Loading...
16-052.00 AM Landshaper: Valley Mission Dog Park Ph 2 CONSTRUCTION AGREEMENT AM Landshaper,Inc. 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 AM Landshaper,Inc., ("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 Valley Mission Dog Park Phase 2 Project (the "Work") in accordance with documents described in Exhibit A 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 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 may be adopted or amended. 2. Time for Performance. Contractor shall commence the Work within 10 days of receipt of a notice to proceed and shall complete the Work within the times specified in the Contract Documents, as may be extended in accordance with this Agreement and the Contract Documents. 3. Liquidated Damages. Time is of the essence for this Agreement. 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$500.00per 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 $60,684.00, plus Washington State Sales Tax of $5,279.51 (if applicable),for a total of$65,963.51,based on the bid submitted by Contractor(Exhibit B),and as may be adjusted in accordance with the Contract Documents. Construction Agreement Page 1 of 7 5.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. 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: A.M. Landshaper,Inc. Phone: (509)921-1000 Phone: (509)468-4335 Address: 11707 East Sprague Ave., Suite 106 Address: 8004 N. Market Spokane Valley, WA 99206 Spokane, WA 99218 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 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. 9.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. Construction Agreement Page 2 of 7 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: 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/ln i/wagelookup/pryWagelookup.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 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 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. 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 chapter 42.56 RCW, 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,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. 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. Construction Agreement Page 3 of 7 15.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 50%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). 16. Insurance. Contractor shall procure and maintain for the duration of the Agreement insurance 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. Construction Agreement Page 4 of 7 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 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. 17.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 Construction Agreement Page 5 of 7 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. 18. 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 19. 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. 20. 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. 21.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. 22. 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. 23.Jurisdiction and Venue. This Agreement is entered into in Spokane County,Washington. Venue shall be in Spokane County, State of Washington. 24. 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. 25. 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. Construction Agreement Page 6 of 7 26.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. 27.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. 28. Exhibits. Exhibits attached and incorporated into this Agreement are: A. Scope of Work and Cost Statement B. Insurance Endorsements The Parties have executed this Agreement this 18th day of April,2016. 1 CITY OF SPOKANE VALLEY: Contractor: AM Landshaper, Inc. / ',21/ (, Aorp.,(6-- Mark Calhoun,Deputy City Manager By: fye C. McGee, Sec/Treasurer Its: Authorized Representative ATTEST: 7 ristine Bainbridge, City Clerk I APPROVED AS TO FORM: 0 cp:-- ,....„41) Offi e f the City orney Construction Agreement Page 7 of 7 RECEIVED APR 13 2616 PARKS& RECREATION DEPT. , 011"\la CITYokane 4000SalleY® BID RESPONSE DOCUMENTS VALLEY MISSION DOG PARK PHASE 2 PROJECT Prepared By: Bernardo Wills Architects PC 153 South Jefferson Street Spokane, WA 99201 509-838-4511 Dell Hatch, Landscape Architect B W A BERNARDO I WILLS ARCHITECTS PC 00410 Bid Response Documents Page 1 SECTION 00410 - BID RESPONSE DOCUMENTS BID PROPOSAL PROJECT TITLE: Valley Mission Dog Park Phase 2 Project NAME OF FIRM SUBMITTING BID: AM Landshaper, Inc. Each bid shall constitute an offer to the City of Spokane Valley as outlined herein and no bidder may withdraw his bid after the hour set for the bid closing except under the conditions