Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
24-150.00CameronReillyIndianaAvePreservationPhase1
Contract No. 24-150 CONSTRUCTION AGREEMENT Cameron Reilly,LLC 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<name of Contractor>,("Contractor") jointly referred to as the"Parties". 1N 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 Iabor,supervision,tools,materials, supplies,and equipment and other items necessary for the construction and completion of Indiana Avenue Preservation-Phase 1 (the"Work") in accordance with the Scope of Work outlined 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 to the City's satisfaction, provided for in the Contract Documents, within the time limits prescribed in the Contract Documents. The City Manager or designee shall administer and be the primary contact for Contractor. Upon notice from City,Contractor shall promptly commence work,complete the same in a timely manner,and cure any failure in performance under this Agreement. Unless otherwise directed by City, all work shall be performed in conformance with the Contract Documents, and all City, state, and federal standards, codes, ordinances, regulations, and laws as now existing or as may be adopted or amended. 2. Time for Performance. 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$1.000 per day. These liquidated damages are not a penalty, but are fixed and agreed upon by and between Contractor and City because of the impracticability and difficulty of fixing and ascertaining the actual damages that City would sustain in the event that the Work is not completed in accordance with the Contract Documents. Liquidated damages may be retained by City and deducted from payments otherwise due to the Contractor. 4. Compensation. In consideration of Contractor performing the Work, City agrees to pay Contractor in accordance with the Contract Documents the sum of$ 1,220,901.00, plus applicable Washington State Sales Tax, based on the bid submitted by Contractor (Exhibit B), and as may be adjusted in accordance with the Contract Documents. City of Spokane Valley C-I Contract Documents Indiana Ave Preservation-Phase 1 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: Marci Patterson,City Clerk Name: Mike Reilly-President Phone:(509)720-5000 Phone:509-466-5555 Address: 10210 East Sprague Avenue Address:309 N. Park Rd Spokane Valley,WA 99206 Spokane Valley,WA 9912 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 Reaardinz Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A. By executing this Agreement, the Contractor 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 City of Spokane Valley C-2 Contract Documents Indiana Ave Preservation-Phase I Washington State Department of Labor and Industries("L&I"). If employing labor in a class not shown, Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. Contractor shall provide a copy of any such determinations to City. Before commencing, during, and upon completion of the work, Contractor shall file all forms and pay all fees required by L&I and shall indemnify and hold City harmless from any claims related to its failure to comply with chapter 39.12 RCW. The following information is provided pursuant to RCW 39.12.030: 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://lni.wa.gov/licensing-permits/public-works-projects/prevail ing-wage-rates/ 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 Community&Public Works Department located at 10210 East Sprague Avenue, Spokane Valley, WA 99206. Upon request, City will mail a hard copy of the applicable prevailing wages for this project. 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. City of Spokane Valley C-3 Contract Documents Indiana Ave Preservation-Phase I 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 10% of the Agreement amount in lieu of providing the City with a payment bond and a performance bond,pursuant to RCW 39.08.010(3). 16. Insurance. Contractor shall procure and maintain insurance, as required in this Section, without interruption from commencement of the Contractor's work through the term of the Contract and for 30 days after the physical completion date,unless otherwise indicated herein. 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 at least as broad as Insurance Services Office(ISO) form CA 00 01. 2.Commercial general liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations for a period of three years following substantial completion of the work for the benefit of the City, personal injury and advertising injury,and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an endorsement providing at least as broad coverage. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the 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 at least as broad 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 $2,000,000 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. City of Spokane Valley C-4 Contract Documents Indiana Ave Preservation-Phase I 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 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.No Limitation. The Contractor's maintenance of insurance,its scope of coverage,and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance,or otherwise limit the City's recourse to any remedy available at law or in equity. E.Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.Best rating of not less than A:VII. F. 