Loading...
10-082.00 Red Diamond Construction: 44th Ave PathwayContract THIS AGREEMENT, made and entered into this I_ day of ,2010, between the City of Spokane Valley under and by virtue of Title 35 RC AT, as afnended and Red Diamond Construction, Inc. 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: 44 Avenue Pathway Project Federal Aid Project No: STPE — 4010 (001) SVPW Contract 10 -014 In accordance with and as described in the project 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 therein to 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 project plans and specification and the terms and conditions herein contained and hereby contracts to pay for the same according to the referenced 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. 0,10 10 -0 g'Z 14 t 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. IN WITNES S WHEREOF, the Contractor has executed this instrument, on the day and year first below written and the City of Spokane Valley has caused this instrument to be executed by and in the name of the said City of Spokane Valley the day and year first above written. Executed by Contractor 4Vj. j,, 9 , 2010. Date Printed Name L,,r e-r Title C A ::�: , Signature 15 City of Spokane Valley I o BIDDERS PACKET 44 Avenue Pathway Project FEDERAL AID NO: STPE -4010 (001) SVPw BID NO. 10 -014 BID PROPOSAL CHECKLIST tGHVLL) JUL -.2 ZUT CITY Op SPOKANE VALLEY 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 signed and dated item: r [ ] Proposal Form [ ] Contractor's Administrative Information [ Bidder Qualification Statement [ ] Bid Deposit Form [ ] Bid Deposit Surety Bond Form (Use only if submitting Bond) for Bid Deposit) [ ] Representations and Certifications [ ] Non - Collusion Declaration [ ] Certification for Federal -Aid Contracts 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. Title: --- RED DIRMOND CONSTRUCTION, INC. Company: PO BOX 14806 OPPORTUNITY, WA 99214 CITY OF SPOKANE VALLEY 44 AVENUE PATHWAY PROJECT Date: 1 1- ID 1 BID PROPOSAL DOCUMENTS SVPW BID NO: 10 -014 PROPOSAL FORM SPOKANE VALLEY PUBLIC WORKS PROJECT NUMBER: 10-014 PROJECT TITLE: 44 th Avenue Pathway Project NAME OF FIRM SUBNHTTING BID: Each bid shall constitute an offer to the City of Spokane Valley as outlined herein and no bidder may withdraw his bid after the hour set for the bid closing except under the conditions explained in the Information to Bidders Section. RECEIPT OF ADDENDA: Bidder acknowledges receipt of the following addenda: Addendum No. Date Addendum No. Date 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 Twenty (20) working days from the date of commencement stipulated in a Notice to Proceed. BID IS NOT ELIGIBLE FOR CONTRACTOR'S BOND ELECTION to withhold 50% retaina.ge in lieu of furnishing a Contractor's Bond (Performance And Payment Bond). FREIGHT: Bid price(s) to include all freight costs to the job site. SCHEDULES: The Base Bid schedule A will be awarded, if the project is awarded. A Bidder must complete all the items in the Base Bid schedule 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 44 AVENUE PATHWAY PROJECT SVPW BID•NO: 10 -014 Roco RIA Cr•h A ITEM # ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT TOTAL AMOUNTS 1 MOBILIZATION LS LS LS B 2 CONSTRUCTION SURVEYING LS LS LS 3 SPCC PLAN LS LS LS (060, 4 EROSION CONTROL LS LS LS 5 PROJECT TEMPORARY TRAFFIC CONTROL LS LS LS 6 PEDESTRIAN CONTROL AND PROTECTION LS LS LS 7 CLEARING AND GRUBBING AC 2 8 LARGE TREE REMOVAL EA 4 $DD 3 o� Dd 9 SAWCUT AC PAVEMENT. LF -IN 8,280 10 REMOVE ASPHALT CONCRETE PAVEMENT SY 210 I �►O 169 11 REMOVE TYPE C CURB LF 90 y. 3 �D 12 REMOVE PCC SIDEWALK / DRIVEWAY APPROACH SY 105 13 REMOVE PCC CURB AND GUTTER LF 90 r 14 ROADWAY EXCAVATION INCL. HAUL CY 520 7600. 15 COMMON BORROW INCL. HAUL CY 595 a r 1 qo 16 CRUSHED SURFACING TOP COURSE, 2 IN. DEPTH SY 850 17 CRUSHED SURFACING TOP COURSE, 4 IN. DEPTH SY 3,000 / F � 18 CRUSHED SURFACING TOP COURSE, 6 IN. DEPTH SY 1,150 p r 19 HMA. CL. %z" PG 64 -28, 2IN. DEPTH SY 2,580 / Q 20 HMA. CL. %" PG 64-28,4 IN. DEPTH SY 1,150 ouit 21 JOB MIX COMPLIANC PRICE ADJUSTMENT CALC 1 $1.00 $1.00 22 COMPACTION PRICE ADJUSTMENT CALC 1 $1.00 $1.00 CITY OF SPOKANE VALLEY 3 BID PROPOSAL DOCUMENTS 44 AVENUE PATHWAY PROJECT SVPW BID NO: 10-014 Base Bid Schedule A Continued ITEM 4 ITEM DESCRIPTION UNITS QUANTITY PRICENNIT TOTAL AMOUNTS 23 ASPHALT CONCRETE CURB, TYPE C LF 1,440 i 24 SEEDING, FERTILIZING AND MULCHING SY 2,500 r 25 SOD INSTALLATION SY 100 g50 26 BARK MULCH BY 5 i 27 RIVER ROCK SY 30 3 i 29 IRRIGATION SYSTEM REVISION EA 5 29 CEMENT CONC. TRAFFIC CURB AND GUTTER LF 50 AA, Aft 30 REMOVE AND REPLACE CHAMINK FENCE LF 200 o" 31 CEMENT CONCRETE