explained in the Information to Bidders Section. RECEIPT OF ADDENDA: Bidder acknowledges receipt of the following addenda: Addendum No. Date Addendum No. Date Addendum No. Date 1 4/7/16 REJECTION: The City reserves the right to reject any or all proposals, portions or parts thereof and to waive all minor irregularities in bidding. Special attention will be directed to the qualifications of the bidders when considering awarding a contract. TIME TO COMPLETE: The work related to the Valley Mission Dog Park Phase 2 project will be substantially completed by June 1, 2016, with the understanding that time is of the essence in the performance of this contract. The Notice to Proceed is generally issued within 15 days after award. BID IS NOT ELIGIBLE FOR CONTRACTOR'S BOND ELECTION to withhold 50% retainage in lieu of furnishing a Contractor's Bond (Performance and Payment Bond). SUBCONTRACTORS LIST: See Special Conditions SUBMITTAL: The"Bid Response Documents"Section constitutes the Bid Proposal when completed and submitted. Please do not submit the entire Invitation to Bid manual. FREIGHT: Bid price(s) to include all freight costs to the job site. The Base Bid amount contains any work which requires trenching exceeding a depth of four feet, all costs for trench safety shall be included in the Base Bid and indicated below for adequate trench safety systems in compliance with Chapter 39.0 RCW, 49.7.17 RCW, and WAC 296-155-650. Bidder must include a lump sum dollar amount in blank below (even if value is $0.00) to be responsive Trench Excavation Safety Provisions $ 1 .00 (Also Included in Base Bid) The undersigned understands that the Owner intends, in its discretion, to award this project to a single responsible and responsive Bidder with the lowest Bid. 00410 Bid Response Documents Page 2 BASE BID - LUMP SUM: Valley Mission Dog Park Phase 2 Project As identified in the Construction Documents plans and details. BASE BID = $ 60, 684.00 8.7% SALES TAX = $ 5, 279.51 TOTAL BASE BID = $ 65,963.51 BID SUMMARY TOTAL BASE BID = $ 65,963.51 GRAND TOTAL = $ 65, 963.51 00410 Bid Response Documents Page 3 REPRESENTATIONS AND CERTIFICATIONS ANTI-KICKBACK No officer or employee of the City of Spokane Valley, having the power or duty to perform an official act or action related to this submittal, shall have or acquire any interest in this submittal, or have solicited, accepted or granted a present or future gift, favor, service, or other thing of value from or to any person involved in this submittal. REPRESENTATION: In submitting this bid we represent that the bid documents have been read and understood, that the site has been visited and or that we have familiarized ourselves with the local conditions under which the work is to be performed, that by signature of this proposal we acknowledge all requirements and that we have signed all certificates contained herein. REPRESENTATION: In submitting this bid we acknowledge the requirements and conditions applicable to bid deposits in the form of a cash bid deposit or surety bond bid deposit. I CERTIFY that no final determination of violation of RCW 50.12.070(1)(b), 50.16.070(1)(b), or 82.32.070(1)(b) has been made by the Washington State Departments of Employment Security, Labor And Industries or Revenue respectively dated within two years of the date of the opening of this bid. I understand further that no bid may be submitted, considered or contract awarded for a public work to any person or entity that has a determination of violation of the above referenced statutes within two years from the date that a violation is finally determined and the date of this bid opening. I CERTIFY that to the best of my knowledge the information contained in this proposal is accurate and complete and that I have the legal authority to commit this Firm to a contractual agreement. I realize the final funding for any service is based upon budget levels and the approval of the City of Spokane Valley. Name: Tye C. McGee/ AM Landshaper, Inc. Person/Entity submitting bid (print) Signature: f C Title: Sec/Treasurer Date: 4/13/16 00410 Bid Response Documents Page 4 BIDDER'S ADMINISTRATIVE INFORMATION 1. PERSON/ENTITY a. Name as registered with the State Of Washington: AM Landshaper,Inc. b. Physical Address: 8004 N.Market. Spokane,WA 99218 c. Mailing Address including zip code: same d. Remit To Address including zip code: same e. Telephone number including area code: (509)468-4335 f. Fax number including area code: (509)468-4225 g. E-mail address for business correspondence: amlandshaper@msn.com h. Washington State Contractors License Number: AM ANI*971D0 i. Federal Tax Identification Number: REDACTED j. Washington State UBI Number: 