07-034.00 Poe Asphalt Paving: Street & Stormwater Maint & RepairAGRFEMENT FOR SERVICES
Poe Asphalt Paving, Inc.
Contract No. 07 -008
TPHS AGREEMENT is made by and between the City of Spokane Valley, a code City of the
State of Washington, hereinafter "City" and Poe Asphalt Paving, Inc. hereinafter "Contractor,"
jointly referred to as "parties."
1N 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 Street and Stormwater Maintenance and Repair Services
(hereinafter "work ") in accordance with RFP No. 07-008 - Street and Stormwater Maintenance and Repair
(Exhibit 1), Poe Asphalt Paving — Street and Stormwater Maintenance and Repair Services Proposal
(Exhibit 2) and 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 Cite 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 December 31, 2007.
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 City agrees to pay the Contractor for the Cost of the Work plus the
Contractor's fee for overhead and profit as def"med in Schedule A (Exhibit 3).
A. The Contractor's Fee for Costs of the Work as defined in Schedule A Section 2.1
Direct Costs will be a percentage of the Cost of the Work and shall be 22%
C07 -34
3�
B. The Contractor's Fee for Costs of the Work as defined in Schedule A Section 2.2
Subcontractor Costs will be a percentage of the Cost of the Work plus the Overhead Rate
and shall be 8%
C. The sum of the Cost of the Work plus the Contractor's Fee shall not exceed one
million one hundred seventy five thousand one hundred nineteen Dollars ($1,175,119),
subject to additions and deductions by Change Order.
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 - stated 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:
TO THE CONTRACTOR:
Name: Christine Bainbridge, City Clerk Name: Brad Griffith
Phone Number: (509) 921 -1000 Phone Number: (208) 777 -0498
Address: 11707 East Sprague Ave., Suite 106 Address: 2732 N Beck Road
Spokane Valley, WA 99206 Post Falls, ID 83854
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; Wages on Public Works. Unless otherwise required by law, if 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 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. Warranty. Unless provided otherwise in the Contract flans or Con tract 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 Liabilitv insurance covering all owned, non - owned, hired and
leased vehicles. Coverage shall be written on Insurance Senices 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.
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. The Contractor's insurance shall be endorsed to state that coverage shall not
be cancelled by either party, except after thirty (30) days prior written notice by
certified mail, return receipt requested, has been given to the City.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current
A.M. Best rating of not less than A:V11.
E. Verification of Coverage. Contractor shall furnish the City with original
certificates and a copy of the amendatory endorsements, including but not necessarily
limited to the additional insured endorsement, evidencing the insurance requirements of
the Contractor before commencement of the work.
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 R.CW
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_
RC1V, 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
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. Assienment 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 Aareement. 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. Request for Proposals for Street and Stormwater Maintenance and Repair Services
RFP 07 -008
2. Poe Asphalt Paving Inc Proposal for Street and Stormwater Maintenance and Repair
Services
3. Schedule A
4. Insurance Certificates
IN WITNESS WHEREOF, the parties have executed this agreement this Z day of
2007.
CITY OF SPOKANE VALLEY: CONTRACTOR:
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.
Ow,
d r;�
Tax I.D. No.: REDACTED
APPROVED AS TO FORM:
- (11�.C-� - P
Office of & City Attom
Schedule "A"
1. Cost of the Work. Cost of the Work means the sum of costs incurred and paid by
Contractor in the proper performance of the Work. Costs shall be in amounts no higher than
those prevailing in the locality of the Project, and shall include only the following items:
1.1 Direct Costs
1.1.1 Payroll Costs. Charges for Payroll Costs will be limited to actual costs of
Contractor's construction personnel stationed in the field. Payroll costs shall
include, but not be limited to, salaries and wages plus the cost of fringe benefits,
which shall include social security contributions, unemployment, excise, and
payroll taxes, workers' compensation, health and retirement benefits. The
expenses of performing Work outside of regular working hours, on Saturday,
Sunday, or legal holidays, shall be included in the above to the extent authorized
by Owner. The labor rates shall be per Attachment C — Part 2 of Exhibit 2.
