Loading...
14-145.00 Bowen Bros Construction: Edgecliff Park Restroom Sanitary Sewer CONSTRUCTION AGREEMENT Bowen Bros. Construction THIS CONSTRUCTIONAGREEMENT (the "Agreement") is made by and between the City of Spokane Valley, a code City of the State of Washington ("City") and Bowen Bros. Construction, ("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 Edgecliff Park Restroom Sanitary Sewer Project(the"Work")in accordance with documents described in Exhibit 1 and in accordance with this Agreement(which are by this reference incorporated herein and made part hereof(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 provided for in the Contract Documents to City's satisfaction,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 maybe adopted or amended. 2. Time for Performance. Contractor shall commence the Work upon execution of this Agreement and shall complete the Work by October 15,2014,or it may be extended in accordance with this Agreement and the Contract Documents. 3. Liquidated Damages. TIME IS OF THE ESSENCE FOR THIS CONTRACT. Delays cause inconvenience to the residents of City and cost taxpayers undue sums of money, adding time needed for administration,engineering,inspection and supervision. It is impractical for City to calculate the actual cost of delays. Accordingly, Contractor agrees to pay liquidated damages for failure to achieve Substantial Completion(as defined in the Contract Documents)which shall be in the amount of$100.00 per day.These liquidated damages are not a penalty, but are fixed and agreed upon by and between Contractor and City because of the impracticability and difficulty of fixing and ascertaining the actual damages that City would sustain in the event that the Work is not completed in accordance with the Contract Documents. Liquidated damages may be retained by City and deducted from payments otherwise due to the Contractor. 4. Compensation. In consideration of Contractor performing the Work, City agrees to pay Contractor in accordance with the Contract Documents the sum of$6,368.50,plus Washington State Sales Tax of$554.06, for a total of$6,922.56,based on the bid submitted by Contractor,and as may be adjusted in accordance with the Contract Documents. 5.Payment. Contractor may elect to be paid in monthly installments,upon presentation of an application for Construction Agreement Page 1 of 6 payment in a form satisfactory to City. Applications for payment shall be sent to the City Finance Department at the below stated address. 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 which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Contract Documents,City standards, City Code,and federal or state standards. 6.Notice. Notice other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name:Christine Bainbridge,City Clerk Name: Bowen Bros.Construction Phone: (509)921-1000 Phone: (509)276-5399 Address: 11707 East Sprague Ave, Suite 106 Address: P.O.Box 409 Spokane Valley,WA 99206 Chattaroy,WA 99003 7.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. 8. 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 or 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 statues 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. 9.Prevailing Wages on Public Works. Contractor,any subcontractor,or other person doing work under this Agreement, shall comply with the requirements of RCW 39.12,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. Construction Agreement Page 2 of 6 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 RCW 39.12. The following information is provided pursuant to RCW 39.12.030: 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: haps://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 offices of City located at 11707 East Sprague,Suite 106,Spokane Valley,WA 99206. Upon request,City will mail a hard copy of the applicable prevailing wages for this project. 10.Relationship of the Parties. It is understood,agreed and declared that Contractor shall be an independent coyttractor,and not the agent or employee of City,that City is interested in only 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. 11.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 RCW 42.56 or other applicable public record laws. 12.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 and make excerpts or transcripts from such records and to make audits of all contracts,invoices,materials,payrolls and record of matters covered by this contract for a period of three years from the date final payment is made hereunder. 13.Warranty. Unless provided otherwise in the Contract Documents,Contractor warrants that all Work and materials performed or installed under this Agreement are free from defect or failure for a period of one year following final acceptance by City,unless a supplier or manufacturer has a warranty for a greater period,which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in work or materials, Contractor shall, within the warranty period, remedy the same at no cost or expense to City. This warranty provision shall not be construed to establish a period of limitation with respect to Contractor's other obligations under this Agreement. 14.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. 15. Insurance. Contractor shall procure and maintain for the duration of the Agreement, insurance against Construction Agreement Page 3 of 6 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 and advertising injury,and liability assumed under an insured contract. The commercial general liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. 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 insured under Contractor's commercial general liability insurance policy with respect to the work performed for City using ISO Additional Insured endorsement CG 2010 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$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 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,professional 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. 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 Construction Agreement Page 4 of 6 signed Agreement. The certificate shall specify all of the parties who are additional insureds,and will 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 fmancially responsible for all pertinent deductibles,self-insured retentions,and/or self-insurance. 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 harmless City 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 harmless City 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. 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. Construction Agreement Page 5 of 6 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 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 must 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 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. 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: 1. Scope of Work 2. Insurance Endorsements �� The Parties have executed this Agreement this d 5 day of August,2014. CITY OF SPOKANE VALLEY: Co vi tract' : Ili1 1Ni ,� 0 er.—.....______-------- Mike Jack,`,City Manager Owner a 6 r G,1 ci rh Be We 4\ — K t--41 ^ ATTES APPROVED AS TO FORM: ilir t_.c......V hristine :ainbridge,City Clerk i Office of the City Attorney Construction Agreement Page 6 of 6 Scrry of 0 ne Parks and Recreation Department Valley® 2426 N. Discovery Place ♦ Spokane Valley, WA 99216 509.688.0300 ♦ Fax: 509.688.0188 ♦ parksandrec®spokanevalley.org July 17, 2014 Bid Invitation For City of Spokane Valley Parks and Recreation Department • Project Title: Edgecliff Park Restroom Sanitary Sewer Project • Project Description: 1. This project involves the abandonment of the existing septic tank in Edgecliff Park and the connection of the existing restrooms to the existing 6" stub in 7th Avenue, in accordance with the drawings and notes as prepared by Taylor Engineering, Inc. 2. The contractor shall furnish all labor, materials and equipment necessary as required for the Drainfield Elimination at Edgecliff Park, in accordance with the Drawings and Specifications prepared by Taylor Engineering, Inc. The lump sum bid will include all expenses, labor and equipment for all 6" PVC piping, 6" ben, field verification of septic tank and existing side sewer stub and 6" sewer to existing septic tank, all required sewer permits, Spokane County Utilities on-site inspection fees, the pumping and filling of existing septic tank, including removal of MH frame and grate, one call and private utility locates, traffic control (if required), temporary fencing, cleanouts, sod removal and replacement, trenching, backfill, trench safety, repair of irrigation lines/heads or other unidentified utilities, surveying, as-built information, insurance and bonding required by the City of Spokane Valley and other miscellaneous items required to complete the project as shown on the drawings and in the specifications/notes • Project Location: Edgecliff Park is located at 800 South Park Road, Spokane Valley, Washington 99212. • Bidder Requirements: 3. This is a prevailing wage public works project. 4. Successful contractor will need to have a current City of Spokane Valley business license as well as being licensed and bonded. 1 5. Contractor will need to coordinate access to the Park through the Parks and Recreation Director. 6. The insurance requirements will include naming the City of Spokane Valley as an additional insured and having the following minimum amounts of insurance: a. Automobile Liability - $1,000,000 per accident. b. Commercial General Liability - $1,000,000 per occurrence and $2,000,000 general aggregate and $2,000,000 products-completed aggregate limit. 7. Upon City request, the apparent low bidder shall provide evidence of sufficient facilities, equipment, experience and financial ability to ensure completion of the work. Bidders must be qualified by experience and financing to do the work called for in the plans and specifications. The Owner reserves the right to take whatever action it deems necessary and reasonable, to ascertain the ability of the bidder to perform the work satisfactorily. 8. Contractor to submit documentation that they have completed at least three similar projects. 9. Project shall be completed by August 29, 2014. • Project Guidelines: 1. Contractor will notify the Director of Parks and Recreation Department of their planned work schedule in writing prior to beginning the project. 2. Contractor will notify the Director of Parks and Recreation Department of any work that will involve the disruption of park use. Edgecliff Park will need to remain open to the public at all times during the completion of this project. Portable toilets will be provided by the City during the time the restrooms are offline. 