Loading...
09-126.00 Knife River: Broadway Rehab Ph 2 Contract 3 / .. .� ,4 ,1 Zoo9 THIS AGREEMENT, made and entered into this day of ,2009, between the City of Spokane Valley under and by virtue of Title 35 RCW, as amended and Hap Taylor & Sons, Inc. dba Knife River, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, and equipment for: Broadway Rehabilitation Project - Phase 2 Federal Aid Project No: STPUS - 3846 (007) COSV Contract 09 -036 In accordance with and as described in the attached plans and specification, and the standard specification of the Washington State of Department of Transportation which are by this reference incorporated herein and made part hereof and, shall perform any changes in the work in accord with the Contract Documents. The Contractor shall provide and bear the expense of all equipment, work and labor, of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in these Contract Documents except those items mentioned thereinto be furnished by the City of Spokane Valley. II. The City of Spokane Valley hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same in accord with the attached plans and specification and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself/herself, and for his/hers heirs, executors, administrators, successors, and assigns, does hereby agree to full performance of all covenants required of the Contractor in the contract. IV. It is further provided that no liability shall attach to the City of Spokane Valley by reason of entering onto this contract, except as provided herein. CITY OF SPOKANE VALLEY 1 AGREEMENT FOR CONSTRUCTION SERVICES BROADWAY REHABILITATION PROJECT - PHASE 2 BID NO: 09 -036 C-0 - 12 - IN WITNESS WHEREOF, the Contact or has exectitedthiS inStruinent, on the dayand yeaffitst below written and the City of Spokane Valley has caused this instrument to. be executed byand in .the name,olthe said City of:Spokane Valley-the day and year first above written. Executed by Contactor .Sai..1 24_ , 2009 Date.' Hap 'Taylor & Sons, Inc-. dba Knife River ;. Vanner P. HegblOom Printed Name Operations Manager Title Signature City of Spokane Valley /4- Printed Name C- ag) / Title Signature CITY OF SPOKANE VALLEY 2 AGREEMENT FOR CONSTRUCTION SERVICES BROADWAY REHABILITATIONPROJECT - PHASE 2 BID NO: 09-06 , Base Bid Schedule A - Road Work ITEM # ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT TOTAL AMOUNTS 1 MOBILIZATION LS LS LS 69, 5cro,oD 2 CONSTRUCTION SURVEYING LS LS LS I 3 SPCC PLAN LS LS LS 25 , aD 4 EROSION CONTROL LS LS LS (o SM. 60 5 PROJECT TEMPORARY TRAFFIC CONTROL LS LS LS 1 Si p 0 moo 6 PEDESTRIAN CONTROL AND PROTECTION LS LS LS l 1 30 - 0,60 7 REMOVE PCC CURB LF 222 Z R 8 (o. tS0 8 REMOVE PCC CURB AND GUTTER LF 318 • (pm 1 9 REMOVE PCC SIDEWALK / DRIVEWAY APPROACH SY 263 5. ..5 ( 80.75 10 ABANDON EXISTING DRYWELL EA 10 BSo, W 8 500,00 11 SAWCUT 2 IN. ACP PAVEMENT LF 388 O,I'o 232.Sv 12 MICRO MILL PLANING BITUMINOUS PAVEMENT SY 6625 2., So 16,51a, So 13 SHIM PLANING BITUMINOUS PAVEMENT SY 4563 .../..4o 10 14 HMA UTILITY PATCH SY 884 4s, Lta 4-31 cm 15 HMA PAVEMENT PATCH SY 1288 (1. Co So, SS'o.ov 16 HMA CL. 1/2" PG 70 -28 TN 1124 g 4. ate 14 17 ANTI - STRIPPING ADDITIVE CALC 1 81.00 $1.00 18 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC 1 $1.00 $1.00 19 COMPACTION PRICE ADJUSTMENT CALC 1 $1.00 $1.00 20 CRUSHED SURFACING TOP COURSE TON 33 5l. op 1,i4 CITY OF SPOKANE VALLEY 3 BID PROPOSAL DOCUMENTS BROADWAY REHABILITATION PROJECT - PHASE 2 BID NO: 09 -036 Base Bid Schedule A - Road Work Continued ITEM UNIT # ITEM DESCRIPTION UNITS QUANTITY PRICE TOTAL AMOUNTS 21 TRENCH EXCAVATION SAFETY SYSTEM LS LS LS Scro .crD 22 CATCHBASIN TYPE 2, 48 IN. DIAM. EA 10 2-300.06 o6 2 o co 23 SPILL CONTROL SEPARATOR EA 10 24 CONCRETE INLET EA 10 8SD4 oo $, 5oo.00 25 PRECAST CONCRETE DRYWELL, TYPE 2 EA 10 .50b.6124 ,LS MAL oD 26 SOLID WALL PVC STORM SEWER PIPE 12 IN. LF 179 DIAM. 50.00 8 i 4 SD. 6b ADJUST EXISTING MANHOLE, CATCH BASIN 27 EA 6 OR DRYWELL 28 ADJUST EXISTING VALVE BOX EA 4 ):76,01) I I I CYO . 6D 29 CEMENT CONC. TRAFFIC CURB LF 37 30 CEMENT CONC. TRAFFIC CURB AND GUTTER LF 540 i S . 15 g ( 23S,013 31 CEMENT CONC. PEDESTRIAN CURB LF 84 2 1 ,a) 32 CEMENT CONC. SIDEWALK SY 191 34-,6D . 4-, 33 DRIVEWAY APPROACH SY 26 SS,tbb I, 4 . 30. Co 34 DRIVEWAY APPROACH CURB AND GUTTER LF 158 I1. 6b 2, 81,, uo 35 RAMP DETECTABLE WARNING RETROFIT SF 10 37. cro 3i0 . W 36 CEMENT CONCR. SIDEWALK RAMP, TYPE 2 EA / 2''3 15o,0D 6y Addu►dui..4I 2, 1.5o, tro 37 CEMENT CONCR. SIDEWALK RAMP, TYPE 4A EA 2 1 St ), u° 1, Sot).w 38 SOD INSTALLATION SY 28 Li-8,lro I / 3 4I 39 TOPSOIL TYPE B SY 30 23, rD bq 0. as. 40 CONDUIT PIPE 2 IN. DIAM. LF 1930 9.50 18 CITY OF SPOKANE VALLEY 4 BID PROPOSAL DOCUMENTS BROADWAY REHABILITATION PROJECT - PHASE 2 BID NO: 09 -036 Addenda 5 Base Bid Schedule A - Road Work Continued ITEM UNIT # ITEM DESCRIPTION UNITS QUANTITY PRICE TOTAL AMOUNTS 41 GALV. STEEL CASING PIPE, 6 IN. DIAM. LF 60 17, ao 14- ' a.o . oo 42 JUNCTION BOX, TYPE 1 EA 1 56U. Strohm 43 PULLBOX BA 5 )6azs Imo 56 ov 44 PERMANENT SIGNING LS LS LS r I � S D 45 PAINTED RAILROAD CROSSING SYMBOL EA 4 150,0o I , 0-cno 46 TEMPORARY PAVEMENT MARKING LF 8000 D. so I, I.pro,, 47 PAINT LINE LF 5775 }2 �. -?0, S`b 48 PAINTED STOP LINE LF 52 3,15 (95.61 49 INDUCTION LOOP TYPE 2 Add 3 EA 2 1650. co 3, 3 trvy SCHEDULE A TOTAL 5 g 30 (# , - 7 5 Person/EntityName: Vanner P. He gbloom SignatureOfBidder: Company: Hap Taylor & Sons, Inc. Date: July 10, 2009 dba Knife River CITY OF SPOKANE VALLEY 5 BID PROPOSAL DOCUMENTS BROADWAY REHABILITATION PROJECT - PHASE 2 131D NO: 09 -036 • S16I ane BOND NO: 190021406 & 105291844 CONTRACTOR'S PERFORMANCE AND PAYMENT BOND TO DUAL OBLIGEES KNOW ALL MEN BY THESE PRESENTS, that Hap Taylor & Sons, Inc. ' dba : Knife I river _ Liberty Mutual Insurance Company and (Contractor), as PrinciPa and Travelers Casualty and Surety Company of America (Bones CoIn y). as Surety, a corporation of MA and CT , whose principal office is located at Boston, MA and Hartford, CT , are firmly bound unto the State of Washington and the City of Spokane Valley, a political subdivision the Stale, f Washington, as Obligees, to fulfill the obligations of the Principal and the Surety under the Contractto which reference is hereafter made, in the amount of $ 508 , 306 . 