Loading...
HomeMy WebLinkAbout02/15/2022 06.H. Resolution authorizing a contract with Central Paving LLC for the McClure Project 2473 and the 16th Avenue Sidewalk Extension Project 2531 f44 • 11 .( rr 11 i�O enc u nrry 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.H. For Meeting of: February 15, 2022 ITEM TITLE: Resolution authorizing a contract with Central Paving LLC for the McClure Project 2473 and the 16th Avenue Sidewalk Extension Project 2531 SUBMITTED BY: Scott Schafer, Director of Public Works Bill Preston, City Engineer- (509) 576-6754 SUMMARY EXPLANATION: The City of Yakima (City) desires to enter into a contract with Central Paving LLC to perform construction of sidewalks, curb and gutter, road improvements, crosswalks and ADA ramps in the vicinity of McClure Elementary School and at 16th Avenue. The project at McClure Elementary is a Safe Routes To School project that is funded with a Washington State Department of Transportation Safe Routes To Schools grant in the amount of $270,000. The City is utilizing $87,000 in Arterial Streets funds for the required match. The sidewalk extension project along the westside of 16th Avenue north of Fruitvale is funded by the City's Transit Division in the amount of$50,000 to provide passengers a safe and reliable pathway along this fixed-bus route. The contract with Central Paving LLC is in an amount not to exceed $407,428 and has been attached for City Council review. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Neighborhood and Community Building APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution ATTACHMENTS: Description Upload Date Type 2 D Resolution 1/24/2022 Resolution D Award Package 12/16/2021 Backup Material 3 RESOLUTION NO. R-2022- A RESOLUTION authorizing an agreement with Central Paving LLC for McClure Elementary School Safety Improvements Project 2473 and 16'h Avenue Sidewalk Extension Project 2531 WHEREAS, the City is in the process of improving School Safety at McClure Elementary School, and WHEREAS, City Transit wishes to extend the 16'h Avenue sidewalk near Fruitvale Blvd, and WHEREAS, the City desires to enter into a contract with Central Paving LLC to perform construction of sidewalks, curb and gutter, road improvements, crosswalks and ADA ramps in the vicinity of McClure Elementary School and at 16'h Avenue; and, WHEREAS, the City of Yakima used the procedure established by Washington State law for the bidding and awarding of public capital improvement projects, and WHEREAS, Central Paving LLC was determined to be qualified to perform the needed design work; and WHEREAS, the project is funded with HLP Grant funds, Transit Grant and General Funds; and WHEREAS, the contract will be null and void if bond and certificate and insurance not received within specified timeframe; and WHEREAS, the Scope of Work and Budget included in this supplement meet the needs and requirements of the City of Yakima for this project, and WHEREAS, the City Council finds that it is in the best interests of the City of Yakima and its residents to undertake the McClure Elementary School Safety Improvements Project 2473 and 16'h Avenue Sidewalk Extension Project 2531 and enter into a contract with Central Paving L.L.C. to do so; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute a contract with Central Paving LLC, attached hereto and incorporated herein by this reference, not to exceed $407,428.00 (four hundred and seven thousand four hundred twenty-eight Dollars) to provide the construction as described in the Agreement. ADOPTED BY THE CITY COUNCIL this 15'h day of February, 2022. Janice Deccio, Mayor ATTEST: Sonya Clear Tee, City Clerk 4 DEPARTMENT OF PUBLIC WORKS ,4grit 'w Scott Schafer, Director 7 s Engineering Division F 129 North Second Street ti Yakima, Washington 98901 x (509) 575-6111 + Fax (509) 576-6305 December 15, 2021 Central Paving, LLC 1410 W. Dolarway Rd. Ellensburg, WA 98926 Re McClure Elementary School Safety Improvements & 160,Avenue Sidewalk