CURB RAMP TYPE A4 EA 2 D i 32 CEMENT CONCRETE SIDEWALK BY 30 33 IIMA CURB RAMP DETECTABLE WARNING SURFACE EA 104 / o� 34 MAILBOX SUPPORT TYPE 1 EA 5 / 35 MAILBOX SUPPORT TYPE 2 EA 7 '36 RELOCATE GROUP MAILBOX EA 2 I 37 PERMANENT SIGNING LS 1 38 PLASTICLINE LF 5,200( 11 ✓` 39 REMOVING PAINT LINE LF 5 (Add') oe 40 PLASTIC BICYCLE LANE SYMBOL EA 14 i 41 SEGMENTAL CONCRETE RETAINING WALL SF 80 Alp" 3 42 BLOCK RETAINING WALL SF 375 oZ,�O- "43 MINOR CHANGE CALC 1 $5,000.00 $5,00.00 44 PLASTIC WIDE LINE LF< 5,6a0t "�') al�� D , SCHEDULE A TOTAL v U(' aTY OF SPOKANE VALLEY 4 BID PROPOSAL DOCUMENTS 44 AVENUE PATHWAY PROJECT ADDENDUM 1 SVPW BID NO: 10-014 Race Rid Cnhadnlp R ITEM # r ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT TOTAL AMOUNTS 44 REMOVE CULVERT /STORM DRAIN PIPE LF 40 45 ABANDON EXISTING CATCH BASIN EA 1 / / / 46 PERMEABLE BALLAST, 4 IN. DEPTH SY 300 47 PLAIN ST. CULV PIPE 0.064 IN. TH. 24 IN., DIAM. LF 25 6' D 48 CULVERT HEADWALL; EA 2 ,{ On& 49 SOLID WALL PVC STORM SEWER PIPE, 18 IN. DIAM, LF 60 50 SOLID WALL PVC STORM SEWER PIPE, 12 IN. DIAM. LF 30 51 SOLID WALL PVC STORM SEWER PIPE, 10 IN. DIAM. LF 80 52 EXISTING DRYWELL CONNECTION EA 2 53 EXISTING CULVERT PIPE CONNECTION EA 3 A 10 7 54 CATCH BASIN TYPE 1 EA 1 'I'O� 55 CATCH BASIN TYPE 2,48 IN. DIAM. EA 4 56 DRYWELL TYPE A EA 3 O � / ,0 / 57 SPILL CONTROL SEPARATOR EA 3 58 ADJUST EXISTING MANHOLE CATCH BASIN OR DRYWELL EA 6 SDP, 59 QUARRY SPALLS SY 14 SCHEDULE B TOTAL �Q D Base Bid Schedule Summary I Total d77 6 Schedule A Schedule B Base Bid Total Person/Entity Name: Signature Of Bidder _ RFD DIAMOND CONSTRUCTION, INC. .7 , ,_„!v Company: P�1 -BMX 1�I�A8 Date: CITY OF SPOKANE VATUNITY, WA 99214 5 BID PROPOSAL DOCUMENTS 44 AVENUE PATHWAY PROJECT SVPW BID NO: 10 -0 14 BIDDER ADAHNISTRATIVE INFORMATION BIDDERNAME: Red Diamond Construction, Inc (as registered with the State of Washington) PHYSICAL ADDRESS: 5713 South Mohawk Drive Spokane, WA 99206 MAILING ADDRESS: PO Bog 14806 Spokane, WA 99214 CITY, STATE, ZIP: Spokane WA 99214 TELEPHONE NUMBER, including area code: (50 999 -6674 FAX NUMBER, including area code: (509) 924 -2413 WASHINGTON STATE CONTRACTORS REGISTRATION NUMBER: REDDICI105K4 WASHINGTON STATE ELECTRICAL CONTRACTOR'S LICENSE NUMBER: N/A FEDERAL TAX IDENTIFICATION NUMBER: 91- 1480084 WASHINGTON STATE UBI NUMBER: 601 242 586 STATE INDUSTRIAL ACCOUNT IDENTIFICATION NUMBER: 580.757 -003 csU #59v ** NOTE: If a corporation, write State of Incorporation under signature. If a partnership, give full names of all partners. INSURANCE COMPANY Name of company: Wells Fargo Insurance Company Mailing Address including zip code: 601 West Main 6okane, WA 99201 Name of Insurance Agent: Keith McNally Telephone number including area code: (509) 358 -3980 Fax number including zip code: (509,) 358 -3937 ONDING COMPANY Name of Surety: Travelers Mailing Address including zip code: 601 Wet Main S Li to 1400 Spokane, WA 99201 Name of Bonding Agent: George Schroeder Telep ne number including area code: (509) 358-3953 P" Y10 1 RED DIAMOND CONSTRUCTION, INC. P.O. BOX 14805 OPPORTUNITY, WA 99214 BIDDER QUALIFICATION STATEMENT The following statements of experience, personnel, equipment, and general qualifications of the Bidder are submitted with the assurance that the owner can rely on its accuracy and truthfulness. If more space is required for your answers please attach a continuation sheet(s) to the corresponding bid response page referencing the item number. 1. The company has been in business continuously from (month and year) 2. The company has had experience comparable to that required under the proposed contract: a. As a prime contractor for years. b. As a subcontractor for 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 0 1 3 78V x's, o& k2L Off -aooi a API Aw 4. A list of supervisory personnel currently employed by the Bidder and available for on the project (Construction Manager, principal foreman, superintendents and engineers) is as follows: Name v�I� � Title Years of Experience dD 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. , f MQi b. Claims or violations being filed by the Federal Government or the Washington. State Departments of L & 1, Employment Security or Revenue. IvOrLQ/ c. Liens being filed by suppliers or subcontractors. mykd- PersovEntity Name: Signature Of Bidder: Company: RED DIAMOND CONSTRUCTION INC. Date: 7-1- /0 .0. BOX 14806. OPPORTUNITY, WA 99214 CITY OF SPOKANE VALLEY 44 AVENUE PATHWAY PROJECT BID PROPOSAL DOCUMENTS SVPW BID NO: 10 -014 BOND NO: Bid Bond BID DEPOSIT SURETY BOND FORM NAME OF PROJECT: 44th Avenue Pathway Project svPw PROJECT/BID NUMBER: 10 -014 NAME OF FIRM: Red Diamond