7 5 (including Washington State sales tax) for payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. WHEREAS,- Principal has by written Proposal dated 7•/ 1,0 /2009 offered to enter into a Contract with the City of Spokane Valley for Contract No. 0066 pursuant to the terms and conditions set forth in the Contract Documentsdated7 /20/09 . (Broadway Rehabilitation Project — Phase 2) NOW, THEREFORE, the condition of this obligation is such that if the Principal shall faithfully perform all the °-- provisions of the Contract on its part, and pay all laborers, inechanics, subcontractors and material suppliers, and all persons who supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and indemnify and hold harmless the Obligees from all loss, cost or damage which it may suffer by reason of the failure to do any of the foregoing, then this obligation shall be null and void; otherwise it shall remain in full force and effect. All persons who have furnished labor, materials or supplies for use in and about the work provided for in the Contract shall have a direct right of action under this bond, to the extent and in the manner set forth in RCW 39.08. The said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or additioato the toms ofihe Contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect i�tsobligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the WORK or to the SPECIFICATIONS. *final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose :Claim May be unsatisfied SI AND SEALED THIS 2 thDAY OF July YEAR 20 09 Liberty Mutual Insurance Company and Hap Taylor & Sons, Inc. dba: Knife River ;:. Travelers C .ual and Surety Company of America 'SLT1tETX t .' Si — gnat= w Signature Kathy Gurley '* Vanner P. Hegb loom Typed Name Typed Name Attorney —in —Fact Operations Manager Title — Title (SEAL) CITY OF SPOKANE VALLEY 16 AGREEMENT FOR CONSTRUCTION SERVICES BROADWAY REHABILITATION PROTECT • PHASE 2 BID NO: 09 -036 I '� 2509096 THIS POWER OF ATTORNEY 4 NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock Insurance company, pursuant to and by authority of the By -law and Authorization hereinafter set forth, does hereby name, constitute and appoint W. W. WELLER, GEORGE C. SCHROEDER, KATHY GURLEY, CHRIS LARSON, H. KEITH MCNALLY, HEATHER ANDERSON, JO ANN MIKKELSEN, ERIN L. REPP, ALL OF THE CITY OF SPOKANE, STATE OF WASHINGTON , each individually If there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed and all undertakings, bonds, recognizances and other sure obligations In the penal sum not exceeding FIFTY MILLION AND 001100'`* ' "'"* **.k.** DOLLARS ($ 50,OD0,000.00 *"" ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, In pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By -law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys -in -fact, as may be necessary, to act in behalf of the Company to make. c li execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such V ' attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Cornpany by their oe: O e secresignature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be co a. as binding as if signed by the president and attested by thtary. C ..e 2 By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby c i . ,.i authorized to appoint such attomeys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and _ c s m deliver as surety any and all undertakings, bonds. recognizances and other surety obligations. a 0 2 � F 1- O tu That the By -law and the Authorization set forth above are true copies thereof and are now in full force and effect. m W 154 > IN WITNESS W HEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of a a e Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting. Pennsylvania this 13th day of March , = Si = 2009 • CO 0) LIBERTY MUTUAL INSURANCE COMPANY d 0 O 1 .- tb tO a " " ',' Garnet W. Elliott, Assistant Secretary o C +rp 0 .} COMMONWEALTH OF PENNSYLVANIA ss S c c ca COUNTY OF MONTGOMERY O CO 'C 04 e On this 1 day o fcarne Garnet W. Elliott, to me known, and acknowledged e al. that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above 2 g 6 Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. TO 2 o pi ▪ IN TESTIMONY WH - e l ? a unto subscribed my name and affixed my notarial seal at Plymouth Meeting. Pennsylvania, on the d a nd year = N CI first above written. ,,,01 t' Is' C 4/ b -- k A ( COMMONWEALTH of PENNSVLVA:d E k j 9 ti 0 3 ` rxutiu - V OF Twin. AVIA*'vcv Furs arna,J O O ln r. Two xrr CZ 1 By C • 0 My " C` ""' "�'n" ExpLreh Mach W !am "" i Ter sa Pastella, Notary Public 0 �b ' S ' 1ft`'f ' + „ee r nrrevsk+s M .. itWo., 0 tP . CERTIFICATE ,,a ~ I, the undersigned, Assistan v etary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is In full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chaimnan or the president to appoint attorneys -in -fact as provided In Article XIII, Section 5 of the By -laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company al a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds. shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTII tO1 WHEREOF a hereunto subscribed my name and affixed the corporate seal of the said company, this 24th day of Y . :���'I By r r "� Da M. Ca rey, Ass Secretary ACORD (MM/DDIYY) CERTIFICATE OF LIABILITY INSURANCE 07/31/09 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Marsh USA Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 333 South 7th Street, Suite 1600 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Minneapolis, MN 55402 -2400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY J43750- NORMS -GAW 09-10 2010 2037 al y A Liberty Mutual Fire Ins Co INSURED COMPANY HAP TAYLOR & SONS. INC. B Associated Electric & Gas Ins Services Ltd DBA KNIFE RIVER — P.O. BOX 2047 COMPANY COEUR D'ALENE, ID 83816 -2047 C Liberty Mutual Insurance Company COMPANY D COVERAGES This certificate supersedes and replaces any previously issued certificate. 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POUCY EFFECTIVE POUCY EXPIRATION MOTS LTR DATE (MMIDDIYY) DATE (MMIDDIYY) A GENERAL UABIUTY TB2641005097 -049 01/01/09 01/01/10 _ GENERAL AGGREGATE 4 X COMMERCIAL GENERAL LIABILITY PRODUCTS - COMPJOP AGG $ 4.000,000 1 CLAIMS MADE [X � OCCUR PERSONAL & ADV INJURY $ 2.000,000 OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE T S 2,000,000 X PFR PROJECT AGGREGAT: FIRE DAMAGE one rue $ 500,000 MED EXP (Any one person) $ 10,000 A AUTOMOBILE UABIUTY AS2 641 005097 -059 01/01/09 01/01/10 COMBINED SINGLE LIMIT I $ 2,000,000 X ANY AUTO ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE UABIUTY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: I _ EACH ACCIDENT $ AGGREGATE $ B EXCESS LIABILITY X0259A1A09 r 01/01/09 ' 01/01/10 EACH OCCURRENCE $ 5,000,000 _ UMBRELLA FORM AGGREGATE $ 5,000,000 X OTHER THAN UMBRELLA FORM a ' $ C WORKERS COMPENSATION AND WC7 - 841 - 005097 - 029 (Guar. Cost) 01/01/09 01/01/10 X I TORYLIMITS1 j ER EMPLOYERS' UABIUTY C WA7- 64D- 005097 -019 (AOS) 01/01/09 01/01/10 EACH ACCIDENT $ 1,000,000 C THE PROPRIETOR/ X INCL WC7-641 -005097 -039 (OR,WI) 01/01/09 01/01/10 DISEASE -POUCY LIMIT $ 1,000,000 PARTNERS/EXECUTIVE INCLUDES "STOP - GAP" OFFICERS ARE I EXCL DISEASE -EACH EMPLOYEE $ 1,000,000 OTHER WORKERS COMPENSATION IS EXCLUDED FROM ADDITIONAL INSURED WORDING DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS Re: Broadway Rehabilitation Project -Phase 2. City of Spokane Valley, It's Officers, Elected Officials, Employees, Agents, and Volunteers; and Union Pacific Railroad is (are) included as an additional insured as required by written contract as respects to the general liability. Coverage is primary and non - contributory to any insurance maintained by the additional Insured. Cross !lability and severability of interests/separation of insureds are included under the general liability policy. Excess liability applies to general CERTIFICATE HOLDER CHI -002501167 -10 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURANCE COMPANY WILL diNagN6066 MAIL City of Spokane Valley 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn: Public Works Department 11707 E. Sprague Avenue, Suite 106 r . , :. ,.. 