1.1.2 Equipment Costs. Charges for Equipment Costs used by the contract to complete
the work in the field. The equipment rates are included in Attachment C —Part 3
of Exhibit 2.
1. 1.3 Material Costs. Charges for Material Costs furnished by the Contractor and
incorporated in the `'York. The City and Contractor agree that materials listed
under Attachment C — Part 4 of Exhibit 2 represent the maximum authorized
types of materials and unit rates which will be considered reimbursable under the
terms of the this contract unless subsequently changed for reasons approved by
the City by a formal change order to the Contract. Material rates shall be in
accordance with the material types shown in Attachment C — Part 4 of Exhibit 2.
1.2 Subcontractor Costs
1.2.1 Attachment C — Part 5 has a list of all subcontractors expected to work for you
under this contract. If required by the City, the Contractor shall obtain
competitive bids from subcontractors acceptable to the City and Contractor and
shall deliver such bids to the City, who will then determine which bids, if any,
will be acceptable.
1.2.2 Material Costs. Charges for Material Costs furnished by the Subcontractor and
incorporated in the Work. The City and Contractor agree that materials listed
under Attachment C — Part 6 of Exhibit 2 represent the maximum authorized
types of materials and unit rates which will be considered reimbursable under
the terms of the this contract unless subsequently changed for reasons approved
by the City by a formal change order to the Contract. Material rates shall be in
accordance with the material types shown in Attachment C — Part 6 of Exhibit 2.
The City and the Contractor agree that the rates listed in the Attachment include
overhead and profit for the subcontractors.
1.2.3 Payments made by the Contractor to Subcontracts maybe based on a lump sum
price from the Subcontractor.
2 Overhead and Profit. Contractor's fee means a percentage over the direct costs (Items
1.1 and 1.2 above) to account for the contractor's overhead and profit.
2.1 Fee for overhead and Profit for the Project cots is a percentage over the direct cost
(Item 1.1 above) that includes the overhead and profit for the contractor over work-
executed by the contractor. Overhead costs includes, but are not limited to, the cast
of the contractor's offices and office personnel, insurance, bonds, and any other
overhead and operating expenses not specifically included in the Cost of the Work. as
defined in Section 1.1 above.
2.2 Fee For overhead and profit for subcontractor's cost is a percentage over the cost
charged by the subcontractor to the contractor (Item 1.2 above). The overhead and
profit for the operation of the subcontractor is already included in the subcontractor
cost charged by the subcontractor to the contractor.
V;
City of
Spokane Valley
Street and Stormwater Maintenance and Repair
Services
Proposal No. 07 -008
We appreciate the .opportunity to give you this proposal and look
forward to a positive relationship.
Thank You,
Brad Griffith
/0
dASP LT PAVING INC. Serving Washington & Idaho since 1953
Table of Contents
• Attachment A - Parts 1 & 2
• Attachment B - Company Experience, References,
Work Plan, Equipment List and Daily Report
• Attachment C - Cost Proposal
• Attachment D - Bid Bond
• Attachment E - Signature Page
ATTACHMENT A - PART I
GENERAL INTORMATION
A. Legal Name of Applicant Company
POE. ARPRIAUP PAVrW., TNr
B. Name of Contact Person
BRAD GRIFT`ITi•I
Title Vi(E PRESIMIT
Telepbone Number including area code 208 - 777 -0498
e -mail address bxadPrpeasnh 4,t. ear,
C. Did outside individuals /agencies assist with preparation of this program?
_ YES X NO
If "Yes ", please describe:
D. RECEIPT OF ADDENDA: Firm acknowledges receipt of the following addenda if any:
Addendum No. �_
Addendum No.
Addendum No.
Addendum No.
Dated 3Z16/2007
Dated
Dated
Dated
I certify that to the best of my knowledge the information contained in this RFQ for
qualifications is accurate and complete and that I have the legal authority to commit this agency
to a contractual agreement. I realize the final funding for any service is based upon funding
levels and the approval of the Spokane Valley City Council.
