Loading...
HomeMy WebLinkAboutR-2018-122 Tree Removal Agreement with Top Tree Service, LLCRESOLUTION NO. R-2018-122 A RESOLUTION authorizing the execution of an agreement with Top Tree Service LLC to remove trees encroaching on Part 77 navigable airspace WHEREAS, the City owns and operates Yakima Air Terminal -McAllister Field in accordance with applicable Federal, State and Local regulations, and WHEREAS, in 2018, the Federal Aviation Administration (FAA) and the Yakima Air Terminal -McAllister Field identified the need to reduce risk to aircraft traversing the Yakima Air Terminal airspace, and WHEREAS, in 2018, the Federal Aviation Administration and Airport Wildlife Hazard Management Plan (WHMP) identified that managing the habitat on airport property provides the most effective long-term measure for reducing wildlife hazards on or near an airport; and WHEREAS, the Yakima Air Terminal -McAllister Field advertised the Obstruction Removal and Wildlife Mitigation Project under a competitive bidding process and received two bids that were thoroughly evaluated, the airport has identified a lowest responsive and responsible bidder and has provided a recommendation to the City of Yakima to award the bid, and WHEREAS, upon receiving FAA funds and approval to award the bid to the lowest responsive and responsible bidder, the City of Yakima is now ready to enter into the contract with Top Tree Service LLC that is attached hereto and incorporated herein by this reference to remove obstructions and to modify the airport wildlife habitat; and WHEREAS, the City Council has determined that approval of said agreement will promote the purposes of the Yakima Air Terminal -McAllister Field, will promote increased aviation safety as well as provide for the general health, safety and welfare of the citizens and is therefore in the best interests of residents of the City of Yakima, Now, Therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute and administer the attached and incorporated agreement with Top Tree Service in an amount of one hundred six thousand, five hundred seventy-seven dollars and zero cents ($106,577 00) to remove obstructions and to modify the wildlife habitat at the Yakima Air Terminal -McAllister Field ADOPTED BY THE CITY COUNCIL this 16th day of October, 2018 ATTEST - C., �4 ! by CoPyrror CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2018, by and between the City of Yakima, hereinafter called the Owner, and Top Tree Service, LLC, a Washington Limited Liability Company, 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 $106,577.00 for Yakima Air Terminal / McAllister Field Tree Removal Project, Yakima Air Terminal PFC No. 18-17- C-00-YKM, all in accordance with, and as described in the attached plans and specifications and the 2018 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 Forty (40) working days If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11th day after the date on which the City issues the Notice to Proceed If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written Countersigned CITY OF YAKIMA this 1 day oftat 2018. �v \ CONTRACTOR 70P✓i—c-e Sealfk LLC,a ilk/j,d4.Corporation ont or By. ttesi Clerk CITY CONTRACT NO 420/ iUz't`'1. "�` , • ' • \`i, • y .2i)/e--�2 2-- J RESOLUTION NO ddress. (President, Owner, etc.) /CST L✓ �/Grh �,eS e,-� �� ke S /2j�'�� r,/� W333 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDASTATEMENT 1 Item No. 6.1. For Meeting of: October 16, 2018 ITEM TITLE: Resolution authorizing the execution of an agreement with Top Tree Service LLC to remove trees encroaching on Part 77 navigable airspace SUBMITTED BY: Robert K. Peterson, Airport Director, 509-575-6149 SUMMARY EXPLANATION: In 2018, the Federal Aviation Administration (FAA) and the Yakima Air Terminal -McAllister Field identified the need to reduce wildlife attractants on airport property. One priority within the airport's Wildlife Hazardous Management Plan (WHMP) is the removal of specific trees as to not attract birds to the airfield. Additionally, it was determined that these trees are growing to a height that may penetrate the federally protected airspace, of which would become a hazard to aircraft arriving and departing the airport and could restrict the airports instrument approach minimums. This project will be funded by the airport's Passenger Facility Charges and will not impact the City's general fund. ITEM BUDGETED: STRATEGIC PRIORITY: APPROVED FOR SUBMITTAL: Yes Public Safety City Manager STAFF RECOMMENDATION: Adopt Resolution BOARD/COMMITTEE RECOMMENDATION: ATTACHMENTS: Description Upload Date Type d Resdution 9/26/2018 Res dution 2 O ract 10/82018 tract O addendum 1 10/11!2018 Coker Memo O specs 10/11/2018 Coker Memo PUBLIC WORKS Scott Schafer, Director Engineering Division 