Loading...
17-184.00 Daikin: CenterPlace Motor Terminal Leak Repair 17- cm CONSTRUCTION AGREEMENT Daikin Applied Americas Inc. dba Daikin Applied THIS CONSTRUCTION AGREEMENT (the "Agreement") is made by and between the City of Spokane Valley, a code City of the State of Washington ("City") and Daikin Applied Americas Inc. dba Daikin Applied,("Contractor")jointly referred to as the"Parties". IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows: 1. Work to Be Performed. Contractor shall do all work and furnish all labor, supervision, tools, materials, supplies, and equipment and other items necessary for the construction and completion of the CenterPlace Motor Terminal Leak Repair Project (the "Work") in accordance with documents described in Exhibit A/B and in accordance with this Agreement (which are by this reference incorporated herein and made part hereof and referred to as the "Contract Documents"), and shall perform any changes in the work in accordance with the Contract Documents. The terms and provisions in this Agreement shall control over any inconsistent or incompatible terms in any other Contract Document. Contractor shall, for the amount set forth in paragraph 4, below, assume and be responsible for the cost and expense of all work required for constructing and completing the Work and related activities to the City's satisfaction, provided for in the Contract Documents, within the time limits prescribed in the Contract Documents. The City Manager or designee shall administer and be the primary contact for Contractor. Upon notice from City, Contractor shall promptly commence work, complete the same in a timely manner, and cure any failure in performance under this Agreement. Unless otherwise directed by City, all work shall be performed in conformance with the Contract Documents, and all City, state, and federal standards, codes, ordinances, regulations, and laws as now existing or as may be adopted or amended. 2. Time for Performance. Due to the emergency nature of this project the Contractor shall complete the Work by December 31,2017. 3. Compensation. In consideration of Contractor performing the Work, City agrees to pay Contractor in accordance with the Contract Documents the sum of $6296.00, plus Washington State Sales Tax of $554.05 (if applicable), for a total of $6,850.05, based on the bid submitted by Contractor (Exhibit A/B), and as may be adjusted in accordance with the Contract Documents. 4.Payment. Contractor may elect to be paid in monthly installments, upon presentation of an application for payment in a form satisfactory to City. Applications for payment shall be sent to the City Finance Department at the address stated in paragraph 6. Pursuant to chapter 60.28 RCW, five percent of the compensation due Contractor shall be retained by City. City reserves the right to withhold payment under this Agreement for that portion of the work (if any)which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Contract Documents, City standards, City Code,state standards, or federal standards. 5.Notice. Notice other than applications for payment shall be given in writing as follows: Construction Agreement Page 1 of 7 TO THE CITY: TO THE CONTRACTOR: Name: Christine Bainbridge,City Clerk Name: Seattle-Daikin Applied Phone:(509)720-5000 Phone: (888) 520-0557 Address: 10210 East Sprague Avenue Address: 25420 74th Avenue South Spokane Valley, WA 99206 Kent,WA 98032 6.Applicable Laws and Standards. The Parties, in the performance of this Agreement, agree to comply with all applicable federal,state, and local laws,codes,and regulations. 7. Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A. By executing this Agreement, the Consultant certifies to the best of its knowledge and belief, that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph(A)(2)of this certification;and 4. Have not within a three-year period preceding this application/proposal had one or more public transactions(federal,state, or local)terminated for cause or default. B. Where the prospective primary participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this Agreement. 8.Prevailing Wages on Public Works. Contractor,any subcontractor,or other person doing work under this Agreement, shall comply with the requirements of chapter 39.12 RCW, and shall pay each employee an amount not less than the Prevailing Rate of Wage, as specified by the Industrial Statistician of the Washington State Department of Labor and Industries ("L&I"). If employing labor in a class not shown, Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. Contractor shall provide a copy of any such determinations to City. Before commencing, during, and upon completion of the work, Contractor shall file all forms and pay all fees required by L&I and shall indemnify and hold City harmless from any claims related to its failure to comply with chapter 39.12 RCW. The following information is provided pursuant to RCW 39.12.030: Construction Agreement Page 2 of 7 A. State of Washington prevailing wage rates applicable to this public works project, published by L&I,are located at the L&I website address: https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx B.This Project is located in Spokane County. C. The effective prevailing wage date is the same date as the bid due date as referenced in the original request for bids and as may be revised by addenda. A copy of the applicable prevailing wage rates is also available for viewing at the City Public Works Department located at 10210 East Sprague Avenue, Spokane Valley, WA 99206. Upon request, City will mail a hard copy of the applicable prevailing wages for this project. 