3. City of Spokane Valley reserves the right to stop work by contractors for any reason deemed to be necessary. 4. Contractor will keep the jobsite clean and free of safety hazards during the entire project. 5. If for any reason work must be stopped by contractor, the Director of Parks and Recreation must be notified. 6. Contractor is responsible for any and all permits that are required for this project. 7. Contractor will furnish all labor, equipment, and materials required to complete this project. 8. All work will adhere to the plans that were submitted for permit. 9. All applicable permits will be posted on jobsite. 10.All work must be approved by the City of Spokane Valley Parks and Recreation Department prior to completion of project. 11. Contractor will be responsible for any damage done to City property or its contents. 2 • Bid Due Date: Written bids need to be delivered to the Spokane Valley Parks and Recreation Department no later than 12:00 pm Wednesday, July 30, 2014. They can be hand delivered, mailed, or emailed as long as they arrive before the time deadline. All bids must be sealed and plainly marked with the following: Bid for the Edgecliff Park— 6" Sanitary Sewer Restroom Connection. The Parks and Recreation Department is located within CenterPlace at 2426 N. Discovery Place, Spokane Valley, Washington 99216. • Project Contact/Additional Information Mike Stone, Director of Parks and Recreation Phone: (509) 720-5400 Fax: (509) 688-0188 Email: mstoneaspokanevalley.orq 3 ,,,,.,-..siN BOWEBRO-01 VRICHARDSON ACORODATE(MM/DDIYYYY) ` `,,9 CERTIFICATE OF LIABILITY INSURANCE 8/6/2014 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 NAME: Moloney,O'Neill,Corkery&Jones Inc PHONE ),(509)325-3024 {n c,No):(509)325-1803 818 w Riverside#800 R EC E I VEt� Spokane,WA 99201 ADDRESS: j 1 INSURER(S)AFFORDING COVERAGE NAIC# I AUG l r C ?Ili' I , INSURER A:Ohio Security Insurance Co INSURED INSURER B:West American Insurance Co PARKS&RECREATION DEPT INSURERC: Bowen Bros Construction PO Box 409 INSURER D: Chattaroy,WA 99003 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 POUCY EFF POLICY EXP LIMITS LTR NMWVD POUCY NUMBER (MMIDDIYYYY) (MMIDDIYYY`n A X COMMERCIAL GENERAL LIABIUTY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR BKS53230774 09/22/2013 09/22/2014 DAMAGE TO RENTED PREMISES(Ea occurrence) $ 1,000,000 X $500 ded MED EXP(Any one person) $ 15,000 PERSONAL&ADV INJURY $ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JECOT- LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) B X ANY AUTO BAW53230774 09/22/2013 09/22/2014 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X PROPERTY DAMAGE $ — NON-OWNED (Per accident)AUTOS $ UMBRELLA UAB OCCUR EACH OCCURRENCE _ $ - - EXCESS UAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER A ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N N/A BKS53230774 09/22/2013 09/22/2014 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? (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 I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:Edgecliff Park Restroom Sanitary Sewer project City of the Spokane Valley is Additional Insured for general liability per insuring forms CG8810[10/09]and CG2037[7/04]. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof the Spokane ValleyTHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P ACCORDANCE WITH THE POLICY PROVISIONS. 11707 E Sprague,Ste 106 Spokane Valley,WA 99206 AUTHORIZED REPRESENTATIVE '744//71(6.4 — I ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD • BOWEN BROS CONSTRUCTION Page 1 of 2 Washington State Department of Labor & Industries BOWEN BROS CONSTRUCTION Owner or tradesperson PO BOX 409 BOWEN,ABRAHAM CHATTAROY,WA 99003 509-276-5399 Principals SPOKANE County BOWEN,ABRAHAM, PARTNER BOWEN, HAL HARMON, PARTNER Doing business as BOWEN BROS CONSTRUCTION WA UBI No. Business type 600 267 945 Partnership License Verify the contractor's active registration/license/certification (depending on trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. BOWENBCO27DU Effective—expiration 03/31/1998—09/20/2015 Bond TRAVELERS CAS&SURETY CO $12,000.00 Bond account no. 103447561 Received by L&I Effective date 08/30/2001 09/22/2001 Expiration date Until Canceled Insurance Ohio Security Ins Co $1,000,000.00 Policy no. BKS1453230774 Received by L&I Effective date 09/11/2013 09/22/2013 Expiration date 09/22/2014 https://secure.lni.wa.gov/verify/Detail.aspx?UBI=600267945&LIC=BOWENBCO27DU&SAW=False 8/6/2014 BOW-EN BROS CONSTRUCTION Page 1 of 2 Washington State Department of Labor & industries BOWEN BROS CONSTRUCTION Owner or tradesperson PO BOX 409 BOWEN,ABRAHAM CHATTAROY,WA 99003 509-276-5399 Principals SPOKANE County BOWEN,ABRAHAM, PARTNER BOWEN, HAL HARMON, PARTNER Doing business as BOWEN BROS CONSTRUCTION WA UBI No. Business type 600 267 945 Partnership License Verify the contractor's active registration/license/certification (depending on trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. BOWENBCO27DU Effective—expiration 03/31/1998—09/20/2015 Bond TRAVELERS CAS&SURETY CO $12,000.00 Bond account no. 103447561 Received by L&I Effective date 08/30/2001 09/22/2001 Expiration date Until Canceled Insurance Ohio Security Ins Co $1,000,000.00 Policy no. 1 BKS1453230774 Received by L&I Effective date 09/11/2013 09/22/2013 Expiration date 09/22/2014 htts://secure.lni.wa.gov/verify/Detail.aspx?UBI=600267945&LIC=BOWENBCO27DU&SAW=False 8/6/2014 p j