129 North Second Street Yakima, W. hington 98901 (509) 575-6111 • F, (509) 576-6305 ADDENDUM NO. 1 TO THE BID DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF YAKIMA, WA Yakima Air Terminal / McAllister Field For: Tree Removal Project Yakima Air Terminal PFC No. 18-17-C-00-YKM 5 BIOS DUE: TUESDAY, SEPT. lath, 2:00 P.M., YAKIMA CITY CLERK'S OFFICE TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Specifications and Bid Documents shall be modified as follows: ITEM 1. Bid Opening Date and Time: The date and time as given in the INVITATION TO QUOTE is changed to: Quotations will be received by the Yakima City Clerk until 2:00 PM - Tuesday, Sept 18, 2018 ITEM 2. GENERAL/SPECIAL INSTRUCTIONS; Timing; Item 11: This section as modified as follows: Work shall be completed within 40 working days from the date of the notice to proceed, ITEM 3. GENERAL/SPECIAL INSTRUCTIONS; Approximate Quantities; Item 13: This section as modified as follows: The tree sizes vary from 4 inches to 8 feet diameter trunk size. ITEM 4. GENERAL/SPECIAL INSTRUCTIONS; Stump Grinding & Removal: item 14: This section as modified as follows: Stump grinding must only be removed from areas visible to the public from roads and from all dry creek beds at the Airport's / Sponsor's discretion. Stump grindings may remain in-place if they do not exceed six inches above grade, again this will be on a case-by-case basis and will remain at the discretion of the Airport / Sponsor. Addendum No. 1 Page 1 of 2 September 12, 2018 6 This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the quote form prior to bid opening. APPROVED: E. Addendum No. 1 Brett H. Sheffi , P. Chief Engineer Date *** END OF ADDENDUM NO. 1 *** Page 2 of 2 September 12, 2018 ITEM NO. QUOTE Yakima Air Terminal / McAllister Field Tree Removal Project Yakima Air Terminal PFC No. 18-17-C-00-YKM PROPOSAL ITEM PAYMENT SECTION 1 2 3 MOBILIZATION Per 2018 WSDOT Standard Specification 1-09.7 TREE REMOVAL & DISPOSAL Per Contract Specification #13 STUMP GRINDING & REMOVAL Per Contract Specification #14 REPAIR OR REPLACEMENT Per Contract Specification #20 QTY 11, , . 1 1 1 1 UNIT LS LS LS FA UNIT PRICE DOLLARS $1,000.00 SUB TOTAL: STATE SALES TAX 8.2%; TOTAL: Contractor's Signature: Date: ADDENDUM #1 Received Addendum No. 1 September 12, 2018 3 7 AMOUNT DOLLARS 71.4 $1,000.00 8 City of Yakima Yakima Air Terminal / McAllister Field Tree Removal Project Yakima Air Terminal PFC No. 18-17-C-00-YKM INVITATION TO QUOTE CITY OF YAKIMA ENGINEERING DIVISION Contractor: 129 NO. 2ND STREET YAKIMA, WASHINGTON 98901 Phone: PHONE (509) 575-6111 Address: Quotations will be received by the Yakima City Clerk until: 2:00 PM — Sept 13, 2018 OBSTRUCTION REMOVAL AND WILDLIFE MITIGATION PROJECT The Yakima Air Terminal -McAllister Field is required to preserve the airspace around the airport to ensure no obstructions penetrate the Part 77 Navigable airspace. Additionally, the airport is required under Part 139 to uphold its Wildlife Hazardous Management Plan (WHMP) to ensure the airport reduces the amount of wildlife attractants. The airport has identified three areas of concern where large trees have grown and are close to penetrating the Part 77 navigable airspace. Additionally, the airport has witnessed trees continue to attract large birds of prey as they traverse within the airport's environment. Removing these trees will not only ensure compliance with airspace requirements it will assist the airport in reducing the wildlife attractants. This in turn will increase the safety of aircraft and airlines as they arrive and depart the airport. SCOPE OF WORK: Remove trees within areas identified on map to include the removal of elm, sycamore, maple, cottonwood, Russian olives, willow spruce and other species identified in areas. Removal of trees will include wood disposal, chipping, and stump grinding to grade where all debris will be removed from area. Methods of removal will be at contractor's discretion but must ensure the earth and trees adjacent to streams are left undisturbed and ground to be left at grade. Specific trees east of 16th Ave and south of the airport approach lighting will require trees to be topped to ensure they provide shade along Spring Creek. INSTRUCTIONS TO THE CONTRACTOR Please return your lowest price for the following project by 2:00 p.m., September 13, 2018 to the Yakima City Clerk's Office, 1st floor of City Hall. If you have any questions call Randy Tabert at (509)576-6579. 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. 