4 - • 0,0, , _ •.r. Spokane Valley, WA 99206 T��1 olMorsh 8EreseNTATNE • BY: Mary Radaszewski ACORD 25-S (1195) 0 ACORD CORPORATION 1988 s, ADDITIONAL INFORMATION CHI -002501167 -10 07 ' PRODUCER COMPANIES AFFORDING COVERAGE Marsh USA Inc. COMPANY 333 South 7th Street, Suite 1600 Minneapolis, MN 55402 -2400 E COMPANY F J43750- NORMS- GAW -09 -10 2010 2037 al y _ — INSURED QOMPANY HAP TAYLOR & SONS, INC. DBA KNIFE RIVER G P.O. BOX 2047 COEUR D'ALENE, ID 83816 -2047 COMPANY H TEXT CONTINUED FROM DESCRIPTION SECTION: liability, products and completed operations, automobile liability, and employers liability. CG 2010 and CG 2037 - Additional insured General Liability Endorsements attached. CERTIFICATE HOLDER City of Spokane Valley Attn: Public Works Department 11707 E. Sprague Avenue, Suite 106 Spokane Valley, WA 99208 AUTHORIZED REPRESENTATIVE of Marsh USA Ina ET: Mary Radaszewski '1>i�ia•�- Page2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any Owner, Lessee, or Contractor for whom you have agreed In wridng prior to a loss to provide liability Insurance (1f no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) A. Section 11 - Who Is An Insured is amended to (1) All work, including materials, parts or Include as an Insured the person or organization equipment furnished in connection with shown In the Schedule, but only with respect to such work, on the project (other than liability arising out of your ongoing operations service, maintenance or repairs) to be performed for that insured. performed by or on behalf of the B. Wdh respect to the insurance afforded to these additional Insured(s) at the site of the the covered operations has been additional insureds, the following exclusion is completed; or added: 2. Exclusions This Insurance does not apply to `bodily Injury" or "property damage" occurring after: CO 20 101001 m ISO Properties, Inc., 2000 Page 1 of 2 (2), That 'poition of !Our Work° ,OLit Of which the injury or darnagajuiset has been put„to its intended use by any person or organization other; than ' another contractor orsUbcoritractOr engaged-,in, performlitg operations IOTA principal as apart 01 the ThIs endorsorrior7t oxectitOdby the LIBERTY A/PTUALI,FIRE INSURANCE comi=low, poireilum $' Etrocti■eo ;Date '11112009 Expiraiicintaie 1 FOrittachment to:PollOy NO., Is2-e41-005091 -649 .Aintt eails .Issucid 14110, sf_csgrArt 1 ' 1 § 1 90 6 1: 4 ' 0 (t 2000 CG 20 10 10'01 D THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization Any Owner, Lessee, or Contractor for whom you have agreed in writing prior to a loss to provide liability insurance Location And Description of Completed Operations Additional Premium: (If no entry appear; above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II — Who is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of `your work' at the location designated and described in the schedule of this endorsement perforated for that insured and included in the "product - completed operations hazard ". This endorsement is executed by the LIBERTY MUTUAL FIRE INSURANCE COMPANY Premium $ Effective Date 01/01/09 Expiration Date 01/01 /10 For attaclmment to Policy No. TB2- 641 -005097 -049 CG 20 371001 C ISO Properties, Inc., 2000 Page 1 of 1 MMC 7/20/2009 4:01:09 PM PAGE 6/006 Eastern Time Zone i THIS ENDORSEMENT CHANGES' THE POLICY. PLEASE READ IT CAREFULLY' ADDITIONAL INSURED - OWNERS; -LESSEES OR -CONTRACTORS - COMPLETED' OPERATIONS This endorsement modifies.insurance provided under the following: COMKERCIAL GENERAL,LIABILITY COVERAGE PART SCHEDULE Nellie of Person or Organisation Any Owner, Lessee; or Contractor for wham you have weed In writing to' a loss to provide liability insurance Location And Description of 'Completed Operations Additional Premium: (If no entry appears above, information required to this endomsement will be shown in,the- Decoarations' as applicable to thb.endarseranant.) Section II — Who is An Insured is amended to include as an lured the person or organization shown in the Schedule, but only with respect to liability arising out of• "your work" at the location designated and descd' bed in the schedule of this endorsementperfonned for that insured and included in the "product- completed operations hazard". This endorsement 1s executed bribe LIBERTY MUTUAL EIRE INSURANCE COMPANY Premium. $- Effective Date. 01/01/09 .E pfrntion Date 01/01/10 For attaclune t to Policy No. 1132441-005097-049 CG 20 3110 01 :01SO-Propertes Inc., 2000 Page 1- of 1 • Insurance Binder This Binder Voids and Supersedes Binder No. 0003482 -002 Issued on 7/20/2009. In . r' • MutuaL • Date: 7/20/2009 Binder No.0003482 -003 Insured: Union Pacific Railroad Attn: Mark Rubino 4315 East Sprague Avenue Spokane Valley, WA 99212 Line Policy Number Effective Date Railroad Protective Liability TE2- 641 - 437785 -919 8/3/2009 Pending the issuance of the policy of the type or types described below, LIBERTY MUTUAL GROUP agrees to insure the Insured, but only for the coverages indicated, under policy forms in use by the Company as of the effective date of this binder. The limit of the Company's Liability or Amount of Insurance against each such coverage shall be stated herein, subject to all the terms of the policy having reference thereto, and no insurance is provided for coverages for which no such limit or amount is stated. Issuance of the executed policy or policies voids this binder as of the effective date of such policy. This binder may be cancelled (1) by the company by written notice to the insured at the address shown above stating when thereafter such cancellation shall be effective, or (2) by the insured by mailing written notice to the company stating when thereafter such cancellation shall be effective. This binder shall be effective on 8/3/2009 at 12:01 AM., and unless previously cancelled, shall expire on 10/2/2009 at 12:01 AM., Standard Time, at the address of the insured. This binder when duly countersigned is issued on behalf of a member company of the Liberty Mutual Group, herein referred to as the Company as respects the indicated coverages under policy forms in use by the Company as of the effective date of the binder. LIBERTY MUTUAL GROUP NI* Ail 