Extension City Project Nos.: 2473 &2531 Dear Sirs: The City Manager of the City of Yakima has authorized an award of the contract for the above referenced project to your company on the basis of your bid submitted on December 9, 2021 in the amount of $407,428.00. This letter is official notification of the award of the contract to your company by the City of Yakima. Enclosed are a copy of the proposal, three copies of the contract and a performance bond form. Please sign and return all copies of the contract form to this office, along with the fully executed performance bond and certificate of insurance, within ten (10) calendar days. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into three (3) sets of contract documents. The three completed sets of documents will be distributed to the City Clerk, City Engineer and Contractor. Once the Performance Bond and Insurance Certificate have been approved we will notify you to contact Bruce Floyd, Construction Supervisor, of our office to schedule a pre-construction conference and to discuss various forms and documentation that must be completed and turned into him at the Pre-construction Conference. The Notice to Proceed will also be discussed at the Pre-construction Conference. Bruce's office phone is (509) 575-6138. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, Bill Preston, PE City Engineer end. cc Bruce Floyd,Construction Engineer Randy Tabert,Senior Engineer Brenda Fehlhafer,Contract Specialist File 5 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2021, by and between the City of Yakima, hereinafter called the Owner, and Central Paving, LLC. a 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: $407,428.00, for McClure Elementary School Safety Improvements and 16th Avenue Sidewalk Extension, City of Yakima Project Nos. 2473 and 2531, all in accordance with, and as described in the attached plans and specifications and the 2021 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-Five (45) 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 CONTRACTOR this day of 2021. a Limited Liability Company Contractor City Manager By: Attest: (Print Name) City Clerk Its (President,Owner,etc.) Address: 6 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2021, by and between the City of Yakima, hereinafter called the Owner, and Central Paving, LLC. a 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: $407,428.00, for McClure Elementary School Safety Improvements and 16th Avenue Sidewalk Extension, City of Yakima Project Nos. 2473 and 2531, all in accordance with, and as described in the attached plans and specifications and the 2021 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-Five (45) 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 CONTRACTOR this day of 2021. a Limited Liability Company Contractor City Manager By: Attest: (Print Name) City Clerk Its (President,Owner,etc.) Address: 7 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2021, by and between the City of Yakima, hereinafter called the Owner, and Central Paving, LLC. a 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: $407,428.00, for McClure Elementary School Safety Improvements and 16th Avenue Sidewalk Extension, City of Yakima Project Nos. 2473 and 2531, all in accordance with, and as described in the attached plans and specifications and the 2021 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-Five (45) 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 CONTRACTOR this day of 2021. a Limited Liability Company Contractor City Manager By: Attest: (Print Name) City Clerk Its (President,Owner,etc.) Address: 8 CONTRACT BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That whereas the City of Yakima,Washington has awarded to Central Paving, LLC(Contractor)hereinafter designated as the"Principal"a contract for the construction of the project designated McClure Elementary School Safety Improvements and 16th Avenue Sidewalk Extension,City of Yakima Project Nos.2473 and 