9 QUOTE Yakima Air Terminal / McAllister Field Tree Removal Project Yakima Air Terminal PFC No. 18-17-C-00-YKM ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 MOBILIZATION Per 2018 WSDOT Standard Specification 1-09.7 1 LS 2 TREE REMOVAL & DISPOSAL Per Contract Specification #13 1 LS 3 STUMP GRINDING & REMOVAL Per Contract Specification #14 1 LS 4 REPAIR OR REPLACEMENT Per Contract Specification #20 1 FA $1,000.00 $1,000.00 SUB TOTAL: STATE SALES TAX 8.2%: TOTAL: Contractor's Signature: Date: _ / _ / 3 10 Yakima Air Terminal/McAllister Field Tree Removal Project Yakima Air Terminal PFC No. 18-17-C-00-YKM SPECIFICATIONS I. GENERAL/SPECIAL INSTRUCTIONS 1. Description of Project: This contract provides for the removal of trees within areas identified on attached map to include the removal of elm, sycamore, maple, cottonwood, Russian olives, willow spruce and other species identified in areas. Removal of trees will include wood disposal, chipping, and stump grinding to grade where all debris will be removed from area. Methods of removal will be at contractor's discretion but must ensure the earth and trees adjacent to streams are left undisturbed and ground to be left at grade. Specific trees east of 16th Ave and south of the airport approach lighting will require trees to be topped to ensure they provide shade along Spring Creek. This work 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. 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 the City 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 City 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. 5 11 7. Right to Award: The City of Yakima reserves the right to make contract award by Schedule or on an all or none basis, whichever is in the best interest of the City. 8. Submission of Quote: Quote shall be submitted to the City Clerk's Office, Yakima City Hall, 129 North 2nd Street, Yakima, WA, 98901, by 2:00 p.m. on September 13, 2018 in a sealed envelope labeled Yakima Air Terminal /McAllister Field Tree Removal Project, Yakima Air Terminal PFC No. 18-17-C-00-YKM with the quote due date written on it. Bidders will not be allowed to adjust their quotes after submission. 9. No Disturbance: The contractor shall not disturb grounds or materials outside the sphere of the contracted project. 10. Coordination: The contractor will coordinate his work with City of Yakima Construction Supervisor Bruce Floyd at 509-576-6138 or 509-728-3457. 11. Timing: Successful vendor shall coordinate with contacts listed above as to when work will be accomplished. Work shall be completed within 30 working days from the date of the notice to proceed. 12. Safety: Ensure that all tree removal & trimming/pruning services provided under this Agreement are performed safely & in accordance with all applicable federal, state, & local laws & regulations. Mandatory safety practices include the following: a. Upper booms & personnel baskets of aerial lifts must be fully insulated at all times. b. Electrically approved hardhats must be worn at each work site. c. Aerial lift truck outriggers must be down whenever the aerial lift is in operation. d. Chocks shall be properly placed to the front & back of the aerial lift truck whenever the aerial lift is going to be used. The outriggers shall not be substituted for use of the chocks. e. Eye protection (i.e., safety goggles, face shield) shall be worn at all times at work site. f. Safety belts must be worn & properly connected to the aerial lift by persons using the aerial lift. g. Proper safety equipment shall be used during all stump grinding & chipping operations. h. Owner/Operators: While it is understood that owner/operators are not required to follow the same safety rules administered by the Department of Labor & Industries, by submission of a bid, it shall be expressly understood that due care shall be exercised at all times to maintain a safe environment. Anytime an owner/operator hires an employee, the employee shall be required to follow all pertinent safety rules. Owner/operators are still required to maintain the proper certificates of insurance in full force & effect & the City of Yakima and Yakima Air Terminal/ McAllister Field shall be held harmless of any liability whatsoever that could result from injuries, property damage, etc. i. The Agent for the City of Yakima or his/her designee may order that the CONTRACTOR stop work whenever any safety violation is observed &/or evidenced. The CONTRACTOR shall comply with the stop work order & shall not resume work until the safety violation is corrected to the satisfaction of the City of Yakima Agent or his/her designee. The CONTRACTOR shall not be entitled to any compensation for time during the period of the stop work order. Identification & location of all underground utilities are the responsibility of the Contractor. The Contractor shall: 1. Proceed with sufficient caution to preclude damaging any utilities known or unknown. In the event unidentified utilities are encountered, the contractor must notify the Owner immediately. 