9.4g (..okevr ,x0i Dexter R. Legg Edmund F. KeI ► Susan Fritchman SECRETARY PRESIDENT AUTHORIZED REPRESENTATIVE Account Executi e:Nola Benoit Underwriter: Mark Robinson Sales Office: Minneapolis InscamceVisiaa Phone: 800- 328 -0705 Binder covepub 2.9 Mir Page 1 of 2 f--r Insurance Binder �" \ Labe Date: 7/20/2009 �► Mutualue Binder No. 0003482 -003 Insured: Union Pacific Railroad Attn: Mark Rubino 4315 East Sprague Avenue Spokane Valley, WA 99212 Line of Business: Railroad Protective Liability Railroad Protective Liability TE2- 641 - 437785 -919 8/3/2009 Liberty Mutual Fire Insurance Company Railroad Protective Liability Bodily Injury & Property Damage Limit $2,000,000 Each Occurrence Aggregate Limit S6,000,000 Aggregate Designated Contractor Hap Taylor & Sons, Inc. dba Knife River % MDU Resources/Centennial Energy Holdings 1200 West Century Avenue Bismarck, ND 56506 Project: STPUS- 3846(008), Broadway & 1 -90, Broadway Rehabilitation Project, Phase 2 - Street Reconstruction & Overlay Governmental Authority: City of Spokane Valley, WA Additional Insured: City of Spokane Valley and its officers, elected officials, employees, agents and volunteers This hinder does not list endorsements that will be included on the policies. Page 2 of 2 Railroad Protective Application E -MAIL THIS APPLICATION TO: DeeAnn Hovorka Marsh, Inc. deeann.e.hovorka @marsh.com Phone: (612) 692 -7556 Fax (612) 692.7936 For: ❑ Bid 0 contract Named Insured for RRP policy (name of railroad and Union Pacific Railroad address): Attention: Mark Rubino 4315 E. Sprague Avenue Spokane Valley, WA 99212 Location of Work: Broadway &I-90 Spokane Valley, WA 99212 Contract No. & Date Signed: STPUS - 3846(008) 7/20/2009 Name of Govemment Authority Involved: City of Spokane Valley, Washington Description of Protect: Project Name Broadway Rehabilitation Project, Phase 2 Description of Work Being Done Street reconstruction & overlay Underpass or overpass? N/A Distance to highways and volume of traffic: 1000 yds from Freeway (1-90); high traffic Describe pedestrian traffic: some Is construction parallel to tracks? No, perpendicular Distance from work to right -of way: some of work is in RW Policy Period (exact dates required): August 3rd, 2009 through September 10, 2009 Limits Required: Occurrence not less than 2,000,000 per occurrence Annual Aggregate $6,000,000 during the policy period Additional Insured Endorsement needed? Union Pacific Railroad (If Yes, provide wording required) See attachment, *TRIA ($50 charge) accept or reject coverage? No Is work performed for the RR? If so, who? Performed for the City of Spokane Valley for an interest other than the RR? If so, who? Name of Contractor (your company): Hap Taylor & Sons, Inc. dba Knife River Address (your address): PO Box 2047 Coeur d' Alene, ID 83816 -2047 Limits Carried by Contractor: Occurrence Annual Aggregate Railroad Protective Application Total Cost of Contract: $508,307 and contract price or percent for construction work $27,957 (5.5% of contract) on or exposure of the railroad right -of -way: Name of railroad is exposed: Type of track(s): 0 Main Une ❑ Branch El Spur Number of tracks: 1 Number of trains daily: Number of passenger trains: Number of freight trains: Is there any shoo -fly or other available trackage? No Please explain. Who provides flagmen? Railroad Describe safety precautions: City provided traffic plan How much of the work is being done by railroad RR employees remove & replace tracks; KR installs a casing employees? undemeath, when RR does demolition. Details of such work: Wage roll of employees of railroad engaged therein? Prevailing Wage Is there any blasting? No What percentage of total job? Will any work on right -of -way be sublet? Yes Contract price: $3,900.00 To whom? Thorco, Inc. (electrical subcontractor) Distance from trackage to any excavation or trench below track foundation work: Name of person to receive Liberty invoice: Tia Timmer /Jenifer Lyda Application completed by and date completed: 7/17/2009 *TRIA stands for: Terrorism Risk Insurance Act , - I I . t'=. Cable Telephone Comcast Qwest Attn: Butch White Attn: Tyrone Taitch 1717 E. Buckeye 904 N. Columbus Spokane, WA 99207 Spokane, WA 99202 r (509) 4844907 _ (509) 455 -2713 Fax (509) 483 -9261 Fax (509) 455 -2104 Power Water Avista Utilities City of Spokane Water Division Attn: Lamont Miles Attn: Dan Kegley 1411 E. Mission 914 N. Foothills Dr. Spokane, WA 99220 -3727 Spokane, WA 99201 1 PH: (509) 495-2033 (509) 625 -7800 Fax: (509) 477 -7726 Fax (509) 625 -7816 Broadway Fancher Signal Broadway Thiennan Signal : Spokane County Signal Department WSDOT Signal Division MI Attn: Tim McIntyre Attn: Ken Heale 1026 W. Broadway 2714 N. Mayfair Spokane, WA 99260 Spokane, WA 99201 Cell: (509) 710 -5046 Ce11: (509) 991 -8405 01 . ` 1 -07.18 Public Liability and Property Damage Insurance Section 1 -07.18 is supplemented with the following: (August 7, 2006) Relations With Railroad Railroad Company, as used in the following specifications, shall be the railroad company or companies, or railway company or companies specified in these Special Provisions. The following provisions, though referring to a single Railroad Company, shall be applicable to each of the following railroad companies or railway companies: Union Pacific Railroad Protection of Railroad Property The Contractor shall exercise care in all operations and shall, at the Contractor's expense, protect the property of the Railroad Company and the Company's appurtenances, property in its custody, or persons lawfully upon its right of way, from damage, destruction, interference or injury caused by the Contractor's operations. The Contractor shall prosecute the work to not interfere with the Railroad Company or its appurtenances, or any of the Railroad Company's trains or facilities, and shall complete the work to a condition that shall not interfere with CITY OF SPOKANE VALLEY 166 GENERAL SPECIAL PROVISIONS BROADWAY REHABILITATION PROJECT - PHASE 2 BID NO. 09-036 . r or menace the integrity or safe and successful operations of the Railroad f. Company or its appurtenances, or any of the Railroad Company's trains or . . facilities. ,., ., _,, i The Contractor shall not transport equipment, machinery, or materials across the �K .. Railroad Company's tracks, except at a public crossing, without the written - y 1 ! consent of the Railroad Company. , The Contractor shall keep the right of way and ditches of the Railroad Company ,. - r . open and clean from any deposits or debris resulting from its operations. The Contractor shall be responsible for the cost to dean and restore ballast of the -s =_ Railroad Company which is disturbed or becomes fouled with dirt or materials 3 sj-. when such deposits or damage result from the Contractor's operations, except ` �; as provided elsewhere. - • The Contractor's work shall be conducted in such