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. G. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract,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 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 City on demand,or at the sole discretion of the City, offset against funds due Contractor from the City. H. Subcontractor Insurance. Contractor shall cause each and every subcontractor to provide insurance coverage that complies with all applicable requirements of Contractor-provided insurance as set forth herein, except Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by subcontractors. Contractor shall ensure that the City is an additional insured on each subcontractor's Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 3710 01 for completed operations. 17. Indemnification and Hold Harmless. Contractor shall defend, indemnify and hold the City, its officers,officials,employees and volunteers harmless from any and all claims,injuries,damages,losses or suits including attorney fees,arising out of or in connection with the performance of this Agreement,except for injuries and damages caused by the sole negligence of the City. City of Spokane Valley C-5 Contract Documents Indiana Ave Preservation-Phase 1 However, should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers,the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance,Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 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. Costs and Attorney's Fees. The prevailing party in any litigation or arbitration arising out of this Agreement shall be entitled to its attorney's fees and costs of such litigation(including expert witness fees). 23.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. 24. Jurisdiction and Venue. This Agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County,State of Washington. 25.Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties and supersedes any prior oral or written agreements. This Agreement may not be changed, modified, or altered except in writing signed by the Parties. 26.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, City of Spokane Valley C-6 Contract Documents Indiana Ave Preservation-Phase 1 accepted,or granted a present or future gift,favor,service,or other thing of value from any person with an interest in this Agreement. 27. 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. 28. Assurance of Compliance with Applicable Federal Law. During the performance of this Agreement, the Contractor,for itself,its assignees,and successors in interest agrees as follows: A. Compliance with Regulations. Contractor shall comply with the federal laws set forth in subsection G, below("Pertinent Non-Discrimination Authorities") relative to non-discrimination in federally-assisted programs as adopted or amended from time-to-time, which are herein incorporated by reference and made a part of this Agreement. B. Non-discrimination. Contractor,with regard to the work performed by it during this Agreement, shall not discriminate on the grounds of race,color,or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. Contractor shall not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations, either by competitive bidding, or negotiation made by Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment,each potential subcontractor or supplier shall be notified by Contractor of Contractor's obligations under this Agreement and the Acts and the Regulations relative to non-discrimination on the grounds of race,color,or national origin. D. Information and Reports. Contractor shall provide all information and reports required by the Acts,the regulations, and directives issued pursuant thereto, and shall permit access to its books, records,accounts,other sources of information,and its facilities as may be determined by the City or the WSDOT to be pertinent to ascertain compliance with such Acts,regulations,and instructions. Where any information required of Contractor is in the exclusive possession of another who fails or refuses to furnish the information, Contractor shall so certify to the City or the WSDOT, as appropriate,and shall set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance. In the event of a Contractor's noncompliance with the non- discrimination provisions of this Agreement,the City will impose such contract sanctions as it or the WSDOT may determine to be appropriate,including,but not limited to: 1. Withholding payments to Contractor under the Agreement until Contractor complies; and/or 2. Cancelling,terminating, or suspending the Agreement,in whole or in part. F. Incorporation of Provisions. Contractor shall include the provisions of paragraphs of these Contract Clauses in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, regulations and directives issued pursuant thereto. Contractor shall take action with respect to any subcontract or procurement as the City or the WSDOT may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided,that if Contractor becomes involved in, or is threatened with litigation City of Spokane Valley C-7 Contract Documents Indiana Ave Preservation-Phase I by a subcontractor or supplier because of such direction,Contractor may request that the City enter into any litigation to protect the interests of the City. In addition,Contractor may request the United States to enter