601 701 273 k. State Industrial Account Identification Number: 816,368 01 2. INSURANCE COMPANY: a. Name of company: Cincinnati Insurance Company b. Mailing Address including zip code: PO Box 145620 Cincinnati,OH 45250-5620 c. Insurance Agent Name: Clint Morton,Payne West d. Insurance Agent Telephone number including area code: (509)838-3502 e. Insurance Agent Fax number including area code: (509)468-838-3551 3. BONDING COMPANY: a. Surety Name: North American Specialty Insurance Company b. Surety Mailing Address including zip code: 1420 5th Avenue STE 2200 Seattle,WA 98101 C. Bonding Agent Name: George Schroeder,Wells Fargo Insurance d. Bonding Agent Mailing Address including zip code: 601 w. 1st Ave Ste 800 Spokane,WA 99201 e. Bonding Agent Telephone number including area code: (509)358-3800 f. Bonding Agent Fax number including area code: (509)358-3805 This document contains confidential tax information and has been redacted pursuant to RCW 82.32.330. You may petition for a review of our findings pertaining to any redacted or withheld documents pursuant to Spokane Valley Municipal Code (SVMC) 2.75.080; and obtain judicial review pursuant to RCW 42.56.550. ^44."^• Sid Response Documents Page 5 BIDDER QUALIFICATION STATEMENT The following statements of experience, personnel, equipment, and general qualifications of the Bidder are submitted with the assurance that the owner can rely on its accuracy and truthfulness. If more space is required for your answers please attach a continuation sheet(s) to the corresponding bid response page referencing the item number. 1. The company has been in business continuously from (month and year) 2/1992 2. Provide the following information on three similar public park projects of like scope and value the company has completed that was on an order of magnitude equal to or greater in scope and complexity to that required under the proposed contract. Project Name Owner Phone No. Location #1 Terrace View Park City of Spokane Valley 927-1000 Spokane Valley #2: Sullivan Park City of Spokane Valley/DOT 927-1000 Spokane Valley Moore Turner #3: Heritage Garden City of Spokane 625-6680 City of Spokane Provide responses to the following items regarding each project listed above: A. Name of Designer. #1 Michael Terrell, Landscape Architect #2 Linda Cyra-Korsggard L.A. Mark Brower Engineer, Craig Aldworth, PM #3 AHBL Richard Hartlage B. Construction contract value, both at the time of award and upon completion. #1 76,000 - 78,619 #2 151 , 842 - 149,461 #3 499.645 - 525,527 C. Identify if you were the general contractor or a subcontractor on the project. #1 General #2 General #3 General D. The date each project was started and completed. #1 7/2011 - 11/2011 #2 10/2013 - 4/2014 #3 10/2007 - 11/2008 00410 Bid Response Documents Page 6 4. List supervisory personnel currently employed by the Bidder and available for work on the project (Construction Manager, principal foreman, superintendents and engineers) is as follows: Years of Name Title Experience Mark Albin President 31 yrs Tye McGee Sec/Treasurer 35 yrs Ryan Wicke Foreman 20 yrs Jon Wagner Project Manager 34 yrs Eric Von Trapp Foreman 8 yrs 5. Attach a resume with the qualifications, previous employers, and experience of the project manager who is proposed to be assigned to this project. If a resume is not included in the bid documents the bidder agrees to furnish a resume within 24 hours of notice by the City. see attached. 00410 Bid Response Documents Page 7 A.M. LANDSHAPER INC. Contractors AMLAND*971 DO 8004 N. Market Spokane, WA 99217 PHONE (509)468-4335 FAX(509)468-4225 Project Managers: Tye McGee Tye has worked in the commercial landscape industry since 1979. He originally worked for Nelson Landscape Service from fall 1979 until winter of 1992 and since that time has been self employed at AM Landshaper, Inc. He is involved in all aspects of the business. Project experience includes but is not limed to -Phi Kappa Theta 6,500 sf keystone retaining wall@ WSU 1996 -Home Depot, Richland 25, 000 sf keystone retaining wall 1998-1999 -EWU =,Woodward Stadium north concourse improvements 2004 -Spokane Convention Center new construction 2006 -GU West Boone Pedestrian Mall 2007 -GU Johnston Mall 2007 -Moses Lake,WA Lions Field Reconstruction 2008 City of Spokane Parks and Rec Comstock Park new irrigation system 2009 -CDA Casino Revocation, additions 2009-2013 -WSU Soccer Field NW Redi Rock Wall installation 708 sf 2014 -WSU Redi Rock NE Wall installation 1,110 sf 2014 -WSU Redi Rock SW Wall installation 1,586 sf 2014 -WSU Redi Rock South Wall Installation 1,071 2014 Mark Albin Mark has worked in the commercial landscape industry since 1984 and is co-founder of AM