©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 (7/97) C08-13-58-23 CENTRAL CONCRETE & UTILI 12/31/02 COMMERCIAL GENERAL LIABILITY CG 20 33 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11 — Who Is An Insured is amended to include as an insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such per- son or organization be added as an additional in- sured on your policy. Such person or organization is an additional insured only with respect to liability arising out of your ongoing operations performed for that insured. A person's or organization's status as an insured under this endorsement ends when your operations for that insured are com- pleted. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: 2. Exclusions This insurance does not apply to: a. "Bodily injury", "property damage" or "per- sonal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. CG 20 33 10 01 1656 02 b. "Bodily injury" or "property damage" occur- ring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tional insured(s) at the site of the cov- ered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contrac- tor or subcontractor engaged in perform- ing operations for a principal as a part of the same project. © ISO Properties, Inc., 2000 Page 1 of 1 KNOW ALL MEN BY THESE PRESENTS: Central Concrete & Utilities, Inc. That we, the undersigned, a Washington PERFORMANCE BOND BOND TO CITY OF YAKIMA Bond No.: CMB 8425440 Corporation as Principal and Fidelity & Deposit Company of Maryland a corporation organized and existing under the laws of the State of _ Maryland as a surety corporation, and qualified under the taws of the State of Washington to become surety upon bonds of contractors with municipal corporation, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ 48,489.94 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 et Yakima, Washington, this 21 day of C;-7vcse..4. , 200 33 Neveriess, the conditions of the above obligations are such that WHEREAS, pursuant to action taken by the Yakima City Council on Oc iobe.r 7-1,20_03 City Clerk of the CITY OF YAKIMA has let or is about to let b the said Central Concree & above bounded Principal, a certain contract. the said contract being numbered Kissel Park Drainage Pit (which contract is referred to herein and is made 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; NOW THEREFORE, if the said Central Concrete & Utilities, Inc. , Shall faithfully perform ell 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, subcontractors 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, end shall hold acrid 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 held the CRY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance es specified in sald contract or from defects appearing or developing in the material or worlmenship 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. Central Concrete & tilities, Inc. the City Manager and D�iities, Inc. , the , and providing for a part hereof as though 8y: '0/ 446;(Print Name) .�Oa/� (Preeidant, Owner, etc..) Fidelity & Deposit Company of Maryland (Surety) Kar"en Ingram (Print Name) aa, Attorney in Fact Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article Vl, Section 2, of the By -Laws of said Company, w+• set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d• -s�j �t• . ••'nate, constitute and appoint Thomas P. HENTSCHELL, Karen J. SMITH, Ronald L. PE' `heti. ii•• en .:t AM, all of Tacoma, Washington, EACH its true and lawful agent and Attorney -i t ':t , 'cu - l .?