9. Relationship of the Parties. It is understood and agreed that Contractor shall be an independent contractor and not the agent or employee of City,that City is interested only in the results to be achieved, and that the right to control the particular manner,method,and means in which the services are performed is solely within the discretion of Contractor. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 10. Ownership of Documents. All drawings,plans, specifications, and other related documents prepared by Contractor under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to chapter 42.56 RCW,or other applicable public record laws. 11. Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit, examine, make excerpts or transcripts from such records,and to make audits of all contracts, invoices,materials,payrolls, and record of matters covered by this Agreement for a period of three years from the date final payment is made hereunder. . . Unless provided otherwise in the Contract Documents, Contractor warrants t . and materials pe . -• • installed under this Agreement are free from def- .. • e or a period of one year following final accep . - _ . unless a supplier • •• . . . urer has a warranty for a greater period, which warranty shall be assigned or -•■ • ity. In the event a defect or failure occurs in work or materials, Contractor • in the warranty perio•, - -• the same at no cost or expense to City. This .• - . •vision shall not be construed to establish a peno• • • • 'on with respect to - . or s other obligations under this Agreement. 13. Contractor to Be Licensed and Bonded. Contractor shall be duly licensed, registered, and bonded by the State of Washington at all times this Agreement is in effect. 14. Contractor to Provide Performance and Payment Bonds. Contractor shall provide a payment bond and a performance bond in the full amount of the Agreement on the City's bond forms. Alternatively, Contractor may elect to have the City retain 10% of the Agreement amount in lieu of providing the City with a payment bond and a performance bond,pursuant to RCW 39.08.010(3). 15. Insurance. Contractor shall procure and maintain for the duration of the Agreement insurance Construction Agreement Page 3 of 7 against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by Contractor, its agents,representatives,or employees. A.Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile liability insurance covering all owned, non-owned, hired, and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary,the policy shall be endorsed to provide contractual liability coverage. 2. Commercial general liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury, advertising injury, and liability assumed under an insured contract. The commercial general liability insurance shall be endorsed to provide a per project aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no endorsement or modification of the commercial general liability insurance for liability arising from explosion, collapse, or underground property damage. City shall be named as an additional insured under Contractor's commercial general liability insurance policy with respect to the work performed for City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' compensation coverage as required by the industrial insurance laws of the State of Washington. B.Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: 1. Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of no less than$1,000,000 per accident. 2. Commercial general liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate, and no less than a$2,000,000 products-completed operations aggregate limit. C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for automobile liability and commercial general liability insurance: 1. Contractor's insurance coverage shall be primary insurance with respect to City. Any insurance, self-insurance, or insurance pool coverage maintained by City shall be excess of Contractor's insurance and shall not contribute with it. 2. Contractor shall fax or send electronically in .pdf format a copy of insurer's cancellation notice within two business days of receipt by Contractor. 3. If Contractor maintains higher insurance limits than the minimums shown above, City shall be insured for the full available limits of commercial general and excess or umbrella liability maintained by Contractor, irrespective of whether such limits maintained by Contractor are greater than those required by this Agreement or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained Construction Agreement Page 4 of 7 by Contractor. 