Landshaper Inc. in 1992. He is involved in all aspects of the business and some of his project experience includes but is not limited to: -WU Athletic Field, landscape and irrigation 2002 -Sky Prairie Park, building of park from excavation to finish 2001-2002 -GU Baseball field, installation of field from excavation to finish 2006 -GU Mulligan Field underground drainage 2006 -WU Intramural sports field, earthwork/landscape/irrigation 2007 -GU Soccer Field, excavation to completion of field 2008 -CDA Site Revision, 5.4 million landscape/irrigation 2009-2012 -SFCC Athletic Field Improvements excavation and site prep for synthetic turf field 2012 -WU Merkel Field, excavation and site prep for synthetic turf field, construct dugouts, and bleachers. -WSU Soccer Field construction-excavation, drainage, site prep for synthetic turf field, Redi Rock wall installation. 2014 Jon Wagner Jon came to us from Wesslen Construction employed there from 2001-2011 where he worked as a project manager, project supervisor and heavy equipment operator. He has been employed with AM Landshaper from 2011 and works as an estimator and project manger. His project experience includes but is not limited to- -Curlew Historic Bridge reconstruction with Redi Rock wing walls 2010 -Sandy River Bridge removal and relocation 2011 -SFCC Athletic Field improvements synthetic turf field, track resurfacing and improvements 2012 -WU Merkel Field excavation for synthetic turf field, construction of dugouts and bleachers 2012 -Sullivan Park Improvements remodel of an existing park to allow new bridge construction including excavation, landscape, irrigation and construction of a new picnic shelter. -WSU Soccer Field construction-installation of a new synthetic turf field including Redi Rock Walls 2014 BIDDER COMPLIANCE CERTIFICATION PROJECT COMPLIANCE In compliance with the request for quotation, bidder hereby proposes to perform all work for this project in strict accordance with the contract documents, within the time set forth therein, and at the prices bid. SPECIFICATION COMPLIANCE The bidder certifies below that his/her bid complies in all respects with the attached specification documents, including the minimum specifications. YES ., NO 00410 Bid Response Documents Page 8 SUBCONTRACTOR LIST Project : Valley Mission Dog Park Phase 2 Project Subcontract List (For Use When Engineer's Estimate Is One Million Dollars Or More). It is strongly recommended that the subcontractor list be enclosed with the bid documents. Please refer to"SUBCONTRACTORS" in the Information For Bidders Section for specific information regarding the listing requirements. Attach additional sheets if required. Use copies of these pages as masters for attachment. If a subcontractor list is not submitted with the bid, it must be delivered to the City of Spokane Valley, 2426 N. Discovery Place, Spokane Valley, Washington no later than 1:00 P.M. the same day of the published bid submittal date and time (one hour after the closing time of 12:00 P.M.) Type of work - HVAC. If this work is required and the bidder will be doing the work the bidder must list its name as the contractor below. HEATING, VENTILATION AND AIR CONDITIONING CONTRACTOR NAME (please print) Type of work — PLUMBING as described in chapter 18.106 RCW. If this work is required and the bidder will be doing the work the bidder must list its name as the contractor below. PLUMBING CONTRACTOR NAME (please print) Type of work — ELECTRICAL as described in chapter 19.28 RCW. If this work is required and the bidder will be doing the work the bidder must list its name as the contractor below. Electric Smith ELECTRICAL CONTRACTOR NAME (please print) 00410 Bid Response Documents Page 9 BID DEPOSIT FORM OF BID DEPOSIT - CHECK ONE: Please submit this sheet with the bid deposit. CASH. Attach the deposit behind this sheet. I SURETY BOND -Attach bid bond behind this sheet. IT IS STRONGLY RECOMMENDED THAT YOU USE THE ATTACHED FORM. 00410 Bid Response Documents Page 10, Srl' nre OF. Clka ..,,,•P eyY BOND NO: Bid Bond CONTRACTOR'S BID DEPOSIT SURETY BOND to City of Spokane Valley,Washington We,A.M.Landshaper,Inc. .. _ as Principal, existing under and by virtue of the laws of the State of Washington and authorized to do business in the State of Washington, and North American Specialty Insurance Company as Surety, organized and existing under the laws of the State of New Hampshire , are held and firmly bound unto the City of Spokane Valley, a Washington municipality,as Obligee,in the penal sum of 5%of the total amount bid,not to exceed$ 5%of the Total Amount Bid ,for the payment of which we jointly and severally bind ourselves,and our legal representatives and