into the litigation to protect the interests of the United States. G. Pertinent Non-Discrimination Authorities: During the performance of this Agreement, the Contractor agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Title VI of the Civil Rights Act of 1964(42 U.S.C. §2000d et seq.,78 stat.252),(prohibits discrimination on the basis of race,color,national origin);and 49 CFR Part 21;and 49 Part 26; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. §4601),(prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Federal-Aid Highway Act of 1973,(23 U.S.C. §324 et seq.),(prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. §794 et seq.), as amended, (prohibits discrimination on the basis of disability);and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. §6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 U.S.C. §471, Section 47123), as amended,(prohibits discrimination based on race,creed,color,national origin,or sex); The Civil Rights Restoration Act of 1987,(PL 100-209), (Broadened the scope,coverage and applicability of Title VI of the Civil Rights Act of 1964,The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973,by expanding the definition of the terms"programs or activities"to include all of the programs or activities of the Federal- aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities,public and private transportation systems,places of public accommodation,and certain testing entities(42 U.S.C. §§12131- 12189)as implemented by Department of Transportation regulations at 49 C.F.R.parts 37 and 38; The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. §47123) (prohibits discrimination on the basis of race,color,national origin,and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; City of Spokane Valley C-8 Contract Documents Indiana Ave Preservation-Phase 1 Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency(LEP). To ensure compliance with Title VI,you must take reasonable steps to ensure that LEP persons have meaningful access to your programs(70 Fed.Reg.at 74087 to 74100);and Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities(20 U.S.C.§1681 et seq.). 29.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. 30. Exhibits. Exhibits attached and incorporated into this Agreement are: A. Scope of Work B. Cost Statement C. Insurance Endorsements D.Performance and Payment Bond The Parties have executed this Agreement this z 974 day of -4 r , 20 Z V. CITY OF SPOKANE VALLEY: Contractor: %1 11A J Hohman,City Manager By: Mike Reilly-President Its: Authorized Representative APPRQQVED A O FORM: / J ffi e, f t e City ttorney City of Spokane Valley C-9 Contract Documents Indiana Ave Preservation-Phase I Exhibit A—Scope of Work The Indiana Avenue Preservation-Phase 1 project includes curb ramp replacement,pavement grind and overlay and ITS infrastructure;and other related work all in accordance with the Contract Documents consisting of: • Bid Proposal • Contract Plans and Provisions • WSDOT Standard Specifications for Road,Bridge and Municipal Construction • Standard Plans • Addenda • Certifications and Affidavits • Supplemental Agreements • Change Orders City of Spokane Valley C-10 Contract Documents Indiana Ave Preservation-Phase 1 BIDDERS PACKET Indiana Avenue Preservation-Phase l Capital Improvement Project No.: 0362 BID PROPOSAL CHECKLIST This Checklist and the documents listed below constitute a complete Bid Proposal. Failure to execute any of the following documents, or any addition, condition or limitation in writing to the form of the bid, not explicitly invited in the Bid Documents or Specifications may become cause for rejection of the bid as irregular. The BIDDER shall check each respective box indicating inclusion of each item: [V( Bid Proposal Checklist [ Proposal Form [ Contractor Certification of Wage Law Compliance— Responsibility Criteria [ Contractor's Administrative information [ Bidder Qualification Statement 1[ -/ Proposal for Incorporating Recycled Materials into the Project [ _ Local Agency Subcontractor List [A' Bid Deposit Form [ Bid Deposit Surety Bond Form (Use only if submitting Bond for Bid Deposit) t Representations and Certifications The above forms have been inserted in a sealed envelope, properly identified and delivered at the place and time described in the Notice to Contractors form. Signature: XeZ, Date: 7/26/24 Title: President Company: Cameron Reilly, LLC City of Spokane Valley I Bid Proposal Documents Indiana Ave Preservation-Phase I • PROPOSAL FORM PROJECT NUMBER: 0362 PROJECT TITLE: Indiana Avenue Preservation-Phase 1 NAME OF FIRM SUBMITTING BID: Cameron Reilly, LLC 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 by checking the box(es): ® I ❑ 2 ❑ 3 ❑4 ❑ 5 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 contract shall be completed in thirty (30) working days from the date of commencement. BID IS NOT ELIGIBLE FOR CONTRACTOR'S BOND ELECTION to withhold 50% retainage in lieu of furnishing a Contractor's Bond(Payment and Performance Bonds). FREIGHT: Bid price(s)to include all freight costs to the job site. SCHEDULES: A Bidder must complete all the schedules or his bid will be rejected as non-responsive. The undersigned hereby certifies that (he/they) (has/have) personally examined the location and construction details of work as outlined on the plans and specifications for the above project and (has/have) read