Construction, Inc. We, Red Diamond Construction, Inc. as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the CITY OF SPOKANE VALLEY, a Washington State Municipality, in the penal sum of FIVE PERCENT (5 %) OF THE TOTAL AMOUNT BID, for the payment of which we jointly and severally bind ourselves, and our legal representatives and successors. THE CONDITIONS OF THE OBLIGATION are that if the City of Spokane Valley shall make timely award to the Principal according to the terns ofthe bid documents; and the Principal shall, within ten (10) days after notice of the award, exclusive of the day of notice, enter into the contract with the City of Spokane Valley and furnishes the contractor's bond (performance and payment bond) with Surety satisfactory to the City of Spokane Valley in an amount equal to one hundred percent (100 %) of the amount of the bid proposed including Washington State Sales Tax then this obligation shall be null and void; otherwise if the Principal fails to enter into the contract and furnish the contractor's bond within ten (10) days after notice of the award, exclusive of the day ofnotice, the amount of the bid deposit shall be forfeited to the City; but in no event will the Surety's liability exceed this bond's face amount. SIGNED AND SEALED THIS 2nd DAY OF July, 2010 Attorney -in -Fact Title Red Diamond Construction, Inc. PRINCIPAL By: h I A Signature Typed Name Title (SEAL) Chris Larson Typed Name TRAVELERSJ� POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Surety Bond No. Bid Bond Principal: Red Diamond Construction, Inc. MC Project Description: 44th Avenue Pathway Project Obligee: City of Spokane Valley KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Chris Larson of the City of Spokane , State of WA , their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, 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 5th day of August, 2009. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company * ° 6 � � ''�°D ' �!' �Ippfa•[ a �> f : �. 'e n xurtrar� % �R'+r�^••� � �� �� State of Connecticut By: - City of Hartford ss. George WPfiomp Vice President On this the 5th day of August, 2009, before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing Instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. aT� My Commission expires the 30th day of June, 2011. *R * j ° lllLSa * ` . Marie C. Tetieault, Notary Public This Power of Attorney is granted under anu by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, 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-Sgefetary and duly attested and sealecirwith 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, Kori Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said 'Companies, which is in full force and effect and has not been revoked. K IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 2 nd day of July r 2010 Kori M. Johanson, Assistant Secretary ( Do& ��P y�, , �fa r • � ANI To verify the authenticity of this Power of Attorney, call 1- 800 -421 3880 or contact us at www.travelersbond.com, Please refer to the Attorney -In -Fact number, the above named individuals and the details of the bond to which the power is attached. REPRESENTATIONS AND CERTIFICATIONS ANTI- KICKBACK No officer or employee of the City of Spokane Valley, having the power or duty to perform an official act or action related to this submittal, shall have or acquire any interest in this submittal, or have solicited, accepted or granted a present or future gift, favor, service, or other thing of value from or to any person involved in this submittal. REPRESENTATION: In submitting this bid we represent that the bid documents have been read and understood, that the site has been visited and or that we have familiarized ourselves with the local conditions under which the work is to be performed, that by signature of this proposal we acknowledge all requirements and that we have signed all certificates contained herein. REPRESENTATION: In submitting this bid we acknowledge the requirements and conditions applicable to bid deposits in the form of a cash bid deposit or surety bond bid deposit. NON - COLLUSION: That the undersigned person(s), firm, association or'corporation has (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 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 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. RED DIAMOND CONSTRUCTION, INC. P.O. BOX 14805 OPPORTUNITY, WA 99214 Name: Person/entity submitting bid (print) Signature: 1 Title• 7— / '�� Date: CITY OF SPOKANE VALLEY 10 BID PROPOSAL DOCUMENTS 44 AVENUE PATHWAY PROJECT SVPW BID NO: 10-014 Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the foilowing statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participaled in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this' proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1 -800- 424 -9071 The U. S. Department of Transportation ( USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent. activities should use the "hotline" to report such activities. The "hotline" is part of USDOTs continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. DOT Revised 5108 8H EF CITY OF SPOKANE VALLEY I1 BID PROPOSAL DOCUMENTS 44 AVENUE PATHWAY PROJECT SVPW BID NO: 10 -014 Certification for Federal -Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the maldng of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Tile 31, U.S. Code. Any person who fails to file the required certification shall be subjectto a civil penalty of not less than $10,000 and not more than $100,000 for each failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. DOT R vi a i rz000 F CITY OF SPOKANE VALLEY 12 BID PROPOSAL DOCUMENTS 44 AVENUE PATHWAY PROJECT SVPW BID NO: 10 -014 07/09/2010 00:12 509 - 9242413 RED DIAMOND CONSTR PAGE 01/01 `M°rkane BONDNO: 105435737 CONTRACTOR'S PERFORMANCE AND PAYMENT BOND TO DUAL OBLIGEES KNOW ALL UEN BY THESE PRESENTS, that Red Diamond Construction, Inc. (Contractor), as Principal, and Travelers Casualty and 6uri5ty uompany of America (Bonding Company), as Surety, a corporation of Hartford, CT whose principal office is located at Hartford, CT ' are firmly bound unto the State of Wasbington� and the City of Spokane Valley, a political subdivision the State of Washington, as Obligees, to fulfill the obligations of the Principal and the Surety under the Contract to which reference is hereafter made, in the amount of $ 270,497.50 (including Washington State sales tax) for payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigas jointly and severally, f uJy by these presents. WHEREAS, Principal has by written Proposal dated 7/2/2010 offered to enter into a Contract with the City of Spokane Valley for Contract No. 10 -014 pursuant to the terms and conditions set forth in the Contract Documents dated 7/9/2010 44th Avenue Pppat((hwa Project, Federal Aid Project improvemenV'Prdj'ec�INoPo�63e4 Valley Capital NOW, THEREFORE, the condidon of this obligation is such that if the Principal shad faithfully perform all the provisions of the Contract on its part, and pay all laborers, mechanics, 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 frown 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 f tll 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 udder this bond, to the extent and in the manner set forth is RCW 39.08. The said Surety for value received hereby stipulates and agrees that no change, extension of tune, alteration or addition to the terms of the Contract or to the WORK to be performed thereunder or the SPECMCATZONS accompanying the same shall in any way affect its obligation 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 SPFCTFICATIONS. No final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary liereunder, whose claim may be unsatisfied- SIGNED AND SEALED TI-I1S 9 th DAY OF Travelers Casualty an"1 Compa,Ay of America SU ' S�odture Kathy Gurley Typed Name Attorney -in -Fact Title (SEA./;) July YEAR 20 Red Diamond Construction, Inc. P C1PAL ' Sure r "'tt_ro Seri 1 rn.►v�e4 Typ NamC Title 16 POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 220210 Certificate No. 0 03040363 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Chris Larson, George C. Schroeder, W.W. Weller, Wm. Dinneen, H. Keith McNally, Kathy Gurley, Jo Ann Mikkelsen, Heather Anderson, and Erin L. Repp of the City of Spokane , State of Washington , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, 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. Y.� 2nd IN WITNESS WHEREOF, the Coi _ have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of June 2 009 Farmington Casualty Compan ti¢ :" St. Paul Guardian Insurance Company .Fidelity and Guaranty Insurance Company, ;' St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company /.SU $IIREj FINE 6 E *N, N$ • INS�gg J pI.TY ANOm 1w �pF1n�' 2 pP Pp� .ap°°°'° * Y . ' e 0: ' . 9 J •.. M1• s 9 ez'VcpNFORA/F m 'o`SE ASR • ,(j� �p y . ti H , 7� c�OF °a m, o ,i „ fs .MM�i s ...