Loading...
10-128.00 Sackett Contracting & Excavating: Dishman Mica Neighborhood Stormwater MgmtAGREEMENT FOR CONSTRUCTION OR SERVICES Sackett Contracting & Excavating THIS AGREEMENT is made by and between the City of Spokane Valley, a code City of the State of Washington, hereinafter "City" and Sackett Contracting & Excavating, hereinafter "Contractor," jointly referred to as "parties." IN CONSIDERATION of the terms and conditions contained herein the parties agree as follows: 1. Work to Be Performed The Contractor shall do all work and furnish all labor, tools, materials, supplies and equipment for the Stormwater Small Works Projects Project (hereinafter "work ") in accordance with, and as described in the attached Contract Provisions for construction of Dishman- Mica Neighborhood Stormwater Management Project and 2010 Standard Specifications for Road, Bridge and Municipal Construction of the Washington State Department of Transportation, which are by this reference incorporated herein and made part hereof ( "Contract Documents "), and shall perform any changes in the work in accord with the Contract Documents. The requirements, conditions and specifications contained in this Agreement shall supersede and govern over any conflicting provisions contained in the Contract documents. The CONTRACTOR shall, for the amount set forth in the Contractor's bid proposal attached hereto, assume and be responsible for the cost and expense of all work required for constructing and completing the work and related activities provided for in the Contract Plans and Contract Documents, except those items mentioned therein to be furnished by the City of Spokane Valley. The City Manager, or designee, shall administer and be the primary contact for Contractor. Prior to commencement of work, Contractor shall exercise best efforts to contact the City Manager or designee to review the scope of work, schedule, and time of completion. Upon notice from the City, Contractor shall promptly commence work, complete the same in a timely manner, and cure any failure in performance under this agreement. Unless otherwise directed by the City, all work shall be performed in conformance with the Contract Plans, Contract Documents, City and State standards. Contractor acknowledges review of the Contract Plans and Contract Documents and accepts the same. Contractor shall exercise best efforts, including the selection of the highest quality material, so that all work performed shall be in compliance with current related industry standards. 2. Term of Contract This agreement shall be in full force and effect upon execution and shall remain in effect until 1 year after final acceptance The City may terminate this agreement by ten days' written notice to the other party. In the event of such termination, the City shall pay the Contractor for all work previously authorized and satisfactorily performed prior to the termination date. 3. Compensation The City agrees to pay the Contractor for the actual quantities of work performed and accepted in conformance with the Contract Documents at the unit prices contained on the Bid Schedule in the proposal form. At the time of award the cost of the estimated quantity of work is $ 125,983.80 . X10 -IZs 4. Payment The Contractor shall be paid in monthly installments, upon after the Public Works Director approves a Pay Application prepared by the Engineer. The City reserves the right to withhold payment under this agreement which is determined, in the reasonable judgment of the City Manager, to be noncompliant with the Contract Plans, Contract Documents, or City or State standards. Notice Notice shall be given in writing as follows: TO THE CITY: Name: Christine Bainbridge, City Clerk Phone Number: (5 09) 921 -1000 Address: 11707 East Sprague Ave., Suite 106 Spokane Valley, WA 99206 TO THE CONTRACTOR: Name: Sackett Contracting & Excavating Phone Number: (208) 443 -6530 Mobile: Address: 28162 Hwy 57, Priest Lake, ID 83856 6. Applicable Laws and Standards The parties, in the performance of this agreement, agree to comply with all applicable Federal, State and local laws, and City ordinances and regulations. 7. Prevailing Waaes on Public Works Unless otherwise required by law, this contract is for a "public work" which is defined as "work, construction, alteration, repair or improvement other than ordinary maintenance executed at the cost of the City," the following provision applies: This agreement provides for the construction of a public work and a payment of prevailing wages according to Washington law. All workers, laborers or mechanics shall be paid a prevailing rate of wage that is set forth in an Exhibit to this agreement. Before any payment may be made to Contractor a "Statement of Intent to Pay Prevailing Wages" must be submitted to the City. Following final acceptance of the public works project, the Contractor and each subcontractor shall submit an "Affidavit of Wages Paid" before retained funds will be released to the Contractor. The affidavit must be certified by the industrial statistician of the Department of Labor and Industries. 8. Relationship of the Parties It is hereby understood, agreed and declared that the Contractor shall be an independent Contractor and not the agent or employee of the City, that the City is interested in only the results to be achieved, and that the right to control the particular manner, method and means of the work is solely within the discretion of the Contractor. Any and all employees who provide services to the City under this agreement shall be deemed employees of the Contractor. The Contractor shall be solely responsible for the conduct and actions of all its employees under this agreement and any liability that may attach thereto. 9. Ownership of Documents All drawings, plans, specifications, and other related documents prepared by the Contractor under this agreement are and shall be the property of the City, and may be subject to disclosure pursuant to RCW 42.56 or other applicable public record laws. 10. Records The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of the Contractor's records with respect to all matters covered in this contract. Such representatives shall be permitted to audit, examine and make excerpts or transcripts from such records and to make audits of all contracts, invoices, materials, payrolls and record of matters covered by this contract for a period of three years from the date final payment is made hereunder. 11. Warran . Unless provided otherwise in the Contract Plans or Contract Documents, Contractor warrants all work and materials performed or installed under this contract are free from defect or failure for a period of one year following final acceptance by the City, unless a supplier or manufacturer has a warranty for a greater period, which warranty shall be assigned to the City. In the event a defect or failure occurs in work or materials, the Contractor shall within the warranty period remedy the same at no cost or expense to the City. 12. Contractor to Be Licensed And Bonded The Contractor shall be duly licensed and bonded by the State of Washington at all times this agreement is in effect. 13. Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. No Limitation. Contractor's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non - owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) from CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products - completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 3 2. Commercial General Liability insurance shall be written with limits no less that $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products - completed operations aggregate limit. C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self - insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. Cancellation of Consultant's insurance shall be governed by either: a. the policy shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty days prior written notice by certified mail, return receipt requested, has been given to the City, or b. the Consultant shall provide at least 30 days prior written notice by certified mail, return receipt requested of a cancellation. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VH. E. Evidence of Coverage. As evidence of the insurance coverages required by this contract, the Contractor shall furnish acceptable insurance certificates to the City at the time the Contractor returns the signed contract. The certificate shall specify all of the parties who are additional insureds, and will include applicable policy endorsements, and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested, complete copies of insurance policies shall be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self - insured retentions, and/or self - insurance. 14. Indemnification and Hold Harmless The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115 then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of the agreement. 15. Waiver No officer, employee, agent, or other individual acting on behalf of either party, has the power, right, or authority to waive any of the conditions or provisions of this agreement. No waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance. All 4 remedies afforded in this agreement or by law, shall be taken and construed as cumulative, and in addition to every other remedy provided herein or by law. Failure of either party to enforce, at any time, any of the provisions of this agreement, or to require, at any time, performance by the other party of any provision hereof, shall in no way be construed to be a waiver of such provisions, nor shall it affect the validity of this agreement, or any part thereof. 16. Assignment and Delegation Neither party shall assign, transfer, or delegate any or all of the responsibilities of this agreement, or the benefits received hereunder, without first obtaining the written consent of the other party. 17. Jurisdiction and Venue This agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. 18. Arbitration All disputes arising under this agreement shall be resolved through arbitration pursuant to State law. Rules for arbitration shall be those prescribed by the American Association of Arbitration. 19. Entire Agreement This written agreement constitutes the entire and complete agreement between the parties, and supercedes any prior oral or written agreements. This agreement may not be changed, modified, or altered, except in writing and signed by the parties hereto. 20. Anti - kickback No officer or employee of the City, having the power or duty to perform an official act or action related to this agreement, shall have, or acquire, any interest in this agreement, or have solicited, accepted, or granted, a present or future gift, favor, service, or other thing of value from any person with an interest in this agreement. 21. Business Registration Prior to commencement of work, Contractor shall register with the City as a business. 22. Severability If any section, sentence, clause or phrase of this agreement should be held to be invalid for any reason by a court of competent jurisdiction, such invalidity shall not affect the validity of any other section, sentence, clause or phrase of this agreement. 23. Exhibits Exhibits attached and incorporated into this agreement are: 1. Proposal Form 2. Contract Provisions 3. Insurance Certificates. 4. Performance and Payment Bond /� IN WITNESS WHEREOF, the parties have executed this agreement this l / day of �� , 2010. v 7 CITY OF SPOKANE VALLEY: CONTRACTOR: Ci ,/ mll r ger Owner Tax I.D. No.: REDAWYTE® This document contains confidential tax information and has been redacted pursuant to RC W 82.32.330. You may petition for a review of our findings pertaining to any redacted or withheld documents pursuant to Spokane Valley Municipal Code (SVMC) 2.75.080; and obtain judicial review pursuant to RCW 42.56.550. ATTEST: 7 ''-t� / � Clerk APPROVED AS TO FORM: . r-v.� ? y'.0,40 Office he City Attorney e Spokane ,, ,0ValleyR BOND NO: 70989608 CONTRACTOR'S PERFORMANCE AND PAYMENT BOND TO DUAL OBLIGEES KNOW ALL MEN BY THESE PRESENTS, that MIKE SACK INC. DBA SACKETT CONTRACTING & EXCAVATING (Contractor), as Principal, and Western Surety Company (Bonding Company), as Surety, a corporation of South Dakota , whose principal office is located at 101 S. Phillips Ave., Sioux Falls, SD 57104 , are firmly bound unto the State of Washington 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 $ 136, 938.69 (including Washington State sales tax) for payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. WHEREAS, Principal has by written Proposal dated 8 -23 -2010 offered to enter into a Contract with the City of Spokane Va le or Contract No. 10 -030 pursuant to the terms and conditions set forth in the Contract Documents dated /'I / /v . NOW, THEREFORE, the condition of this obligation is such that if the Principal shall faithfully perform all the provisions of the Contract on its part, and pay all laborers, 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 from all loss, cost or damage which it may suffer by reason of the failure to do any of the foregoing, then this obligation shall be null and void; otherwise it shall remain in full force and effect. All persons who have furnished labor, materials or supplies for use in and about the work provided for in the Contract shall have a direct right of action under this bond, to the extent and in the manner set forth in RCW 39.08. The said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the WORK to be performed thereunder or the SPECIFICATIONS 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 SPECIFICATIONS. No final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. SIGNED AND SEALED THIS 17th DAY OF September YEAR 2010 Western Surety Company TY _ gnature Judith C. Kaiser —Smith Typed Name Attornev —in —Fact Title (SEAL) Mike Sackett, Inc. ,Aa Sackett Contracting p Excavating P Si nature Ted N e f' if 0�1 Q 0.I n� City of Spokane Valley 20 Dishman -Mica Neighborhood Stormwater Management Project Title Agreement for Construction Services Bid No: RFP 10 -030 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Walter W Wolf, Judith A Rapp, James E Majeskey, Judith C Kaiser - Smith, Individually of Spokane, WA, its true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this l st day of November, 2007. -. WESTERN SURETY COMPANY .,� ,� -r` 4 l�oe Sir„ OPKD1�, Paul . Bruflat, Senior Vice President State of South Dakota County of Minnehaha I ss On this 1st day of November, 2007, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation My commission expires +44544444444444444SS44444 + i D. KRELL r November 30, 2012 S E r AL NOTARY PUBLIC t3AS L f r SOUTH DAKOTA r +4444444444SSSSSS4S44444+ A-a 7���w 1 D. Krell, No ary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 17 th day of September 20 . ` ?SURET o,5 WESTERN SURETY COMPANY rWP PP 0 . / L. Nelson, Assistant Secretary Fonn F4280 -09 -06 I. Client#: 88665 SACKETTC ACORD CERTIFICATE OF LIABILITY INSURANCE 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 09 /01 /10 DNYrn PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Wolf - Majeskey -Rapp A Division of Payne Financial y ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Group POLICY EXPIRATION DATE MM /DD LIMITS P. O. Box 2984 INSURERS AFFORDING COVERAGE NAIC # iftAft WA 9922U INSURER A: American States Insurance Compa 01/30111 Mike Sackett Inc dba Sackett Contracting & Excavating Post Office Box 368 Nordman, ID 83848 INSURER B: INSURER C: X COMMERCIAL GENERAL LIABILITY INSURER D: INSURER E: DAMAGE 1 RENTED 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 ADDT NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM DD POLICY EXPIRATION DATE MM /DD LIMITS • GENERAL LIABILITY 01 CH3603744 01/30/10 01/30111 EACH OCCURRENCE $1, 000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE 1 RENTED E. $100,000 CLAIMS MADE FX_1 OCCUR MED EXP (Any one person) $10, 000 PERSONAL 8 ADV INJURY $1, 000,000 GENERAL AGGREGATE s2, 000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG s2,000, POLICY X JE O- T LOC • AUTOMOBILE LIABILITY X ANY AUTO 01 CH7146903 01130/10 01130/11 COMBINED SINGLE LIMIT (Ea accident) $1 , 000 ,000 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO - $ AUTO ONLY: AGG A EXCESS /UMBRELLA LIABILITY 01SU38902640 01/30/10 01/30111 EACH OCCURRENCE s5, 000,000 X1 OCCUR r_1 CLAIMS MADE AGGREGATE s5,000, $ DEDUCTIBLE $ X RETENTION $ 10000 WORKERS COMPENSATION AND WC