thoroughly and understands the plans, specifications, and contract governing the work embraced in this improvement and the method by which payment will be made for said work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with said plans, specifications, and contract in accordance with the unit prices provided below. The Bidder, to be considered responsible, shall provide in legible figures (not words) hand written in ink or typed,a unit price(except Lump Sum items) and total for each of the items shown on the following schedules: City of Spokane Valley 2 Bid Proposal Documents Indiana Ave Preservation-Phase I ADDENDUM#1 BID SCHEDULE Note: All work is subject to Retail Sales Tax (Rule 170), see Section 1-07.2(2)of the Special Provisions. Item Description Unit Quantity Unit Price Total loll MINOR CHANGE I-04.4(1)SP CAI C. I CALCULATED S 25.000.00 101 CONSTRUCTION SURVEYING 1.05.4 SP L.S. I LUMP SUM S 55()�,t 102 SPCC PLAN 1-07 SP L.S. I LUMP SUM S 75Z).00 103 MOBILIZATION 1-09.7 SP L.S. I LUMP SUM S /0 5‘,e 00104 PROJECT TEMPORARY TRAFFIC 1.10 SP L.S. I LUMP SUM $ G) )lC),00 CONTROL •i `'p 105 PORTABLE CHANGEABLE MESSAGE SIGN 1-10 SP HR 1,680 S 6, 00 $ /O 0 SC)J 1 ' 106 WORK ZONE SAFETY CONTINGENCY I-10 SP EST. I ESTIMATED S 20,000.00 107 DOCUMENTATION COMPLIANCE I-11 SP CALC. 1 CALCULATED $ 10,000.00 108 REMOVE CEMENT CONC.CURB 2-02 SP L.F. 10 S ..57.), 0 S ,5 ), on 109 REMOVE CEMENT CONCRETE MEDIAN 2-02 SP SY 560 $ $ i CURB AND ISLAND I�(��� 4)�/OC r t'.," 110 POTHOLE UTILITY 2-02 SP EACH 2 S 67),Or7 $ I,3o0,C)7 Ill ROADWAY EXCAVATION INCL.HAUL 2-03 SP C.Y. 2,600 S J f 100 $ M&CY),1!) 112 TRENCH FENCE SAFETY COMPLIANCE 2-09 SP CALC. I CALCULATED S (1.00) 1 1 i CRUSHED SURFACING TOP COURSE.6 IN. 4-04 SP SY. 5,500 S ) $ r7 7 > DEPTH ��•�� /�`7:Z Cn 114 HMA CL.3/8 IN.PG 64H-28 5-04 SP TON 80 S 0,oo $ �.,{✓,'j L�G(�,66 115 COMPACTION PRICE ADJUSTMENT 5-04 SP CALC. I CALCULATED S `'I ' (1.00) 116 CEMENT CONC.PAVEMENT 5-05 SP C.Y. 1,700 S y a,00 S 7hC,4/a),( ) 117 RIDE SMOOTHNESS COMP LIANCE 5.05 CALC. I CALCULATED S (1.00) ADJUSTMENT 1 IS CEMENT CONCRETE COMPLIANCE 5.05 CA LC. 1 CALCULATED $ (1.00) ADJUSTMENT 119 ADJUST EXISTING MANHOLE 7-05 SP EACH 1 S ,oj (,(, $ /`jO,6c, 120 ADJUST EXISTING WATER VALVE 7-12 SP EACH 1 S ,--06,00 $ 6 Uj,00 12I EROSION/WATER POLLUTION CONTROL 8-01 SP EST. I ESTIMATED $ 10,000.00 122 ESC LEAD 8-01 SP DAY 6 S MO.(x; S 1.‘,0e-,1,00 123 WATTLES 8-01 SP L.F. 150 S ._;().00 $ .c`.570ee) 124 COMPOST SOCK 8-UI SP L.F. 20 S 3 0. 00 $ d.200,60 City of Spokane Valley 3 Bid Proposal Documents Indiana Ave Preservation-Phase I ADDENDUM#1 BID SCHEDULE-CONTINUED Item Description Unit Quantity Unit Price Total 125 TOPSOIL TYPE C.3 IN.DEPTH 8-02 SP S.Y. 20 S r C)n $ / e:'66 r CZ) 126 SOD INSTALLATION 8-02 5P S.Y. 21) S v_L�),C)C) S /7 (i ' O)) CEMENT CONC.TRAFFIC CURB AND 127 GUTTER 8-04 SP L.F. 50 S ,5z h/00 S 5Z 0) 128 RAISED MEDIAN ISLAND 8-07 SP S.Y. 470 5 9S (T)C S Jl4/ 6, ,C 129 RAISED PAVEMENT MARKER TYPE 2 8-09 SP EACH 8 S as-, S AO`),PO 130 DELINEATOR AND CORE HOLE 8-I D SP EACH 5 S ��00 s /! /;5 £ 131 DETECTABLE WARNING SURFACE 8-14SP SF. 10 S 7'5.00 $ 757,9ci l32 INDUCTION LOOP.TYPE 3 8-20 SP EACH 15 S /b5Z'), G)C) S ,27 �) 7JZ)•6 133 PAINT LINE 8-22 SP L.F. 1,400 S / A 5 S / 7�),6� i 134 PAINTED WIDE LANE LINE 8.22 SP L.F. 200 S / 5Z) $ 3cjn,( 135 PAINTED STOP LINE 8-22 SP L.F. 80 S /(;,CC S O("J ,C)0 136 PAINTED TRAFFIC ARROW 8-22 SP EACH 5 S 7`y j 7 ),0 S 000, (X) 137 PAINTED BICYCLE LANE SYMBOL 8-22 SP EACH 2 S ((,),06) S //G)) ,eo 138 PAINTED BARRIER CENTER LINE 8-22 SP L.F. 300 S ,5; 5 7 5),�j 139 PAINTED CROSSWALK LINE 8-22 SP L.F. 180 S / ,00 $ ) /() ()0 PROJECT TOTAL= S I, VIA (21/1/` 0 Mike Reillyfiseeg— Company:Person/Entity Name: Signature of Bidder:Cameron Reilly, LLC Date: 7/26/24 City of Spokane Valley 4 Bid Proposal Documents Indiana Ave Preservation-Phase I Spokane Valley Contractor Certification Wage Law Compliance - Responsibility Criteria Washington State Public Works Contracts FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD I hereby certify,under penalty of perju►y under the laws of the State of Washington, on behalf of the firm identified below that,to the best of my knowledge and belief,this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated,as defined in RCW 49.48.082,any provision of RCW chapters 49.46,49.48, or 49.52 within three(3)years prior to the date of the Call for Bids. Bidder Name: Cameron Reilly, LLC Name or Contractor/Bidder—Print full legal entity name of firm By: Mike Reilly Si ature of authorized Print Name of person making certifications for firm Title: President place: Spokane, WA Title of person signing certificate Print city and state where signed Date: 7/26/24 City of Spokane Valley 5 Bid Proposal Documents Indiana Ave Preservation-Phase I CONTRACTOR'S ADMINISTRATIVE INFORMATION I. PERSON/ENTITY a. Name as registered with the State of Washington: Cameron Reilly,LLC b. Physical Address: 309 N Park Rd, Spokane Valley,WA 99212 c. Mailing Address including zip code: 309 N Park Rd,Spokane Valley,WA 99212 d. Remit To Address including zip code: Same as mailing address e. Telephone number including area code: 509-466-5555 f. Fax number including area code: 509-468-3719 g. E-mail address for business correspondence: Iisa@crconcrete.pro lu. Washington State Contractors License Number: CAMERRL942NU This document contains personal taxpayer information i. Federal Tax Identification Number: and has been redacted pursuant to RCW 42.56.230(4). j. Washington State UBI Number: 602 633 401 k. State Industrial Account Identification Number: 119,442-00 1. City of Spokane Valley Business License Number: 602 633 401 (Business License not required for Bid,but will be required prior to Contract esecutlon.) 