� 1 • a �T! AMtS State of Connecticut City of Hartford ss. By: Georg Thompson, enior ice President On this the 2nd day of June 2009 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•1ET In Witness Whereof, I hereunto set my hand and official seal. 1 � )n & ;A t� V My Commission expires the 30th day of June, 2011. �°lIBUO # Marie C. Tetreauh, Notary Public 58440 -5 -07 Printed in U.S.A. WARNING: THIS POW OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED - BORDER 1 j This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, 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, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety, Company of America, -and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power, of Attorney by said Companies, which is in full force and effect and has not been revoked. � . •�, '�� � � y , , � : r _� IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 9th day of ._ ' I I I Y _ 20 10 Kori M. Johans Assistant Secre'iary I.SU r .AI•RfT F 0.E W �bbr I G ��1 Y 6 F ( 1 . -' s °MSU � NFORNrtp , � �e I �' 1927 a 1951 NO N 1896 SAL �OF NEW 5 •vr ��,����. SaM� 1s ...... � r �a AMI� To verify the authenticity of this Power of Attorney, call 1- 800 - 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITH THE R B O R DER I 'G CERTIFICATE OF LIABILITY INSURANCE DATE7 / /15 / /;OYI PRODUCER 509- 358 -3800 Wells Fargo Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Services / CAL #0531007 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 601 W. Main Ave. Suite 1400 POLICY EFFECTIVE DAT MM DD Y Spokane, WA 99201 INSURERS AFFORDING COVERAGE INSURED Red Diamond Construction, Inc. INSURER A: Ala ska National Insurance CO. - -- INSURER B: Travelers PropertyCasualty Co P.O. BOX 14806 INSURER C: Opportunity WA 99214 INSURER D: FIRE DAMAGE (Any one fire INSURER E: COVERAGES 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. INSR LTR I TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DAT MM DD Y POUCY EXPIRATION DATE MM DD OMITS • GENERAL LIABILITY 10ALS31156 1131/10 1131/11 EACH OCCURRENCE $ 1000000 FIRE DAMAGE (Any one fire $ 100000 t X COMMERCIAL GENERAL LIABILITY MED EXP (Any one person/ $ 5 000 CLAIMS MADE 5�1 OCCUR PERSO & ADV INJURY 1 $ 1000000 $1 WASTOPGAP GENERAL AGGREGATE $ 2000000 _X GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG 5 2000000 POLICY X PRO LOC JEC7 • AUTOMOBILE LIABILITY ANY AUTO 10AAS31156 1/31/10 1 /31 /11 COMBINED SINGLE LIMIT (Ea accident) (g 1000000 X BODILY INJURY (Per person) S ALL OWNED AUTO$ SCHEDULED AUTOS _ u X BODILY INJURY (Per accident) S HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE (Per accident) I S GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC S ANY AUTO $ AUTO ONLY: AGG • ESS LABILITY 10ALU31 156 1/31/10 1 /3111 1 E EACH OCCURRENC $ bx _ __5000000 OCC UR FI CLAIMS MADE AGGREGATE $ 5000000 S $ DEDUCTIBLE $ RETENTION $ • WORKE14S COMPENSATION AND 10ALS31156 1 /31 /10 1 /3111 1 'v.'C S• ATU- ' Ipfa - TORY LIMITS E EMPLOYERS' LIABILITY E.L. EACH ACCIDENT S 100 0000 E.L. DISEASE - E A EMPLOYEE S 1000000 WA STOP GAP E.L. DISEASE - POLICY LIMIT 1 $ 1000000 COVERAGE ONLY B OTHER 06858294TIL 1/31/10 1131111 INSTALLATION $75,000 ANY ONE LOCATION FLOATER $1000 DED. TRANSIT AND STORAGE DESCRIPTION OF OPERATIONS ILOCATIONSIVEHICLESO(CWSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: 44TH AVENUE PATHWAY PROJECT,FEDERAL AID NO. STPE- 4010(001) ADDITIONAL INSURED STATUS TO THE CITY OF SPOKANE VALLEY AS GRANTED BY THE POLICY, POLICY FORM ATTACHED. e� j w c� GERTIFIGATE HULUEK A I ADDITIONAL INSURED; INSURER LETTER: UANULI.L.AI IUri \ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF SPOKANE VALLEY DATE THEREOF. THE ISSUING INSURER WILD` WXJf )th MAIL 30 DAYS WRITTEN 11707 EAST SPRAGUE AVE #106 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, li0M"XX X1XX SPOKANE VALLEY WA 99206 IXx> �c�x�oXaaxecsexa�x�aXxlxlxxsa +awsxa�warn�nc�Ex>7t X&AtX9clyl XX AUTHORIZED ACORD 25 - S (7/97) " c a ACORD CORPORATION 1988 M x- Alaska 11 p onal INSURANCE C- M P A N Y ADDITIONAL INSURED (CONTRACTORS) - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Who Is An Insured (Section II) is amended to include as an insured any person or organization (herein referred to as an additional insured), but only if you are required to add that person or organization as an insured to this policy by a written contract that is in effect prior to the "bodily injury', "property damage ", or "personal and advertising injury". 2. The insurance provided to the additional insured is limited as follows: a. That person or organization is only an additional insured if, and only to the extent that, the injury or damage is caused by negligent acts or omissions of you or your subcontractor in the performance of "your work" to which the written contract applies. The person or organization does not qualify as an additional insured with respect to injury or damage caused in whole or in part by independent negligent acts or omissions of such person or organization. The insurance provided to the additional insured does not apply to "bodily injury", "property damage ", or "personal and advertising injury' arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including: the preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, design or specifications; and ii. supervisory, inspection, or engineering services. c. The insurance provided to the additional insured, referred to in paragraph 1. of this endorsement, does not cover "bodily injury" or "property damage" caused by your negligent acts and omissions in the performance of "your work" that occurs within the "products - completed operations hazard," unless the written contract, referred to in paragraph 1. of this endorsement, contains a specific requirement that you procure completed operations coverage or coverage within the "products- completed operations hazard" for the additional insured. However, even if coverage within the "products- completed operations hazard" is required by the written contract, such coverage is available to the additional insured only if the "bodily injury' or "property damage" occurs prior to the end of the time period during which you are required by the written contract to provide such coverage or the expiration date of the policy, whichever comes first. If other valid and collectible insurance, whether on a primary, excess, contingent or any other basis, is available to the additional insured for a loss we cover under this endorsement, then the insurance provided by this endorsement is excess over that other insurance. However, the insurance provided by this endorsement will be primary to other insurance on which the additional insured is a named insured for the covered loss, if the written contract, referred to in paragraph 1. of this ANIC GL 1061 03 08 Producer Copy Page 1 of 2 a Alaska I e - Sonal INSURANCE C— M P A N Y endorsement, contains a specific requirement that this insurance be primary or primary and non- contributory. In that case we will not share with that other insurance on a pro -rata or other basis. If the other insurance available to the additional insured, whether on a primary, excess, contingent or any other basis, is coverage for which it has been named as an additional insured, then the coverage provided by this endorsement is excess over that other insurance. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Insured RED DIAMOND CONSTRUCTION Policy No. ALS31156 Endorsement No. 4 Countersigned By ANIC GL 1061 03 08 Producer Copy Page 2 of 2 Contractors or Tradespeople Printer Friendly Page General /Specialty Contractor A business registered as a construction contractor with L&I to perform construction work within the scope of its specialty. A General or Specialty construction Contractor must maintain a surety bond or assignment of account and carry general liability insurance. Business and Licensing Information I Name RED DIAMOND CONSTRUCTION INC UBI No. 601242586 Phone 5099226674 Status Active Address Po Box 14806 License No. REDDICI105K4 Suite /Apt. Date License Type Construction Contractor City Spokane Valley Effective Date 5/24/1990 State WA Expiration Date 12/11/2010 Zip 99214 Suspend Date 7 County Spokane Specialty 1 General Business Type Corporation Specialty 2 Unused Parent Company NATIONAL 09KL531157 01/31/2009 rlthPr Accnriated I irencec License Name Type Specialty Specialty Effective Expiration Status SCHIMMELS, CAROL A 8 101/01/1980 1 2 Date Date GENERC "252MA GENERAL Construction General Unused 7/1/1975 7/1/1991 Archived CONTRACTORS INC Contractor 7 USF&G 4005BO584 10/01/2001 05/21/2006 Business Owner Information Name Role Effective Date Expiration Date SCHIMMELS, G M Cancel Date 01/01/1980 Bond Amount SCHIMMELS, CAROL A 8 101/01/1980 400SBO584 Bond Information Page 1 of 2 Bond Bond Company Name Bond Account Number Effective Date Expiration Date Cancel Date Impaired Date Bond Amount Received Date 8 TRAVELERS CAS li 400SBO584 05/21/2006 Until Cancelled $12,000.0004/10 /2006 STY CO OF AMER 7 USF&G 4005BO584 10/01/2001 05/21/2006 $12,000.0010/12 /2001 Assignment of Savings Information No records found for the previous 6 year period Insurance Information Insurance Company Name Policy Number Effective Date Expiration Date Cancel Date Impaired Date Amount Received Date 19 Alaska National 10AL531156 01/31/2010 01/31/2011 $1,000,000.00 01/27/2010 Ins Co ALASKA 18 NATIONAL 09KL531157 01/31/2009 01/31/2010 $1,000,000.00 01/12/2009 INSURANCE COMP ALASKA 17 NATIONAL INS 07KL531157 11/01/2006 01/31/2009 $1,000,000.00 01/17/2008 CO ALASKA 16 NATIONAL INS 06KLS31157 11/01/2006 11/01/2007 $1,000,000.0010 /31/2006 CO ALASKA 15 NATIONAL INS 05KLS31157 11/01/2005 11/01/2006 $1,000,000.0010 /25/2005 CO WAUSAU 14 UNDERWRITERS YYC91544995033 11/01/2004 11/01/2005 $1,000,000.00 10 /08/2004 INS CO 13 EMPLOYERS INS YYCZ9154499503311 /01/2003 11/01/2004 $1,000,000.00 11/03/2003 OF WAUSAU https:Hfortress.wa.gov/lni/bbip/Print.aspx 7/14/2010 Contractors or Tradespeople Printer Friendly Page Page 2 of 2 12 I NS UNDE WRITERS 191544995032 111/01/2003 111/01/2004 ($1,000,000.0010 /20/2003 Summons /Complaint Information No unsatisfied complaints on file within prior 6 year period Warrant Information No unsatisfied warrants on file within prior 6 year period https://fortress.wa.gov/lni/bbip/Print.aspx 7/14/2010 SUPERIOR COURT OF WASHINGTON FOR SPOKANE COUNTY In the Matter of: ADVERTISEMEENT FOR BIDS City of Spokane Valley ' Public Works Department Bid # 10 -014 44th Avenue Pathway Project } Federal Aid Project No. STPE- 4010(001) 10 rev AFFIDAVIT OF PUBLISHING NOTICE STATE OF WASHINGTON } )Ss. County of Spokane ) MICHAEL HIJFFMAN . being first duly sworn on oath deposes and says that he is the EDITOR , of The Spokane Valley NewsHerald, a weekly newspaper. Thatsaidnewspaperis a legal newspaperand itis now andhas been for morethan six months prior to the date of the publication hereinafter referred to, published in the English language continually as a weekly newspaper in Spokane County, Washington, and it is now and during all of said time was printed in an office maintained at the aforesaid place of publication of said newspaper, which said newspaper had been approved as a legal newspaper by order of the Superior Court of the State of Washington in and for Spokane County. That the following is a true copy of a public notice as it was published in regular issues commencingonthe 11th dicey of Lune. 2010, and ending the 18th day of June. 2010, all datesinel ive,and that such newspaper was regularly distributed to its subscribers during all of said period: ADVERTISEMENT FOR BIDS CITY OF SPOKANE VALLEY PUBLIC WORKS DEPARTMENT B BSCRIB and SWORN to before me "'IT. AVENUE E P AT14WA Y PROJECT ATXWA FEDERAL AID PROJECT N0. sTPE�010(001) Notice is hereby given that the City of Spokane Valley, Washington, will accept sealed bids for the 44th Avenue Pathway Pro act. The project onests of constructing a pathway from Woodruff Road to Sands Road: widening the north side of 44th Avenue from the east side of Van Marter, 44th Ave. intersection to Sands Road; and as- sociated work. Copies of the bid packet including Specifi and planscan be obtained atthe office of the City of Spokane Valley Public Works Department, at 17707 E. Sprague Avenue, Suite 304, Spokane Valley, WA99206- 6124,1yondaythmughF day "i 0^ gr F from 8:00 a.m. to 5:00 p.m. A non - refundable v = '�O "C� "••.• amount of $50.00 is required. Copies of the bid packet including specifications and plans may ✓ i NO y s f obtained in PDF formal on a compact dlsd -P 1 at ; %. P�A f. Z b 3 P at no charge. > oe e , All bids must be accompanied by a bid deposit 4, � in the form of a surety bond, postal money order, .iA L O�l cash, cashier's check, or certified check in an amountepual to five pe r cent(5!) of the a mount' Q, ^u of the bidproposed. FaRI- "'fumishabidbond in compliance with the City's bid deposit surety, bond formshall makethebid non- responsiveand. $otij lf� cause the bid to be rejected. Bids must be submitted in sealed envelopes addressed to the City Clerk of the City of Spokane Valley, 11707 E. Sprague Avenue, Suite 106, Spokane Valley, Washington, 99206, and received not later than 10:00 a.m. PSDT, Friday, July 2, 2010. Bid openingswill beheld immediately thereafter and read aloud in the City Council Chambers, Suite 101. The City retains the right to reject any and all bids and to well minor irregularities in the bidding process. The City of Spokane Valley reserves the right 10 waive any irregularities or informalities and to reject any or all bids. No bidder may withdraw his bid after the time announced for the bid opening, or before the award and execution of the contract, unless the award is delayed for a period exceeding sixty (60) days - The City of Spokane Valley, in accordance with Title VI of the Civil Rights Act of 1964, 78 Slat. 252, 42 U.S.C. 2000d to 2000 -4 and Ttle 49, Code of Federal Regulations, Department of Transportation, subtitle A. Office ofthe secretary, - Part 21, non disorimmatian in Foderally assisted programs of the Department of Transportation issued pursuant to such Ac(, hereby notifies all bidders that it will affirmatively insure that In any contract entered Into pursuant to this advertisement, minority business enterprises will not be discriminated against on the grounds of race, color or national origin in consideration for an award. Christine Bainbridge, CMC Spokane Valley City Clerk 6/11.5/18 this 18th day of June, 2010. State of Washington County of Spokane I certify that I know or have satisfactory evidence that Michael Huffman is the person who appeared before me, and said person acknowledged that he signed this instrument and acknowledged it to be his free and voluntary act for the uses and purposes men- tioned in thetinstrul lt, _ Rae W Notary 9 -16 -11 1 'P'�k5 ADVERTISEMENT FOR BIDS CITY OF SPOKANE VALLEY PUBLIC WORKS DEPARTMENT BID # 10 -014 44TH AVENUE PATHWAY PROJECT FEDERAL AID PROJECT NO. STPE- 4010(001) Notice is hereby given that the City of Spokane Valley, Washington, will accept sealed bids for the 44th Avenue Pathway Project. The project consists of constructing a pathway from Woodruff Road to Sands Road; widening the north side of 44th Avenue from the east side of Van Marter, 44th Ave. intersection to Sands Road; and associated work. Copies of the bid packet including specifications and plans can be obtained at the office of the City of Spokane Valley Public Works Department, at 11707 E. Sprague Avenue, Suite 304, Spokane Valley, WA 99206 -6124, Monday through Friday from 8:00 a.m. to 5:00 p.m. A non - refundable amount of $50.00 is required. Copies of the bid packet including specifications and plans may be obtained in PDF format on a com- pact disc at no charge. All bids must be accompanied by a bid 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. Failure to furnish a bid bond in compliance with the City's bid deposit surety bond form shall make the bid non- responsive and cause the bid to be rejected. Bids must be submitted in sealed envelopes addressed to the City Clerk of the City of Spokane Val- ley, 11707 E. Sprague Avenue, Suite 106, Spokane Valley, Washington, 99206, and received not later than 10:00 a.m. PSDT. Friday, July 2, 2010 Bid open- ings will be held immediately thereafter and read aloud in the City Council Chambers, Suite 101. The City retains the right to reject any and all bids and to waive mi- nor irregularities in the bidding process. The City of Spokane Valley reserves the right to waive any irregularities or informalities and to reject any or all bids. No bidder may withdraw his bid after the time announced for the bid opening, or before the award and execution of the contract, unless the award is delayed for a period exceeding sixty (60) days. The City of Spokane Valley, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 20004 to 2000 -4 and Title 49, Code of Federal Reg- ulations, Department of Transpor- tation, subtitle A, Office of the Secretary, Part 21, non- discrimination in Federally assist- ed programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will not be discrimi- nated against on the grounds of race, color or national origin in consideration for an award. PUBLISH: Spokane June it and 18, 2010 Christine Bainbridge, CIVIC Spokane Valley City Clerk SR20968 *Federal Tax ID No. 68- 0617327 AFFIDAVIT OF PUBLICATION STATE OF WASHINGTON County of Spokane) ss Name: City of Spokane Valley Client ID: PO No. SR20968 Ad No. 891486 Total Cost: $851.00 42365 No. Lines: 100 Foreign No. 1675324 Order No. 185900 I, Joni L. Vincent do solemnly swear that I am the Principal Clerk of The Spokesman- Review, a newspaper established and regularly published, once each day in the English language, in and of general circulation in the City of Spokane County, Washington; and in the City of Coeur d'Alene, Kootenai County, Idaho; that said newspaper has been so established and regularly published and has had said general circulation continuously for more than six (6) months prior to the 23rd day of July, 1941; that said newspaper is printed in an office maintained at its place of publication in the City of Spokane, Washington; that said newspaper was approved and designated as a legal newspaper by order of the Superior Court of the State of Washington for Spokane County on the 23rd day of July, 1941, and that said order has not been revoked and is in full force and effect; that the notice attached hereto and which is a part of the proof of publication, was published in said newspaper two time(s), the publication having been made once each time on the following dates: June 11 & 18, 2010 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 published in the newspaper proper and not in a supplement. Subscribed and sworn to before me at the City of Spokane, this 18th day of June 2010. g sON of "pk) Y N U __0 Z C N ry O NoF W Notary Public in and for the State of Washington, residing at Spokane County, Washington Notary Stamp �L.�I� Legal Affidavit Joni V.xls