06-038.00 Sharpline Industries: Valley School Crosswalk ImprovementsAGREEMENT FOR CONSTRUCTION SERVICES
Sharp Line, Inc.
TMS AGREEMENT is made by and between the City of Spokane Valley, a code City of the State of
Washington, hereinafter called "City" and Sharp Line lnc. hereinafter "Contractor," jointly refen -ed to
as "parties."
IN CONSTDTFRATION 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 Cite of Spokane Valley School_ r ss walks l:mp o ement_Proi
(hereinafter "work ") in accordance with, and as described in Exhibit 1, and Exhibit 2, 2006 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 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 materials, 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 August 31, 2006.
The City may terminate this Agreement by ten (10) 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 Contractor agrees to perform all of the work described in the
contract documents per the unit: prices in the bid proposal, and shall not exceed S60,000.
Agreement for Construction Services
Page 1 of 5
C06 -38
4. Payment. The Contractor may elect to be paid in monthly installments, upon presentation of
an invoice to the City, or in a lump sum, upon completion of the work. Applications for payment shall be sent
to the City Clerk at the below - staled address.
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: 1 l 707 East Sprague Ave., Suite 106
Spokane Valley, WA 99206
1'O . .. CONTRACTOR:
\
'ame: Shup Line Inc.
Phone Number: 509- 535 -4965
Mobil:
Address: E. 3117 Ferry Street, Spokane, WA. 99202
6. Applicable Laws and Standards. The pM- .ies, in the performance of this Agreement, agree
to comply with all applicable Federal, State and local laws, and City ordinances and regulations.
7. Prevailing Wages on Public Works. Unless otherwise required bylaw, ifthis 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 employees under this Agreement and any liability that may attach thereto.
9. Ownership of-Documents. All drawings, plims, specifications, and other related documents
prepared by the Contractor under this agreement are and shall be the property of the City, and maybe subject
to disclosure pursuant to RCW 42.17 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
Agreement for Constniction Services P9ge 2 of 5
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 yews from the date final payment is made hereunder.
11. Warranty. Unless provided otherwise in the Contract Plans or Contract Documents,
Contractor warrants all work and materials perfi)rmed 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 assigroed 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. During the term of the contract, the Contractor shall maintain in force at its own
expense, the following insurance:
A. Workers' Compensation Insurance in compliance with R -CW 51.12.020, which
requires subject employers to provide workers' compensation coverage for all their subject workers and
Employer's Liability or Stop Gap Insurance in the amount of $1,000,000.00;
B. General Liability Insurance on an occurrence basis with a combined single limit of
not less than $1,000,000.00 each occurrence for bodily injury and property damage. It shall include
contractual liability coverage for the indemnity provided under this contract. It shall provide that the City, its
officers, employees and agents are additional insureds but only with respect to the Contractor's services to be
provided under the contract;
C. Automobile Liability Tnsurance with a combined single limit, or the equivalent, or not
less than $1,000,000.00 each accident for bodily injury and property damage, including coverage for owned,
hired or non -owned vehicles; and
There shall be no cancellation, material change, reduction of limits or intent not to renew the
insurance coverage(s) without thirty (30) days written notice from the Contractor or its insurer(s) to the City.
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, the
thirty (30) day cancellation clause, 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. Each party shall indemnify and hold the other, ifs
officers, employees, agents, and volunteers, harmless from, and against, any and all claims, demands, orders,
decrees, or judgments for injuries, death, or damage to any person or property arising or resulting from any
negligent act or omission on the part of said party, or its agent,, employees or volunteers, in the performance of
this Agreement.
15. Waiver. No officer, employee, agent, or other individual acting on behalf ofeither party, has
the power, right, or authority to waive any of the conditions or provisions of this Agreement. No waiver in one
instance shall be held to be waiver of any other subsequent breach or nonperformance. All remedies afforded
in this Agreement, or by law, shall betaken and construed as cumulative, and in addition to every other remedy
Agreement for Construction Services Page 3 of 5
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 ofthe
responsibilities of this Agreement, or the benefits received hereunder, without first obtaining the written
consent of the other party.