2. INSURANCE COMPANY: a. Name of company: Middlesex Insurance Company b. Mailing Address including zip code: 16201 E Indiana Ave,Suite 1000, Spokane Valley,WA 99216 c. Insurance Agent Name: Greg Lagreid d. Insurance Agent Telephone number including area code: 509-789-8344 e. Insurance Agent Fax number including area code: 509-931-0794 3. BONDING COMPANY: a. Surety Name: Travelers Casualty and Surety Company of America b. Surety Mailing Address including zip code: One Town Square,Hartford, CT 06183 c. Bonding Agent Name: Nick Paget d. Bonding Agent Mailing Address including zip code: 818 W Riverside Ave, Spokane WA 99201 e. Bonding Agent Telephone number including area code: 509-343-9245 f. Bonding Agent Fax number including area code: 509-343-9599 Person/Entity Name: Mike Reilly Signature Of Bidder: Company: Cameron Reilly, LLC Date: 7/26/24 City of Spokane Valley 6 Bid Proposal Documents Indiana Ave Preservation-Phase I 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) 07/2006 2. The company has had experience comparable to that required under the proposed contract: a. As a prime contractor for 18 years. b. As a subcontractor for 18 years. 3. The following is a partial list of work completed that was on an order of magnitude equal to or greater in scope and complexity to that required under the proposed contract. Year Owner& Person to contact Phone No. Location Contract Value 2022 Thor Freya,COS,Ryan Coles 509.625.7757 Spokane $8.900,000 2021 Wall St&Station 28,STA,Jeff Logan 509.344.1862 Spokane $1,800,000 2021 Central City Line,STA,Jeff Logan 509.344.1862 Spokane $12,300,000 4. A list of 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 Todd Westby General Superintendent 30 5. Please attach a resume of the qualifications, previous employers, and experience of the project manager who is proposed to be assigned to the 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. 6. Following is a listing of all projects the company has undertaken in the•last five years, which have resulted in: a. Arbitration or litigation. None b. Claims or violations being filed by the Federal Government or the Washington State Departments of L& I, Employment Security or Revenue. None t c. Liens being filed by suppliers or subcontractors. None Person/Entity Name: Mike Reilly Signature Of Bidder: ! r Company: Cameron Reilly, LLC Date: 7/26/24 City or Spokane Valley 7 Bid Proposal Documents Indiana Ave Preservation-Phase I S`-"'ok na ems' p Valley Proposal for Incorporating Recycled Materials into the Project In compliance with the law that went into effect January 1, 2016(SH1695),the Bidder shall propose below,the total percent of construction aggregate and concrete materials to be incorporated in the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9- 03.21(1)E,Table of Maximum Allowable Percent(By Weight)of Recycled Material,of the Standard Specifications. Proposed total percentage: zero percent. Note: Use of recycled materials is highly encouraged within the limits shown above but does not constitute a Bidder Preference and will not affect the determination of award, unless two or more lowest responsive Bid totals are exactly equal, in which case proposed recycling percentages will be used as a tiebreaker,per APWA GSP in Section 1-03.1(1) of the Special Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project, in accordance with the APWA GSP in Section 1-06.6 of the Special Provisions. Person/Entity Name: Mike Reilly Signature Of Bidder: Company: Cameron Reilly, LLC pate. 7/26/24 City oiSpokane Valley 8 Bid Proposal Documents Indiana Ave Preservation-Phase I Lxal ge�cy Name Valley of SpoKane Valley Local Agency Address 10210E Sprague Ave Local Agency Subcontractor List Spokane Valley,WA 99206 Fr epereo:n:ompiience u+rti FM 35.30 060 a amended To Be Submitted with the Bid Proposal 'rctect Na--e Indiana Avenue Preservation - Phase 1 Failure to list subcontractors with whom the bidder,if awarded the contract,will directly subcontract for performance of the work of structural steel installation,rebar installation,heating.ventilation and air conditioning,plumbing,as described In Chapter 18.106 RCW.and electrical,as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Su sxntr3•aor:s:•w�J'whom:he oldder%All d,-? t y suo ontra•:t:rat are propcsed to c.er'cm-the work of stletural steel ins al at c:•, rebar installaton.readr.g.venbl3Ccn and 3'r•:ond:ioning,p,umt ng as described in Chapter 18.•De POW,and eIe::rica'as tescrit-d in Chapter 19.29 RCA'n-ustte:ired r_lay.'he work:c pe'crmed is to to listed below t-.e subcntractonsl name. To the extent the Project includes one or more categories of work referenced in RCW 39.30.060,and no subcontractor is listed below to perform such work,the bidder certifies that the work will either ill be performed by the bidder itself.or(ii)be performed by a lower tier subcontractor who will not contract directly with the bidder. Subcontractor Narre Cameron Reilly Work:c to pe,rtrrned Rebar Installation Subcontractor Name CoL114D (k(-- Work:o be perfcrmed Electrical Subcontractor Name Work:o be pertrmed Subcontractor Nan-e Work:to be per'c med Subcontractor Nan-e Work:o to per`crmed 'B,dde(s are notied that is the opmicn of the enforcemert agency tha:PVC cr.metal condo t.juncton boxes.etc,are considered electrical equipment and:here`cre considered par of electrical work.e•.