successors. WHEREAS,the Principal has submitted a bid for Walley Mission Dog Park Phase 2 Project NOW THEREFORE,the condition of the obligation is such that if the Obligee shall accept the bid of Principal and make timely award to the Principal according to the terms of the bid documents;and the Principal shall, within ten days after notice of the award,exclusive of the day of notice,enter into the contract with the Obligee and furnish the contractor's bonds(performance and payment bonds)with Surety satisfactory to the Obligee in an amount equal to 100%of the amount of the bid proposed including additives,alternatives and Washington State sales tax, then this obligation shall be null and void; otherwise if the Principal fails to enter into the contract and fails to furnish the contractor's bonds within ten days of notice of award,exclusive of the day of notice,the amount of the bid deposit shall be forfeited to the Obligee,payable by the Surety;but in no event will the Surety's liability exceed the face amount of this bid bond. This bond may be executed in two original counterparts,and shall be signed by the parties'duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. A.M. Landshaper, Inc. Nort Am- ' an Surety Insurance Company PRINCIPAL(CONTRACTOR S :1 Y � 2.„,r_. /nr _- 01016 Principal Signature Date S i= Sign' :e Date Tye C. McGee john Drummey Jr. Printed Name Printed Name Sec/Treasurer Attorney-in-Fact Title Title Name,address,and telephone of local office/agent of Surety Company is: Wells_Fargo_Insurance Services.USA, Inc. 999 Third Avenue, Suite 4100, Seattle, WA 98104 (206) 731-1216 Valley Mission Dog Park Phase 2 Project Page 1 1 NAS SURETY GROUP • NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: KATHLEEN M.MITCHELL,SCOTT C.ALDERMAN,TIMOTHY S.BUHITE, DEBBIE LINDSTROM,JOHN DRUMMEY,JR.and SIMONE RAE FREDERICK JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act-and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by • law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of TEN MILLION($10,000,000.00)DOLLARS • This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9'''of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." .oIUWttriti/// } twamon ook qAt By • ie�.=,•:GOR .R4j:_' ai SEAL :O o Steven P.Anderson,Senior Vice President of Washington International Insurance Company g 2 SEAL s 51.2. 1973 �:n` &Senior Vice President of North American Specialty Insurance Company 2-O: m hbON t0"` �F�7% JD'aa f/nnmmt'''' ByF Michael A.Ito,Senior Vice President of ashmgton International Insurance Company 'o?aMssnsn`�.N &Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 6th day of February 2015 North American Specially Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 6th day of February ,2015 before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M KENNY L . 1 '•; '. ^0.., NOTARY PUBLIC.,STATE OF IWNOIS M.Kenny,Notary Public MY COMMISSION EXPIRES 12/04/2017 I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this D day of . (-I 1 ,20 �. „At" Jeffrey Goldberg.Vice President&Assistant Cerreary of Washington International Insurance Company A North hrner un Specalt-j Insurance Company is SP'okane Valley. BOND NO:2209710 CONTRACTOR'S PERFORMANCE BOND to City of Spokane Valley,Washington The City of Spokane Valley, Washington, in Spokane County, has awarded to A.M. Landshaper, Inc. (Contractor),as Principal,a contract for the construction of the project designated as Valley Mission Dog Park Phase 2 Project , Project No. 15-175 in Spokane Valley,Washington,and said Principal is required to furnish a bond for performance of all obligations under the Contract. The Principal,and North American Specialty Insurance Company (Surety),a corporation,organized under the laws of the State of Washington and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S.Treasury Dept.,are jointly and severally held and firmly bound to the City of Spokane Valley,in the sum of Sixty Five Thousand Nine Hundred Sixty Three Dollars and 51/100 US Dollars($65,963.51 ) Total Contract Amount,subject to the provisions herein. The statutory performance bond shall become null and void, if and when the Principal, its heirs, executors, administrators,successors,or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications,additions,and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is no required for such increased obligation. This bond may be executed in two (2) original counterparts, and shall be signed by the parties' duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL(CONTRACTOR) SURETY A.M. Landshaper, Inc.12--c•t— North e Specialty Insuranc: =pa-riy f - ..11111111 Pri cipal Signature Date Sure 'ignature # Date Tye C. McGee