�„i� R�"' , for, and on its behalf as surety, and as its act and deed: any and all bon { gs V . . such bonds or undertakings in itipursuance of these presents, shall be as bi•.' , u.: �. om. = [t nply, to all intents and purposes, as if they had been duly executed and ack•�...yy �� �A e re: . �: o i-�ers of the Company at its office in Baltimore, Md., in their own proper pe ► ; , ph. - •f . o.�r>•�'�� issued on behalf of Thomas P. HENTSCHELL, Karen J. SMITH, Ronald L. T �!'_ 'I•!` , . ated March 12, 1999. The said Assistant t•rallites e eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -L. s . ' said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 19th day of February, A.D. 2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND 11,w:A By: T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland ss: City of Baltimore On this 19th day of February, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 180-2895 6,44A1-- IA? ts)1 '44n4A0-- Sandra Lynn Mooney Notary Public My Commission Expires: January 1, 2004 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this day of Assistant Secretary DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 • Fax 576-6305 K. Wendell Adams, City Engineer October 13, 2003 As per RCW Chapter 39.04.155 the City of Yakima invites you to bid on placement of a storm drain retention pit at Kissel Park. Your Company was selected from the Yakima County Small Works Roster along with four other Companies' from Item #1 that include drainage. Bids will be opened on October 17,2003 2nd floor of City Hall at 10:00 AM in the CED conference room. Lowest bidder will be contracted by the City of Yakima and all work will be completed on or before November 7, 2003. City Of Yakima reserves the right to reject any or all bids. Attached is the scope of work detail drawings. For further information contact: Bruce A. Floyd, Construction Supervisor (575-6138) City of Yakima 129 N. 2nd Street Yakima, WA 98901 Yakima 1994 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 • Fax 576-6305 K. Wendell Adams, City Engineer Storm Drain Retention Pit Kissel Park This work will construct drainage improvement at Kissel Park while providing a source for the Common Borrow and Top Soil required at Kiwanis Park and Chesterley Park. The drainage improvement consist of excavating, furnishing and installing non -woven fabric, 6" to 12" washed river rock, and a concrete mow strip around the perimeter of the pit, as detailed in the attached plans, details, and provisions. It is anticipated that this work will require a 2" irrigation line and control wire be relocated alongside the drain pit, there will be two laterals to be sleeved across the pit 16 lineal feet in a 2" conduit. The Contractor at no cost to the Contracting Agency shall repair damage resulting from Contractor negligence. This work shall be completed on or before November 7, 2003. The contractor shall be aware of the following site conditions at Kissel Park: • The Kissel site is under remediation control of the Department of Ecology due to lead arsenic contaminated soil found at the Kissel Site. All testing of material will be the responsibility of the owner. Material that is found to be contaminated will be deposed of at Yakima County Landfill and paid for by force account for the extra time of haul and dump fees. Attached are the estimated quantities of materials needed for this work. Special Provision Section 1-07 Legal Relations and Responsibilities to the Public Section 1-07.23 Public Convenience and Safety