a manner that there will be a .1 minimum of interference with the operation of railroad traffic. The Railroad .. ,, , Company will specify what periods will be allowed the Contractor for executing e- any part of the work in which the Railroad Company's tracks will be obstructed or •,1=A made unsafe for operation of railroad traffic. In the event that an emergency occurs in connection with the work specified, the t=1::-.. Railroad Company reserves the right to do any and all work that may be : 1 - necessary to maintain railroad traffic. If the emergency is caused by the " = r Contractor, the Contractor shall pay the Railroad Company for the cost of such ,:; emergency work. = ' °`'- Protective services to protect the Railroad Company's facilities, property, • and - �' movement of its trains or engines, including railroad flagging and other devices, may be required by the Railroad Company as a result of the Contractor's = ;-. operations. =I' The nature and extent of protective services, personnel and other measures =-' ,, . required will In all cases be determined by the Railroad Company. Nothing in these specifications will limit the Railroad Company's right to determine ands s assign the number of personnel, the classes of personnel for protective services, nor other protective measures it deems necessary. When, in the opinion of the Railroad Company, the services of flaggers or security personnel are necessary for the protection of the Railroad Company's` facilities by reason of the Contractors operations, the Railroad Company will fumish such flaggers or security personnel as may be required. The Contractor - shall notify the Railroad Company a minimum of ten calendar days in advance of whenever the Contractor is about to perform work adjacent to the tracks to enable the Railroad Company to provide flagging or other protective service. x . The Railroad Company's contact is: ., Mark Rubino Union Pacific Railroad 4315 E. Sprague Ave. - ;; Spokane Valley, WA 99212 CITY OF SPOKANE VALLEY 167 GENERAL SPECIAL PROVISIONS BROADWAY REHABILITATION PROJECT — PHASE 2 BID NO. 09-036 = 7 Ph: (509) 536 -5233, Cell: (801) 499-7205 No act of the Railroad Company in supervising or approving any work shall reduce or in any way affect the liability of the Contractor for damages, expense, or cost which may result to the Railroad Company from the construction of this Contract. Unless otherwise provided, all personnel assigned by the Railroad Company, other than those engaged in performing work by the Railroad Company as listed under Construction Work by Railroad Company, will be considered protective personnel. In general, the Railroad Company will furnish protective services: a. For any excavation below the elevation of the track subgrade, if in the opinion of the Railroad Company's representative, the track or other railroad facilities may be subject to settlement or movement. For all work over or adjacent to the track lf, in the opinion of the Railroad Company's representative, said work represents a hazard to the Railroad Company. b. During any clearing, grubbing, grading, or blasting In proximity to the facilities, which in the opinion of the Railroad Company's representative, may endanger or interfere with railroad facilities or operations. c. When any of the Contractor's operations take place within or near railroad right of way and, in the opinion of the Railroad Company's representative, could endanger railroad facilities or create a hazard to railroad operations. Communications Linemen or Signalmen may be used to protect communications and signal facilities, if deemed necessary by the Railroad Company. There will be no cost to the Contractor for the railroad protective services unless such services result from the Contractor's failure to comply with the terms and conditions of its contract with the .Contracting Agency or with its Contractor's Right of Entry Agreements with the Railroad Companies. Construction Work by Railroad Company The work by the Railroad Company as described below will be performed by the Railroad Company with its own forces at no cost to the Contractor At the railroad crossing at Broadway Avenue on the West side of the Lake Rd intersection the Union Pacific Railroad crew will: 1. Remove and dispose of existing siding and spur track. 2. Furnish and install ballast, ties, rails and concrete plank crossing. All work which is performed by the Railroad Company at the Contractor's request and which is for the Contractor's benefit or convenience shall be at the Contractor's expense and the Contractor shall reimburse the Railroad Company for all costs for such work. CITY OF SPOKANE VALLEY 168 GENERAL SPECIAL PROVISIONS BROADWAY REHABILITATION PROJECT - PHASE 2 BID NO. 09-036 The Contractor shall cooperate with the Railroad Company and so conduct operations that the necessary reconstruction of its facilities and the removal of existing facilities can be accomplished without interruption of service. 1- 07.18 Insurance 1- 07.18(1) General Requirements . (May 10, 2006 APWA GSP) Delete this section in its entirety, and replace it with the following: - A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance - must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or _ issued as a • surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims - made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for -_ liability for services performed. D. The insurance polices shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, - '- - or insurance pool coverage. F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any ... cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and =� certified copy of the insurance policy(s). CITY OF SPOKANE VALLEY 169 GENERAL SPECIAL PROVISIONS BROADWAY REHABILITATION PROJECT - PHASE 2 BID NO. 09-036 ,. H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. - Railroad Protective Liability Insurance The Contractor shall protect the Railroad Company and any other railroad company occupying or using the Railroad Company's rights of way or lines of OM railroad against all Toss and damages arising from activities of the Contractor or the Contractor's forces or any of the Contractor's subcontractors or agents. The Contractor shall fumish for each Railroad Company the original and three certified copies of a Railroad Protective Liability Insurance Policy, naming the Railroad Company as the insured and providing for protection to the Railroad Company in the manner and form described in -the Railroad Protective Liability Form as set forth below. Said insurance shall be executed by a corporation qualified to write insurance in the State of Washington in form and substance satisfactory to the Railroad Company and shall be delivered to the Engineer. The Engineer will submit the insurance to the Railroad Company for its approval. The Contractor shall