Print Name Title
i � r J � 3�1� a •
ignagirc-,� ministrator, or/Applicant Agency Date
ATT ACHM1E;N'r A - PART 2
ADMINISTRATIVE r9FORMATION
A. FIRM:
1. Name of firm: p0E ASpMLT pAV:CNG INC
2. Business address including zip code: 2732 N BECK RD, POST FAUS ID 83854
3. Telephone number including area code: 208- 777 -0498
4. Fax number including area code: 208- 777 -0499
5. Federal Tax Identification Number. 82- 0263719
6. Washington State UBI Number if issued: 409- 018 -683
7. State Industrial Account Identification Ntunber if issued: 191,377-00-1
8. Following is a listing of all engagements the company has undertaken in the last five
years that have resulted in:
(a) Arbitration or litigation and the disposition of the cases.
NONE
(b) Claims being filed by the Federal Government or the Washington- State
Departments of L & 1, Employment Security or Revenue.
NONE
(e) Liens or claims recorded with the Spokane County Auditor by suppliers or
subcontractors. List with whom, for what; and amount.
NONE
13. INSURANCE COMPANY:
1. Name of Insurance Company S�IONEMM� ER MCQUARy INS.AG
2. Name of Insurance Agent: jj,,y MRIT
3. Address including zip code: p 0 ppX 9, C-S,1�RKSTON WA 99403 -0009
4. Telephone number including area code: 509 -758 -5529
Attachment 8 ~ Company Experience
Poe Asphalt Paving, Inc. has been in business since 1953. We pride ourselves in delivering
quality projects, on time, and under budget. Our projects range in size from private
driveways to State / Federal Highways in Washington and Idaho.
Poe Asphalt has completed contracts with various municipalities over the years. We have
partnered with such agencies as:
• City of Spokane Valley
• City of Liberty Lake
• City of Coeur d'Alene
• City of Rathdium
• City of Pullman
• City of Moscow
• City of Clarkston
• City of Lewiston
• Washington State University
See attached sheets for references.
All of our Employees have the appropriate licenses and certifications to operate the
equipment necessary to execute the work needed to complete this contract. The management
team has substantial experience and has attended various leadership seminars, quality
control classes, safety classes, and computer software classes. Below is a list of the key
personnel that will be involved in executing this contract,
• Brad Crifiith - Vice President 30 years of experience
• Mike Johnson - Superintendent --15 years of experience
• Taj Anderson - Project Manager -5 years experience
• Jody Todhunter -- Contract Administration - 10 years experience
• John Hines -- Paving Foreman - 30 years experience
• Dana Haugen - Prep Foreman - 25 years experience
Attachment B - References
• City of Spokane Valley Asphalt Repairs 2006
$200,000
Tim Klein - 309 888 -0192
Street overlays, aggregate base, patching, utility adjustments, traffic control..
• City of Coeur d'Alene Overlays 2004
$600,000
Dick Suchocki - 20$ 769 -2285
Asphalt removal, fabric, overlays, utility adjustments, patching, traffic control.
• City of Coeur d'Alene overlays 2006
$550,000
Dick Suchocld - 208 769 -2285
Street overlays, asphalt removal, fabric, utility adjustments, patching, traffic control.
• Minor Street Resurfacing
City of Pullman
$400,000
Sam Nasralla - 509 338 -3303
Overlays, patching, utility adjustments, traffic control.
• Accelerated Street Resurfacing
City of Pullman
$420,000
Sam Nasralla - 809 338 -3303
Grinding, wedge milling, asphalt paving, utility adjustments, curb replacement, traffic
control.
• WSU Parking Services Repair 2005
$48,300
Ed Fisher - 309 335 -9060
Excavation, asphalt paving, patching, utility adjustments.
• WSU Resurface & Repair 2006
$185,000
Clyde Wilhelm - 509 335 -9000
Grinding, paving, patching, utility adjustments.
• FY06 Pavement Overlay
City of Moscow
5320.000
Joe Schnacher - 208 7994233
Grinding, asphalt overlays, fabric, utility adjustments, traffic control.
• City Street Maintenance 1997, 2001, and 2005
City of Lewiston
$622,000, $537,000, and $347,000
Merritt Donlon - 208 746 -3671 Ext 260
Quality patching, utility adjustments, asphalt pre - level, paving fabric, overlays, chip
seal, traffic control.