This section is supplemented with the following: Due to the high volume of pedestrian traffic surrounding the work area, extreme caution shall be used. The work area, along with the truck paths shall be secured at all times. No trenches shall remain open during non -working hours unless protected by temporary fencing. Item Unit Quantity Mobilization LS Remove and Replace Irrigation System LS Excavation Of Drain Trench and Haul CY 1100 CY Drain Rock 6" to 1' Backfill Ton 2000 Ton Concrete Curbing for Mow Strip LF 826 LF Park Restoration and Cleanup Including Asphalt and Curb and Gutter LS Yakima • t 03 o€4,1 0 0 ! 0 ••- 5 srow t3 4- ° toill) .1 saw am. so. 110+ (5 to5.446 5 kko'S.S. 0 1 • fl" ••••• 10 10 s- 0 I0 I S L. 0 5. zit 1 4,0 0. S1 01 C1 01 S 22-141 50 SHEETS 'f45) 22-142 100 SHEETS k.d.t4/WA CI 22.114 200 SHEETS oc1-' 2. ' tu S 0 5 L [z•01C1>> oal ‘03 '4 toz.l 1104.0 - - f�- 2u is to S O 'S ZZ A t O uo4 5 to t to4_3 — — - i s 20 ZS 3c.) toot.. 44- 20 t S 0 S— , 3+0? I S to I Loc. :92- 20 9Z — — — tic? 4 s5 1104 — — — — - - • — — \too. Z 1010."10 2Q 0 35 ►p IS 105.7 %0 S O 1105 5111 '3A -So t,o4.Z $ to t%uS.'t- \ 09.1 I 71, zS 30 11ol.� 20 1S 10 b STa,44-o0 5 10 IS zS 30 CEMENT CONC. APRON (TYP.) (10" WIDE x 6" DEEP) _)°OU 20,000008° 000'-'9,860 00 200 o Dor E PROFILE GRADE 000'oU0-OOOOOOOOi ° °r - °" ° ° °no° 0 0.0% SLOPE 4' (MIN.) DRAIN ROCK (MIN. DIAM.= 6") 13' o POoR 0 O O °Oc JL OC JO °0c SOC CROSS SECTION RETAINING BASIN NON -WOVEN GEOTEXTI LE FABRIC NORTH END 1110 •-- 1105 = 1100 - TOP OF RETAINING BASIN 0.00% GRADE SOUTH END • BOTTOM .OF RETAINING BASIN 1095 L I ... I I I 0 100 200 300 400 PROFILE RETAINING BASIN APPROVED: 9-15-03 CITY OF YAKIMA -PROJECT DETAIL I GRAVEL RETAINING BASIN XX i N CD 5- 0 03 CD FC- C < O 0 (D a N §. • O CLO] 11 z m CD cn CD O O O CD 0 m (n C/) City of Yakima Project No. 1800 J ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS FOR THE CITY OF YAKIMA, WA FOR Project Kissel Park Drainage Pit TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Contract Documents shall be modified as follows: 1. PROPOSAL 2. SPECIAL PROVISIONS 3. PLANS Modify the Drain Rock 6" to 1' backfill to read Drain Rock 3" to 14" backfill Modify Concrete Curbing for Mow Strip to read Concrete Curbing for Mow Strip (with a single stand of #4 Rebar) Five plan holders were contacted by telephone and agreed to the addendum. This addendum is to be considered as much a part of the Contract Documents as if it were included in the body of the plans and specifications, and will be incorporated in and made a part of the contract when awarded and when formally executed. The Bidder shall acknowledge in writing, on the Proposal Signature Sheet, this addendum in order to have the bid considered. Bruce A. Flo Construction Supervisor END OF ADDENDUM NO. 1 /9 -2O -Zoo 3 DATE CITY ENGINEER DATE CITY MANAGER DATE: October 17, 2003 FILE: Kissel Park Drainage Pit - Bid Sum.pub SHEET 1 of 1 BID SUMMARY KISSEL PARK DRAINAGE PIT ENGINEERS ESTIMATE CENTRAL CONCRETE & UTILITIES, INC. DURAND'S, INC. KEN LEINGANG ECAVATING, INC. COLUMBIA *HALT & GRAVEL, INC STILES EXCAVATING ITEM NO. Bid Security ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 Mobilization 1 LS 1,500.00 1,500.00 1,700 00 1,700.00 1,500.00 1,500.00 3,053.00 3,053.00 NO BID NO BID 2 Remove and Replace Irrigation system 1 LS 1,000.00 1,000.00 600 00 600 00 1,475.00 1,475.00 2,450.00 2,450.00 3 Excavation of Drain Trench & Haul 1,100 CY 8.00 8,800.00 9 80 10,780.00 6.60 7,260.00 5.91 6,501.00 4 Drain Rock, 4" to 14" 2.000 TON 11.00 22,000.00 13.00 26,000.00 12.65 25,300.00 15.00 30,000.00 5 Concrete Curbing for Mow Strip 826 LF 9.00 7,434.00 6.00 4,956.00 9.21 7,607.46 11.25 9,292.50 6 Park Restoration & Cleanup Incl. Asphalt, Curb 1 LS 6,000.00 6,000.00 900.00 900 00 2,800.00 2,800.00 5,350.00 5,350.00 $46,734.00 $ 44.936.00 $45,942.46 $56,646.50 WSST (a7 7.9% $ 3,691.99 $ 3.549.94 $ 3,629.45 $ 4,475.07 $50,425.99 $ 48.485.94 $49,571.91 $61.121.57 CITY ENGINEERS REPORT 2003.