4.Failure on the part of Contractor to maintain the insurance as required shall constitute a material breach of this Agreement, upon which the City may, after giving at least five business days' notice to Contractor to correct the breach, immediately terminate the Agreement, or at its sole discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to City on demand, or at the sole discretion of the City, offset against funds due Contractor from the City. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. "E. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement, Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the signed Agreement, which shall be Exhibit C. The certificate shall specify all of the parties who are additional insureds, and shall include applicable policy endorsements, and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested, complete copies of insurance policies shall be provided to City. Contractor shall be financially responsible for all pertinent deductibles,self-insured retentions,and/or self-insurance. F. Subcontractor Insurance. Contractor shall cause each and every subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except Contractor shall have sole responsibility for determining the limits of coverage to be required to be obtained by subcontractors. Contractor shall ensure that the City is an additional insured on each and every subcontractor's commercial general liability insurance policy using an endorsement at least as broad as ISO additional insured endorsement CG 20 38 04 13. 16. Indemnification and Hold Harmless. Contractor shall, at its sole expense, defend, indemnify, and hold harmless City and its officers, agents, and employees, from any and all claims, actions, suits, liability, loss, costs, attorney's fees and costs of litigation, expenses, injuries, and damages of any nature whatsoever relating to or arising out of the wrongful or negligent acts, errors, or omissions in the services provided by Contractor, Contractor's agents, subcontractors, subconsultants, and employees to the fullest extent permitted by law,subject only to the limitations provided below. Contractor's duty to defend, indemnify, and hold City harmless shall not apply to liability for damages arising out of such services caused by or resulting from the sole negligence of City or City's agents or employees. Contractor's duty to defend, indemnify,and hold City harmless against liability for damages arising out of such services caused by the concurrent negligence of(a) City or City's agents or employees, and (b) Contractor, Contractor's agents, subcontractors, subconsultants, and employees shall apply only to the extent of the negligence of Contractor, Contractor's agents, subcontractors, subconsultants, and employees. Contractor's duty to defend, indemnify, and hold City harmless shall include, as to all claims, demands, losses, and liability to which it applies, City's personnel-related costs, reasonable attorneys' fees, and the reasonable value of any services rendered by the office of the City Attorney, outside consultant costs, court costs, fees for collection,and all other claim-related expenses. Construction Agreement Page 5 of 7 Contractor specifically and expressly waives any immunity that may be granted it under the Washington State Industrial Insurance Act, Title 51 RCW. These indemnification obligations shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable to or for any third party under workers' compensation acts, disability benefit acts, or other employee benefits acts. Provided,that Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against Contractor by City, and does not include, or extend to, any claims by Contractor's employees directly against Contractor. Contractor hereby certifies that this indemnification provision was mutually negotiated. 17. Waiver. No officer, employee, agent, or other individual acting on behalf of either party has the power, right, or authority to waive any of the conditions or provisions of this Agreement. No waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law shall be taken and construed as cumulative and in addition to every other remedy provided herein or by law. Failure of either party to enforce at any time any of the provisions of this Agreement or to require at any time performance by the other party of any provision hereof shall in no way be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 18. Assignment and Delegation. Neither party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without first obtaining the written consent of the other party. 19. Confidentiality. Contractor may, from time-to-time, receive information which is deemed by City to be confidential. Contractor shall not disclose such information without the prior express written consent of City or upon order of a Court of competent jurisdiction. 