You can call these Municipalities for additional references;
City of Liberty bake
Doug Smith
509 75S -6706
City of Clarkston
Jim Martin
509 758 -1662
I\
Attachment R - Work Plan
preliminary Schedule:
This schedule is a general outline of available time to be spent on the project.
April thru June: 3 - 10 working days onsite 9 - T working days offsite
July thru October. 3 - S'worldng days onsite T - 12 working days offsite
The tentative date for our asphalt plant to open is April 2"d. The plant typically stays open
through November. Work requirements will be accomplished by the Superintendent
communicating with Tim Klein on a regular basis to schedule work to be done. The
Superintendent will then set up the work by notifying the Project Manager of the schedule,
allowing him to order materials if needed. The Superintendent will then set up the
mobilization of the equipment and personnel needed to execute the work. The Project
Manager will track the work via the Daily Reports. He will also communicate the scope of
work to the Contracts Administration person who will then invoice work done on a monthly
basis.
Our equipment meets all federal, state, and local regulations. We pride ourselves in
maintaining clean, up to date equipment in good working condition We have an extensive
preventative maintenance program which keeps all of our equipment up to standards.
See attached Equipment list:
The Superintendent will be in touch with Tim Mein on a regular basis and He can be reached
by cell phone between the hours of 8:30 am - 6:30 pm Monday - Friday. Messages can be left
on his cell phone after hours. He will return after hour messages at the beginning of the next
work day. Messages left during work hours will be returned within 2 hours. If the
Superintendent cannot be reached due to issues beyond our control, the Project Manager can
be reached through the office and / or his cell phone.
Poe Asphalt will analyze the work activity to be done and supply labor and equipment to
complete the work in a safe manner with the least amount of impact on the public as possible.
Poe Asphalt guarantees our workmanship and materials used to be in accordance with
specifications. We will repair or replace any of our work that may prove to be defective in its
workmanship for one (1) year from date of acceptance.
The safety of our personnel and the public is our biggest concern. We intend to be very
detailed in our traffic control procedures. Precautionary measures are part of our daily
operations to assure public safety i.e.: temporary ramps for access, uneven edges, etc.
The Foreman will fill out the Daily Reports, turn them into the Superintendent for review /
approval, the Project Manager will receive daily reports from the Superintendent after
approval and then organize the Daily Reports into weekly reports for delivery to the City of
Spokane Valley.
See attached daily report:
We appreciate the opportunity the City of Spokane Valley has given us in providing this
proposal. Thzough the collaboration of our staff we were able. to challenge ourselves in our
communications, work flow, safety, equipment utilization, and reporting. This proposal
includes new ideas on how we may better serve the City of Spokane Valley with higher
quality, value, and on time delivery. We look forvrard to a positive partnership.
If you have any questions regarding this proposal, please contact Brad Crildth 208 660 -3092,
Jody'Todhunter 208 777 -0498, Mike Johnson 208 660 -1887, or Taj Anderson 208 660 -1246.