> o' G ~ 2 j 4 1 y AWARD MADE BY CITY MANAGER city F YAKI A Kissel Park Drainage Project PROJECT NO. ...,„, COMPETITIVE BIDS WERE OPENED ON OCTOBER 17, ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. I RECOMMEND THE CONTRACT BE AWARDED T0: CENTRAL CONCRETE & UTILITIES, INC. /9 -2O -Zoo 3 DATE CITY ENGINEER DATE CITY MANAGER DATE: October 17, 2003 FILE: Kissel Park Drainage Pit - Bid Sum.pub SHEET 1 of 1 ITEM TITLE: SUBMITTED BY: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. ��- For Meeting Of 10/21/03 Final Contract Payment for Kissel Park Improvements ment of Community & Economic Development — iam Cook, Director CONTACT PERSON/TELEPHONE: K. W. Adams, City Engineer — 575-6111 wet- SUMMARY EXPLANATION: This project consisted of the construction of a City Park on 17.5 acres of underdeveloped land at South 32nd Avenue and Mead Avenue. Construction included 12 tennis courts, picnic shelter, children's playgrounds, restrooms/storage building, walking trail, parking, concrete curbs and pads, landscaping and underground irrigation. Final inspection for this project was made and the recommendation is that the project be accepted. The City has contacted 5 local construction firms, pursuant to state law authorizing Small Works Roster process, to correct the drainage problem on the eastside of the park. This work should begin once the low bidder has been selected. Other drainage issues within the park will be addressed in the future. This Council action is to accept the project and approve the final estimate. Contractor: Evans & Sons, Inc. Contract Award: March 1, 2002 Contract Cost: $1,380,252.41 Amt. This Payment: -0- The above total contract cost is for construction only and does not include engineering and other costs. Resolution _ Ordinance X Other(Specify)Final Contract Payment Contract Mail to (name and address) : Funding Source APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Accept the project and approve final estimate. I) COUNCIL ACTION: Council requested a report on' -,the breakdown of costs to repair the drainage problem. The project was accepted and the final payment approved. LICATION AND CERTIFICATION FOR PAYMENT TO OWNER: PROJECT: City of Yakima Kissel Park FROM CONTRACTOR: Evans & Son, Inc. 2206 Terrace Heights Drive Yakima, Washington 98901 CONTRACT FOR: VIA ARCHITECT: AIA DOCUMENT G702 PAGE ONE OF TWO PAGES APPLICATION NO: 13 Distribution to: OWNER PERIOD TO: 07/17/03 nARCHITECT CONTRACTOR Contr Project No: 200012 Architect Project No: CONTRACT DATE: 03/01/02 CONTRACTOR'S APPLICATION FOR PAYMENT Application is made for payment, as shown below, in connection with the Contract. Continuation Sheet, AIA Document G703, is attached. 