not enter upon or use the Railroad Company's property until notified by the Engineer of the Railroad Company's approval. The various blank sections of the Railroad Protective Liability Form shall contain the following Information: Named Insured: Union Pacific Railroad Limits of Liability: The combined single limit of the insurance company's liability under this policy to the insured shall be not less than $2,000,000 for all damages arising out of bodily injuries to or death of any person or persons and for all damages arising out of loss or destruction of or injury or damage to property in any one occurrence and $6,000,000 aggregate during the policy period. Said insurance policy executed by a corporation qualified to write the same in the State of Washington, shall be in form and substance satisfactory to the Railroad Company and shall be delivered to and approved by the Railroad Company prior to the entry upon or use of its property by the Contractor. CITY OF SPOKANE VALLEY 170 GENERAL SPECIAL PROVISIONS BROADWAY REHABILITATION PROJECT - PHASE 2 BID NO. 09-036 All insurance specified above shall be carried until the physical completion date of the contract as described in Section 1-08.5 except as stated herein. When all the work involving construction activities within or immediately adjacent to the railroad right of way is completed, the Contractor may make a written request to the Engineer to be relieved of the responsibility to continue all or part of the insurance specified above. If the Engineer deems the portion of the work in that area is complete, the Engineer may approve the Contractor's request However, If for any reason the Contractor resumes or starts any new work in that area (including being ordered to do so by the Engineer), the insurance shall be reinstated by the Contractor before the work is started. If the insurance must be reinstated because of the Contractor's operations or failure of the Contractor to perform all the contract requirements, the costs shall be the responsibility of the Contractor. If the insurance must be reinstated because of changes to the contract, the costs will be considered in accordance with Section 1 -04.4. _ Commercial General Liability Insurance A certificate of insurance providing proof of said Insurance, executed by a corporation qualified to write the same in the State of Washington, in form and substance satisfactory to the Railroad Company, shall be delivered to and approved by the Railroad Company prior to the entry upon or use of the Railroad Company's property by the Contractor. (august 7, 2006) Contractor's Right of Entry and Insurance Requirements - UPRR . No work shall commence within Union Pacific Railroad right of way until the Contractor has executed, delivered, and received in return the fully executed Contractor's Right -of -Entry Agreement from Union Pacific Railroad, and has obtained all of the insurance required by the Railroad. All work within Union Pacific Railroad's right of way shall be in accordance with the Contractor's Right of Entry Agreement -� - (See Appendixes). The Contractor, its subcontractors or agents, shall at its own expense, obtain and --= maintain in force ail insurance required by Union Pacific Railroad until the completion date of the contract as described In Section 1-08.5 except as stated herein. When all the work involving construction activities within or immediately adjacent to the railroad right of way is completed, the Contractor may make a written request to the Engineer to be relieved of the responsibility to continue the insurance required by Union Pacific Railroad. if the Engineer deems the portion of the work in that area is complete, the Engineer may approve the Contractor's request. However, if for any reason the Contractor resumes or starts any new work in that area (including being ordered to do so by the Engineer), the insurance shall be reinstated by the Contractor before the work is started. If the insurance must be reinstated because of the Contractors activities or failure of the Contractor to perform all the contract requirements, the costs shall be the responsibility of the Contractor. If the insurance must be reinstated because of changes to the contract, the costs will be considered in accordance with Section 1 -04.4. CITY OF SPOKANE VALLEY 171 GENERAL. SPECIAL PROVISIONS BROADWAY REHABILITATION PROJECT - PHASE 2 BID NO. 09-036 1- 07.18(2) Additional Insured (May 10, 2006 APWA GSP) All insurance policies, with the exception of Professional Liability and Workers II Compensation, shall name the following listed entities as additional insured(s): • - the Contracting Agency and its officers, elected officials, employees, agents, - and volunteers The above -listed entities shall be additional insured(s) for the full available limits of liability rnaintslined by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1 07.18(3) Subcontractors (May 10, 2006 APWA GSP) - Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1 07.18(4) Evidence of Insurance (June 17, 2008 COSV) The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein __ when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACCORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACCORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. The certificate(s) shall not contain the following or similar wording regarding cancellation notification to the Contracting Agency: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company." The Certificate(s) shall be subject to the approval of the City of Spokane Valley Public Works Director. CITY OF SPOKANE VALLEY 172 GENERAL SPECIAL PROVISIONS BROADWAY REHABILITATION PROJECT- PHASE 2 BID NO. 09-036 • 1- 07.18(5) Coverage and Limits — (May 10, 2006 APWA GSP) The insurance shall provide the ''minimum coverage and limits set forth below. Providing — coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim — payments falling within the deductible shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability (June 17, 2008 COSY) A policy of Commercial General Liability Insurance, including: — Per project aggregate Premises/Operations Liability Products/Completed Operations— for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap/Employcrs' Liability Explosion, Collapse, or Underground Property Damage (XCU) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate — $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability S1,000,000 Each Accident 51,000,000 Disease - Policy Limit S1,000,000 Disease - Each Employee 1- 07.18(5)B Automobile Liability _ (May 10, 2006 APWA GSP) Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit CITY OF SPOKANE VALLEY 173 GENERAL SPECIAL PROVISIONS BROADWAY REHABILITATION PROJECT - PHASE 2 BID NO. 09-036 1- 07.18(5)C Workers' Compensation II (May 10, 2006 APWA GSP) The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1 -07.22 Use of Explosives (June 17, 2008 COSV GSP) Delete this section and replace with the following: Blasting is not allowed on City of Spokane Valley public works projects. Rock excavation shall be accomplished by other methods. 