2531,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 penal sum of$ (Total Contract Amount)lawful money of the United States,the payment of which we jointly and severally bind ourselves,our heirs,executors,administrators and assigns,and successors and assigns,firmly by these presents. THE CONDITIONS OF THIS BOND 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 materialmen;the claims of any person or persons arising under the contract to the extent such claims are provided for in RCW 39.08.010; the state with respect to taxes imposed pursuant to Titles 50,51 and 82 RCW which may be due;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 indemnity 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 appearing or developing in the material or workmanship provided or performed under said contract after its acceptance thereof by the City of Yakima, Washington,and all claims filed in compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCW have been paid,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_ ,202 . (Principal) By: (Signature) (Pont Name) Approved as to forth: (Title) (City Attorney) (Surety) By: (Signature) (Pont Name) (Title) ,4CCPR EP� CERTIFICATE OF LIABILITY INSURANCE ATE(MM/DD/YYW) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Insurance Agent NAME: PHONE FAX Address (A/C,No,Ext): (NC,No): E-MAIL ADDRESS: City,State,ZIP Code PRODUCER CUSTOMER ID#: INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURER A: „VII or better admitted carrier** Contractors Name INSURER B: Contractors Address INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: (Certificate No.) REVISION NUMBER: See below THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP W LIMITS LTRINSR VD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYW) A GENERAL LIABILITY X Policy No. Date Date EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTEDPREMISES(Ea occurrence) $ 100,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X LOC $ A AUTOMOBILE LIABILITY Policy No. co Date Date COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO (Ea accident) • BODILY INJURY(Per person) $ ALL OWNED AUTOS BODILY INJURY(Per accident) $ SCHEDULED DAMAGE AUTOS $ HIRED AUTOS (Per accident) NON-OWNED AUTOS $ l?‘ A X UMBRELLA LIAB X OCCUR olicy Date Date EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2,000,000 DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION WWC RY LIMITSATU- x OTH- A AND EMPLOYERS'LIABILITY Y/N Policy No. Date DateER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A Stop Gap EL Only (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) (Project Name and Project Number)The City of Yakima,their agents,employees,volunteers,and elected and appointed officials are additional insured under general liability if required by written contract. 10 Days Notice of Cancellation due to Non-payment of Premium. 30 Days Notice for all other reasons. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Yakima THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 129 N.2nd Street Yakima,WA 98901 AUTHORIZED REPRESENTATIVE Agent Signature (This certificate replaces certificate#1995446 issued on 11/1/2010) ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD 0 COMMERCIAL GENERAL LIABILITY WNGL490715 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 modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or or- additional insureds, the following additional exclu- ganization for whom you are performing opera- sion applies: tions when you and such person or organization This insurance does not apply to: have agreed in writing in a contract or agreement 1. "Bodilyinjury", that such person or organization be added as an 1 ryn "property damage"out or"personalt9 and advertising injury' arising of the ren- additional insured on your policy. Such person or dering of, or the failure to render, any profes- organization is an additional insured only with re- sional architectural, engineering or surveying spect to liability for "bodily injury", "property dam- services, including: age" or "personal and advertising injury" caused, a. The preparing, approving, or failing to pre- in whole or in part, by: pare or approve, maps, shop drawings, 1. Your acts or omissions; or opinions, reports, surveys, field orders, 2. The acts or omissions of those acting on your change orders or drawings and specifica- behalf; tions; or in the performance of your ongoing operations for b. Supervisory, inspection, architectural or the additional insured. engineering activities. A person's or organization's status as an additional This exclusion applies even if the claims insured under this endorsement ends when your against an additional insured allege negli- operations for that additional insured are complet- gence or other wrongdoing in the supervision, ed. hiring, employment, training or monitoring of However: others by that insured, if the "occurrence" 1. The insurance afforded to such additional in- which caused the "bodily injury" or "property sured only applies to the extent permitted by damage", or the offense which caused the law; and personal and advertising injury", involved the rendering of or failure to render any profes- 2. If coverage provided to the additional insured sional services by you with respect to your is required by a contract or agreement, the in- providing engineering, architectural or survey- surance afforded to such additional insured ing services in your capacity as an engineer, will not be broader than that which you are re- architect or surveyor. quired by the contract or agreement to provide for such additional insured. WN GL 49 07 15 Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 11 2. "Bodily injury" or "property damage" occurring D. The following is added to the Other Insurance after: Condition and supersedes any provision to the a. All work, including materials, parts or contrary: equipment fumished in connection with Primary And Noncontributory Insurance such work, on the project (other than ser- This insurance is primary to and will not seek vice, maintenance or repairs) to be per- any contribution from any other insurance formed by or on behalf of the additional in- available to an additional insured under your sured(s) at the location of the covered policy provided that: operations has been completed; or b. That portion of "your work" out of which (1) The additional insured is a Named Insured the injury or damage arises has been put under such other insurance; and to its intended use by any person or or- (2) You have agreed in writing in a contract or ganization other than another contractor or agreement that this insurance would be subcontractor engaged in performing op- primary and would not seek contribution erations for a principal as a part of the from any other insurance available to the same project. additional insured. C. With respect to the insurance afforded to these additional insureds, the following is added to Sec- tion III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is: 1. The minimum amount required by the contract or agreement; or 2. The Limits of Insurance shown in the Declara- tions; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. WN GL 49 07 15 Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 12 POLICY NUMBER: LIG0016702 COMMERCIAL GENERAL LIABILITY CG 25 03 03 97 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 Projects: In consideration of the premium charged, it is hereby agreed that the General Aggregate Limit set forth in declarations shall apply separately to each of your projects apart from premises owned by or rented to you. Notwithstanding the above, under no circumstances will the total amount recoverable under the General Aggregate Limit exceed $5,000,000.00 any one policy period for all projects combined. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. For all sums which the insured becomes legally 3. Any payments made under COVERAGE A for obligated to pay as damages caused by damages or under COVERAGE C for medical "occurrences" under COVERAGE A (SECTION expenses shall reduce the Designated I), and for all medical expenses caused by Construction Project General Aggregate Limit accidents under COVERAGE C (SECTION I), for that designated construction project. Such which can be attributed only to ongoing payments shall not reduce the General operations at a single designated construction Aggregate Limit shown in the Declarations project shown in the Schedule above: nor shall they reduce any other Designated 1. A separate Designated Construction Project Construction Project General Aggregate Limit General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Fire Damage and Medical 2. The Designated Construction Project General Expense continue to apply. However, instead Aggregate Limit is the most we will pay for the of being subject to the General Aggregate sum of all damages under COVERAGE A, Limit shown in the Declarations, such limits except damages because of "bodily injury" or will be subject to the applicable Designated "property damage" included in the "products- Construction Project General Aggregate Limit. completed operations hazard", and for B. For all sums which the insured becomes legally medical expenses under COVERAGE C obligated to pay as damages caused by regardless of the number of: "occurrences" under COVERAGE A (SECTION a. Insureds; I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), b. Claims made or"suits" brought; or which cannot be attributed only to ongoing c. Persons or organizations making claims or operations at a single designated construction bringing "suits". project shown in the Schedule above: CG 25 03 03 97 Copyright, Insurance Services Office, Inc., 1996 Page 1 of 2 0 13 1. Any payments made under COVERAGE A for E. The provisions of Limits Of Insurance (SECTION damages or under COVERAGE C for medical III) not otherwise modified by this endorsement expenses shall reduce the amount available shall continue to apply as stipulated. under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project 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 injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. Page 2 of 2 Copyright, Insurance Services Office, Inc., 1996 CG 25 03 03 97 0 BID SUMMARY CENTRAL PAVING, NELSON ALLSTAR 4. McClure Elementary School Safety Improvements and ENGINEERS LLC CONSTRUCTION CORP. CONSTRUCTION GROUP ESTIMATE INC. 16th Avenue Sidewalk Extension Ellensburg,WA Walla Walla,WA Richland, WA CITY PROJECT NOS. 2473 &2531 ITEM Bid Security 5% BID BOND 5% BID BOND 5% BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT Schedule A-McClure Elementary School Safety Improvements 1 SPCC PLAN _ 1 LS $500.00 $500.00 $500.00 $500.00 _ $514.53 $514.53 $5,089.00 $5,089.00 2 MOBILIZATION 1 LS $24,000.00 $24,000.00 $30,000.00 $30,000.00 _ $29,318.75 $29,318.75 $41,973.00 $41,973.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $15,000.00 $15,000.00 $55,000.00 $55,000.00 _ $8,760.23 $8,760.23 $25,269.00 $25,269.00 4 CLEARING AND GRUBBING 1 LS $20,000.00 $20,000.00 $69,000.00 $69,000.00 $39,783.62 $39,783.62 $87,014.00 $87,014.00 5 SAWCUT _ 800 LF $2.00 $1,600.00 $2.20 $1,760.00 _ $2.65 $2,120.00 $4.93 $3,944.00 6 ROADWAY EXCAVATION INCL. HAUL _ 220 CY $30.00 $6,600.00 $85.00 $18,700.00 _ $117.50 $25,850.00 $124.91 $27,480.20 7 CRUSHED SURFACING TOP COURSE 140 TON $30.00 $4,200.00 $60.00 $8,400.00 $112.91 $15,807.40 $82.90 $11,606.00 8 HMA CL 3/8" PG 64S-28 125 TON $100.00 $12,500.00 $150.00 $18,750.00 _ $142.53 $17,816.25 $228.51 $28,563.75 9 CATCH BASIN,TYPE I 1 EACH $1,800.00 $1,800.00 $1,725.00 $1,725.00 _ $3,947.93 $3,947.93 $2,910.00 $2,910.00 10 CEMENT CONC.TRAFFIC CURB AND GUTTER _ 890 LF $40.00 $35,600.00 $27.00 $24,030.00 _ $90.33 $80,393.70 $58.54 $52,100.60 11 CEMENT CONC. PEDESTRIAN CURB 280 LF $30.00 $8,400.00 $16.00 $4,480.00 _ $72.85 $20,398.00 $53.03 $14,848.40 12 CEMENT CONC.SIDEWALK 4-INCH THICK 815 SY $50.00 $40,750.00 $55.00 $44,825.00 _ $89.74 $73,138.10 $179.22 $146,064.30 13 CEMENT CONC.SIDEWALK 6-INCH THICK _ 405 SY $60.00 $24,300.00 $67.00 $27,135.00 _ $110.49 $44,748.45 $201.79 $81,724.95 14 CEMENT CONC.THICKEND EDGE SIDEWALK 98 SY $70.00 $6,860.00 $76.00 $7,448.00 $124.13 $12,164.74 $235.59 $23,087.82 15 CEMENT CONC. RESIDENTIAL APPROACH _ 100 SY $50.00 $5,000.00 $67.00 $6,700.00 _ $115.24 $11,524.00 $286.75 $28,675.00 16 CEMENT CONC.CURB RAMP _ 10 EACH $1,800.00 $18,000.00 $935.00 $9,350.00 _ $2,457.53 $24,575.30 $2,770.50 $27,705.00 17 PERMANENT SIGNING 1 LS $2,000.00 $2,000.00 $8,300.00 $8,300.00 $3,460.37 $3,460.37 $8,372.00 $8,372.00 18 REMOVING PAVEMENT MARKINGS 140 SF $2.00 $280.00 $8.75 $1,225.00 _ $24.72 $3,460.80 $8.85 $1,239.00 19 PLASTIC CROSSWALK LINE 224 SF $2.50 $560.00 $10.50 $2,352.00 _ $22.60 $5,062.40 $8.85 $1,982.40 20 SEGMENTAL BLOCK WALL 300 SF $40.00 $12,000.00 $37.00 $11,100.00 _ $96.27 $28,881.00 $82.62 $24,786.00 21 REPAIR OR REPLACEMENT _ 1 FA $15,000.00 $15,000.00 $15,000.00 $15,000.00 _ $15,000.00 $15,000.00 $15,000.00 $15,000.00 Schedule A Total $254,950.00 $365,780.00 $466,725.57 $659,434.42 Schedule B-16th Avenue Sidewalk Extension 22 MOBILIZATION 1 LS $8,000.00 $8,000.00 $6,000.00 $6,000.00 $7,717.95 $7,717.95 $1,721.00 $1,721.00 23 PROJECT TEMPORARY TRAFFIC CONTROL _ 1 LS $8,500.00 $8,500.00 $6,000.00 $6,000.00 _ $1,795.77 $1,795.77 $3,460.00 $3,460.00 24 CLEARING AND GRUBBING _ 1 LS $7,000.00 $7,000.00 $5,000.00 $5,000.00 _ $6,688.89 $6,688.89 $2,801.00 $2,801.00 25 SAWCUT 30 LF $5.00 $150.00 $2.20 $66.00 $13.55 $406.50 $4.93 $147.90 26 ROADWAY EXCAVATION INCL. HAUL _ 35 CY $50.00 $1,750.00 $85.00 $2,975.00 _ $152.89 $5,351.15 $124.51 $4,357.85 27 CRUSHED SURFACING TOP COURSE 5 TON $80.00 $400.00 $60.00 $300.00 $552.46 $2,762.30 $82.90 $414.50 28 HMA CL 3/8" PG 64S-28 5 TON $250.00 $1,250.00 $150.00 $750.00 $670.84 $3,354.20 $732.89 $3,664.45 (CONTINUED ON PAGE 2) _ CITY ENGINEERS REPORT CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON DECEMBER 9TH, 2021. "`�" ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ''k..... -..A. ::kk McClure Elementary School Safety Improvements I RECOMMEND THE CONTRACT BE AWARDED TO: ,%� ': it. ,-, "0',� AWARD MADE BY CITY MANAGER and 16th Avenue Sidewalk Extension CENTRAL PAVING, LLC ' �' i r `, , i CITY PROJECT NOS. 2473 & 2531 111�1±r'R�>R;\I E5) �g�v a r1 /z©2 DATE: December 10, 2021 D E CITY ENGINEER 1`1,,,,„..----------_� DATE CITY MANAGER FILE: McClure and 16th Ave REDO Bid Summary pub SHEET 1 of 2 ID CENTRAL PAVING, NELSON ALLSTAR BID SUMMARY LLC CONSTRUCTION CORP. CONSTRUCTION GROUP ENGINEERS INC. McClure Elementary School Safety Improvements and ESTIMATE Ellensburg,WA Walla Walla, WA Richland, WA 16th Avenue Sidewalk Extension CITY PROJECT NOS. 2473& 2531 ITEM Bid Security 5% BID BOND 5% BID BOND 5% BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT (Schedule B-Continued from Page 1) _ 29 CEMENT CONC.TRAFFIC CURB AND GUTTER 123 LF $50.00 $6,150.00 $27.00 $3,321.00 $75.39 $9,272.97 $58.54 $7,200.42 30 CEMENT CONC. SIDEWALK 4-INCH THICK 111 SY $80.00 $8,880.00 $55.00 $6,105.00 _ $114.33 $12,690.63 $179.22 $19,893.42 31 CEMENT CONC. SIDEWALK 6 -INCH THICK 68 SY $90.00 $6,120.00 $67.00 $4,556.00 $97.77 $6,648.36 $201.79 $13,721.72 32 CEMENT CONC. RESIDENTIAL APPROACH 25 SY $90.00 $2,250.00 $67.00 $1,675.00 $146.56 $3,664.00 $286.75 $7,168.75 33 CEMENT CONC. CURB RAMP 2 EACH $1,800.00 $3,600.00 $1,200.00 $2,400.00 $2,492.23 $4,984.46 $2,770.50 $5,541.00 34 REPAIR OR REPLACEMENT 1 FA $2,500.00 $2,500.00 $2,500.00 $2,500.00 _ $2,500.00 $2,500.00 $2,500.00 $2,500.00 Schedule B Total $56,550.00 $41,648.00 $67,837.18 $72,592.01 BID TOTAL: $311,500.00 $407,428.00 $534,562.75 $732,026.43 Yi CITY OF YAKIMA ` ill t ,,%,�*.••'� �'71—r,:+�+�r McClure Elementary School Safety Improvements and 16th Avenue Sidewalk Extension 1...,0% •r I CITY PROJECT NOs. 2473 & 2531 yr{ * ..• * ��,.� '+kel.�1itrj.,,, A••E• •��` DATE. December 10, 2021 14l�,,~`,t'LZ,—~~4., FILE: McClure and 16th Ave REDO Bid Summary pub SHEET 2 of 2