•en r`the instaliaton is for'u:ure use and no wiring or a ectrical current is connected during:he project. COT:orm 1-0'EA Sev se:_-'::020 City of Spokane Valley 9 Bid Proposal Documents Indiana Ave Preservation-Phase 1 BID DEPOSIT FORM OF BID DEPOSIT-CHECK ONE: Please submit this sheet with the bid deposit. CASH. Attach the deposit behind this sheet. X SURETY BOND- Attach bid bond behind this sheet. IT IS STRONGLY RECOMMENDED THAT YOU USE THE ATTACHED FORM. BID DEPOSIT REQUIRED.No bid maybe considered forpublic work unless it is accompanied bya bid Q p deposit in the form of a surety bond, postal money order, cash, cashier's check, or certified check in an amount equal to five percent (5%) of the amount of the bid proposed. If the bidder to whom the contract is awarded fails to enter into the contract and furnish the contractor's bond as required within ten days after notice of the award, exclusive of the day of notice, the amount of the bid deposit shall be forfeited to the City and the contract awarded to the next lowest and best bidder. If the deposit is"cash" and is in the form of a postal money order, cashier's check, or certified check, the checks are to be made payable to the City of Spokane Valley. Cash bid deposits are to be accompanied by this form. Cash bid deposits of all unsuccessful bidders shall be returned after the contract is awarded and the required contractor's bond and proof of insurance given by the successful bidder is accepted by the City of Spokane Valley. If the bid deposit is in the form of a surety bond it must be of a corporate surety licensed to do business in the State of Washington. The City strongly recommends the use of the attached City Bid Deposit Surety Bond Form. If the City's Bid Deposit Surety Bond Form is not used, the bidder is warned to take special care in assuring that the form used does not materially alter, qualify or conflict with the terms and conditions set forth in the City's Bid Deposit Surety Bond Form. The failure to furnish a bid bond in compliance with the City's Bid Deposit Surety Bond Form shall make the bid non-responsive and shall cause the bid to be rejected by the City. Person/Entity Name: Mike Reilly Signature Of Bidder: Company: Cameron Reilly, LLC Date: 7/26/24 City or-Spokane Valley 10 Bid Proposal Documents Indiana Ave Preservation-Phase I Spokane ��Valley BOND NO: ***bid bond*** CONTRACTOR'S BID DEPOSIT SURETY BOND to City of Spokane Valley,Washington We, Cameron-Reilly,LLC , as Principal,existing under and by.virtue of the laws of the State ravelers Casualty and surety Company of Washington and authorized to do business in the State of Washington,and of America as Surety,organized and existing under the laws of the State of CT , 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 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 Indiana Avenue Preservation-Phase 1 Project No.0362. 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 Iiability 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. PRINCIPAL(CONTRACTOR) SURETY Camero -Reify,LLC Trave ers Casualty and Su re t yCompany of America 7-26-2024 fits .1�,—3 GCS u'L 7-26-2024 Principal Signature Date Surety Signature Date i'‘/(( /1-L Y Shawn M.Wilson Printed Name Printed Name .1,,,m rrr''''a 26 � �I��/ Attorney-in-Fact J ••' •'•;Co 5 Title Title ' �• s cc' t , SRO z Name,address,and telephone of local office/agent of Surety Company is: �y4. O• Alliant Insurance Services,Inc./509-343-9238 * '.sr,,, ,,,,,V'` 818 W Riverside Avenue,Suite 800,Spokane,WA 99201 City of Spokane Valley I 1 Bid Proposal Documents Indiana Ave Preservation-Phase 1 Travelers Casualty and Surety Company of America =. Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Shawn M Wilson of SPOKANE . Washington , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. `t 09 Syy �. 7 C0 01 g yr FORo. 1j ?-Iva t "cdoc.. /) State of Connecticut By: City of Hartford ss. Robert L.Rane 4 enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. ,..��'P NOiy'. IN WITNESS WHEREOF, I hereunto set my hand and official seal. �` r 't aig44 �i/� � I:ofAA My Commission expires the 30th day of June,2026 \ ai"' t{ °1e` t Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 26th day of July ,2024 . � . AJ 1Y Ahpa --Lre41�� 4,1: �(Jf{/S9'Tr�flD, �l n IiPATFOflO. ' 1.6.