17. Jurisdiction and Venue. This Contract 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. Exhibits 1 and 2.
2. Insurance Certificates.
IN WITNESS WHEREOF, the parties have executed this Agreement this day of
2006.
CITY OF SPOKANE VALLEY:
City Manager
This document contains confidential tax information and
has been redacted pursuant to RCW 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.
CONTRACTOR:
SHARP —LINE INDUSTRIES, INC.
Owner STEVEN M. ADAMS, VICE PRESIDENT
Tax I.D. No.: REDACTED
APPROVED AS TO FORM:
Page 4 of 5
V � p
Clerk `� Office of re City t
Agreement for ConStrLIC6011 Services Page 5 of 5
BID DOCUMENT
Exhibit 1: Proposal for:
City of Spokane Valley School Crosswalks
Proposal of SHARP -LINE INDUSTRIES, INC(.herein after called "Bidder "),
organized and existing under the laws of the State of WASHINGTON , doing
business as SHARP -L T NE T ND _ , T N __ -• To the City of Spokane Valley, (hereinafter
called the "Owner").
In compliance with current W.S.D.O.T. specifications and Public Works requirements
from the Small Works Roster, BIDDER hereby proposes to perform all work for
installing Durable Plastic, ( Methel Methacrylate) at selected school crosswalks in the
City of Spokane Valley, in strict accordance with the Contract Documents, until such
time that the work is complete or expenditures near or meet $50,000, and at the prices
stated in exhibit #2, prices attached hereto and made a part thereof-.
By submittal of this BID, each BIDDER certifies and in case of a joint BID, each party
thereto certifies as to its own organization that this BID has been arrived at
independently, without consultation, communication or agreement as to any matter
relating to this BID with any other BIDDER or with any competitor.
BIDDER hereby agrees to commence work under this contract on or before a date to be
specified in the NOTICE TO PROCEED and to fully complete the work of a
predetermined list of School Crosswalks until such time that the work is complete or that
expenditures near or meet $50,000.
BIDDER agrees to perform all work - described in the Contract Documents for the unit
prices or lump sum, shown on exhibit #2 of this Bid Proposal.
Respectfully submitted:
C-t-�
Signature
STEVEN M. ADAMS
4114106
Date
#02507
1.2EEY STSEET
Address SPOKANE, WA. 99202
VICE PRESIDENT
Title
S09 -535 -4965
License # (if applicable) Rhone #
Seal — (if .1!IM is by corporation)
509 -534 -3755
Fax #
EXHIBIT #2.
Proposal to Install Durable Plastic pavement markings
Contractor agrees to furnish labor and equipment, supplies, mobilization, and traffic
control to complete the removal and installation of Durable Plastic pavement crosswalk
markings and stop bars at crosswalk locations to be identified by the City. Payment for
this work shall be 'measured per square foot installed.
Durable Plastic pavement marking, per square foot (s.f.) @ $ 7.64 /s.f.
BIDDERS: Provide bid for Durable Plastic installed at crosswalks and stop bars (in
square feet @ 90 mils) that you will provide for the available funding that is listed in
EXHIIBIT #1.
Date 4/14/06 Signed bye JQ - t`t-L-
STEVEN M. ADAMS, VICE PRESIDENT
Company SHARP -LINE IND. , INC. Contractor# SHARPLI054C1
Contractor phone # 5 0 9- 5 9 5 - 4 9 5 5 Tax identification# REDACTED
This document contains confidential tax information and
has been redacted pursuant to RCW 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.
lest to Sublet Work
Lower Tier Subcontractor ❑ DBE
Prime Contractor
Federal Employer I.D.
Number*
State Contract Number
Sharp -Line Industries, Inc.