STATU- OTH- FR EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ OFFICER /MEMBER EXCLUDED? - If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS RE: Dishman -Mica Neighborhood Stormwater Management Project, SVPW Bid No. 10 -030 The City of Spokane Valley is an additional insured as respects the above project and this insurance is primary with per project aggregate per insuring forms attached. City of Spokane Valley Public Works Dept; Stormwater Division 11707 E Sprague Ave, Suite 106 Spokane Valley, WA 99206 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL RMM5MRJQ MAIL -10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, AXXR* k AU_ THORIZE REPRESENTATIVE �b ` �71� ACORD 25 (2001/08) 1 of 2 #S545374/M468144 CRP1 © ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25S (2001/08) 2 of 2 #S545374/M468144 ADDITIONAL INSURED — BY WRITTEN CON- TRACT, AGREEMENT OR PERMIT, OR SCHED- ULE The following paragraph is added to SECTION II — WHO IS AN INSURED: 4. Any person. or organization shown in the Sched- ule or for whom you are required by written con- tract, agreement or permit to provide insurance Is an insured, subject to the following additional provisions: a. The contract, agreement or permit must be in effect during the policy period shown in the Declarations, and must have been exe- cuted prior to the "bodily injury", "property damage ", or "personal and advertising injury" b. The person or organization added as an in- sured by this endorsement is an insured only to the extent you are held liable due to: (1) The ownership, maintenance or use of that part of premises you own, rent, lease or occupy, subject to the following additional provisions: (a) This insurance does not apply to any "occurrence" which takes place after you cease to be a tenant in any premises leased to or rented to you: (b) This insurance does not apply to any structural alterations, new con- struction or demolition operations performed by or on behalf of the person or organization added as an insured; (2) Your ongoing operations for that in- sured, whether the work is performed by you or for you; (3) The maintenance, operation or use by you of equipment leased to you by such person or organization, subject to the following additional provisions: (a) This insurance does not apply to any "occurrence" which takes place after the equipment lease expires; (b) This insurance does not apply to "bodily injury" or "property damage" arising out of the sole negligence of such person or or- ganization; (4) Permits issued by any state or political subdivision with respect to operations performed by you or on your behalf, subject to the following additional pro- vision: This insurance does not apply to `bodily injury", `property damage ", or "personal and advertising injury" arising out of operations performed for the state or municipality; c. The insurance with respect to any architect, engineer, or surveyor added as an insured by this endorsement does not apply to `bodily injury", "property damage ", or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, in- cluding: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change or- ders, designs or specifications; and (2) Supervisory, inspection or engineering services. d. This insurance does not apply to `bodily injury" or "property damage" included within the "products - completed operations hazard ". e. A person's or organization's status as an in- sured under this endorsement ends when your operations for that insured are com- pleted. If. No coverage will be provided if, in the ab- sence of this endorsement, no liability would be imposed by law on you. Coverage shall be limited to the extent of your negligence or fault according to the applicable principles of comparative fault. g. The defense of any claim or "suit" must be tendered as soon as practicable to all other insurers which potentially provide insurance for such claim or "suit ". h. The insurance provided will not exceed the lesser of: (1) The coverage and /or limits of this policy, or (2) The coverage and /or limits required by said contract, agreement or permit. NON -OWNED WATERCRAFT AND NON -OWNED AIRCRAFT LIABILITY Exclusion g. of SECTION I -- COVERAGE A is re- placed by the following: g. 'Bodily injury" or "property damage" arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft owned or operated by or rented Page 2 of 5 SAFECO° POLICY NUMBER: 01 - CH - 360374 -1 CG 86 72 10 02 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED & OWNERS, LESSEES OR CONTRACTORS &COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization. Any person or orgaization for whom you are required by written contract, agreement or permit to provide completed operations coverg Location and Description of Completed Operations: Your work on all jobs at all locations for the named person or organization Additional Premium: included (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) SECTION II & WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule, but only to the extent you are held liable due to "your work" at the location designated and described in the schedule of this endorsement for that insured and included in the "product- completed operations hazard ". Includes Copyrighted' Information of ISO Properties, Inc., 2001 with permission ® A registered trademark of SAFECQ Corporation CG 86 72 10 02 EP POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 25 03 03 97 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1), and for all medical expenses caused by acci- dents under COVERAGE C (SECTION 1), which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggre- gate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard ", and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits ". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Desig- nated Construction Project General Aggre- gate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Decla- rations nor shall they reduce any other Des- ignated Construction Project General Aggre- gate Limit for any other designated construc- tion project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Ex- pense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Con- struction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1), and for all medical expenses caused by acci- dents under COVERAGE C (SECTION 1), which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products - Completed Operations Ag- gregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. C. When coverage for liability arising out of the "products- completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard" will reduce the Products - Completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. CG 25 03 03 97 Copyright, Insurance Services Office, Inc., 1996 Page 1 of 2 ❑ D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, Insurance Services Office, Inc., 1996 CG 25 03 03 97 ❑ SACKETTC GOVERAGE5 rY INSURANCE 09/01/10 DnYri, IS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ILY AND CONFERS NO RIGHTS UPON THE CERTIFICATE )LDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR .TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. IRERS AFFORDING COVERAGE NAIC # 2ER A Liberty Northwest tER B: POLICY EFFECTIVE 2ER C: 2ER D: INSRE tER E: POLICY NUMBER 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 ADD'L POLICY EFFECTIVE POLICY EXPIRATION LTR INSRE TYPE OF INSURANCE POLICY NUMBER DATE MM DD DATE (MMIDDfM LIMITS GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED PRE ES (E currence) $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE F] OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ POLICY E � LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) BODILY INJURY ALL OWNED AUTOS (Per person) $ SCHEDULED AUTOS BODILY INJURY $ HIRED AUTOS NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR FI CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ A WORKERS COMPENSATION AND WC41NCO16503010 01101/10 01/01111 X WC IIMIT FIR E.L. EACH ACCIDENT $1 EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER /EXECUTIVE E.L. DISEASE - EA EMPLOYEE $1,000 OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS RE: Dishman -Mica Neighborhood Stormwater Management Project, SVPW Bid No. 10 -030 City of Spokane