�� .4�1 / �"�''��'��� � o COY!. CONn. ��r y* LEHughisfantSecrelary 9 To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880, Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. REPRESENTATIONS AND CERTIFICATIONS Pursuant to RCW 9A.72.085, I Mike Reilly , declare under penalty of perjury under the laws of the State of Washington that the following Representations and Certifications are true and correct: REPRESENTATION: I am the President (position) for Cameron Reilly, LLC (company name), (hereinafter "Firm"), and have been duly authorized to make all such representations and certifications herein on behalf of the Firm. Any reference herein to"i,""me,"or"we"means the Firm. ANTi-KICKBACK REPRESENTATION: 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, has, nor will they 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 I represent that the bid documents have been read and understood, that the site has been visited and or that i have become familiarized with the local conditions under which the work is to be performed, that by signature of this proposal i acknowledge all requirements and that I or authorized representatives of the Firm have signed all certificates contained herein. REPRESENTATION: in submitting this bid I acknowledge and agree to the requirements and conditions applicable to bid deposits in the form of a cash bid deposit or surety bond bid deposit. NON-COLLUSION: That the Firm and all associated members, officers, and employees of such Firm have not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this bid is submitted. I CERTIFY that pursuant to RCW 39.04.350(1)(d) and RCW 39.06.010, 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 closing 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 closing. I CERTIFY that the Firm is not in violation of RCW 39.04.350(1)(d) and RCW 39.12.065(3) with regard to payment of prevailing wages. i CERTIFY that pursuant to RCW 39.04.350(1)(g), in the three-year period immediately preceding the date of the bid solicitation, no final and binding citation and assessment has been issued by the Department of Labor and Industries and no civil judgment has been entered by a court of limited or general jurisdiction for any willful violation of chapters 49.46,49.48,or 49.52 RCW. I CERTIFY that pursuant to RCW 39.04.350(1)(f), all necessary members, officers,and employees of the Firm have: CHECK ONE: Completed the appropriate training on prevailing wage and public works requirements prior to contract award; or X Completed three or more public works projects and has held a valid Washington business for three or more years. City of Spokane Valley 12 Bid Proposal Documents Indiana Ave Preservation-Phase I A copy of evidence of such training or exemption from the Department of Labor and Industries has been attached to this Representation and Certification Form. I CERTIFY that pursuant to RCW 39.06.020, if selected, I will verify the responsibility criteria for all subcontractors as set forth in RCW 39.04.350(1). 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. I CERTIFY that by signing the signature page of this bid, I am deemed to have signed and have agreed to the provisions of this declaration. Name: Mike Reilly Cameron Reilly, LLC Person/entity submitting bid(print) Signature: fi;e::( Title: President Date: 7/26/24 Place Signed: Spokane, WA City or Spokane Valley 13 Bid Proposal Documents Indiana Ave Preservation-Phase I q� ® CERTIFICATE OF LIABILITY INSURANCE DATE 024YY) p os/1 srzoza 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). CONTACT PRODUCER NAME: Parker,Smith&Feek Insurance,LLC. PHONE fAIC.No.EMI:425 709-3600 (AAic.No):425-709-7460 2233 112th Avenue NE E-MAIL Bellevue,WA 98004 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Zurich American Insurance Co. INSURED INSURER B: American Guarantee&Liability Ins. Cameron-Reilly,LLC 309 N Park Rd INSURER C: Spokane,WA 99212 INSURER D: 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. NADDL SUBR POLICY EFF POLICY EXP ILTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MMIDD/YYYY) (MMIDD/YYYY) LIMITS A GENERAL LIABILITY GL0394676300 03/01/2024 03/01/2025 EACH OCCURRENCE $ 1,000,000 K COMMERCIAL GENERAL LIABILITY X X DAMAGE TO RENTED PREMISES(Ea occurrence) $ 300000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 5,000 PERSONAL&AOV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY K jE K LOC $ B AUTOMOBILE LIABILITY BAP394676400 COMBINED SINGLE LIMIT 1,000'000 03/01/2024 03/01/2025 (Ea acc dent) $ K ANY AUTO BODILY INJURY(Per person) $ - ALL OWNED SCHEDULED AUTOS BODILY INJURY(Per accident) $ AUTOS NON OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) —. $ B UMBRELLA LIAB X OCCUR SXSA394676600 03/01/2024 03/01/2025 EACH OCCURRENCE $ 1,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 1,000,000 DED RETENTION$ $ WORKERS COMPENSATION GL0394676300 WC STATU- K OTH- '4 AND EMPLOYERS'LIABILITY YIN 03/01/2024 03/01/2025 TORY LIMITS ER ANY PROPRIETORIPARTNER/EXECUTIVE r*WA Stop Gap Liability E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N 1 A 1,000,000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space is required) Project#:0362;Project Name:Indiana Avenue Preservation—Phase 1;Location:Spokane Valley. Per project aggregate on the general liability per the attached endorsement/form.Excess Liability follows form over General Liability... (See Attached Description) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Spokane Valley 10210 E Sprague Avenue AUTHORIZED REPRESENTATIVE Spokane Valley,WA 99206 jamthylAheavoa ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 1 of 11 (IKA00) DESCRIPTIONS (Continued from Page 1 ) City of Spokane Valley is an additional insured on the general liability policy per the attached endorsement/form. Coverage is primary and non-contributory on the general liability policy per the attached endorsement/form. Waiver of subrogation applies on the general liability policy per the attached endorsement/form. Notice of cancellation for the general liability policy per the attached form. 8/19/24,8:49 AM CAMERON REILLY LLC A `CS.