1. ORIGINAL CONTRACT SUM $ 950,633.92 2. Net change by Change Orders $ 328,562.01 3. CONTRACT SUM TO DATE (Line 1 ± 2) $ 1,279,195.93 4. TOTAL COMPLETED & STORED TO DATE (Column G on G703) $ 1,279,195.93 4a. LESS TOTAL COMPLETED & STORED TO DATE FROM PREVIOUS CERTIFICATE $ 1,271,337.35 4b. SUBTOTAL (Line 4 Less Line 4a) $ 7,858.58 4c. WASHINGTON ST. SALES TAX @ 7.9% $ 620.83 5. RETAINAGE: a. 5 % of Completed Work $ 63,959.80 (Column D + E on G703) b. 5 % of Stored Material $ 0.00 (Column F on G703) Total Retainage (Lines Sa + 5b or Total in Column I of 0703) $ 6. TOTAL EARNED LESS RETAINAGE (Line 4 less line 5 total) 7. LESS PREVIOUS CERTIFICATES FOR PAYMENT (Line 6 from prior Certificate) 8. CURRENT PAYMENT DUE 8a. PLUS Washington State Sales Tax 8b. TOTAL DUE CONTRACTOR 9. BALANCE TO FINISH, INCLUDING RETAINAGE (Line 3 less Line 6) The undersigned Contractor certifies that to the best of the Contractor's knowledge, information and belief the Work covered by this Application for Payment has been completed in accordance with the Contract Documents, that all amounts have been paid by the Contractor for Work for which previous Certificates for Payment were issued and payments received from the Owner, and that current payment shown herein is now due. CONTRACTOR: By: State oL Subscribed and sworn to before me this Notary Public: My Commission expires: Evans & Son, Inc. County of: day of Date: 0"1-34-03 63,959.80 ARCHITECT'S CERTIFICATE FOR PAYMENT $ 1,215,236.13 $ $ 1,207,770.48 7,465.65 620.83 8,086.48 63,959.80 CHANGE ORDER SUMMARY ADDITIONS DEDUCTIONS Total changes approved in previous months by Owner 350,325.25 22,103.24 Total approved this Month 340.00 TOTALS 350,665.25 22,103.24 NET CHANGES by Change Order 328,562.01 In accordance with the Contract Documents, based on on-site observations and the data comprising the application, the Architect certifies to the Owner that to the best of the Architect's knowledge, information and belief the Work has progressed as indicated, the quality of the Work is in accordance with the Contract Documents, and the Contractor is entitled to payment of the AMOUNT CERTIFIED. AMOUNT CERTIFIED $ (Attach explanation if amount certified differs from the amount applied. Initial all figures on this Application and onthe Continuation Sheet that are changed to conform with the amount certified.) ARCHITECT: By: Date: This Certificate is not negotiable. The AMOUNT CERTIFIED is payable only to the Contractor named herein. Issuance, payment and acceptance of payment are without prejudice to any rights of the Owner or Contractor under this Contract. AIA DOCUMENT 0702 • APPLICATION AND CERTIFICATION FOR PAYMENT • 1992 EDITION • AIA • 01992 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, DC 200065292 CONTINUATION SHEET AIA DOCUMENT G703 AIA Document G702, APPLICATION AND CERTIFICATION FOR PAYMENT, containing Contractor's signed certification is attached. In tabulations below, amounts are stated to the nearest dollar. Use Column I on Contracts where variable retainage for line items may apply. A 1'1 EM NO. 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 31.00 32.00 33.00 34.00 35.00 36.00 37.00 38.00 39.00 40.00 41.00 Page 2 of 2 pages APPLICATION NO: APPLICATION DATE: 07 /1 7 /03 PERIOD TO: 07/17/03 ARCHITECTS PROJECT NO: 200012 CONTRACT DATE: 03/01/02 B C D E F G H I DESCRIPTION OF WORK SCHEDULED VALUE WORK COMPLETED MATERIALS PRESENTLY STORED (NOT IN D OR E) TOTAL COMPLETED AND STORED TO DATE (D+E+F) V. (0+ C) BALANCE TO FINISH (C - G) RETAINAGE (IF VARIABLE RATE) FROM PREVIOUS APPLICATION (D + E) THIS PERIOD Contract Start Up 541,508.01 541,508.01 $0.00 541,508.01 100.00% 52,075.40 Building Demolition $1,085.18 51,085.18 50.00 51,085.18 100.00% 554.26 Rough Grading & Soil Treatment $190,783.69 5190,783.69 50.00 5190,783.69 100.00% 59,539.18 Utilities including Structures 529,855.16 