20. Disputes. All disputes arising under or related to this Agreement that cannot be resolved through informal discussion and negotiations shall be resolved by litigation filed in the Superior Court of the State of Washington for Spokane County,unless otherwise required by applicable federal or state law. 21. Subcontractor Responsibility. As required by RCW 39.06.020, Contractor shall verify responsibility criteria for each first tier subcontractor and its subcontractors of any tier that hires other subcontractors shall verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW 39.04.350(1) and possesses an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license if required by chapter 70.87 RCW. This verification requirement shall be included in every subcontract of every tier. 22. Jurisdiction and Venue. This Agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. 23. Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties and supercedes any prior oral or written agreements. This Agreement may not be changed, modified, or altered except in writing signed by the Parties. 24. Anti-kickback. No officer or employee of City, having the power or duty to perform an official act or action related to this Agreement, shall have or acquire any interest in this Agreement, or have solicited, accepted, or granted a present or future gift, favor, service, or other thing of value from any person with Construction Agreement Page 6 of 7 an interest in this Agreement. 25. Business Registration. Prior to commencement of Work under this Agreement, Contractor shall register with the City as a business if it has not already done so. 26. Severability. If any section, sentence, clause, or phrase of this Agreement should be held to be invalid for any reason by a court of competent jurisdiction, such invalidity shall not affect the validity of any other section, sentence,clause,or phrase of this Agreement. 27. Exhibits. Exhibits attached and incorporated into this Agreement are: A. Scope of Work B. Cost Statement C. Insurance Endorsements le(/4- The Parties have executed this Agreement this day of December, 2017. CITY OF SPOKANE VALLEY: Contractor: 12/19/2017 fe ark Calhoun,City Manager By: .-PC#11 Its: Authorized Representative ATTEST: C441-% _13-0( 41/1______ istine Bainbridge, City Clerk APPROVED AS TO FORM: / / ..1 /.I4 Of ice of City Att. Construction Agreement Page 7 of 7 EXHIBIT A/B Scope of Services Daikin Applied is pleased to offer the following Service&Repair proposal for your consideration.Thank you for selecting Daikin Applied service to care for your building system. Our factory-trained service personnel have the knowledge and experience to deliver the best support available. Daikin Applied will perform all services using factory-trained technicians who specialize in HVAC, refrigeration and electronic system maintenance and repair services. Scope of Work During a recent site visit,SPH Controls determined that the Spokane Valley Events Center's ALS200C chiller was experiencing leaks at the motor terminals. Discussion with Daikin Applied Factory representatives determined that replacement of the motor terminals requires removal of the motor end plate, liquid refrigerant line, and economizer assembly to access the motor terminal bolts from within the motor housing. Removal of the economizer is performed with a McQuay economizer tool to hold the assembly in place while unbolting. It is recommended that the motor terminals and o-rings be replaced as condition is unknown,but we will reuse the existing motor terminals if they are in acceptable condition. All o-rings and gaskets disturbed during disassembly must be replaced. Daikin Applied will provide all labor, materials and supervision to perform the following scope of work: • Mobilize to job site • Perform LO/TO on electrical service to chiller • Procure all o-rings,gaskets,and recommended soft parts for replacement • Disconnect and remove liquid refrigerant line at motor end cover • Unbolt and remove motor end cover • Utilize McQuay economizer tool to unbolt and remove economizer assembly • Disconnect motor terminal leads • Access back side of motor terminals from within motor housing, unbolt motor terminals and remove from backing plate • Inspect motor terminals—if existing motor terminals are not in acceptable condition for reuse, Technician will have replacements onsite to use. Replacement terminal cost is not included in base scope • Replace motor terminal o-rings(customer provided and already onsite),torque to specifications • Install new economizer o-ring and set economizer in place,torque to specifications • Install new motor end cover o-rings • Bolt motor end cover in place,torque to specifications • Reconnect existing liquid line to motor end cover with new o-ring • Pressurize compressor with nitrogen, leak check motor terminals and motor end cover Clarifications and Exclusions: • Motor terminal parts cost is not included in this quote. If motor terminals need to be replaced, they will be charged to the final invoice at$377 each • All work is to be performed during normal working hours • Any additional repairs, leaks,or recommended changes are not included and will be quoted separately • Diagnosis of leaks and chiller condition were provided by customer, Daikin Applied has not performed troubleshooting on this chiller ©2017 Daikin Applied Page I 1 Service&Repair Proposal Proposal#:0-00010208.3 Shelby Fowler • Additional refrigerant is not included • This proposal assumes that the refrigerant has been recovered and the compressor has been isolated prior to Daikin Applied arrival so that work can commence once onsite • It is recommended that new motor terminals are recommended. Should it be determined that the existing are acceptable for reuse or new motor terminals are not needed,the cost will be removed from the invoice • The following tasks required for startup are assumed to be completed by others: o Evacuate opened portion of the system o Reconnect motor terminal leads o Charge with recovered refrigerant(additional refrigerant not included) o Remove LO/TO to restore power to chiller o Run chiller to verify proper operation (assumes load can be attained or chiller can be commanded to start) Pricing and Acceptance Feel free to contact me if you have any questions or concerns regarding the information contained in this service and repair proposal. If you would like us to proceed with the solution presented above,sign the acceptance line below(including PO#if applicable)and return a copy so that we can begin to mobilize our efforts to complete services as quickly as possible.We appreciate the opportunity to provide you with this solution and look forward to working with you on this and servicing your needs in the future. Investment Amount and Billing Terms: Total investment required to implement the proposed solution: $6,296—Six Thousand,two hundred, Ninety Six dollars and no cents *Price does not include applicable sales tax Warranty Daikin Applied extends the manufacturer's warranties on all parts and materials and warrants labor to meet industry standards for a period of thirty (30) days from the date performed, even if a longer duration is expressly stated elsewhere in this Agreement. Daikin Applied expressly limits its warranty on Customer's Equipment to cover only that portion of Equipment which had specific Services done by Daikin Applied. These warranties do not extend to any Equipment or service which has been repaired by others, abused, altered, or misused, or which has not been properly maintained. THESE WARRANTIES ARE IN LIEU OF ALL OTHER WARRANTIES, EXPRESSED OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, THOSE OF MERCHANTABILITY AND FITNESS FOR SPECIFIC PURPOSE, WHICH ARE HEREBY SPECIFICALLY DISCLAIMED. This proposal will be honored by Daikin Applied for 30 days from the date on the front of the proposal. After 30 days, Daikin Applied reserves the right to evaluate cost changes (both increases and decreases) from the proposal. Brian Moat Site Address: City of Spokane Valley 2426 North Discovery Place CenterPlace Spokane Valley,Washington United States,99216 ©2017 Daikin Applied Page 12 Service& Repair Proposal Proposal#:Q-00010208.3 Shelby Fowler / ® DATE(MM/DD/YYYY) A�ORD CERTIFICATE OF LIABILITY INSURANCE 12/20/2017 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 have ADDITIONAL INSURED provisions or 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 MARSH USA Inc. PHON` 400 West Market Street,Suite 700 lac No.Ext): FAX No): Louisville,KY 40202 E-MAIL Attn:Louisville.certrequest@marsh.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# 751064-DAA-GAWU-17-18 2851 MINCK Cust NO INSURER A:Mitsui Sumitomo Insurance USA Inc 22551 INSURED INSURER B:Sentry Insurance A Mutual Co 24988 Daikin Applied Americas Inc. dba Daikin Applied INSURER c:Sentry Casualty Company 28460 13600 Industrial Park Boulevard INSURER D: Minneapolis,MN 55441 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: CLE-006241517-01 REVISION NUMBER: 2 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. INSRY EXP LTYPE OF INSURANCE AINSD DDL SWVD POLICY NUMBER (UBR MM/DD/YYYY) (CY EFF MMIDD//YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GL 2122557 04/01/2017 04/01/2018 EACH OCCURRENCE $ 1,000,000 DAMAGE TO CLAIMS-MADE X OCCUR PREMISES(EaENTED occurrence) $ 1,000,000 MED EXP(Any one person) $ 10,000 X SIR:$400,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X Te X LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: A AUTOMOBILE LIABILITY BVR8406442(AOS) 04/01/2017 04/01/2018 COMBINED SINGLE LIMIT $ 2,000,000 (Ea accident) _ X ANY AUTO BODILY INJURY(Per person) $ A X OWNED SCHEDULED BVM8803074(MA) 04/01/2017 04/01/2018 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED x NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) SIR $ 350,000 UMBRELLALIAB _ OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ C WORKERS COMPENSATION 90-20216-02(Daikin Ded.) 04/01/2017 04/01/2018 X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER B Y/N 90-20216-03—(Daikin Retro) 04/01/2017 04/01/2018 1,000,000 ANYPROPRIETOR/PARTNER/EXECUTIVE N N/A E.L.EACH ACCIDENT $ OFFICER/MEMBEREXCLUDED? Deductible:$500,000 1,000,000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS!VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) City of Spokane Valley is/are included as additional insured where required by written contract and allowed by law with respect to