Valley Public Works Dept; Stormwater Division 11707 E Sprague Ave, Suite 106 Spokane Valley, WA 99206 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL WJW0Pa( RJt t MAIL 4 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,JtB(RRAI EC AUTHORIZED REPRESENTATIVE ACORD 25 (2001/08) 1 of 2 #S545375/M468209 CRP1 © ACORD CORPORATION 1988 IMPORTANT If .the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25S (2001108) 2 of 2 #S545375/M468209 I jam Dishman -Mica Neighborhood Stormwater Management Project Bid Overview Bid Deadline August 23rd, 2010, 11:00 AM Engineer's Estimate a Ja? Q co U Q a m co co IU co n/a 1 $29,318.00 1 $44,412.00 1 $39,372.00 1 $23,399.00 m S �2 $136,501.00 Sackett Contracting & Excavating, Inc. T. LaRiviere Equipment & Excavation, Inc. 8:22 AM 1 $31,228.12 1 $39,246.77 1 $35,608.47 1 $19,895.20 10:25 AM 1 $33,521.20 1 $45,015.50 1 $39,457.55 1 $22,507.90 $125,978.56 $140,502.15 Cat's Eye Excavating, Inc. 10:12 AM $45,753.50 $56,268.50 $51,553.70 $42,214.06 $195,789.76 CITY OF SPOKANE VALLEY BID SCHEDULE A -10th AVENUE Item Description Unit QTY. 1 Mobilization L.S. 1 2 Construction Surveying L.S. 1 3 SPCC Plan L.S. 1 4 Temporary Water Pollution/ Erosion Control L.S. 1 5 Project Temporary Traffic Control L.S. 1 6 Pavement Saw Cutting L.F. 149 7 Remove Asphalt Conc. Pavement S.Y. 459 8 Saw Cut Curb L.F. 6 9 Remove Existing Curb L.F. 120 10 Remove Existing Culvert/Pipe EA. 2 11 Remove /Abandon Existing Catch Basin EA. 1 12 Manhole with 12 -Inch PVC Tee EA. 1 13 Metal Frame & Solid cover Type 4 EA. 1 14 Connect to Existing Drywall EA. 2 15 Remove and Replace Drywall Drainfield Rock EA. 1 16 Spokane County Inlet Type 2 EA. 2 17 Spokane County Catch Basin Type 2 EA. 2 18 Metal Frame Type 2 & Grate Type 3 EA. 4 19 Catch Basin with Oil Separator Tee EA. 1 20 12 -Inch Storm Sewer Pipe, PVC L.F. 159 21 Cement Concrete Curb Type A L.F. 120 22 Crushed Surfacing Base Course C.Y. 12 23 HMA Class 1/2 -Inch, PG 64 -28, 0.17' Depth S.Y. 459 24 Asphalt Cost Price Adjustment CALC. 1 25 Job Mix Compliance Price Adjustment CALC. 1 26 Compaction Price Adjustment CALC, 1 Engineer's Estimate Sackett Contracting & Excavating, Inc. T. LaRiviere Equipment & Excavation, Inc. Cat's Eye Excavating, ne. Price Amount Price Amount Price Amount Price Amount $1,000.00 $1,000.00 LS $3,250.00 LS $1,500.00 LS $4,100.00 $800.00 $800.00 LS $585.00 LS $1,000.00 LS $1,000.00 $300.00 $300.00 LS $125.00 LS $50.00 LS $50.00 $1,500.00 $1,500.00 LS $240.00 LS $500.00 LS $500.00 $500.00 $500.00 LS $744.46 LS $2,000.00 LS $4,950.00 $1.00 $149.00 $2.00 $298.00 $1.80 $268.20 $1.54 $229.46 $5.00 $2,295.00 $1.40 $642.60 $3.00 $1,377.00 $1.50 $688.50 $20.00 $120.00 $40.00 $240.00 $35.00 $210.00 $5.00 $30.00 $3.00 $360.00 $1.98 $237.60 $1.55 $186.00 $7.00 $840.00 $150.00 $300.00 $192.69 $385.38 $500.00 $1,000.00 $200.00 $400.00 $250.00 $250.00 $147.24 $147.24 $275.00 $275.00 $500.00 $500.00 $2,800.00 $2,800.00 $1,600.00 $1,600.00 $1,700.00 $1,700.00 $1,890.00 $1,890.00 $250.00 $250.00 $520.38 $520.38 $400.00 $400.00 $575.00 $575.00 $400.00 $800.00 $505.65 $1,011.30 $340.00 $680.00, $1,800.00 $3,600.00 $2,500.00 $2,500.00 $1,450.00 $1,450.00 $400.00 $400.00 $2,270.00 $2,270.00 $250.00 $500.00 $319.50 $639.00 $400.00 $800.00 $1,650.00 $3,300.00 $300.00 $600.00 $1,041.75 $2,083.50 $1,700.00 $3,400.00 $2,240.00 $4,480.00 $200.00 $800.00 $366.07 $1,464.28 $400.00 $1,600.00 $575.00 $2,300.00 $1,200.00 $1,200.00 $1,558.55 $1,558.55 $1,700.00 $1,700.00 $2,500.00 $2,500.00 $35.00 $5,565.00 $25.79 $4,100.61 $30.00 $4,770.00 $14.06 $2,235.54 $15.00 $1,800.00 $21.75 $2,610.00 $24.00 $2,880.00 $25.00 $3,000.00 $28.00 $336.00 $91.31 $1,09572 $33.00 $396.00 $67.00 $804.00 $10.00 $4,590.00 $13.50 $6,196.50 $14.00 $6,426.00 $12.00 $5,508.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 Subtotal WA State Sales Tax @ 8.7% Total of Bid Schedule rngmeer s r-sumaie oauncu -n --u $33,521.20 & Excavatin , Inc. $29,318.00 $31,228.12 $2,550.67 $2,716.85 $31,868.67 $33,944.97 & Excavation, Inc. Excavatin Inc. $33,521.20 $45,753.50 $2,918.34 $3,980.55 $36 437.54] $48 734.05 i CITY OF SPOKANE VALLEY BID SCHEDULE B - ROBINHOOD STREE Item Description Unit QTY. 1 Mobilization L. S. 1 2 Construction Surveying L. S. 1 3 SPCC Plan L.S. 1 4 Temporary Water Pollution/ Erosion Control L.S. 1 5 Project Temporary Traffic Control L. S. 1 6 Pavement Saw Cutting L. F. 150 7 Remove Asphalt Conc, Pavement S.Y. 923 8 Saw Cut Curb L. F. 4 9 Remove Existing Curb L.F. 40 10 Remove Existing Culvert/Pipe EA. 1 11 Remove /Abandon Existing Catch Basin EA. 1 12 Precast Concrete Drywell, Type B EA. 3 13 Metal Frame & Solid cover Type 4 EA. 3 14 Connect to Existing Drywell EA. 3 15 Remove and Replace Drywell Drainfield Rock EA. 1 16 Spokane County Catch Basin Type 2 EA. 1 17 Metal Frame Type 2 & Grate Type 3 EA. 1 18 Catch Basin with Oil Separator Tee EA. 2 19 Modify Existing Drywell with Dual Vaned Grates EA. 1 20 12 -Inch Storm Sewer Pipe, PVC L. F. 200 21 Cement Concrete Curb Type A L. F. 40 22 Crushed Surfacing Base Course C.Y. 13 23 HMA Class 112 -Inch, PG 64 -28, 0.17' Depth S.Y. 923 24 Asphalt Cost Price Adjustment CALC. 1 25 Job Mix Compliance Price Adjustment CALC. 1 26 Compaction Price Adjustment CALC. 1 Subtotal i Engineer's Estimate Sackett Contracting & Excavatin , Inc. T. LaRiviere Equipment & Excavation, Inc. Cat's Eye Excavatin , Inc. Price Amount Price Amount P rice Amount Price Amount $1,000.00 $1,000.00 LS $1,350.00 LS $1,500.00 LS $4,100.00 $800.00 $800.00 LS $585.00 LS $1,000.00 LS $1,000.00 $300.00 $300.00 LS $125.00 LS $50.00 LS $50.00 $1,500.00 $1,500.00 LS $240.00 LS $500.00 LS $500.00 $500.00 $500.00 LS $453.43 LS $2,000.00 LS $4,950.00 $1.00 $150.00 $2.00 $300.00 $1.80 $270.00 $1.54 $231.00 $5.00 $4,615.00 $1.40 $1,292.20 $3.00 $2,769.00 $1.50 $1,384.50 $20.00 $80.00 $40.00 $160-001 $35.00 $140.00 $5.00 $20.00 $3.00 $120.00 $1.98 $79.20 $1.55 $62.00 $7.00 $280.00 $150.00 $150.00 $192.70 $192.70 $500.00 $500.00 $200.00 $200.00 $250.00 $260.00 $147.24 $147.24 $275.00 $275.00 $500.00 $500.00 $3,200.00 $9,600.00 $2,175.00 $6,525.00 $2,700.00 $8,100.00 $4,500.00 $13,500.00 $250.00 $760.00 $620.38 $1,661.14 $400.00 $1,200.00 $575.00 $1,725.00 $400.00 $1,200.00 $506.64 $1,516.92 $340.00 $1,020.00 $1,500.00 $4,500.00 $2,500.00 $2,500.00 $1,450.00 $1,450.00 $400.00 $400.00 $2,270.00 $2,270.00 $300.00 $300.00 $486.64 $486.64 $1,700.00 $1,700.00 $2,240.00 $2,240.00 $200.00 $200.00 $366.08 $366.08 $400.00 $400.00 $575.00 $576.00 $1,200.00 $2,400.00 $1,586.61 $3,171.22 $1,700.00 $3,400.00 $2,500.00 $5,000.00 $800.00 $800.00 $1,029.64 $1,029.64 $800.00 $800.00 $250.00 $250.00 $35.00 $7,000.00 $25.39 $5,078.00 $30.00 $6,000.00 $14.06 $2,812.00 $15.00 1 $600.00 $24.90 $996.00 $24.00 $960.00 $25.00 $1,000.00 $28.00 $364.00 $95.92 $1,246.96 $33.00 $429.00 $67.00 $871.00 $10.00 $9,230.00 $11.80 $10,891.40 $12.50 $11,537.50 $9.00 $8,307.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 _ $1.00 $1.00 $1.00 e...l..... Cwui...wen4 $1.00 $1.00 CAYA EVP WA State Sales Tax @ 8.7% Total of Bid Schedule & Excavatin ,Inc. & Excavation, Inc. Excavatln ,Inc. $44,41 $39,245.77 $45,015.50 $55,258.50 $3,853.84 $3,414.47 $3,916.35 $4,895.35 $48,275.84 $42,551.24 $48,931.85 $61,153.85 Item 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 CITY OF SPOKANE VALLEY BID SCHEDULE C - HERALD STREET Sackett Contracting & Excavating, Inc. Description Unit QTY. Mobilization L.S. 1 Construction Surveying L.S. 1 SPCC Plan L.S. 1 Temporary Water Pollution/ Erosion Control L.S. 1 Project Temporary Traffic Control L.S. 1 Pavement Saw Cutting L.F. 315 Remove Asphalt Conc. Pavement S.Y. 720 Saw Cut Curb L.F. 10 Remove Existing Curb L.F. 61 Remove Existing Culvert/Pipe EA. 1 Remove /Abandon Existing Catch Basin EA, 1 Precast Concrete Drywall, Type B EA. 1 Metal Frame & Solid cover Type 4 EA. 1 Connect to Existing Drywell EA. 2 Remove and Replace Drywall Drainfield Rock EA. 1 12 -Inch PVC Tee for Existing Drywall EA. 1 Spokane County Inlet Type 2 EA. 1 Metal Frame Type 2 & Grate Type 3 EA. 1 Catch Basin with Oil Separator Tee EA. 3 10 -Inch Storm Sewer Pipe, PVC L.F. 126 12 -Inch Storm Sewer Pipe, PVC L.F. 184 Remove and Replace Concrete Driveway S.Y. 12 Cement Concrete Curb Type B L.F. 40 Cement Concrete Curb Type R L.F. 21 Crushed Surfacing Base Course C.Y. 23 HMA Class 1/2 -Inch, PG 64 -28, 0.17' Depth S.Y. 720 Asphalt Cost Price Adjustment CALC. 1 Job Mix Compliance Price Adjustment CALC. 1 Compaction Price Adjustment CALC. 1 Subtotal Engineer's Estimate Sackett Contracting & Excavating, Inc. T. LaRlvlere & Excavation, Equipment Inc. Cat's Eye Excavating, Inc. Price Amount Price Amount Price Amount Price Amount $1,000.00 $1,000.00 LS $1,350.00 LS $1,500.00 LS $4,100.00 $800.00 $800.00 LS $585.00 LS $1,000.00 LS $1,000.00 $300.00 $300.00 LS $125.00 LS $50.00 LS $50.00 $1,500.00 $1,500.00 LS $240.00 LS 1 500.00 LS 1 $500.00 $500.00 $500.00 LS $977.29 LS $2,000.00 LS $4,950.00 $1.00 $315.00 $2.00 $630.00 $1.80 $567.00 $1.54 $485.10 $5.00 $3,600.00 $1.61 $1,159.20 $3.00 $2,160.00 $1.50 $1,080.00 $20.00 $200.00 $40.00 $400.00 $35.00 $350.00 $5.00 $50.00 $3.00 $183.00 $5.49 $334.89 $1.55 $94.55 $7.00 $427.00 $150.00 $150.00 $306.03 $306.03 $500.00 $500.00 $200.00 $200.00 $250.00 $250.00 $147.24 $147.24 $275.00 $275.00 $500.00 $500.00 $3,200.00 $3,200.00 $2,175.00 $2,175.00 $2,700.00 $2,700.00 $4,500.00 $4,500.00 $250.00 $250.00 $369.94 $369.94 $400.00 $400.00 $575.00 $575.00 $400.00 $800.00 $231.24 $462.48 $340.00 $680.00. $1,800.00 $3,600.00 $2,500.00 $2,500.00 $1,450.00 $1,450.00 $400.00 $400.00 $2,270.00 $2,270.00 $60.00 $60.00 $390.10 $390.10 $275.00 $275.00 $500.00 $500.00 $250.00 $250.00 $319.51 $319.51 1 $400.00 $400.00 $1,650.00 $1,650.00 $200.00 $200.00 $366.08 $366.08 $400.00 $400.00 $575.00 $575.00 $1,200.00 $3,600.00 $1,506.17 $4,518.51 $1,700.00 $5,100.00 $2,500.00 $7,500.00 $32.00 $4,032.00 $2234 $2,814.84 $27.00 $3,402.00 $14.06 $1,771.56 $35.00 $6,440.00 $25.98 $4,780.32 $30.00 $5,520.00 $14.06 $2,587.04 $40.00 $480.00 $35.89 $430.68 $46.00 $552.00 $80.00 $960.00 $15.00 $600.00 $27.50 $1,100.00 $24.00 $960.00 $29.00 $1,160.00 $15.00 $315.00 $27.95 $586.95 $30.00 $630.00 $29.00 $609.00 $28.00 $644.00 $53.67 $1,234.41 $33.00 $759.00 $57.00 $1,311.00 $10.00 $7,200.00 $11.60 $8,352.00 $11.50 $8,280.00 $12.00 $8,640.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.OD $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 WA State Sales Tax @ 8.7% Total of Bid Schedule engmeer's estimate sacxes contracting 1. La IVIOre ogwpmem VdL. Y . &Excavatin ,Inc. && Excavation Inc ,Inc. $39,372.00 $35,608.47 $39,457.55 $51,553,70 $3,425.36 $3,097.94 $3,432.81 $4,485.17 $42,797.36 $38,706.41 $42,890.36 $56,038.87 QTY. 1 1 1 1 1 64 183 4 70 1 1 156 1 1 1 1 1 2 2 30 25 70 3 4 183 1 1 1 60 Engineer's Estimate CITY OF SPOKANE VALLEY T. LaRiviere Equipment & Excavation Inc. Cat's Eye Excavatin , Inc. BID SCHEDULE D - OBERLIN STREET Amount Item Description Unit 1 Mobilization L.S. 2 Construction Surveying L.S. 3 SPCC Plan L.S. 4 Temporary Water Pollution/ Erosion Control L.S. 5 Project Temporary Traffic Control L.S. 6 Pavement Saw Cutting L.F. 7 Remove Asphalt Conc. Pavement S.Y. 8 Saw Cut Curb L.F. 9 Remove Existing Curb L.F. 10 Remove Existing Culvert/Pipe EA. 11 Remove /Abandon Existing Catch Basin EA. 12 Infiltrative Swale S.F. 13 Precast Concrete Drywall, Type B EA. 14 Metal Frame & Solid cover Type 4 EA. 15 Connect to Existing Drywall EA. 16 Remove and Replace Drywall Drainfield Rock EA. 17 12 -Inch PVC Tee for Existing Drywall EA. 18 Spokane County Inlet Type 2 EA. 19 Metal Frame Type 2 & Grate Type 3 EA. 20 10 -Inch Storm Sewer Pipe, PVC L.F. 21 12 -Inch Storm Sewer Pipe, PVC L.F. 22 Cement Concrete Curb Type A L.F. 23 Spokane County Curb Inlet Type 1 EA. 24 Crushed Surfacing Base Course G.Y. 25 HMA Class 112 -Inch, PG 64 -28, 0.17' Depth S.Y. 26 Asphalt Cost Price Adjustment CALC 27 Job Mix Compliance Price Adjustment CALC 28 Compaction Price Adjustment CALC 29 24 -Inch Dia. Landscape Rock Bolders L.F. QTY. 1 1 1 1 1 64 183 4 70 1 1 156 1 1 1 1 1 2 2 30 25 70 3 4 183 1 1 1 60 Engineer's Estimate Sackett Contracting & Excavatin , Inc. T. LaRiviere Equipment & Excavation Inc. Cat's Eye Excavatin , Inc. Price Amount Price Amount Price Amount Price Amount $1,000.00 $1,000.00 LS $1,350.00 LS $1,500.00 LS $4,100.00 $800.00 $800.00 LS $470.00 LS $1,000.00 LS $1,000.00 $300.00 $300.00 LS $125.00 LS $50.00 LS $50.00 $1,500.00 $1,500.00 1 LS $240.00 LS 1 $500.00 LS $500.00 $500.00 $500.00 LS $1,064.60 LS $2,000.00 LS $4,950.00 $1.00 $64.00 $2.00 $128.00 $1.80 $115.20 $1.54 $98.56 $5.00 $915.00 $4.03 $737.49 $3.00 $549.00 $1.50 $274.50 $20.00 $80.00 $40.00 $160.00 $35.00 $140.00 $5.00 $20.00 $3.00 $210.00 $4.53 $317.10 $1.55 $108.50 $7.00 $490.00 $150.00 $150.00 $335.68 $335.68 $500.00 1 $500.00 $200.00 $200.00 $250.00 $250.00 $147.24 $147.24 $275.00 $275.00 $500.00 $500.00 $15.00 $2,340.00 $2.23 $347.88 $5.00 $780.00 $8.00 $1,248.00 $3,200.00 $3,200.00 $2,175.00 $2,175.00 $2,700.00 $2,700.00 $4,500.00 $4,500.00 $250.00 $250.00 $319.51 $319.51 $500.00 $500.00 $575.00 $575.00 $400.00 $400.00 $275.90 $275.90 $340.00 $340.00 $1,800.00 $1,800.00 $2,500.00 $2,500.00 $1,450.00 $1,450.00 $400.00 $400.00 $2,270.00 $2,270.00 $60.00 $60.00 $390.10 $390.10 $275.00 $275.00 $500.00 $500.00 $250.00 $500.00 $360.25 $720.50 $400.00 $800.00 $1,650.00 $3,300.00 $200.00 $400.00 $366.07 $732.14 $400.00 $800.00 $575.00 $1,150.00 $32.00 $960.00 $29.93 $897.90 $27.00 $810.00 $18.00 $540.00 $35.00 $875.00 $27.58 $689.50 $30.00 $750.00 $18.00 $450.00 $15.00 $1,050.00 $27.30 $1,911.00 $24.00 $1,680.00 $25.00 $1,750.00 $250.00 $750.00 $15.95 $47.85 $400.00 $1,200.00 $1,650.00 $4,950.00 $28.00 $112.00 $146.39 $585.56 $33.00 $132.00 $80.00 $320.00 $10.00 $1,830.00 $19.75 $3,614.25 $19.40 $3,550.20 $25.00 $4,575.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $40.00 $2,400.00 $11.00 $660.00 $17.50 $1,050.00 $35.00 $2,100.00 Engineer's Estimate Subtotal $23,399.00 WA State Sales Tax @ 8.7% $2,035.71 Total of Bid Schedule $25,434.71 Sackett Contracting T. LaRiviere Equipment Cat's Eye & Excavatin , Inc. & Excavation Inc, Excavatin , Inc. $19,895.20 $22,507.90 $42,214.06 $1,730.88 $1 958.19 $3,672,62 $21,626.08 $24,466.09 $45,886.68 BIDDERS PACKET Dishman -Mica Neighborhood Stormwater Improvement Project BID NO. RFP 10 -030 BID PROPOSAL CHECKLIST This Checklist and the documents listed below constitute a complete Bid Proposal. Failure to execute any of the following documents, or any addition, condition or limitation in writing to the form of the bid, not explicitly invited in the Bid Documents or Specifications may become cause for rejection of the bid as irregular. The BIDDER shall check each respective box indicating inclusion of each signed and dated item: { Proposal Form Contractor's Administrative Information Bidder Qualification Statement Subcontractor List Representations and Certifications The above forms have been inserted in a sealed envelope, properly identified and delivered at the place and time described in the Notice to Contractors form. Signature Date: 08/23/2010 Title: President Mike Sackett Inc., DBA Company: Sackett Contracting & Excavating City of Spokane Valley 1 Bid Proposal Documents Dishman -Mica Neighborhood Stormwater improvement Project Bid No. RFP 10 -030 PROPOSAL FORM PROJECT NUMBER RFP 10 -030 PROJECT TITLE: Dishman -Mica Neighborhood Stormwater Improvement Project NAME OF FIRM SUBMffTT1NG BID: Mike Sackett Inc., DBA Sackett Contracting & Excavating 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 Thirty (30) 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% retainage 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: All of the Base Bid schedules will be awarded, if the project is awarded. A Bidder must complete all Base Bid schedules or his bid will be rejected as non - responsive. The undersigned hereby certifies that (he /they) (has/have) personally examined the location and construction details - of work as outlined on the plans and specifications for the above project and (has/have) read thoroughly and understands the plans, specifications, and contract governing the work embraced in this improvement and the method by which payment will be made for said work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with said plans, specifications, and contract in accordance with the unit prices provided below. The Bidder, to be considered responsible, shall provide in legible figures (not words) hand written in ink or typed, a unit price (except Lump Sum items) and total for each of the items shown on the following schedules: City of Spokane Valley 2 Bid Proposal Documents Dishman -Mica Neighborhood Stormwater Improvement Project Bid No. RFP 10.030 'D...,. I:A 0- 16.A.Al A — 1(1th AvPnlla Wnrlr ITEM # ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT TOTAL 1 MOBILIZATION L.S. 1 LS 3,250.00 2 CONSTRUCTION SURVEYING L.S. 1 LS 585.00 3 SPCC PLAN L.S. 1 LS 125.00 4 TEMPORARY WATER POLLUTION /EROSION CONTROL L.S. 1 LS 240.00 5 PROJECT TEMPORARY TRAFFIC CONTROL L.S. 1 LS 744.46 6 PAVEMENT SAW CUTTING L.F. 149 2.00 298.00 7 REMOVE ASPHALT CONC. PAVEMENT S.Y. 459 1.40 642.60 8 SAW CUT CURB EA. 6 40.00 240.00 9 REMOVE EXISTING CURB L.F. 120 1.98 237.60 10 REMOVE EXISTING CULVERT /PIPE EA. 2 192.69 385.38 11 REMOVE /ABANDON EXISTING CATCH BASIN EA. 1 147.24 147.24 12 MANHOLE WITH 12 -INCH PVC TEE EA. 1 1,600.00 1,600.00 13 METAL FRAME & SOLID COVER TYPE 4 EA. 1 520.38 520.38 14 CONNECT TO EXISTING DRYWELL EA. 2 505.65 1,011.30 15 REMOVE AND REPLACE DRYWELL DRAINFIELD ROCK E A 1 1,450.00 1,450.00 16 SPOKANE COUNTY INLET TYPE 2 EA. 2 319.50 639.00 17 SPOKANE COUNTY CATCH BASIN TYPE 2 E.A. 2 1,041.75 2,083.50 1$ METAL FRAME TYPE 2 & GRATE TYPE 3 EA. 4 366.07 1,464.28 19 CATCH BASIN WITH OIL SEPARATOR TEE EA. 1 1,558.55 1,558.55 20 12 -INCH STORM SEWER PIPE, PVC L.F. 159 25.79 4,100.61 21 CEMENT CONCRETE CURB TYPE A L.F. 120 21.75 2,610.00 22 CRUSHED SURFACING BASE COURSE C.Y- 12 91.31 1,095.72 City of Spokane Valley 3 Bid Proposal Documents Dishman -Mica Neighborhood°.Stormsvater Improvement Project Bid No. RL~P 10-030 Rasp YEW Crhpairrie A _ 1(I Avemre Wnrk ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE/UNIT TOTAL 23 HMA CLASS WINCH, PG 64 -28, 0.17' DEPTH S.Y. 459 LS 1 24 ASPHALT COST PRICE ADJUSTMENT CALC. 1 $1.00 $1.00 25 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC. 1 $1.00 $1.00 26 COMPACTION PRICE ADJUSTMENT CALC. 1 $1.00 $1.00 Ra Rlrl RehMule R — Rnhinhnnd Rtreet Work ITE M# ITEM DESCRIPTION UNITS QUANTITY PRICEIUNIT TOTAL 1 MOBILIZATION L.S. 1 LS 1 2 CONSTRUCTION SURVEYING L.S. 1 LS 585.00 3 SPCC PLAN L.S. 1 LS 125.00 4 TEMPORARY WATER POLLUTIONIEROSION CONTROL L.S. 1 LS 240.00 5 PROJECT TEMPORARY TRAFFIC CONTROL L.S. 1 LS 453.43 6 PAVEMENT SAW CUTTING L.F. 150 2.00 300.00 7 REMOVE ASPHALT CONC. PAVEMENT S.Y. 923 1.40 1,292.20 8 SAW CUT CURB EA. 4 40.00 160.00 9 REMOVE EXISTING CURB L.F. 40 1.98 79.20 10 REMOVE EXISTING CULVERT /PIPE EA. 1 192.70 192.70 11 REMOVEIABANDON EXISTING CATCH BASIN EA. 1 147.24 147.24 12 PRECAST CONCRETE DRYWELL, TYPE B EA. 3 2,175.00 6,525.00 13 METAL FRAME & SOLID COVER TYPE 4 EA. 3 520.38 1,561.14 14 CONNECT TO EXISTING DRYWELL EA. 3 505.64 1,516.92 15 REMOVE AND REPLACE DRYWELL DRAINFIELD ROCK E.A 1 1,450.00 1,450.00 16 SPOKANE COUNTY CATCH BASIN TYPE 2 EA. 1 486.64 486.64 ' City of Spokane Valley 4 Bid Proposal Documents Dishman-Mica Neighborhood Stormwater Improvement Prof ect Bid No. RFP 10-030 Race Rid Rehedate R — Rnhinhnnd Street Wnrk ITEM # ITEM DESCRIPTION UNITS QUANTITY PRICEIUNIT TOTAL 17 METAL FRAME TYPE 2 & GRATE TYPE 3 E.A. 1 366.08 366.08 18 CATCH BASIN WITH OIL SEPARATOR TEE E.A. 2 1,585.61 3,171.22 19 MODIFY EXISTING DRYWELL WITH DUAL VANED GRATES EA 1 1,029.64 1,029.64 20 12 -INCH STORM SEWER PIPE, PVC L.F. 200 25.39 5,078.00 21 CEMENT CONCRETE CURB TYPE A L.F. 40 24.90 996.00 22 CRUSHED SURFACING BASE COURSE C.Y. 13 95.92 1,24636 23 HMA CLASS % -INCH, PG 64 -28, 0.17' DEPTH S.Y. 923 1V %0 q;qN i s 24 ASPHALT COST PRICE ADJUSTMENT CALC. 1 $1.00 $1.00 25 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC. 1 $1.00 $1.00 26 COMPACTION PRICE ADJUSTMENT CALC. 1 $1.00 $1.00 Race Rid Reheduie C. — Flernid Street Work ITEM II ITEM DESCRIPTION UNITS QUANTITY PRICFJUNIT TOTAL 1 MOBILIZATION L.S. 1 LS 1,350.00 2 CONSTRUCTION SURVEYING L.S. 1 LS 585.00 3 SPCC PLAN L.S. 1 LS 125.00 4 TEMPORARY WATER POLLUTION /EROSION CONTROL L.S. 1 LS 240.00 5 PROJECT TEMPORARY TRAFFIC CONTROL L.S. 1 LS 977.29 6 PAVEMENT SAW CUTTING L.F. 315 2.00 630.00 7 REMOVE ASPHALT CONC. PAVEMENT S.Y. 720 1.61 1,159.20 8 SAW CUT CURB EA. 10 40.00 400.00 9 REMOVE EXISTING CURB L.F. 61 5.49 334.89 10 REMOVE EXISTING CULVERT /PIPE EA. 1 306.03 306.03 City of Spokane Valley J nla rropowt "OuUMcuw Dishman -MIca Neighborhood Stormwater Improvement Project Bid No. RFP 10-030 11 REMOVE/ABANDON EXISTING CATCH BASIN EA. 1 147.24 147.24 12 PRECAST CONCRETE DRYWELL, TYPE B EA. 1 2,175.00 2,175.00 13 METAL FRAME & SOLID COVER TYPE 4 EA. 1 369.94 369.94 14 CONNECT TO EXISTING DRYWELL EA. 2 231.24 462.48 15 REMOVE AND REPLACE DRYWELL DRAINFIELD ROCK E.A. 1 1,450.00 1,450.00 16 12 -INCH PVC TEE FOR EXISTING DRYWELL EA. 1 390.10 390.10 17 SPOKANE COUNTY INLET TYPE 2 EA. 1 319.51 319.51 18 METAL FRAME TYPE 2 & GRATE TYPE 3 EA. 1 366.08 366.08 19 CATCH BASIN WITH OIL SEPARATOR TEE EA. 3 1,506.17 4,518.51 20 10 -INCH STORM SEWER PIPE, PVC L.F. 126 22.34 2,814.84 21 12 -INCH STORM SEWER PIPE, PVC L.F. 184 25.98 4,780.32 22 REMOVE AND REPLACE CONCRETE DRIVEWAY S.Y. 12 35.89 430.68 23 CEMENT CONCRETE CURB TYPE B L.F. 40 27.50 1,100.00 24 CEMENT CONCRETE CURB TYPE R L.F. 21 27.95 586.95 25 CRUSHED SURFACING BASE COURSE C.Y. 23 53.67 1,234.41 26 HMA CLASS Y INCH, PG 64 -28, 0.17' DEPTH S.Y. 720 k\.60 $394. t1 27 ASPHALT COST PRICE ADJUSTMENT CALC. 1 $1.00 $1.00 28 JOB MIX COMPLIANCE PRICE ADJUSTMENT CALC. 1 $1.00 $1.00 29 COMPACTION PRICE ADJUSTMENT CALC. 1 $1.00 $1.00 Race Rirl Reberinle n — Oberlin Street Work ITEM A ITEM DESCRIPTION UNITS QUANTITY PRICEIUNIT TOTAL 1 MOBILIZATION L.S. 1 LS 1,350.00 2 CONSTRUCTION SURVEYING L.S. 1 LS 470.00 City of Spokane Valley 6 Bid Proposal Documents Dishman -Mica Neighborhood Stormwater Improvement Project Bid No. RFP 10 -030 3 SPCC PLAN L.S. 1 LS 125.00 4 TEMPORARY WATER POLLUTION /EROSION CONTROL L.S. 1 LS 240.00 5 PROJECT TEMPORARY TRAFFIC CONTROL L.S. 1 LS 1,064.60 6 PAVEMENT SAW CUTTING L.F. 64 2.00 128.00 7 REMOVE ASPHALT GONG. PAVEMENT S.Y. 183 4.03 737.49 8 SAW CUT CURB EA. 4 40.00 160.00 9 REMOVE EXISTING CURB L.F. 70 4.53 317.10 10 REMOVE EXISTING CULVERT /PIPE EA. 1 335.68 335.68 11 REMOVE /ABANDON EXISTING CATCH BASIN EA. 1 147.24 147.24 12 INFILTRATIVE SWALE S.F. 156 2.23 347.88 13 PRECAST CONCRETE DRYWELL, TYPE B EA. 1 2,175.00 2,175.00 '14 METAL FRAME & SLOTTED GRATE TYPE4 EA. 1 319.51 319.51 15 CONNECT TO EXISTING DRYWELL EA. 1 275.90 275.90 16 REMOVE AND REPLACE DRYWELL DRAINFIELD ROCK E A 1 1,450.00 1,450.00 17 12 -INCH PVC TEE FOR EXISTING DRYWELL EA. 1 390.10 390.10 18 SPOKANE COUNTY INLET TYPE 2 EA. 2 360.25 720.50 19 METAL FRAME TYPE 2 & GRATE TYPE 3 EA 2 366.07 732.14 20 10 -INCH STORM SEWER PIPE, PVC L.F. 30. 29.93 897.90 21 12 -INCH STORM SEWER PIPE, PVC L.F. 25 27.58 689.50 22 CEMENT CONCRETE CURB TYPE A L.F. 70 27.30 1,911.00 23 SPOKANE COUNTY CURB INLET TYPE 1 E.A. 3 15.95 47.85 24 CRUSHED SURFACING BASE COURSE C.Y. 4 146.39 585.56 25 HMA CLASS WINCH, PG 64 -28, 0.17' DEPTH S.Y. 183 tcw)< 3Cty, City of Spokane Valley 7 Bid Proposal Documents Dishman -Mica Neighborhood Stormwater Improvement Project Bid No. RFP 10-030 UNITS QUANTITY PRICE/UNIT TOTAL CALL. 1 $1.00 $1.00 CALL. 1 $1.00 $1.00 CALL. 1 $1.00 $1.00 L.F. 60 11.00 660.00 Rid Rnm Schedule Total Schedule A — 10 Avenue Work � 3\ � 2 a S Schedule B — Robinhood Street Work 3q, 2 , 1 c1 , cl 0 Schedule C— Herald Street Work I s 8 Schedule D -- Oberlin Street Work A Combined Total P Name: Mik ac,kPt�, p reg9 ftnature Of Bidder: oB . 12 - i/io Company: Mike Sar_ Ptt T_nc _ , DBA Date: Sackett Contracting & Excavating City of Spokane Valley 8 Bid Proposal Documents Dishman -Mica Neighborhood Stormwater Improvement Project Bid No. RFP 10 -030 CONTRACTOR'S ADIYIMSTRATWE INFORMATION 1. PERSON/ENTITY a. Name as registered with the State of Washington: Mike Sackett Inc. b. Physical Address 28162 Hwy 57, Priest Lake ID 83856 c. Mailing Address including zip code PO Box 368, Nordman ID 83848 d. Remit To Address including zip code: PO Box 368, Nordman ID 83848 e. Telephone number including area code: (208)443-2297 f. Fax number including area code: (208)443-6530 g. E -mail address for business correspondence: sackett @moosebytes . net h. Washington State Contractors License Number: MIKES 1* 9 7 0 QC i. Federal Tax Identification Number: REDACTED j. Washington State UBI Number: 6 0 1 9 0 5 4 2 0 k. State Industrial Account Identification Number: 1776738 i. City of Spokane Valley Business License Number: 601 905 4 2 0 (Business Licensenotregt" rnrBid, butw0lberequired0ortoContract exec am) 2. INSURANCE COMPANY: c c 0 0 4- M C M X N � M +' N 00 M +r 5 � V C1 � v c +, o r V @ N L f9 C C O d 41 C a v � E a, 3 L V � O - p 41 � N H L C v v O j v Gov_ . L C)' N O- O .C: N y F0 MO 4 _, 4-.+ C -0 M o � O � � L C L 7 (0 CL O N p' o o v E 7 n j O L O Lr) U " - Lr) O > N C � v 3 0 U CL O O T - O t 4 ' (9 41 . c E t .c' Z3 M C n O O 7 > d 2 Q a. Name of company: Liberty Northwest Insurance Co. b. Mailing Address including zip code: PO Box 6486, Carol Stream IL 60197 -6478 c. Insurance Agent Name: Jim Maj eskey, Wolf -Maj eskey -Rapp Inc. d. Insurance Agent Telephone number including area code: ( e. Insurance Agent Fax number including area code: (509)533 3. BONDING COMPANY: a. Surety Name: Western Surety Company b. Surety Mailing Address including zip code: PO Box 5077, Sioux Falls SD 57117 c. Bonding Agent Name: Nicholas Paget, Payne Financial Group Inc. d. Bonding Agent Mailing Address including zip code: 2 7 W First Avenue, Ste 225, Spokane, WA 99201 e. Bonding Agent Telephone number including area code: (509)363-4024 f. Bonding Agent Fax number including area code: (509)455-6006 Person/EntityName. Mike Sackett Pres .Signature Of Bidder: �8� Company: Mike sackett Inc. DBA Bate: 08/23/2010 Sackett Contracting & Excavating City of Spokane Valley 9 Bid Proposal Documents Disi man -Mica Neighborhood Stormwater Improvement Project Bid No. RFP 10 -030 ........... ------- - ------------- - - -------- I Lktach And Display Cerfificaw REGISTERED AS PROVIDED BY LAW AS CONST CONTR GENERAL Please Remove R.EGIST. -4 EXP. DATE And Sign MI. MIKESI*970QC 11/.23/2011 . EFFECTIVE DATE 111312003 Identification Card Before cy Placin In MIKE SACKETT INC PO BOX Billfold NORD I.D 83848-0 68 signawre - AND INUSTRIES Issued � y DEPA�RTM- 4T'OF D . -L I--- J Ri- 097t f1A�R' L1Ci5 SER�/1'.0 M s x`9034xOJYmP, ]NA 9850 90rt.6 �`�, a -- ,�� - s'� n�- ."'°s'" ss'.' °s. -'"z, jg .�V f a f t Sus�rns 'T�3? #'6f ©I .x,05. 20 Bu; ` - aft - W0 WE x €zEa res i l 3fl 281`0 kiKE SACK €TT ?IIC SACKETT k CDNTRACTING� &EXCAVATING h 28i2a HIGHWAY 57 s ' Q. ONE 83956 pool -not t E TAX REGISTRATION �f� a k C-ETY- LICENSES /REGISTRATIONS z� SPOKANE UELEY GENERAL BUSINESS x �6 s W WI j x * f t q , 'a z3 fy hi t' # I.. s - s` _ `' '� f° J -x y •a.�"`' �6 ROO t v Ply. { 5 x �Y'• ,s . F uv' Vat 1 't{2 ,' t} ui , .i;`r - ' 3 : � n ry. Y M ons y - ... 3;.w s ai ate.i.. r_ 't a,;.•r - - .,r. S °'E . 1;r';, � e lom a ma y. 5 .k .z °" ,A a t 1.. ,v - . `xro - , •� "`J _ _ An I Rff ivy TIt ee�r'a eel e,tr b ru es eo atrisorIt €rises �� } a. �rsied B accept toe Yrraibn�t�v�cect f ' II$ ete4?Iar�ecUra#etotYbe§t {f a plfca feeUt�asf fngto�i state c y airci; �sg p ns _ +Dir_e�o�D �a �e �f:Geetrsing� � .+ 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) January 19 9 7 2. The company has had experience comparable to that required under the proposed contract: a. As a prime contractor for 13 years. b. As a subcontractor for 13 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 Please see BIDDER QUALIFICATION STATEMENT Response 3. Attached 4. A list of supervisory personnel currently employed by the Bidder and available for work on the project (Construction Manager, principal foreman, superintendents and engineers) is as follows: Years of Name Title Ex ep ri ence Please see BIDDER QUALIFICATION STATEMENT Response 4. Attached 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. Included in BIDDER QUALIFICATION STATEMENT Response 4., Additional information is available upon request b. Following is a listing of all projects the company has undertaken in the last five years, which have resulted in: a. Arbitration or litigation. N/A b. Claims or violations being filed by the Federal Government or the Washington State Departments of L & L Employment Security or Revenue. N/A c. Liens being filed by suppliers or subcontractors. N/A Si Person/EntityName: Sackett, PrF±S , gn ature Of Bidder: Company: Sackett Inc DBA — Date: 08/23/2010 Sackett Contracting & Excavating City of Spokane Valley 10 Bid Proposal Documents Bid No. RFP 10-030 DIshman -Mica Neighborhood Stormwater Improvement Project 0 a " 9 W. - �1; Contracting & Excavating 28162 Hwy 57, Priest Lake, ID 83856 PO Box 368, Nordman ID 83848 Phone: (208) 443 -2297 Fax: (208) 443 -6530 Email: sackett e ,moosebytes.net BIDDER Q UALIFICA TION STA TEMENT Response 4. Key Personnel 2.2 Key Personnel 2.2a Foreman Qualifications & Residential Address 1. Overall Project Manager Name: Scott Foster Residential Address: 9259 E Black Bear Road, Athol ID 83801 Experience: Constructed & Managed Projects worth $50 Million +; ✓ 15 Years Excavator Operator, Supervising, Lead Foreman, Project Manager & Estimator ✓ Water, Sewer and Storm Systems, Earthwork, Golf Course Site Development, Roads, Grading, Ponds, Remediation, Storm water Pollution Prevention Reports, Regulations & Requirements Roles /Responsibilities: Including but not limited to; ✓ Project Management ✓ Coordination of; Personnel, Project Recourses & Any /All Related Aspects of the Project ✓ Budgeting Project Costs 2.2b Site Management Experience Working in Public Works Sewer, Water & Paving Construction 1. Water & Sewer Supervisor Name: David Grigsby Residential Address: 8945 E Fredrick Road #7, Spokane WA 99212 Experience: 30 + Years in Excavation Industry; ✓ Previous Employers include: Eller Corporation, Losh Baugh & Son ✓ Extensive Experience in Projects Relating to; Public Works, Spokane County and City of Spokane, Water & Sewer Pipe /System Installation Roles/Responsibilities: Facilitate Production in a Timely & Efficient Manner According to Plans & Specs; • Coordinating Recourses of Manpower, Equipment and Materials • Communicating with Owners, Owner Representatives, Inspectors, Subcontractors, Etc. 2. RoadlPaving Construction Supervisor Name: Emmett Bennett Residential Address: 6612 West Staley Road, Deer Park WA 99006 Experience: Equipment Operator 20+ Years Specializing in Areas including but not limited to; ✓ Grader Operation ✓ Sub grade, Aggregate, Paving & Roadway Construction Roles/Responsibilities: Facilitate Production in a Timely & Efficient Manner According to Plans & Specs; • Coordinating Recourses of Manpower, Equipment and Materials • Communicating with Owners, Owner Representatives, Inspectors, Subcontractors, Etc. 2.2c Project Contractor Quality Control Responsibilities & Credentials Name: Joseph Krizenesky Residential Address: 415 Cass, Newport WA 99156 Experience: Constructed & Managed Projects 30 + Years; ✓ 20 + Years Equipment Operator, Supervising, Lead Foreman, Project Manager, Executive Team Member and Estimating ✓ Specialized Training Including but not limited to; Contracts, Estimating, Project Management, Construction Management, Personnel Relations & Safety ✓ Extensive Experience in Projects Relating to; Public Works, Spokane County and City of Spokane, Water, Sewer & Storm Pipe /System Installation, Grading, Aggregate, Paving & Roadway Construction, Earthwork, Golf Course & Subdivision Site Development, Ponds, Remediation Roles/Responsibilities: Including but not limited to; ✓ Overseeing Project Management; Daily Coordinating & Communicating with Lead Foremen/Supervisors, Owners, Owner Representatives, Inspectors, Subcontractors, Recourses, Manpower, Equipment and Materials and Any /All Related Aspects of the Project ✓ To Ensure & /or Enforce; Production Schedules are met in a Timely & Efficient Manner According to Plans & Specs, Materials Meet Specs & Quality, Federal, State & Other Governing Agencies Laws & Guidelines, Contract Obligations, Safety Policy & Procedures, Equipment is Maintained & in Good Quality for both Safety & Production ✓ Monitor the Project Budget & Keep Costs to a Minimum for Both Company & Owner /Agency 3 Technical Approach 3.a Describe General Plan of Operations & Schedule for this Project Clearing & Demo including Removal, Excavate & Install Underground Structures, Backfill, Grade, Place Aggregate, Paving and Clean Up Describe Approach to Quality Control & Safety Full Time Onsite Lead Foremen/Supervisors, Weekly Site Safety Meetings, Awareness, Training and Continuous Communication between Owner /Agency, Overall Project Manager, Supervisors, Project Contractor Quality Control Manger & Inspectors Ensure Safety & Quality Control Describe Equipment & Resources Available ✓ 30 -50 Employees are Trained & Available to Facilitate Different Aspects of Project Needs & Requirements. Cross Training Employees Ensures Security should Unforeseen Situations Arise. ✓ Company Owned Equipment is Available & in Good Working Condition, Good Relationships with Equipment Rental Facilities offer the Opportunity for a Replacement Piece if Needed ✓ Variety of Material Vendors & Subcontractors are Available & Offer Competitive Pricing with Quality & High Standards Describe Subcontractor Roles ✓ Communicate with Lead Foremen/Supervisors, Overall Project Manager & Project Contractor Quality Control Manager ✓ Report to the Above Project Team; Schedule, Contract Obligations, Material Quality, Changes to Contract ifAny, Following Safety Policies & Project Specs, Immediately Notify Appropriate Team Member of any Delays or Complications that may surface Subcontractor List WSDOT Form 271 -015 EF Revised 9/08 Name as Registered with the State of Washington: Spokane Rock Products Inc Mailing Address: PO Box 3808, Spokane, WA 99220 Telephone No: S09-244-S421 Fax No. 509- 244 -2155 Washington State Contractors License Number: SPOKARP990BH Washington State UBI Number: 602 082 495 Scope of Work: Paving City of Spokane Valley 11 Bid Proposal Documents Dishman Mica Neighborhood Stormwater Improvement Project Bid No. RFP 10 -030 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 coiporation 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. Name: Mike Sackett Person/entity submitting id (print) Signature: Title: President Date: 08/23/2010 City of Spokane Valley 12 Bid Proposal Documents Dishman Mica Neighborhood Stormwater ImprovementProject Bid No. RFP 10 -030 Contracting & Excavating 28162 Hwy 57, Priest Lake, ID 83856 PO Box 368, Nordman ID 83848 Phone: (208) 443 -2297 Fax: (208) 443 -6530 Email: sackett@moosebytes.net BIDDER QUALIFICATIONSTATEMENT Response 3. Past Performance History Owner /Agency: Sandpoint Furniture Contact: Scott Dempsey (208)263 -2473 34101 Hwy 200, Sandpoint, ID 83864 Job: Sandpoint Furniture Type: Private Contract: $ 277,783.00 Completed 2007 Owner /Agency: Inland Idaho LLC Contact: Mark Ossello (509)891 -5162 1620 N Mamer Road Bldg B, Spokane, WA 99216 Job: Dover Bayside South Phase 1 & 2 Subdivision Type: Private Contract Value: $ 159,261.00 Completed 2007 Owner /Agency: Twin Lakes School District Contact: Scott Rountree (509)927 -0800 1117 N Evergreen Road #1, Spokane, WA 99216 Job: Twin Lakes Elementary School Type: Public Works/ Funds Contract Value: $ 491,215.00 Completed 2007 Owner /Agency: Twin Lakes School District Contact: Scott Rountree (509)927 -0800 1117 N Evergreen Road #1, Spokane, WA 99216 Job: Ponderay Crossing Type: Private Contract Value: $ 102,237.00 Completed 2007 Owner /Agency: Sackett & Sackett LLC Contact: Mike & Chantell Sackett (208)443 -2297 PO Box 425 Nordman, ID 83848 Job: Ashton Bay Estates Subdivision Type: Private Contract Value: $ 468,881.00 Completed 2008 Past Performance Page 1 of 4 Owner /Agency: Copper Basin Construction, Inc. Contact: Steve White (208)765 -5059 PO Box 949 Hayden, ID 83835 Job: Aldercreek Subdivision Type: Private Contract Value: $ 1,637,199.00 Completed 2008 Owner /Agency: Kalispel Tribe Contact: Joe Levernier (509)927 -3000 PO Box 13419 Spokane, WA 99213 Job: Kalispel Tribe Wellness Center Type: Public Works/ Funds Contract: $ 449,212.00 Completed 2008 Owner /Agency: Copper Basin Construction, Inc. Contact: Steve White (208)765 -5059 PO Box 949 Hayden, ID 83835 Job: Camden Place Subdivision Type: Private Total Contract: $1,184,640.00 Completed 2008 Owner /Agency: Rau Construction Contact: Burton Rau (509)768 -8205 34 W 34 Avenue, Spokane, WA 99203 Job: Rau Estates Subdivision Type: Private Contract: $ 215,562.00 Completed 2008 Owner /Agency: Copper Basin Construction, Inc. Contact: Steve White (208)765 -5059 PO Box 949 Hayden, ID 83835 Job: Princetown at Waterford Type: Private Total Contract: $ 765,200.00 Completed 2008 Owner /Agency: Copper Basin Construction, Inc. Contact: Greg Gervais (208)765 -5059 PO Box 949 Hayden, ID 83835 Job: Timberline Estates Type: Private Total Contract: $ 43,431.00 Completed 2008 Owner /Agency: Copper Basin Construction, Inc. Contact: Steve White (208)765 -5059 PO Box 949 Hayden, ID 83835 Job: Cottages at Government Way Subdivision Type: Private Total Contract: $ 139,070.00 Completed 2008 Owner /Agency: Granite Reeder Water & Sewer District Contact: Vince Aguirre (208)443 -2173 PO Box 456, Nordman, ID 83848 Job: Granite Reeder Timber Harvest Type: Public Works/ Funds Total Contract: $ 122,845.00 Completed 2008 Past Performance Page 2 of 4 Owner /Agency: TJH Properties LLC Contact: Tony Higley (509)928 -2650 12215 E Trent, Spokane, WA 99206 Job: Lunneborg Estates Type: Private Total Contract: $ 254,560.00 Completed 2008 Owner /Agency: Clausen Enterprises LLC DBA Castlewood Homes Contact: Clay Clausen (509)939 -0900 3328 W Horizon Avenue Job: Little Spokane River Villas Type: Private Total Contract: $ 251,710.00 Completed 2009 Owner /Agency: Twin Lakes School District Contact: Scott Rountree (509)927 -0800 1117 N Evergreen Road #1, Spokane, WA 99216 Job: Goodwill Industries Type: Private Contract Value: $ 178,129.00 Completed 2009 Owner /Agency: City of Cheney Contact: John Johnson (509)498 -9293 112 Anderson Rd, Cheney, WA 99004 Job: Cheney Research & Industrial Park Type: Public Works/ Funds Total Contract: $ 1,706,013.00 Completed 2009 Owner /Agency: Landworks Development LLC Contact: Bruce Howard (509)209 -2555 721 N pines Rd, Spokane Valley, WA 99206 Job: Valley Springs Addition Subdivision Type: Private Total Contract: $ 3,290,171.00 Completed 2009 Owner /Agency: Dew Drop Sprinklers Contact: Steve Lout (509)922 -7168 11827 E Trent Ave., Spokane, WA 99206 Job: Sather Sports Field Type: Public Works/ Funds Contract: $ 231,127.00 Completed 2009 Owner /Agency: Copper Basin Construction, Inc. Contact: Steve White (208)765 -5059 PO Box 949 Hayden, ID 83835 Job: The Vineyards Subdivision Type: Private Total Contract: $ 443,952.00 Completed 2009 Owner /Agency: Town of lone Contact: TML Cons. Brian Peterson (208)762 -3611 PO Box 2970, Hayden, ID 83835 Job: Ione Water System Improvements Type: Public Works/ Funds Total Contract: $ 131,095 Completed 2009 Past Performance Page 3 of 4 Owner /Agency: Copper Basin Construction, Inc. Contact: Steve White (208)765 -5059 PO Box 949 Hayden, ID 83835 Job: Whispering Hills Subdivision Type: Private Total Contract: $ 383,328.00 Completed 2009 Owner /Agency: City of East Hope Contact: Christi Frank, City of East Hope Manager, (208)264 -5877 Job: East Hope Waterline Improvements Type: Public Works/ Funds Total Contract: $ 338,684.00 Completed 2009 Owner /Agency: Arrow Construction Supply Contact: Ed Stevens (509)535 -9016 PO Box 2872, Spokane, WA 99220 Job: Arrow Construction Supply New Site Type: Private Total Contract: $ 166,929.00 Completed 2009 Owner /Agency: Granite Reeder Water & Sewer District Contact: Vince Aguirre (208)443 -2173 PO Box 456, Nordman, ID 83848 Job: Granite Reeder Waste Water Treatment Plant Phase 1 Type: Public Works/ Funds Total Contract: $ 3,200,000.00 Completed 2010 Owner /Agency: Lanzce G. Douglas, LLC Contact: Brad (509)483 -6532 1402 Magnesium Rd #202, Spokane, WA 99217 Job: Ponderosa PUD Subdivision Type: Private Total Contract: $ 350,119.00 Completed 2010 Owner /Agency: Leone & Keeble, Inc. Contact: Jeramie (509)327 -4451 PO Box 2747, Spokne, WA 99220 -2747 Job: Upper Columbia Headquarters Type: Private Total Contract: $ 137,998.00 Completed 2010 Owner /Agency: Idaho Transportation Department Contact: Robbie (208)773 -6919 PO Box 1329, Post Falls, ID 83877 -1329 Job: Dover Bridge Type: Public Works/ Funds Total Contract: $ 27,702.00 Completed 2010 Owner /Agency: Tomlinson Development Group Contact: Bryan Walker (509)922 -7400 721 N Pines Road, Spokane Valley, WA 99206 Job: Centre Court Addition Subdivision Type: Private Total Contract: $ 1,007,712.00 Completed 2010 Past Performance Page 4 of 4