1 -07.23 Public Convenience and Safety 1- 07.23(1) Construction Under Traffic . (December 1, 2008) Section 1- 07.23(2) is supplemented with the following: Pedestrian Control and Protection If no alternative is proposed within the contract plans, all existing pedestrian routes and access points within the project limits, including sidewalks and crosswalks, shall remain open and clear at all times. The Contractor may propose Traffic Control Plans (TCP's) that comply with the MUTCD, ADA requirements, and these Specifications. Contractor proposed TCP's detailing the alternative accessible pedestrian route shall be approved by the Engineer prior to implementation. The plans will either be returned for correction, approved as noted, or approved for use by the end of a 10-day review period. Each time the plan is returned for correction, an additional 10-day review period may be necessary. When the Engineer allows work areas to encroach upon a sidewalk or crosswalk area, and minimum clear width of 48- inches cannot be maintained for pedestrian use, an alternative accessible pedestrian route shall be provided. Separation of pedestrians from the work area and vehicular traffic is required. Protective barricades, fencing, and bridges, together with warning and guidance devices and signs, shall be utilized so that the passageway for pedestrians is safe, well defined and accessible. Whenever pedestrian walkways are provided across excavations, they shall be provided with suitable handrails. Foot bridges shall be safe, strong, and free of bounce and sway, have a slip resistant coating, and be free of cracks, holes and irregularities that could cause tripping. Ramps, with a maximum slope of 8.3 %, shall be provided at the entrance and exit of all raised CITY OF SPOKANE VALLEY 174 GENERAL SPECIAL PROVISIONS BROADWAY REHABILITATION PROJECT - PHASE 2 BID NO. 09-036 .. , ', • • :: ., .--.. I 1 Im ' • 'br,- , .1 -- 1 j.:.. ... - 7 ;; it 6 . "'I - ; - ' ' e - :i. it _ ..•, ... '`. , , • • , • . • f• :.,Z , •,:rt - •,-, - ., , - i'i.`" ' =4 T g, • ; - .- • ...,,', 4 ?..: . ',..,( ' c k`,..., -.: -4- • 1 -..- :: Z.,-._ P cr. • .., V" ,, :.'.1- ..-,..,-.._ .-,...... , ,,.. 4. 1 ,'''' ' - - 4 , r - ; ..1 fl. x .-s ,-.--- ,.. -...• .. illiliffiliiiilii* • , c, :: .... - • a' 117,11 *i : fr'...=:5 , 1? e. , 7: - %n .. ..' ,- 5, - ...! . x.:, , t , ... 1 .5.,po. , - :, 'i : :„..:,..!: i::: :....., , ',i• ....„;,,,, _II ra %., 5 • • ..; ''. ;.';:.:.- L:,•fk-:-..- - .. ,,,.„.._•,:-... :714-*4k,•:‘-iz:Sip5-:-1.,, 3,...., , , :;:...%t•"-*`.4 0, 4F , e4T;',' -...: • :.1.1%;•.... am.1.: . 7. 7..•q4 . . . . . . . • -,•••,-' r ,,,_ 1 _". i." - .. , -, ;-• • ,,ft, IR •=. ..:1 ., . .L. , .z..--....... • : t z.- t , '.;" „' 1 ■14 ■1 1-■;'. •• ■711:011i* - • ":. :2,1e-A-t:ii...' ........,-.•:+: ..,,,, ;,.„ ' „.._, .,..4 ;,..-. ..1, ,.. .k.' ,..., • - : 1.: Pr "PrT.'":,j't-,:-PVC4;:+':_iit4',.-g'I'S?..-:'• :1 ...i.. ,t ...-4 Z: k il- 7 i 4 1 lilt; . 1 ,.... , .......,, --t !.-c;,-5; 174- - T - , - ,q . 1::.. ii i4..-,. - r,;,r'.., 1 ,.,,,,,,,...-:.- i_..0_ !, „:. "F ;.:'_? %,..?-, --', :,.. :411 ,I . Ltt:. ;41.,-:...,.i...0 .., . .... i ,..,...,: 6: .., _ ..i..V.,x isri. .' V: c-'''.- . ..4.•-s • 5 4 ,-, ...4 li. -• .k. 1 ..t ' Q . .. • • r'`''', ......_ , ...... _..!..... - ..._- -.....- ''., .4 ... .._. ..., . - ._ ;M ill -,,:+14e ,t,,,, .-: -. ,....- ,--. ... • .. . ,,,, , ..;.,„ ...,,,,,,,, . . r. :. , , 9,.. - .-,,,, , .,, .., , ,. I; ,,,. -•„.,- , .,.., , -_,,. - ;.,....,•,, .. ... • ...i T , , . 4 si,,,,A4:".: a •ir.,,.... ......, s -:_li., ,• 1.,,I, J ., ...,,,,,,,,,,:/•,,-, , .. 4,, _ _ , ..__ ;14 . , . . , ': • 7 .. .. , alt-k , i.,7-''. 4 .rrp• - • ..:-- -.4*-7- zr. .. a ! .-;;.;,.'.;.• , 4•1 .1,7 „I. 1, r r-......,- .4.:Atc. . , ..., _ v..., ,_ •• . . .....,, . ._ . , ..! , , 1,... .i' or ,,e.1--Aur ...a.;,-,..,, u L T , . .;, i ... , • , ..,. r. ..:• - •• . ..., 1. :. fr.. : ' :---,:,., ■ T, ,irlifil . ..,1 , :i" . :'_i:t.';'47`. - :... i, si"i';': 7,1 !::Ti . '.7, ?=! 1 ....- S .:--:(' '- '4 i ''''''' '' '‘'• '''' It 'd' " '" ''.- filnlaggi E§TMW .-..,- MAY& -- - ' Ili ;,1311011 .,, ,,,, ralt , , - '...., • -,'":: .1 = .....1.,,...._,,, ,...,)4,...• . ,... .... 4 ' , .,.....-: ...._. • - , .„.- .....; ,„..1 .. ...,...4 ...... .- ,-,-. .,..,&';'.., - - ,...- 4 ".. - ' - ...',-,* r..4 :, !';', . .,,, ...; -; 1 f; i. If, F,',,,.1!).L. 1.*„.0,1 .,,, ■ :',..:re. lia ,13 1_ , It! '7, .. ; ,15;1,:.....? tr ..=.., ! ., , 0 . 1 ..:,...] .4, ..- : -,.. 4 ,,,,,, --.......! .1.... - r.. ,..■ , , ...,,,.•,.. , ...F.:Ytry.Y.,..Neho...4.,.••• 1, t,.. • ' y , , ,,, ;1-- , ( 1 :•; ,'•• • , . , . • '. • • .._ _ . - I ' .... -, • "if ,'-i ,- . ., -174, ..... 4 3 . - • , .,,..L.: I , il % t - ...,' '..: f ' ' ...?4, r. r;-..:-:; '''Zf' '::1414. ..:.-4 ' :- - ,-.2..r:,,,,z,t1.8::::;;A,-.1;.. ......‘. • • • . =': 7 ..... • •,. • - --:. - - ''' --,,,,,,, _ ........ ,.. , .•,. _.,..• .: ,? ' . 3. . , • • , ci• - -- .1 • .• - , - ." - ... -- ..;614. - ,..),:•,... r 1 r...;:. r;1`;....i' ., • ...,■., . ,.1„-. ,-... i i i • , 1. , .„. . ,- ,r :.- , 1....' 'f . .s. ,. , .. , - ,9 ', „..,.: 1 .-.., • I ,... ,- v -..:,..ii: : k --;:-. -',..- ,--,.-- - :• • -„,.. - -..1. - --. , i, ;. "::';' • 1 ' . f '''' ''' " ' L .: ..f-,,,. . ., ,'" ' ',:. .;:: ' - --- •-• ':-.. Ps , ..; i ,c, , . ,-.11Mi laillintiallW P :i - • ,c•re. ..yi :•i:,,,;.-..,.. ' "--. L',......- +: „ , •:- . .■.,"'. - :',T, .....f • • '..Vit ';' •?......; 4..,!..t, 1 '.• r...: 1..4 .:.....v...----....u.:±...1 - 4 :', ... . 4 . El -4. • , i 1 .„' • t PI 1 1.1 1 • 2 ...... 1;15:57 t ' rr _:::_,- .. ',..- 1111911g111§111MilliMMIlitti6W-* Tr. le fit -„'.• - 'I ADYEATtS#MENTfOR 8lOS 1he City afS��ane lialley, In ac- CIIY Qf SPOiUNE VALL�Y �rdance with Tftte VI of tfie Chrii P08UC WOAIa �EPARTMp1T ��i�Itts Ast of 1�9G4� 78 Sta� 2�Z, 42 BIC t1�038 BR�A�WAY U.S .C. 20�0� to 2��-4 attd Title 49� QEHA81UYA1i0li P�OIECT Pit�S� C�de ofi Federat Reg�lat[Ans, O�part- Nottc� �s hereby given t�at the met�t oi Tren�par�tion, snl�itle Of. Q�1 0� $�AB �BuE'�� �S11�1t�0i1, �(C@ 6} tit8 $�ly� F81� fIQ�- w�ll eceept s@8�@d bids fat t11a 8�48d- ��mination 'rR fedetalP� a�si�d tt�r�y Rehsbiiit�an Project Pdase 2. programs �i the Qepa�tment of Trans- The p�oject cons�ts af road partat�on �s�l �urst�ar� to s�h f�f resuri�in�; amtm drain cartstnldron; ���y n��s a I 6idders thet it �ril� sidewei� and aufi� replaceme�t; and ���tivaiy insure it�t in any aon- essod�t�d worf� tract erte�d iMo purs�ant to tAi� ad- Copl�s of the bid �acicei ir�luding ver�sement, minoti�6;�siness �ber; speclfisetions and ptarFS cen �e ab- pris�s will not dl�iminat�d tart�cl at the of flce of �h8 Cily of S�a- against oa the gmunds a� ra�e, cotot kane VeUey Pubfic Vl�tks Qepattm�rit, or na�io�l odgin in �nsid�ratt�n tor ai IIa07 E, Spregue A�e�u�, Su'�e an awacd. 