� ,'— ati3 P. STATE OF WASHINGTON Department of Labor& Industries Certificate of Workers' Compensation Coverage August 19, 2024 WA UBI No. 602 633 401 L&I Account ID 119,442-00 Legal Business Name CAMERON REILLY LLC Doing Business As CAMERON REILLY LLC Workers' Comp Premium Status: Account is current. Estimated Workers Reported Quarter 2 of Year 2024"76 to 100 Workers" (See Description Below) Account Representative .Employer Services Help Line, (360) 902-4817 Licensed Contractor? Yes License No. CAMERRL942NU License Expiration 08/31/2026 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51 .1 2.050 and 51.16.1 90). 't S`ir 1 ane jValley BOND NO: 108044125 CONTRACTOR'S PAYMENT BOND(NON-FEDERALLY FUNDED PROJECT) to City of Spokane Valley,Washington The City of Spokane Valley, Spokane County, Washington, has awarded to Cameron-Reilly,LLC (Contractor), as Principal, a contract for the construction of the project designated as Indiana Avenue Preservation-Phase 1„ Project No.0362 in Spokane Valley,Washington,and said Principal is required under the terms of the Contract to furnish a payment bond in accordance with chapter 39.08 Revised Code of Washington(RCW). The Principal, and Travelers Casualty and Surety Company of America (Surety), a corporation organized under the laws CT 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,as Obligee,in the sum of S 1,220,901.00********total Contract amount(including Washington State sales tax),subject to the provisions herein. This 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 chapters 39.08 and 39.12 RCW,including all workers,laborers,mechanics,subcontractors, and materialmen,and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work;and shall indemnify and hold harmless the Obligee from all loss,cost or damage which Obligee may suffer by reason of the failure of Principal to make such required payments;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 not required for such increased obligation. 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. PRINCIPAL CONTRACTOR) Cameron-Reilly,LLC SURETY Travelers Casualtvand Surety Company of America 8/15/2024 `le k-VA -15/2024 Princip ature Date Surety Signature Date*t`..�"SUR,,,,,, �c.•�p.NFT '% Mike Reilly Shawn M.Wilson � , .................,•.p�.s Printed Name s .): Printed Name s•Q HARTFORD, Z President Attorney-in-Fact a vi: CONN. :o a Title Title - V Name,address,and telephone of local office/agent of Surety Company is: N� 4jrr*dwo;.N°�, Alliant Insurance Services Inc. / 509-343-9238 818 W Riverside Avenue,Suite 800,Spokane,WA 99201 City of Spokane Valley C-12 Contract Documents Indiana Ave Preservation-Phase I (lIIO VQlley BOND NO: 108044125 CONTRACTOR'S PERFORMANCE BOND to City of Spokane Valley,Washington The City of Spokane Valley, Spokane County, Washington, has awarded to Cameron-Reilly,LLC (Contractor), as Principal, a contract for the construction of the project designated as Indiana Avenue Preservation-Phase 1, Project No. 0362 in Spokane Valley, Washington, and said Principal is required under the terms of the Contract to furnish a performance bond in accordance with chapter 39.08 Revised Code of Washington(RCW). The Principal, and Travelers Casualty and Surety Company of America (Surety), a corporation, organized under the laws of CT 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,as Obligee,in the sum of$1,220,901.00********total Contract amount(including Washington State sales tax),subject to the provisions herein. This 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;shall warranty the work as provided in the Contract and shall indemnify and hold harmless the Obligee from any defects in the workmanship and materials incorporated into the work for the period identified in the Contract;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 not required for such increased obligation. 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. PRINCIPAL(CONTRACTOR) Cameron-Reilly,LLC SURETY Travelers Casualty and Surety Company of America 8 15 2024 2t1,jam. I ". . 8/15/2024 UAQ Principal Signa e Date Surety Signature Date Mike Reilly Shawn M.Wilson `l`'lla.le,nppn Printed Name Printed Name �-.PNO•• ............ President =�P.=••••• 01:* Attorney-in-Fact = I I: ARTI'U KD,• -Zo ' Title Title CONN. o F. Name,address,and telephone of local office/agent of Surety Company is: s%`:�' •'ya� = Alliant Insurance Services Inc. / 509-343-9238 `''.uart..•40"N 818 W Riverside Avenue,Suite 800,Spokane,WA 99201 City of Spokane Valley C-11 Contract Documents Indiana Ave Preservation-Phase 1 Travelers Casualty and Surety Company of America AliIl► Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Shawn M Wilson of SPOKANE , Washington , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021tti. h�/' CQ L rt i CCrut 1 F CONK. ''-,i4tr.6.,..\,r.,.fi..iu.,e,*r,iA-;i-'l:.-7\‘^..\,j0/I8"\ State of Connecticut By: / . City of Hartford ss. Robert L.Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. f`" ';Yt ! NOTARY My Commission expires the 30th day of June,2026 * .as 4 3a/Z.4 //hi ` kueuc r Anna P.Nowik,Notary Public c`` This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 15th day of August , 2024 N. %,„ .,20 (1,/:7).094/4. � i e�„ „"O "ram t- \ N' zs Kevin E. Hughes,Assistant Secretary To verify the authenticity of this Power of Attorne y,please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached.