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