34�, Sqokan� Valley� WA 99206-6124, Christfne Bainb�ldge, CM� Mondaq tht�u�h Friday imm 8:00 a.m. Spoke�e Velley C�t Ct�rk �0 5:00 p,m. noMte#undeble ams�nt p��gHp lane 19 and lune 26, 2009 '"Federal Tax ID No. 68-061 T327 of �.00 �s requrrad cop►es af the �sRYSBbo bid packet inr�uding speciflc�rtt�ans qr�rIDAVIT OF PUBLICATION and plens may be o�ined in POF fa�- mat an a compaat d(sc at rro cha�ge. All bids m��t �e a�m n{ed by STATE OF WASHINGTON a bid d�posit in ths torm c�a su�ty County of Spokane� ss. trnnd, po�al rttor�ey order, �ash, cas�- ie�s checlr, or c�rti�led' ch�k In an amauM �qus� ta five percent �bX) Name: City of Spokane Valiey Acct: 42365 af the ampunt af ihe b�d pm�pos�. Fa�ure #a furnish a bfd 6artd in c�mplf- P.�., 'No. Lines: 80 an,� wiii� tbe C�s� bid depoan surelly 1�..�1 fonn �haU maka me bie �n-t�sponsiva attQ �ause the bid to Total Cost: 682.60 Log No: SR18850 be �ejeacad. ei�s mu� �e su6mit� in sealed Debora L Winters envelapes addre�si to �e Cit�t Clerft ofitha C�y oi Spol�ne Yail�y, �110� E, do solemnly swear that I am the Principal Clerk of the SPOKESMAN- Sprogus AYC�tt�, 5utte 106, Spat�ne REVIEW, a newspaper established and regula�ly published� once Vall�, Wast�tngton, 9�06, �n� �,ch day� in the English language, in and of general circulation in the r,eiv�i n�t lat�rthan li�fl am. P�'�� Ci of S okane, Spokane Coun Washin on; and in the C of Fri�y, Jutp �0, ZqQe. B� �enings �Y P h/� 9� �Y wiil be held imme�;ateiy �heteafter Coeur d'Alene, Kootenai County, idaho; that said newrspaper has and tead a�aud in the �i� CQUr�il been� so established and regula�y published and has had said .general Chamb�rs, SufC� 101. The C,ty n�#ain� circulation continuousl for more than six 6 months rior to �e 23rd the rfi�tit to r�I�cf any �n�,�ll b��s an0 Y O P to yv��ve mirt�r icragutaMies irr tf� day of July, 1941; that said newspaper is printed in an office dtddi� prr� maintained at its place of publication in the Cit�r of Spokane, �e Ci� at Spokane Valc�y r�- vyashington; �that said newspaper was approved and designated as a �erves #he r�gfit ta wa'ne aay irr�gular- �e al news a er b order of the Su erior Court of the State of i�ies ar inionnali�i�s artd to �e�ec# anf► 9 P P Y P 0r all bids. [�o bidda� maY +�hdrs�l Washington for Spokane County on the 23rd day of July, 1941, and his bld after the time an�aunced �or that said order has not been revoked and is in full force and effect; ths bid o�ening, or t�ta�e th� awa�d that the notice attached hereto and which Is a part af the proof of and ei�ecutlan of th� c�r�ra� �n�� the awaN Is del�l fn� a p�r�od �c• publication� was published in said newspaper, two time(s), the ,�eding_s�ty t6�) a�. publication having been made once each time on the following dates: June 19, 26, 2009 That said notice was published in the regular and entire issue of every number of the paper during the period of time of publication, and that the notice was p�bli hed in the newspaper proper and not in a �t M N supplement. Q► �o t�` �;f� Q 9 Y�N 9 Subscribed and sworn to before me at the C' of S okane, this 26th i o �n'TAR �v p day of June, 2009 p u HL�� Notary R�blic in an or th� St� of Washington� W�`� residing in Spokane County, Washington �P��y r r sunE�o� ��ou��r o� ��s�nr��o� Fo� ��o� cou�r In the �vlat�er of ��EItTISEMEi�fi �lI]S 1��, Publi� V1�vrks I]�p�rtment Bid 09-03� Broadway Rehabilita�zon �'�roject -�'hase 2 AFFIDAVIT C�F PUB�ISHIl�IG City of Spokane Valley 1��TTCE STATE QF VYASHINGTON �ss. Coun�y of Spc�kane MIC�AEL RUFFMAI� beir� #ir� t duly swom on oath deposes.a�d says that he is the of'�'he Spakane Valle.y��I�rald,a weekly.newsgaper. Thatsa�d newspapez.is a legal�ewspap�erand itisnow andhas beenfor mar�tl�an six manths prior tn the date t�f t�►e pubiicat�on hereinaFbe�t referr�d bo, publis.hed in the Engtish language cantinu�illy as a weekly newspAper in S�okaz�e Enunhy,lrYashingk�� and i� is sww and duri�tg all of said tin�e was printed in an of�ice maintair�ed at k�te aforesaid plaee of publication� of said n�wspaper, which said newspap�r had been approvecl as a legal newspaper by order oF the Superior Cau.rt �f t�e �Stabe nt Washitrgt�n in and [or Spokame Cotu�ty. 'T�rat #he �o�lowing is a txue cop�► af a�public notice as it was ptiblished "ut regtilar �ssues cammencingon the 19�i �ia� ca Tune. 24�9� andending-the 2bth�� af Tu��. 20Q�all da#�►inc� �,and that such newspaper was reguLaxly �Stributett. ta its suh�ers during all af eaid peri�d: AD�t FCI� �IiAB PY9 �I.iC W� O�PqA�T�' BRa�,awa,r B ��c�, �a�c�r f ��'TBS�CI�B�.�xtd 5'W'�Rh�T to before rne i�tica tt�iy �Iwerf 1lfat Ifis �"��t �1 �pokk�� �1.15 ��1� C�� V Of �1.111�, V�It�`� W68 IAA, W1��44�!'�t� M86'�0} k State af W ashir►gton rn�a�;�or ��m ca�t� �w�� m� Cvunty of Spokan� and �d wa�c,. C,�opfi� a! ti� k�d pa�a�►�pr�4�,�l�g�il�r�rt� and�ns�rlt��a�atr�t� �a+r��y I�c�rtify thaE I knd�v orhave sakis#actoFy evidence that aR r� 'Vl�i�yy i�+.�lo +�r�C+ �rrrt,. e� t�� �u� av s„� s� Michae! �uff�nan is the p�rson who appeared before v����w��f��nd�yt�►���r-�y� rn� and sai.�i erson acknovvl�d d tliak he si ed t��n g�a,�,,. m �a �n.+�u"�a� RA P S� �m��.a�.►�� cs�s� p� this instrument and ael�tov+vledged i t to be his free i� �p�',,���5��'o'n"'�.�'�y�, and valtxrita�ry act far the u�s and purposes men- g �b•. t�:�, r o tiQR�C� 7.17. S�L11I't�xl�. II i�d� ml�� ba� �+bb��'�I'� $�l��d�sl� t� fs� t�+e�tarfrt�i�"suR�yt►t�'ida pos�l r�lon�pt�'r, Qrl� �!r r� a�� �a_�h�k� �tt'.t�9Ri�ted tn �en o �mounee��l.t�th+sp�t�r�e(595}vilts��.tn S all�I�tl�tlptb�qEl. �.9�luk9tio�fnlll�s�di'� ���•tiCr t� �n �P���a4ltntd tlm G �btt Ol�i'te V�V�'111� �u,ae� ,m����-,r� ��`�;'•�.'•qy Ti�ie• ot�ary Pub�ic ����ir �V�S��� �Y pPo�n�en.t e5cpir�s: 5-16-11 ���tu� �na .N�ileyh, 117►� u� AUeni�, Sufte 1'�, V�fIeY� 4�ngton, se��Q6� �hd n �ld �np�ln� ►r�l� a�� lt�s .�a! �d �I�Ud �n !no Q1ly Caun�# S�te 101. '1'hla�l ,�reteFn� �e I�f� r� �n�r a� �Il bkL� nr�d� wa�va Rt3!lfD�'UTegu��tfl[�s�N� bl�lfrf�pro�i+3a 1 50� iiy af $Pnl�eq� r�a ��irt ar �u�� �r �ht� $rw �k anY ar•�p I�s. h�n kd�ar'� '�i#�w �at� gid �er Iliv ttntQ an�a�ta�4 #cr tt� i�l o�n9t�9�' v� t�t�a Ih� �y,� arrd'��rtkat� ot t#te �,unt� th� awerd FaF F�Qd s �itt� ��'V�1 c�#a� s�a�'U�l� 7'8 �1 a� u.s.a� ro� s��� a�, C� 41, FBi�� ��►1iiG718, {,�p�11f�14fIS 0� "rral�pa�lo�.� a�1.0lliee�fthe54are�a�, �art21, �Kl�in+h+albts tR Fe�'$raffy a�tstat3 I ptag►a�s oi the �t srr 7i�agpo�tal�1 I�s+u�# p u�a�t trs suc� A�tf, �;Br�by, itq�}Il�e� a�i bltlltl�l6 !hB# d1 qril! �tfifrf�}�1�► 11'4�u�o in u�y��anlren'� ent�od Fnta ���nta�i! t� �'rta ��+�t��nf� tr►krnr# �w�k�e �rrbel�li�es 'wlA nta� be.dlsal`�'rr31 �t�ai t� Ih i�l'�i�; C�1ot' i4r �1 aYlj�ih tA�t�frA11R7� '�IIf i�� ���Q