REDACTED
Job Description (Title)
Request Number
City of Spokane Valley, School Crosswalks
Durable Plastic Pavement Markings
Approval is Requested
to Sublet the Following Described
Work to:
Subcontractor or Lower Tier Subcontractor
Federal Employer I.D. Number*
North Star Enterprises, Inc.
REDACTED
Address
Telephone Number
P.O. Box 607
(509) 891 -0892
City
State
Zip Code
Estimated Starting Date
Liberty Lake
WA.
99019
5/22/2006
If Lower Tier Subcontractor, ID of Corresponding Subcontractor
* If no Federal Employer/. D. Number,
Use Owner's Social Security Number
Item No.
Partial
Item Description
Amount
INC.
X
TRAFFIC CONTROL
$11,000.00
This document
has been redacted
contains confidential tax information
pursuant to RCW 82.32.330.
and
You may petition for a review of our findings pertaining
to any
redacted or withheld
documents pursuant to Spokane
Valley
Municipal Code
pursuant to RCW
(SVMC) 2.75.080; and obtain judicial
42.56.550.
review
1 understand and will insure that the subcontractor will
Prime Contractor Signature
Date
comply fully with the plans and specifications under
which this work is being
c a /� � ,�
D A,
r�
performed.
- `� `
V_icc'
7
Department of Transportation Use Only
Percent of Total Contract
DBE Status Verification
This Request %
Previous Requests %
Sublet to Date %
Project Engineer
Date
Approved - Region Construction Engineer
Date
❑ Approved
(When Required)
DOT Form 421 -012 EF Distribution: White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor
Revised 7/02
SHARP -LINE
INDUSTRIES, INC.
May 3, 2006
City of the Spokane Valley
11707 E. Sprague
Spokane Valley, Wa. 99206
Re: City of the Spokane Valley — Durable Plastic installation
School X -Walks
Attn: Tim Klein
Key personnel and emergency contacts for above project are as follows:
1) Mike Craig President (wk) 1- 509 -535 -4965
(cl) 1 -509- 939 -2425
(hm) 1- 509 -448 -5173
2) Steve Adams V. President (wk) 1- 509 -535 -4965
(cl) 1 -509- 939 -2450
(11m) 1 -509- 927 -0791
3) Coit Wright foreman (wk) 1- 509 -535 -4965
(cVhm) 1- 208- 641 -8908
4) Gale Liacos Foreman (wk) 1- 509 - 535 -4965
(cl) 1 -509- 995 -1490
(h m) 1 -509- 489 -6348
c P.O. Box 11971 • Spokane. WA 99211 • (509) 535 -4965 Fax: (509) 534 -3755
3.,4 'An Equal Opportunity Employer'
Statement of Intent to Pay Prel;:".1-ig Wages
NMI Statement of Intent to Pay
Prevailing Wage
1...�caa„� ....
Received:
05/03/2006
Intent Id:
111353
PROJECT
Public Agency: SPOKANE VALLEY, CITY OF
COMPANY
Company
SHARP LINE INDUSTRIES INC
Information:
SHARPL1054C1
City:
601 260 148
Project Name:
PO BOX 11971
Contract Number:
SPOKANE, WA 992111917
Bid Due Date:
(509) 535 -4965
Payment Type:
Electronic
Company
Electronic
Signature:
SHARPL1054C1
PROJECT
Public Agency: SPOKANE VALLEY, CITY OF
Does Your
Company Intend
To Hire
11707 EAST SPRAGUE AVE STE 106
Subcontractors To
SPOKANE VALLEY, WA 99206
County:
SPOKANE Multiple Counties? No
City:
CITY OF SPOKANE VALLEY
Project Name:
CITY OF SPOKANE VALLEY - X -WALKS
Contract Number:
X -WALKS
Bid Due Date:
04/14/2006
Award Date:
04/24/2006
Prime Contractor:
SHARP LINE INDUSTRIES INC
Number of Owners
SHARPL1054C1
Filed by:
(509) 535 -4965
Does Your
Company Intend
To Hire
No
Subcontractors To
Perform All Work?