EQUIPMENT LIST
page 1
UNIT # DESCRIPTION
CONDITION
GOOD
38 1993 KENWORTH T800 TRACTOR
GOOD
224 1985 FORD F600 DUMP TRUCK
GOOD
225 2000 FORD F600 DUMP TRUCK
EXCELLENT
22 1999 KENWORTH T800 END DUMP
EXCELLENT
29 1999 KENWORTH T800 END DUMP
EXCELLENT
40 1999 KENWORTH T800 END DUMP
EXCELLENT
56 1993 PETERBILT 357 END DUMP
GOOD
60 1998 KENWORTH T800 END DUMP
GOOD
23 2007 PETERBILT 357 SUPER DUMP
EXCELLENT
24 2007 PETERBILT 357 SUPER DUMP
EXCELLENT
25 2007 PETERBILT 357 SUPER DUMP
EXCELLENT
27 2007 PETERBILT 357 SUPER DUMP
EXCELLENT
28 2007 PETERBILT 357 SUPER DUMP
EXCELLENT
251 2000 FORD L8000 WATER TRUCK 2000 GALLON
EXCELLENT
257 1979 FORD L8000 WATER TRUCK 2000 GALLON
GOOD
259 1996 KENWORTH T800 WATER TRUCK 4000 GALLON
GOOD
284 1974 KENWORTH C500 WATER TRUCK
GOOD
205 2004 FORD F550 TACK TRUCK
EXCELLENT
273 1999 FORD F450 SERVICE TRUCK
EXCELLENT
219 1997 FORD RANGER
GOOD
221 2003 CHEVY C10 2000 FORD F250
EXCELLENT
230 2000 FORD F250
EXCELLENT
300 2007 FORD F150
EXCELLENT
303 2000 CHEVY C10
EXCELLENT
304 2006 CHEVY COLORADO
EXCELLENT
308 2004 GMC 1500
EXCELLENT
202 2004 FORD F450
EXCELLENT
208 2006 FORD F450
EXCELLENT
247 2003 FORD F550
EXCELLENT
75 2007 TRAILKING LOWBED
EXCELLENT
102 2001 WILLIAMSEN 4 AXLE PUP
EXCELLENT
103 2001 WILLIAMSEN 4 AXLE PUP
EXCELLENT
187 1999 WILLIAMSEN 4 AXLE PUP
EXCELLENT
188 1999 WILLIAMSEN 4 AXLE PUP
EXCELLENT
189 1999 WILLIAMSEN 4 AXLE PUP
EXCELLENT
197 1997 RUNWAY BELLY DUMP TRAILER
GOOD
144 2003 OLYMPIC 3 AXLE TILT TRAILER
EXCELLENT
131 1998 TRAILMAX T12UT TRAILER
GOOD
132 1998 TRAILMAX T12UT TRAILER
GOOD
149 2006 TRAILMAX T12UT TRAILER
EXCELLENT
67 1977 SAW TRAILER
GOOD
70 2004 FOX UTILITY TRAILER
EXCELLENT
127 FREUHAUF TACK TRAILER
GOOD
461 1998 CAT CS563C GRADE ROLLER
GOOD
406 2004 IR DD34HF ROLLER
EXCELLENT
411 2004 DYNAPAC CC102 ROLLER
EXCELLENT
EQUIPMENT LIST
page 2
UNIT # DESCRIPTION CONDITION
418 2006 IRS DD70HF ROLLER
EXCELLENT
416 2000 IRD011CHF ROLLER
EXCELLENT
505 2005 BOMAG PAVER
EXCELLENT
524 2000 BLAW KNOX PF5510 PAVER
EXCELLENT
607 2002 CAT 972GII LOADER
EXCELLENT
722 2005 JOHN DEERE 21 OLE SKIPLOADER
EXCELLENT
718 1974 HUBER M750 GRADER
GOOD
711 1998 CAT 1601-1 GRADER
GOOD
828 2006 BROCE BROOM
EXCELLENT
926 1998 TACK TRAILER
GOOD
946 MULTIQUIP SAW
EXCELLENT
421 PLATE WACKERS
GOOD
POE ASPHALT PAVING, INC. UstMlRimbil Equipment
CREW CARD
METER READING
DATE: END
STAI1T
JOB NO. NAME: IrmpoctnnaRama+ks:
TODAY
WEATHER FOREMAN'S
AM: PM. SHIFT: APPROVAL v®ri•�
Tashi Taken:
7,..
Ual iiUbLOIT1MCMtE: r
MATERIALS
AC PnUnval
taMOl+Pree
AC Uahnne
tar&m =
App-chee
ea
Conaglo
CSBD
Dor�tamp
CBTC
Oorlttrsxo
- Quaper haul
kinds
mvhq
ey
clym
tCrJlarvws
F"Miskln
tpNexsws
Storm LF.
W6:a LF
s4war ��._ L-F.