2. In the event utilities are damaged during construction, temporary services &/or repairs must be made immediately, at the Contractor's expense, to maintain continuity of services. 13. Approximate Quantities: The following numbers are estimates of the number of trees in each identified area: 6 12 Area 1: 45 trees Area 2: 4 trees Area 3: 90 trees Area 4: 60 trees Area 5: 10 trees Area 6: 5 trees Area 7: 7 trees Total estimated number of trees: 221 Tree sizes vary from 4" to 16" trunk size. 14. Stump Grinding & Removal: Stump & roots shall be removed below ground level to a minimum depth of six inches & then chemically treated to ensure no suckers grow within 12 months OR remove the entire trunk to where chemical treatment is not necessary. Remove all debris including wood chips. Where trunks are removed Contractor will be required to fill hole with material meeting the specification for Select Borrow & rake level. 15. Business License: All bidders shall have a valid and current business license issued by the City of Yakima covering this type of work. It will be the contractor's responsibility to obtain any licenses or permits required, to complete the project. 16. Right to Reject: The City of Yakima reserves the right to reject any or all quotes or accept any presented which meet or exceed these specifications and which they may deem to be in the best interest of the City and will not necessarily be bound to accept the low quote. 17. No Preferences: No exceptions will be considered that may tend to give an individual bidder a distinct advantage. 18. Contractor's Liability Insurance (Sample Certificate Attached): The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage and automobile coverage with insurance carriers admitted to do business in the State of Washington. The insurance companies must carry a Best's Rating of A- VII or better. The policies will be written on an occurrence basis subject to the following minimum limits of liability: Commercial General Liability: Combined Single Limit: $1,000,000 Per Occurrence $2,000,000 Annual Aggregate The City of Yakima, its agents, elected and appointed officials, and employees are to be listed as additional insured under the policies. The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate will provide 45 days' notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. The contract shall also maintain workers compensation through the State of Washington. If at any time during the life of the contract or any extension, the contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the contract. 7 13 19. 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. 20. Repair or Replacement: This work shall consist of repair of any incidental damages to 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. 21. Access Points/Airport Security Contractor access for this project shall be through designated vehicle gates located throughout the airfield and designated by airfield maintenance specialists. Once the contractor enters the airfield, the contractor must secure the gate and unlock the security gate whenever they require exiting. The Contractor must meet badging requirements in accordance with 49 CFR Part 1542 at all times. The Contractor shall have a minimum of two representatives badged for the project prior to commencing work. 22. Vehicle and Pedestrian Operations Contractor operations will be confined to the highlighted areas within the selected areas to remove trees. All contractor personnel and equipment will remain clear of the movement area and all other active portions of the AOA. If the Contractor requires access to active portions of the AOA, they must be escorted by Airport personnel that are approved to access such areas. If unescorted vehicles are required to operate within the AOA, they will be required to utilize an amber flashing light. This includes vehicles or equipment operated by the Contractor. The driver of any vehicle operating in the AOA will be required to undergo driver training by the airport. All other construction equipment and vehicles will be marked and/or lighted in accordance with FAA AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport, current edition (available at https://www.faa.gov/documentLibrary/media/Advisory_Circular/150_5210_5d.pdf). Per AC 150/5210-5, this includes providing vehicles with a flag on a staff attached to the vehicle so that the flag will be readily visible. The flag must be at least a 3 -foot by 3 -foot (0.9 meter by 0.9 meter) square having a checkered pattern of international orange and white squares at least 1 foot (300 mm) on each side. Construction equipment shall be chosen that poses the least 8 14 danger to aircraft while being sturdy enough to remain in place when subjected to typical winds, prop wash and jet blasts. Per FAA AC 150/5210-20A, Ground Vehicle Operations to include Taxiing or Towing an Aircraft on Airports (available at https://www.faa.gov/documentLibrary/media/Advisory_Circular/150- 5210-20A.pdf), and inadvertent entry by vehicles onto movement and non -movement areas of an airport poses a danger to both the vehicle operator and aircraft on the airport. Contractor vehicles will be confined to the project areas with barricades, high visibility fencing, or other physical barrier. 