529,855.16 50.00 529,855.16 100.00% 51,492.76 Landscaping inc. Irrigation 5192,118.65 $192,118.65 50.00 $192,118.65 100.00% 59,605.93 Tennis Courts, Conc. Asph &Drain 5122,369.02 5122,369.02 $0 00 $122,369.02 100.00% $6,118.45 Tennis Courts, Equip. & Coatings 550,446.59 $50,446.59 50.00 550,446.59 100.00% 52,522.33 Fencing $37,981.17 $37,981.17 50.00 $37,981.17 100.00% 51,899.06 City Street Improvements 513,757.86 $13,757.86 $0.00 513,757.86 100.00% 5687.89 Parking Lot $45,308.28 543,042.87 $2,26541 50.00 545,308.28 100.00% 52,265.41 Concrete - Cast in Place 532,215.63 532,215.63 50 00 532,215.63 100.00% $1,610.78 Site Sidewalks & Paths $43,523.16 $43,523.16 50.00 $43,523.16 100.00% 52,176.16 Div. 4Building -Masonry $25,501.64 $25,501.64 50.00 $25,501.64 100.00% $1,275.08 Div. 5 Building - Metal 58,707.45 58,707.45 50.00 58,707.45 100.00% 5435.37 Div. 6 Building - Carpentry 519,676.41 519,676.41 50.00 519,676.41 100.00% $983.82 Div. 7Building - Sheet Metal $8,178.22 58,178.22 50.00 $8,178.22 100.00% 5408.91 Div. 8 Building - Doors & Hardware $4,043.37 54,043.37 50.00 54,043.37 100.00% 5202.17 Div. 9 Building - Finishes $6,786.69 56,786.69 50.00 $6,786.69 100.00% 5339.33 Div. 10 Building - Specialties $4,384.39 53,884.39 5500.00 50.00 $4,384.39 100.00% 5219.22 Plumbing 517,905.41 517,905.41 50.00 $17,905..41 100.00% $895.27 Electrical $35,485.26 $35,485.26 50.00 $35,485.26 100.00% 51,774.26 Project Close Out 519,012.68 $14,259.51 54,753.17 50.00 $19,012.68 100.00% S950.63 Alternate #8 6" Irrigation 54,071.55 54,071.55 $0.00 $4,071.55 100.00% $203.58 Extra Exc Area 3 3685 cy @ 5 3.00 511,055.00 $11,055.00 50.00 $11,055.00 100.00% $552.75 Alt #8 4" SCH 125 440' @ $ 3.05 51,342.00 51,342.00 50.00 51,342.00 100.00% 567.10 CO #1 $93,324.42 $93,324.42 50.00 593,324.42 100.0094 54,666.22 CO 42 (512,005.74) ($12,005.74) 50.00 (512,005.74) 100.00% (5600.29) CO #3 55,600.00 55,600.00 50.00 55,600.00 100.00% 5280.00 CO #4 $13,143.13 513,143.13 50.00 $13,143.13 100.00% 5657.16 CO #5, Misc. Irrig Repairs $5,340.30 $5,340.30 50.00 $5,340.30 100.00% 5267.02 CO #6, Irrig Upgrade, flow meter $8,860.01 58,860.01 50.00 58,860.01 100.00% 5443.00 CO #7, Restrooms $3,389.12 53,389.12 $0.00 $3,389.12 100.00% 5169.46 CO #8, BB Court, Irrig. Mod 58,462.99 $8,462.99 50.00 $8,462.99 100.00% $423.15 CO #9, Additional Fabric $9,803.62 $9,803.62 $0.00 $9,803.62 100.000/ $490.18 CO #10, Sign Mod, Conc. Pad 53,651.90 $3,651.90 50.00 53,651.90 100.00% $182.60 CO #11, Credit for Not Till, Area 3 (510,097.50) (510,097.50) 50.00 (510,097.50) 100.00% (5504.88) CO #12, Addit. Top Soil 542,900.00 542,900.00 50.00 542,900.00 100.00% $2,145.00 CO #13, Addit. Soil Treat Area 1 57,580.44 57,580.44 50.00 57,580.44 100.00% 5379.02 CO #14 Pavers 53,248.00 53,248.00 50.00 $3,248 00 100.00% 5162 40 CO 415 Gaillion Park $128,552.77 5128,552.77 50.00 5128,552.77 100.00% 56,427.64 Addit #10ParkrngLot Revisions $340.00 50.00 5340.00 50.00 5340.00 100.00% 517.00 SUB TOTAL $1,279,195.93 51,271,337.35 57,858.58 50.00 S1,279,195.93 100.0094 SALES TAX 101,056.48 100,435 65 6 50.00 5101,056.48 100.00% GRAND TOTALS 51,380,252.41 51,371,773.00 __....„.........6.20-R-2 58,479.41 50.00 51,380,252.41 _ 50.00 563,959.80 Users may obtain validation of this document by requesting of the license a completed AIA Documcnt D401 - Certification of Document's Authenticity AIA DOCUMENT 0703 • CONTINUATION SHEET FOR G702 1992 EDITION • AIA .01992 THE AMERICAN INSTITUTE OF ARCMTECTS. 1735 NEW YORK AVENUE. N.W. WASHINGTON. D.C. 20006-5232 G703-1992