Jo'DrummeyJr. Printed Name Printed Name SEc/Treasurer Attorney-in-Fact Title Title Name,address,and telephone of local office/agent of Surety Company is: Wells Fargo Insurance Services USA, Inc. 601 W. First Avenue, Suite 800, Spokane, WA 99201 509-358-3800 Approved as to form: City of Spokane Valley Attorney,County of Spokane Date 4 CRY OF BOND NO: 2209710 CONTRACTOR'S NON-FEDERAL PAYMENT BOND to City of Spokane Valley,Washington The City of Spokane Valley, Washington, in Spokane County, has awarded to A.M. Landshaper, Inc. (Contractor),as Principal,a contract for the construction of the project designated as Valley Mission Dog Park Phase 2 Project ,Project No. 15-175 in Spokane Valley,Washington,and said Principal is required under the terms of the Contract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington(RCW). The Principal,and North American Specialty Insurance Company (Surety),a corporation organized under the laws of the State of Washington and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S.Treasury Dept.,are jointly and severally held and firmly bound to the City of Spokane Valley,in the sum of sixty Five Thousand Nine Hundred Sixty Three Dollars and 51/100 US Dollars ($65,963.51 )Total Contract Amount,subject to the provisions herein. The statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators,successors,or assigns shall pay all persons in accordance with RCW 39.08 and 39.12 including all workers,laborers,mechanics,subcontractors,and materiatmen,and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work,and all taxes incurred on said Contract under Title 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW and if such payment obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,except as provided herein,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is no required for such increased obligation. This bond may be executed in two(2)original counterparts,and shall be signed by the parties' duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalfofthe surety. PRINCIPAL(CONTRACTOR) SURETY A.M. Landshaper, Inc. North -ler' an pecialty Insurance Company q/e_ 4/19 Principal Signature Date Surety - _n•"ure a Tye C C. McGee Joharumme Jr. • Printed Name Printed Name Sec/Treasurer Attorney-in-Fact _ Title Title Name,address,and telephone of local office/agent of Surety Company is: Wells Fargo Insurance Services USA, Inc. 601 W. First Avenue, Suite 800, Spokane, WA 99201 509-358-3800 Approved as to form: City of Spokane Valley Attorney,County of Spokane Date NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: KATHLEEN M.MITCHELL,SCOTT C.ALDERMAN,TIMOTHY S.BUHITE, DEBBIE LINDSTROM,JOHN DRUMMEY,JR.and SIMONE RAE FREDERICK JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of TEN MILLION($10,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." s`EG A.�jl0uracu�v L---2 r TR"•:?sem_ By o; •..dG c L' SEAL •;m- Steven P.Anderson,Senior Vice President of Washington International Insurance Company 2 GSEAL T z ID W iz 1973 0i Q` &Senior Vice President of North American Specialty Insurance Company 0;• jm c 1s•�i• ,?tee:o. 1a0kMPr'.dStJ 't Z: o1 1 / ......-107 Michael A.Ito,ItSenior Vice President o-- gton International Insurance Company �manm &Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 6th day of February ,2015 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook Ss: On this 6th day of February ,20I,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M KENNY NOTARY PUBLIC.,STATE OF ILLINOIS M.Kenny,Notary Public MY COMMISSION EXPIRES 1210412047 I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington Internationa linsura,Tlne.Company,which is still in full force and effect. • IN WITNESS WHEREOF,I have set my hand and affixed the seals.of the Companies this i n day ofPI--?1,-'1) ,20 ((7 . Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company&North American Specialty Insurance Company "dirt91l,i4tsr,4i'' -�.., AMLANDS-01 WCHRISTESON AC On DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 4/18/2016 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 CONTACTNAME: Spokane Office PHONE 509 838-3501 NC,No):(509)838-3511 Pa neWest Insurance,Inc. RECEIVED (A/C,No,Ext):( ) E-MAIL 501 N.Riverppoint Blvd.,Ste 403 ADDRESS: Spokane,WA 99202 H•PR 1 8 2016 INSURER(S)AFFORDING COVERAGE NAIL# L INSURER A:The Cincinnati Insurance Co. 10677 INSURED INSURERS PARKS & RECREATION DEPT. A.M.Landshaper,Inc. INSURER C: Mark Albin INSURER D: 8004 North Market Spokane,WA 99217 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 ADDL SUBR POUCY EFF POUCY EXP LIMITS LW TYPE OF INSURANCE INSD WVD POUCY NUMBER (MMIDD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X EPP0128051 02/24/2016 