BATCH: PAGE OF TOTALHOURS: TOTAL PRODUCTION: CHECKED BY:
PF CREW CMa a FT
ATTACHMENT C - COST PROPOSAL
Contractors Overhead and Profit
ATTACHMENT C — PART 1
Item
Description
Overhead
and Profit
l
Contractors Pee for Overhead and Profit for Project Costs
22%
2
Contractors Fee for Overhead and Profit for Subcontractor Costs
8%
ATTACT:MENT C - COST PROPOSAL
Contractor's Payroll Cost
ATTACHMENT C — PART 2
Contractor to list all Rersonnel expected to work within the City
Personnel Classification and Description
Hourly Rate
Rep- O.T.
Superintendent - Primary City contract, organizes, schedules, and
manages contractors work
$52.00 / $65.00
Foreman
$38.00 / $51.00
Operator
$37.001$50.00
Teamster
$37.00 / $50.00
Laborer
$34.00 / $46.00
I
ATTACBMENT C - COST PROPOSAL
Contractors Materials Costs - ATTACHAM.- NT C — PART 4
Item
Description
Unit
Unit Cost
1
HMA
Ton
$43.00
2
CSBS
Ton
$6.00
i
ATTACHMENT C - COST PROPOSAL
SUBCONTRACTOR LIST — ATTACHMENT C — PART 5
I Contractor to list all subcontractors expected to work within the City
WOODY'S ASPHALT SEALCOATING, INC.
F RAN, K GURNTEY, INC.
MDM. CONSTRUCTION, INC.
NORTHWEST FENCE
NORTHWEST LANDSCAPE
CAMERON CONTRACTING, INC.
ECLrPSE TRAFFIC CONTROL & FLAGGIN, INC.
Subcontractors — Contractor to provide a list of all subcontractors anticipated to be
used for performing the described services. Contractor to list the overhead and
profit on subcontractors in Item 2, Part 1 of Attachment C.
ATTACHMENT C - COST PROPOSAL
Subcontractors Ahterials Costs - A]TACEMENT C —P ART 6
!gym
Description .
gam!
Unit co
1
99' Spalls
T
$14.00
7
C-rack Sealant
round
.
3
rCC
Cubic Yard
$92.00
4
Uuardra
£2
$l±
5
6`CMnlak Fencing
LF
$!±
6
8'Chaiu]ink Fen c¥&
LF
$14.
7
Type A Dryw In Road Prism
EA
20-
S
Type B Dryw&1In Road Prism
£A
$850.
9
Type DryweQi Swao
£A
$
10
TIC 3 Drywell In Swale
£A .
MOM
11
Catchbasin Type
£4
MOM
12
CChb2in Type Oil Water STarator
£A
$ n %0
13
P!pf, Summa
£A
$145.00
14
1 S DR-35 PVC Pip
U,
$5.70
15
1 Sg«a5 PVC P e
LF
$9,20
16
l ENIP .
£F
.Sl\
17
l yCf
E£
$20,00
18
Drain Rock
Cubic Yad
%!±
19
U Et r Fabric -
Sq Y2]
$0.84
2
S"ing, MvIcWng FclliEzinE
SkF
-10
21
Sod
Sq Ft
$0.40
* Unites as includ e ovcrbead and profi tfor bcau wnU3@ .