22. Haul Routes Contractor haul routes have been defined for each area of this project. 23. Training Requirements for Vehicle Drivers All Contractor personnel shall adhere to all safety provisions established by the FAA and the Airport Management. All Contractor personnel shall have a clear understanding of security protocols in accordance with Airport Management, FAA, and the Contract Documents. Any violation will be the Contractor's responsibility and could result in revocation of driving privileges or removal from the airfield. Driving protocols will be provided by the Airport when the Contractor applies for their driving and security badges. 24. Maintenance of the Secured Area of the Airport Gates should be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. Procedures shall be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit "piggybacking" behind another person or vehicle. The Contractor shall meet badging requirements in accordance with 49 CFR Part 1542, Airport Security, to meet standards for access control, movement of ground vehicles, and identification of construction contractor and tenant personnel. 9 15 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2018, by and between the City of Yakima, hereinafter called the Owner, and 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: , for Yakima Air Terminal / McAllister Field Tree Removal Project, Yakima Air Terminal PFC No. 18-17-C-00-YKM, all in accordance with, and as described in the attached plans and as described in the attached specifications and Division 1 of the 2018 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Thirty (30) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorneys fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this day of 2018. , a Corporation Contractor City Manager Attest: City Clerk By: (Print Name) Its: (President, Owner, etc.) Address: 11 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: 16 That whereas the City of Yakima, Washington has awarded to (Contractor) hereinafter designated as the "Principal" a contract for the construction of the project designated Yakima Air Terminal/ McAllister Field Tree Removal Project, Yakima Air Terminal PFC No. 18-17-C-00-YKM, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: NOW, THEREFORE, we, the principal, and (Surety), a corporation, organized and existing under and by virtue of the laws of the State of , duly authorized to do business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the sum of $ (Total Contract Amount) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by those presents. THE CONDITIONS OF THIS OBLIGATIONS IS SUCH, that if the above bonded principal 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, Washington, their 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, Washington, 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 developing in the material or workmanship provided or performed under said contract, within a period of one year after its acceptance by the City of Yakima, Washington, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this day of , 20. Approved as to form: (City Attorney) 13 (Principal) By: (Signature) (Print Name) (Title) (Surety) By: (Signature) (Print Name) (Title) CERTIFICATE OF 1_,IAB1 reiNSURANCE 17 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 COVE '6 •GE 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: ff the certificate holder is art ADDITIONAL INSURED, the policy( les} must tae endear d. Ef SUBROGATION IS_ WAIVED, sub) the terms and conditions exf the policy, certain policlds may require an -endorsement. A statement this certificate does not confer rights t certificate holder in lieu of such endorsement( ODUCER insuranceAgent Address Ctty, State, ZIP Code NEu Contractors Name Contractors Address COVERAGES CERTIFICATE NU CONTACT NAME: :.... PHONE AIC, 4e Exit E:........ ADDRESS: PRODUCER CUSTOMER ID #1. INSL F, RA: *..A-Vt R: (Certificate No.), t: U RE RP: EVISION NUMBER: See Io' THIS 15 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOUIREMENT, 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. A POU NUM R.... ::lM IDDI YTTIEFF > POLIEXP Y1; Policy No. MERCIAL GENET E X AUT AGGREGATE LIMIT POLICY X. EC4T IES PER, No. Dat Y AUT(i L OWNED AUTOS CHEDULEOAUTOS.. HIRED AUTOS ED.AUTOS 0 E8 CE DA ET PREMISES, (Ea ::._...