General Liability. CERTIFICATE HOLDER CANCELLATION City of Spokane Valley SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 10210 East Sprague Avenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Spokane Valley,WA 99206 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. I John C Logan .21,-.....L-- - mQ�..._ ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 1 MSIG THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Paragraph 1.Who Is An Insured of A.Coverage of Section II--Liability Coverage in the BUSINESS AUTO COVERAGE FORM is amended to add the following provision: d. Any person or organization with whom you agreed,in a written contract,agreement or permit,to provide insurance such as afforded under this Coverage Part, but only with respect to your ownership, maintenance or use of a covered"auto." This provision applies only if the written contract or agreement has been executed or permit issued prior to the"bodily injury"or"property damage? All other terms and conditions remain unchanged. MS 1440 0611 Page 1 of 1 ® 2011 Mitsui Sumitomo Insurance Croup,all rights reserved (Includes copyright material of American Association of Insurance Services Inc,with hs permission) POLICY NUMBER:GL2122557 COMMERCIAL GENERAL LiABIUTY CG 20100415 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organizations) Location(s)Of Covered Operations AS'REQUiRED BY CONTRACT Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional • insureds, the fallowing additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily Injury", "property This insurance does not apply to"bodily injury" or damage" or "personal and advertising Injury" "property damage"occurring after. caused, in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions;or equipment furnished In connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs)to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization Insured only applies to the extent permitted by other than another contractor or subcontractor law;and engaged in performing operations for a 2. If coverage provided to the additional Insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to • provide for such additional insured. CG 20 10 0413 ®Insurance Services Office, inc.,2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional Insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. tf coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement;.or Page 2 of 2 0 insurance Services Office, Inc.,2012 CG 2010 0413 POLICY NUMBER:GL2122557 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations AS REQUIRED BY CONTRACT Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section li — Who Is An Insured is amended to B. With respect to the insurance afforded to these Include as an additional Insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of insurance: with respect to liability for "bodily injury" or If coverage provided to the additional Insured Is "property damage"caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and 1. Required bythe contract or regiment; or included in the "products-completed operations q 9 hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law;and Limits of insurance shown in the Declarations. 2. If coverage provided to the additional Insured Is required by a contract or agreement, the insurance afforded to such additional Insured will not be broader than that which you are required by the «attract or agreement to provide for such additional insured. CG 20 37 0413 ©Insurance Services Office, Inc.,2012 Page 1 of 1 ,Search L&I ► IJQ 0 Washington State Department of Labor & industries DAIKIN APPLIED Owner or tradesperson 13600 INDUSTRIAL PARK BLVD MINNEAPOLIS,MN 55441 Principals 253-584-0190 TAKAGI,KATSUHIKO,PRESIDENT SCHWARTZ,MICHAEL GERARD,VICE PRESIDENT MATEIKIS,WILLIAM JAMES,VICE PRESIDENT PEDERSON,RONALD J,TREASURER Doing business as DAIKIN APPLIED WA UBI No. Business type 601 378 274 Corporation Parent company DAIKIN APPLIED AMERICAS INC License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties HeatingNent/Air-Conditioning and Refrig (HVACIR) License no. DAIKIA*861 P2 Effective—expiration 11/05/2014—11/05/2018 Bond Westchester Fire Insurance Company $6,000.00 Bond account no. K06992456 Received by L&1 Effective date 10/16/2014 10/16/2014 Expiration date Until Canceled Insurance Mitsui Sumitomo Insurance USA $1,000,000.00 Policy no. GL2122557 Received by L&I Effective date 04/04/2017 04/01/2016 Expiration date 04/01/2018 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L.&1 tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 509,731-00 Doing business as DAIKIN APPLIED AMERICAS INC Estimated workers reported Quarter 3 of Year 2017"4 to 6 Workers" L&I account contact T4/STEPHEN TASSONI(360)902-4819-Email:TASS235@Ini.wa.gov Public Works Strikes and Debarments Verify the contractor is eligible to perform work on public works projects. Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace safety and health No inspections during the previous 6 year period. J(e ii ;tt,. �:.,'e Dept of Lot'of h irdo3tn.s k)se o`tY is s su:•jec!'to the:(&wfi cr,nt,,t.afe rr.Vas'nr.ptnn