#
Does Your
Trade
Company Intend
Yes
To Hire Any
Workers
Subcontractors?
TRAFFIC CONTROL
Apprentices?
No
$ Amount:
$47,750.00
Number of Owners
0
Filed by:
Debbie King
Time and Materials No
EMPL O YEES' WA GES
Journey Level Trades/Occupations
Page I of I
Prevailing Wage Section
Department of Labor &
Industries
PO Box 44540
Olympia, WA 98504 -4540
(360) 902 -5335
Status:
Approved on 05/03/2006
littps://wws2.wa.gov/lni/pwia/Intent/IntentPrint.asp'?ID=l 11353 5/4/06
#
County
Trade
Occupation
Wage
Fringe
Workers
SPOKANE
TRAFFIC CONTROL
JOURNEY LEVEL
$33.40
$0.00
2
STRIPERS
littps://wws2.wa.gov/lni/pwia/Intent/IntentPrint.asp'?ID=l 11353 5/4/06
A I�D CERTIFICATE�,,�'F LIABILITY INSURAN -._'
DA 5/02106Y1
PRODUCER- ;' 509 -358 -3800
Acordia Northwest, Inc.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
INSR
LTR
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
601 West Main Street, #1400
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
POLICY EXPIRATION
f
Spokane, WA 99201
INSURERS AFFORDING COVERAGE
INSURED Sharp -Line Industries Inc
INSURER A: Continental Westem Ins. Co.
INSURER B:
P.O. BOX 11971
INSURER C:
Spokane WA 99211
FIRE DAMAGE (Any one Ibel
S 100000
INSURER D:
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
TYPO= OF INSURING£
POLICY NUMBER
POLICY EFFECTIVE
N.1.1 D
POLICY EXPIRATION
f
LIMITS
•
GENERAL LIA83U Y
CWP249719323
12/31105
12131/06
EACH OCCURRENCE
1000000
FIRE DAMAGE (Any one Ibel
S 100000
X COMMERCIAL GENERAL UABILITY
ABED EXP IAny one perso,0
5 5000
CLAIMS IILADE El OCCUR
PERSONAL & ADV WJURY
L 1000000
GENERAL AGGREGATE
2000000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMPIOP AGG
S 2000000
POLICY Fl PRO x LOC
• AUTOMOBILE LIABILITY
X ANY AUTO
CWP249719323
12131/05
12/31/06
COMBINED SINGLE UMn'
(Ea accidem)
S 1000000
ALL OYJNED AUTOS
SCHEDULED AUTOS
„u Y.`.� �, rl fps �
7r{c p_K�
BODILY INJURY
(Per person)
S
BODILY INJURY
per occldemi
S
X HCREO AUTOS
X NWOWNEO AUTOS
�' ? '
:S 'r 6
, r , v {1 ,l Lr�13
1111 I J
~
PROPERTY OaAAGE
Lear eccidonU
5
GARAGE LIABILITY
,
AUTO ONLY - E4 ACCIDENT
$
OTHER THAN EA ACC
S
.ANY AUTO
S
AUTO ONLY: 0.G5
•
EXCESS LIABILITY
X I OCCUR CLAIMS MADE
CU2497198 -22
12/31/05
12/31/06
EACH OCCURREICE
5 2000000
AGGREGATE
$ 2000000
S
DEDUCTIBLE
X R£TENTPON $ 10000
I S
•
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
CWP249719323
WA STOP GAP ONLY
12/31f05
12/31/06
WC
ORY STATIJI
AYi I OF H
I
E.L. EACH ACCIDENT
is 1000000
E.L. DISEASZ - EA EMPLOYEE
I : 1000000
E.L DISEASE - POLICY LIMIT
5 1000000
OTHER
DESCRIPTION OF OPERATIC NSILOCATIONSNEHICLES !EXCLUSIONS ADDED BY ENDORSEMENTfSPECIAL PROVISIONS
AS RESPECTS: SCHOOL CROSS WALKS - DURABLE PLASTIC INSTALLATION.
PRIMARYINON- CONTRIBUTORY ADDITIONAL INSURED STATUS IS GIVEN TO THE
CITY OF SPOKANE VALLEY PER ENDORSEMENTS ATTACHED. WAIVER OF
SUBROGATION APPLIES.
CERTIFICATE HOLDER X I ADDITIONAL INSURED: INSURER LETTER: CANCELLATION
CITY OF SPOKANE VALLEY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BF. CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ,X°WXX0C tAO MAIL 30 DAYS WRITTEN
11707 EAST SPRAGUE AVE. #106 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. xx)( r;xO000X$(D XV.X
SPOKANE VALLEY WA 99206 a�ox�xmcto�wx�oAxa$ towcxxxacxxlxoc >dvwvXoc�>aea��alWCnwcamrxalx
ACORD 25 -S (7197)
17-47
0 ACORD CORPORATION 1988
r��. ... ... .r � - ..� �. � .- � -� a .. � _.r l�.. �_ . -. _ L...w ... � ♦ � _ ��
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.
I
ACORD 25 -S 171971
�r S L,TS i D7 f 1 E S j ZSIi�'r.t '`z ; A s_'� �� -•'? G= . L}- e f C1
CC.}1?{"ZC T {� •F'� OF�Tf CO'v i..:•s:� 3 irR i - - - - - - - - - -
3vS1-;-- SSOi+`2v_S a
CkDs COV 2-1,63 ?ART
CO'�CLaL AUTO Ca%W. i3 ?X-RT
COw. �CIa_, G •�cFL LTr3ILIV ?FRT
?G7vCTS CO?r?L3T= O ?CATIONS LIA31LITf Ct3'V An :FRT
OK'1%3S 120 CO?� i?- kCjV?.S ?EOT3•CTi'v LI.L3YLITt C'DVJ F�3,T
CD ?01.,JICY
❑- •r10-uC -s, ccv: mzSxT2O9T POLICY
It is hereby agreed that the following is adc' -ed &Ad m?.Ie past of
eIIdorseme t. CG2033 - ADD1TI01,DL INSU?M, OWh°?RS, LES5339 OR
CONT?,ACTG -rS - AITI'OYATIC STATUS WME 4 ?.EQiJ1P=-D n COYSTRUCTIDI
AGY3OJT WI T3 YOU:
-psy coverage provided herm,= —ier sha11 by excess over amy other valid
end collectable ir- g,;xaace available to the F.dditiozal Lns- a.rP -d(s)
whether primary, tress, contingent or on any other basis unless a
contract specifically requires that the insurance b�-- primax-f.'
SHARP -LINEE INDUSTRIES
CH 10 54 01 90
.-. t t"�t.�, CiiVVR.a GCr+L".1♦ 1 v. .ys -v :. .. .. �� � �.- .. ...1_. ,. -... _ .. .._`..._..�- -- _.. �:. __.... ...... . -. _.� '�_ ..a.
-5'
_: = ADDITIONAL ItiJ ZED -- OWNERS, LE_1 ::ES OR
- CONTRACTORS AUTOMATIC STATUS WHEN
REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU
enda-s etrt mod-nrs i�sur=. m pv -M'.A I the foGoAing*
- -
COIM,ERMI GENERAL LtA31llTy COVERAGE PART
,a. Section q - %Nrho Is An insured is amend to
include as an iruurm a y pa-san or w VaNma5an
for whom yoU are pe:1formfig op!�n5ons whsn yo i
and w_ch person or 0%antmti ?n have agree4 h
vtiritir og in a cantrad or agreement that such pnrsan
V organization be added as an additnal insured
on YD(z pDr y, S1uc:h person or wVanizatiai is an
addrt»nai insured only with res;*c b RabErty ads -
ing o+1t of yp'.0 Dr go q opem5ons performed far
that insured. A pwrson's or organtzr5on's status as
_n insured tt�e� this andorseme)t ends vJh°n
yDur ope�rB5ons for that insured are oompleted:'
B. Wrth respect to the nsuranca afforded to these
add'6orral *risure:ds, the f65awing additional exckl-
sbrts apply.
2. Exclusions
This inzurance does not ap* ILD:
a. 'Bod -jiyy injuy, 'propeitY d amBgae or `per-
somal and advertisbg in)ury arising out of
l the rendering of, or the failure to render, any
professional architectural, engineering or
sur eey'ng senses, including
(1) The pr__paring, approving, or faTi ng to
prepare or approve,, maps, shop draw-
ings, optnibns, reports, surveys, fiaid or-
ders, change orders or drNings and
spsfications; and
(2) S{rpervisoq, 'r% p- _coon, architectural or
engineering activities.
SHARP -LINE INDUMI"rS INC.
Ct3 20 33 10 01
b. '3od*y injury or `pm�wty darn' o =r-
rin; after
(1) M work, u, ud'mg matarls, Parts or "
equipment furm'shad" in =%netc&xi with . .
such work. on the prajed (other than
service, maKananca or mpah) b be
perf E,.d by or on "behalf of the add) -
tlon2t "-ured(s) 84 the Sls-0 of the qY-
ered operabms has been completed; or
(2) That portion of -yV f wait` out of v,rhioh
the in) y. a damage arises h?s bo-an
put to its intanded use by arty person or
orgwL tion otter than another con-
tractor or subcontractor engaged h
pe forming opemboms for a principal as
a part of the same pro)ect..
® w probes, Irr, , 20X
Page 1ofl
❑
CG 20 3,r 10 01
T=IS MMO3rTMCMN_� !i'G3S 7—Mg ?OLIC°. 7LMIS3 i, >!,
- A>DITIM -Di, INSU'm - OA-.NTx33, LESS33S OR
&O:*i°I--RA.0 -TORS - COiC-L3TZD OPERXTION-S
�s endorsem°..:•t moeifits �inm -ra-nce provided Wider the following:
•' COIF- tC Lt. L C_ NM;Lrj L,1- 21LITY L
C VkC3 PART -
SC Ma
4--.a of Person or O>ryrnization:
This endorsement applies to any entity for whom this coverage is
required by a written contract.
Location And Description of completed Cperatioas:
Per the written contract-.description
A ditional Preai Incl
(If no eppezrs above, information re-quiied'to complete this endorsement will be
shown. in the Declarations as applicable to this endorsement.)
section II - Who Is A.m Insured is arnzded to include as am insured the person or
organization shown in the Schedule, but only with respect to liability arising out of
°yo= work" at the location designated and described in the schedule of this
endorsement peizformed for that insured and included in the 'products- commleted
operations hazard'.
SH RP -LInt, RMUSIRI.S, MC.
*� D tt 20 37 1-) 01 e--vyriph %, }so Properties, IM " 2:60 t.;. 1
erdoraemem-t m�d_�fies
Tttt1 -�OO 1 - . 4 •�
-e provided •=deer th•e tollo
LLITY CM' ZkCZ- -r.` zT
S C3i3L L3
Sew of Perioa or C:yarizatioac. _
—x person or organization for whom the ^P-med isired is operating user a
written •insured contract• when such contract reeuires a waiver of tr=sfe-r of
rights of recovery agbirst others to vs (4&ivar of Subrogation)
(If no entry appeears above, in€or Lion* required to cz=lete this enAorser.jent -will be
shown in tbe.Declaxations as applicable to this endorseIDeat.)
The L?- MSF"zR OF 17=3 OF P.BCOVSRY ?.W -WST OT—E-MRS TO US Condition (Section I,7 -
CO?'�%RCi�+� GENTZ2LU LIABILITY CONMITIONS) is am—ded by the add;tion of the following:
We waive an• right Of recovery roe may hive against the person or organization sho,
in the Schedule above because of ptymeats we mike for injury or doge arising out of
your ongoing operations or 'your work' done under a contract with that Parson or
organization and iacluded i.n the 'proclucts- completed operations hazard`. This waiver
applies only to the person or organization shoum in the Schedule above.
^ j11kRP -La'E INDUSTRIES IIJC.
I
Upfripht, lrcwecce Semir -" office, Ire., WTI M N % 10 73
'.'a1c %dors men_ mo3ifies - _urLnce provided u_-der the foil
CO:�Vs ,CLUL Gi n_, L?r33 ` �'± CD�w ?�C3 ?T 1
S C�'us13
Desig iie•c+ Construction Projects:
"-7:' )
.'y job site of the insured
(if no entry appears above, information rec,.Lired to complete this endor;tMezt will be
shown in the Declarations as applicable to this endorsement.)
A. For all sues w`_i�3 the ias�Ted becoff.es lecally oblited to pa as dznagas caused
r
by occurences under CO7_;%I C--.3 A (C TION I)- &__I , d for P-11
wedical a ernes
caused by accidents - =der COVm -kaB C {S3CTIOt7 1), which can be attributed only to
gangingg opperations at a single designated construction project sho,.m in the
Scmedule above:
1. A separate Designated Construction Project General Aggregate Limit applies to
each designated construction project, zed that limit is ev.dal to the amunt of
the General Aggregate Limit shown in the Declarations.
2. The Desigmated Construction Project General Aggregate Limit is the most we
will pax for the sum of all damages under COVaP,AG3 A, except dafnages because
of 'bodily injury" or "property damage" included is the "products- co=leted
operation.. hazards, and for me -dical epeases under CO` I:P=3 C regardless of
the number of:
a. Insureds;
b. Claims made or ' su4ts" brought; or
c. Persons or orgamizatioas making claims -or bringing "suits'.
3. Any payments made under COV.P.AGE A for damzges or under COVE ? -AGB C for medical
expenses, shall reduce the Designated Construction Project Gnreral Aggregate
Limit for that designated construction roject. Such
reduce the General A9gregate Limit shoat in the Declarationsmnorssh�lllthey
reduce Lmy other Designated Construction Project General Aggregate Limit for
any other designated construction project shown in the Schedule above.
4. The limits shown in the Declarations for Each Occurtence, Fire Damage as:d
Medical Expense continue to apply, However, instead of being subject to the
Ge -neral Ag negate Limit Shown in tKe Declaration -S, such limits wi21 be subject
to the applicable Desictsated Construction Project General Aggregate Limit.
B. For all sums which the insured becq-.)es- legally obligated to Pa ' s damages caused
by "occurrences" under COVE?_zLG3 A - (SECTION I) , ' and' for all medical axveases
caused by accidents under COVEP,ACB C (SECTION I), which cannot be attributed o:z.iy
to ongo ng operations at a single designated construction Project shgwz, is the
Scbed:ale above:
1. Any payments made under MYS7. A,3 A for darr3vec or under CovE?.AG3 C for mmwr cal
e�merses shall reduce the a=unt available under the GA.neral Aggregate Limit
or the Products- Completed Operations Aggregate Limit, whichever is applicable;
and
2. Such payments shall not reduce eny Designated Constrsctiom Project C- -nera1
Aggregate Limit.
C. r'hen coverage for liability &rising out of the ■prfldLCts- cotuoleted operations
hazard' is provided, any paym-..nts for dezaves because of '6odil� injvr -y■ or
'prop_rty damage' included -in the 'products- co=leted cue :atioas ..&zard■ will
reduce the Products - Completed Operations Aggzegate Limit, and not reduce the
G=tral Aggregate Limit, aer the Designated Co=ttz:ctior, ?roject Gaaeral
A43r&5&t- Limit.
Psee 1 Co,5yrlpht, 150 twrmerci &l Riot ierrSces, 1r,c., i s ty 2S Q3 U F7
05/11/2006 20:00 5395343755 SHARP LZItE
���W.. OF LIABEL
PRODUCER
WIL.LIS
.601 W MAIN STE 801
7KANE, WA 99201
LvsurtFV
NORTH STAR ENTERPRISES, INC.
PO BOX 607
LWERTY LAKE, WA 99019
1
PAGE 02
1TY INSURANCE 1 5 110 10eATE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE_
IttousERA: ZUWCH AMERICAN INSURANCE CO
INSURER 8: NAVIGATORS INSURANCE
INSVRER C:
INSURER Ir.
INSURER €:
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
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED
TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
HEREIN IS SUBJECT TO
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
In ®R
im TYPE OF INSURANCE POLICY NUM DER POLIC7 EargpE
POLPCY X IRATADH
OENERALLIADFLITY
LIMITS
CPOA277116 12/31/05
X COM
A. HIFRCIAI Gf;Nf:RAI. LIADILIIY
3.2/31/06 P.A+CHOCCVARENCE _ 11000000
ClAIM6 IMDE
FIRE DAMA GE IAn one fire 3 /1 000
OCCUR
7C EtdFLOYIIRB LSJ►BILZTY
Yi:D ExP IAny o o rooml S 1 il�(IQ(L
—
PERSONAL R AOV INJURY 9 QQ 00O_
9,I.,,OD�_Afffl
GENL AGGREGATE LIMIT APPLIES PEfZ
GENERAL AGGREGATE S .000,000
PRO -
PRODUCTS- COMP /OP AGG S 2,000,000
POLICY �� LOC
AUTONOMLE LIABILITY
CP04277116 12/3],/05
ANYAUTO
12/31/06 COMBINED SINGLE LIMIT
S
A
(Es a mid" 1 , 000 , 000
ALL OWNEO AVIOD
SCHEDULED AUTOS
OODILY IAVURY g
r,
.. HIRED Auros
—
NON.04YKEOAUTOS pp6
g
IPPDec me JURY 3
\I
PROPERTY
DAMAGE 9
GARAGE LIABILITY
ANY AVI'O
c,Y1 P
AUTO OALY - EA ACCIDENT
9
OrNEF. THAN EA ACC
S
t -
AUTO ONLY: AGO
D
"CE90 LIASII.ITY
S.Y.CD00039
12 /31 /05
12/31/06
EACH OCCURRENCE
3
OCCUR CLAI149 WADE
AGGREGATE
g S�UO OW0.
S
DEDUCTIBLE
RETENTION $
3
3TAW. OTH-
S
WORKERS COMPLNOATION AND
EMPLOYEAS' LIABILITY
IOIi�LIIAL'LS 'E
E.L. EACH ACCIDENT
S .
F.L. OISPASE . FA EMPLOYEE
r
L'.L. DISEASE - POLICY LLVIIT
S
OTHER
DESCRIPTION OF OPERATIO NS /LOCATIONSNEHICLE &'E[CLUOfOtiB ADDrD BY ENDOROEVENTISPECIAL PROVISIONS
Re: TRa.FFIC CONTROL Fom FROJECI. OF SCHOOL CROSS WALKS; DUIL%Ul f. PLASTIC PAVFAIE,NT M, RKINGS FOR CITY OF SPOKANE
VALLEY, WA. ADDIT'),ONAL INSURED STATUS GRAN- fCU -1.0 CIWI-IFICATE HOLDER AND CITY OF SPOK4NE VALLEY.
CERTIFICATE HO
DIL1At. > -Z.It� 1NDUSTral$g INC.
Im LSO L40X 119-11
9PO1 Ut M, 9M 99211
4COR0 26 -8 (7197)
CANCELLATION
OIIOULD ANY OP THH ASOVF "''SCRIBED POLICIES 89 CANCELLED BEFORE THE EXPIRATION
DATH THERCOF, THE ISSUING INSURER WILL ENDRAvOR TO MAIL 30
DAYS WRITTEN
NOTICE TO THE CE- 411PICA7-E HOLDER NAILED TO TKS LEFT, BUT FAILURE TO DO 80 SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AOENTS OR
RATION 1988