02/24/2017 DAMAGES(REN I rr $ 500,000 CLAIMS-MADE OCCUR X PREMISES(Ea occurrence) MED EXP(Any one person) $ 10,000 PERSONAL&ADVINJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X jE8.T: LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: WA STOP GAP $ 1,000,000 AUTOMOBILE UABIUTY (Ee accident) SINGLE LIMIT $ 1,000,000 A X ANY AUTO EBA0128051 02/24/2016 02/24/2017 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS (Per accident) $ X UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 1,000,000 A EXCESS UAB CLAIMS-MADE EPP0128051 02/24/2016 02/24/2017 AGGREGATE $ 1,000,000 DED X RETENTION$ 0 $ WORKERS COMPENSATION PEATUTE ETR H AND EMPLOYERS'UABIUTY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS below A Equipment Floater EPP0128051 02/24/2016 02/24/2017 Leased and Rented 225,000 A EPP0128051 02/24/2016 02/24/2017 Deductible 1,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached K more space is required) Cincinnati Insurance Company:#10677,A+XV Re: Valley Mission Dog Park Phase 2 City of Spokane Valley is named as Blanket Additional Insured per endorsment#GA233 02/07 including primary and non-contributory and waiver of subrogation,attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Spokane Valley Attn:Mike Stone ACCORDANCE WITH THE POLICY PROVISIONS. 11707 East Sprague Ave. Suite 106 Spokane Valley,WA 99206 AUTHORIZED REPRESENTATIVE Uk).* Olvilatat 1 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 1 4/25/2016 A M LANDSHAPER INC Lome Espaiiol Contact Search L&I • A-'!.Index I lelp My L&I Safety&Health Claims&Insurance Workplace Rights Trades&Licensing 0 Washington State Department of Labor & Industries A M LANDSHAPER INC Owner or tradesperson 8004 N.MARKET SPOKANE,WA 99217 Principals 509-468-4335 ALBIN, MARK C, PRESIDENT SPOKANE County MCGEE,TYE CYRIL, SECRETARY Doing business as A M LANDSHAPER INC WA UBI No. Business type 601 701 273 Corporation Governing persons MARK C ALBIN TYE C MC GEE; 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. AM LANI*971 DO Effective—expiration 03/20/2003—04/12/2018 Bond ................ North American Spec Ins Co $12,000.00 Bond account no. 2181927 Received by L&I Effective date 07/16/2014 09/24/2014 Expiration date Until Canceled RLI INS CO $12,000.00 Bond account no. SSB397618 Received by L&I Effective date 10/02/2009 09/24/2009 Expiration date Until Canceled Insurance ............................... Cincinnati Ins Co $1,000,000.00 https://secure.lni.wa.gov/verify/Detai I.aspx?U B1=601701273&LIC=AM LAN I*971 DO&SAW=False 1/2 4/25/2016 AM LANDSHAPER INC Policy no. EPP225013 Received by L&I Effective date 02/19/2016 02/24/2012 Expiration date 02/24/2017 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&I 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. 816,.368-01. Doing business as A M LANDSHAPER INC Estimated workers reported Quarter 4 of Year 2015"7 to 10 Workers" L&I account representative TO/CAROLYN CRAWFORD(360)902-4715-Email:CRAI235@Ini.wa.gov Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. ©Washington State Dept.of Labor&Industries.Use of this site is subject to the laws of the state of Washington. - - - 2/2 https://secure./ni.wa.govNerify/Detai l.aspx.U BI-601701273&LIC-AM LAN I*971 D O&SAW-False I (-o52 Employment Security Department WASHINGTON STATE March 27,2017 CITY OF SPOKANE VALLEY PARKS &RECREATION DEPT. 11707 E. SPRAGUE AVE., STE. 106 SPOKANE VALLEY,WA 99206 AM LANDSHAPER INC UBI# 601-701-273 8004 N MARKET STREET ES##000-8754 D0-1 SPOKANE,WA 99217-8107 The Employment Security Department hereby certifies those contributions,penalties and interest due from the above named contractor under the Employment Security Act have been paid in full or provided for with respect to the following public works contract: Description: Valley Mission Dog Park Phase 2 Project Contract# 16-052 The Employment Security Department hereby certifies that it has no claim pursuant to RCW 50.24.130 against the public body named above for tax attributable to service performed for said public body by the above named contractor on the above described contract. The Employment Security Department releases its lien on the retained percentage which is provided by RCW 60.28.040 for contributions,penalties and interest due from said contractor. This certificate does not release said contractor from liability for additional contributions, penalties and interest which may be later determined to be due with respect to the above mentioned contract. --- ----- --- If we may be of further-assistance,please call (360) 902=9450 or-email- — -- -----publicworks@esd.wa.gov EMPLOYMENT SECURITY DEPARTMENT Original-Disbursing Office Duplicate-Employer Triplicate-Central Office Files