__sammance} MED EXP (Any one Sows) PERSONAL & ADV INJURY GENE AGGREGATE N 5.MO RODUCTS - COMPIOP AG 5 COP (Es 2tt 2i EEO SINGLE LIMIT 0 D JURY BODILY INJURY (Pe PROPERTY DAMAGE (Per accident) D A DEDUCTIBLE RETENTION: RKERS COMPS ANDEMPLOYERS.' LABILITY ANY PRCFRIETORtP TNERIEXEC OFFICE EMBER EXCLUDED?. (Mandatary leo N€T):... ESANN* der URIPTION OF OPEIATIONS NSA' Policy No„ op trap/Employers Liability Date STATIN v 14TH- LIMITS E.E.EACH ACCIDENT Et<, DIS SE. EAETviPLOYEEi DIS E POLICY LIMIT YESCRIPTI L1P HS 1 LOCATE 1 IC S {A:: ACORD 96#, A#tlarrsl Remarks Schhedufe..:M mare 5555* l9 raa#cak } (Project Name and Prot Number) The City of Yakima, its agents, employees, vaultrs, and elected and appoli 10 Days Notice of Can Nr payment of Premium, 30 Days Notice for ail other reasons. ditional insureds. CERTIFICATE HOLDER City of Yakima 129 N. 2nd Street Yakima, WA 98901 hI ACORD 25 (20091 ep AA 1995446 issuee an 4: The ACORD Hart nd lo CANCELLATION SHOULD ANY DF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE, POLICY PROVISIONS, 15 I$-2009 ACORD CORPO of ACORD TION. All It ed. COMMERCIAL GENERAL LIABILITY WN GI. 49 01 09 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU PRIMARY AND NONCONTRIBUTORY This endorsement files insurance provided under the folkswing: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section fl— Who Is An Insured is amended to include as an additional insured any person or or- ganization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an addi- tional insured on your policy. Such person or or- ganization is an additional insured only with respect to liability for 'bodily injury", ''property damage" or personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your 0 ng operations for the additional insured. A person's or organizationts status as an additional insured under this endorsement ends when your operations for that additional insured are com- pleted. B. The Limits of Insure appli • to the additional insured are • t specified Irrthe . it tract or written agreement or in the it = ions of this policy, whichever is less. These Limits of Insur- ance are inclusive of, and not in addition to Limits of Insurance shown in the Declarations. C. With respect to the insurance afforded to these addltkinal insureds, the following additional exclu- sions apply: This insurance does not apply to; 1. *Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render, any professkinal architectural, engineering or sunreying services, including: WN GL 49 01 09 18 a. The preparing, approving, or failing to pre- pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifica- tions; or b. Supervisory, inspection, architectural or engineering activities. 2, "Bodily injury* or "property damage" occurring after: a. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work* out of which the injury or damage arises has been put to its intended use by any perste) or organization other than another contractor Or su* trac- ed in pe o.• s bx a asamt tA et* D. As respects the coverage provided under this en- dorsement, Paragraph 4.b, of the Other Insurance Condition is deleted and replotted by the following: 4. Other insurance b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as an insured whether primary, excess, contin- gent or on any other basis unless the written contract or agreement described in A. above specifically requires that this insurance be provided on either a primary basis or a pri- mary and noncontributory basis. includes copyrighted Malenal oInsurance Services Office Inc, vottit i permissiort, Page 1 oil 16 1 9 POLICY NUMBER: CPP 1009640 01 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 Projectisi: COVERAGE APPLIES TO CERTIFICATES OF INSURANCE REFERENCING FORM CG2503 Information required to complete this Schedule, if net shown above, will be shown in the Declarations. A. For all sums which the insured becomes le gaily obligated to pay as damages caused by "occurrences" under Section I - Coverage A, and for all medical expenses caused by acci dents under Section 1 - Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Proj- ect General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Leta shown in the Declarations. 2, The Desigriated Construction Project Gen- eral Aggregate Urnit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury* or *property damage" included in the "products -completed oper ations hazard", and for medical expenses under Coverage 0 regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or G. Persons or organizations rnaking claims or bringing "suits 3. Any payments made under Coverage A for damages or under Coverage 0 for medical expenses shall reduce the Desig- nated Construction Project General Aggre- gate Limit for that designated construction project. Sixth payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggr -te Limit for any other designated conetructien project shown in the Schedule above. 4. - limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply, However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences' under Section 1 - Coverage A, and for all medical expenses caused by I- pray to operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage 0 for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Opera tions Aggregate Limit, whichever is ap- plicable; and 4. CG 25 03 OS 09 0 Insurance Services Office, Inc., 200B Page 1 of 2 Waiters 'Kluwer Fiveracial Services I Uniform Forms 17 2. Such payments shall not reduce any Des "grimed Construction Reject General Aggregate Limit C. When coverage for liability arising out of the 'products -completed operations hazard* is provided, any payments for damages because of "bodily injuryor "'prop damage"' in canted in the 'products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the Genera Aggregate Limit nor the Desig- nated Construttion Project General Aggregate Limit Page 2 of 2 D. if the applicable designated construction prop ect has been abandoned, delayed, or aban- doned and then restarted, or if the authorized contracting parties deviate from plans, blue prints, designs, specifications or timetables, the project bail stilt be deemed to be the same construction project, The provisions of Section III - Limits Of In- surance not otherwise modified by this endorsement shall continue to apply as stipulated. *Insurance Services Office„ Inc., 2008 CG 25 03 05 09 18 20 21 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. 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: 19 To: (Contractor) C ty of Yakima Yakima Air Terminal Obstruction Removal and Wildlife Habitat Modification Top Tree Service LLC 6105 W. Van Giesen St. West Richland, WA. 99353 L Change Order Change Order Number 1 Change Order Date January 11. 2019 Contract Number R018-18 Contract Date November 1, 2018 You are directed to make the following changes in this Contract: • Topping of 35-40 trees in area one (1) of the project specifications • Removal of 4-5 trees (induding stump grinding) from the west side of Washington Avenue • Disposal of brush, chips and rubbish • Includes removal of barbwire fence and t -posts. Disposal of materials is the responsibility of the contractor • All work will be paid in lump sum price of $15,524.97 • Payment will not exceed negotiated pricing Negotiated price is $15,524.97 plus tax of 8.2% for a grand total of $16,796.97 Total this change order of $16,796.97 Add 5 calendar days to project This is to be considered as much a part of the contract documents as if it was included in the original contract. Not valid until signed by both the Imp/memo Authority and Contractoo Signatum of the Contractor indicated agreement hermorth, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was Net change by previous Change Orders $ 0 The Contract Sum prior to this Change Order . $ 106,577.00 The Contract Sum will be: EN Increased 0 Decreased 0 Unchanged by this Change Ord $ 16,796.97 The New Contract Sum including this Change Order will be . $ 123_,373.97 The Contract Time will be: E1 Increased 0 Decreased 0 Unchanged by 5 working days The New Contract Time will be 45 working days Contractor '-' ABY p(-pro..'"„ya'4l Re,,4c,,..o", n ertde- d *Del OPB Mar. , Approval :,. eco/ nmended v _ iP.nc....- Date ,,,Ziyta // natio I i I 15' Date Based on DOT Form /0-0011 EF Revised 9/93 Original to: 0 Contractor , Date Chief Engineer Ap City Manager Copes to: 0 Region 0 Construction Administrator OSC Accounting 0 City Engineering P-0 er CITY CONTRACT NR RESOLUTION NO: Yakima Air Terminal January 11, 2019 City of Yakima Project #2018-182 Attachment to Change Order No. 1 dated January 11, 2019 Summary of Work: A. Ton 35-40 trees in Area One (1) of the project specifications Top 35-40 trees to previous cutline for trees along the Spring Creek. B. Remove 4-5 trees along West Washington Avenue Remove 4-5 trees, outside of the original project specification scope, along West Washington Avenue. Removal shall include stump grinding and disposal of all spoils. C. Remove and dispose of fence Remove and dispose of approximately 200 linear feet of 4 feet tall barbwire and wire mesh fence and associated t -posts. Logic for pricing: The original project scope bid of $83,000 for removal of 221 trees is equal to $375.60 per tree. This change order reflects the addition of approximately 40 trees. Tree Removal and disposal: $15,024.97 Stump grinding and removal (includes mobilization) $ 500.00 Sales tax 8.2% $ 1,272.97 Total $16,796.97 Total Change Order No. 1: $16,796.97