ATTACHMENT C = COST PROPOSAL
Contractor's Equipment Cost
ATTACHMENT C - PART 3
Contractor to list all equipment expected to work within the City
Equipment Description
Hourly Rate
#38 1993 KW T800 Tractor
$55.00
#1224 1985 Ford F600 Dump Truck
$40.00
#22 1999 KW T800 End Dump
$55.00
429 1999 KW T800 End Dump
$55.00
40 1999 KW 17800 End Dump
555.00
56 1993 Pete 357 End Dump
$55.00
#60 1998 KW T800 End Dump
$55.00
#23 2007 Pete 357 Super Dump
$75.00
424 2007 Pete 357 Super Dump
$75.00
#25 2007 Pete 357 Super Dump
$75.00
#27 2007 Pete 357 Super Dump
$75.00
#28- 2007 Pete 357 Super Dump
$75.00
#257 1979 Ford L8000 Water Truck, 2000 Gallon
$40.00
#259 1988 KW T800 Water Truck, 4000 Gallon
$55.00
#284 1974 KW 0500 Water Truck
$55.00
4205 2004 Ford F550 Tack Truck
$40.00
4273 1999 Ford 1450 Service Truck
$35.00
#219 1997 Ford Ranger
S 10.00
4221 2003 Chevy C10
$15.00
9230 2000 Ford x250
$15.00
#300.2007 Ford F150
$15.00
4303 2000 Chevy C10
$15.00
9304 2006 Cbevy Colorado
$10.00
#306 2004 GMC 1500
$15.00
#202 2004 Ford F450
$25.00
4208 2006 Ford F450
$25.00
9247 2003 Ford F550
$"25.00
975 2007 Trailkin8 Lowbed
$35.00
# 102 2001 Williamsen 4 Axle Pup
S20.00
,1103 2001 Williamsea 4 Axle Pup
$20.00
Equipment: Description Cont'd
Hourly Rate
#187
1999 Williamsen 4 Axle .Pup
$20.00
##188
1999 Williamscn 4 Axle Pup
$20.00
4189
1999 Williamsen 4 Axle Pup
$20.00
197
1997 Rway Belly Dump Trailer
520.00
144
2003 Olympic 3 Axle Tiff Trailer
$25.00
131
1998 Trailmax T12UT Trailer
$15.00
132
1998 Trailmax T12UT Trailer
$15.00
149
2006'rrailmax T12UT Trailer
$15.00
7
1977 Shop Built Saw Trailer
$ 15.00
70
2004 Fox Utility Trailer
$15.00
127 Freuhauf Tack Trailer
S15.00
#461
1998 Cat CS563C Grade RoHLr
$50.00
X06
2004 IR DD34HF Roller
540.00
#411
2004 Dynapac CC 102 Roller
$40.00
#`x418
2006 IR DD70HF Roller
$55.00
#416
2000 IR DD11OHF Roller
$70.00
505
2005 Bomag
$75.00
#524
2000 Blaw -Knox PF5510
$150.00
07
2002 Cat 972GII
$75.00
9722
2005 John Deere 210LE
$45.00
718
1974 Huber N4750
$45.00
711
1998 Cat 160H
$80.00
4828
2006 Broce Broom
$50.00
#926
1998 Tack Trailer
$15.00
##946
h4ultiquip Saw
$25.00
4421
Plate Wackers
55.00
Broom -pickup AAA
$150.00
rackhoe, 310 - Rental
$50.00
POWER
OF ATTORNEY
KNOW ALL By THESE PRESENTS:
12"
323
Salem Inumnce Campanlws
PO Box 34525
Seattle, WA 58124-1525
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, 021ch a
ulfaSh6igion corporation, does each hereby appoint
• ""'F""'DELLA J. ALLEN; CHERYL A. ASHBY; JAMES M. HEWTTT; DON MCQUARY; PHIL STONESRAKM
Clarkston,Washington
its true and lawfua attomey(syin -tact, with full authority to execute on its behalf fidelity and surely bands or undertakings and other
documents of a s niIar character issued in the course of its business. and to bind the respective company tnemby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presonts
this
27th October 2005
day of
CERTIFICATE
Extract from the Bylaws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
'Article V, Section 13. - FIDEUTY AND SURETY BONDS ._ the President, any Vlca President, the Secrcretary, and any Asgard Vice
PresSdent appein"_ for that purpose by the officer in charge of surety operations, shaft each have authority to appoint individuals as
atiomeys-fn-fact or under other appropriate titles with authority to exesv:e on behalf of the company fidelity and suety bonds and .
other documents of similar character issued by the company in the oms .e of its business.- On arry Instrument making or evidencing
such appointment the signatures may be affnced by fie. On any instrument conferring such authority or on any bond or
under along of the company. the seat, or a taccimiie themof, may be impressed or affixed or in any other manner reproduce!;
provided„ however, that the seal shall not be neae-s-sary to the validity of arry such Instrument or undcrtaidng:
Extract from a Resolution of the Hoard of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adapted July Za, tsra.
'On any cortifiade emm9ed by the Secretary or an assistart secretary of the Company setting rnut
(11 The provisions of Article V. Section 13 of the By -Laws, and
(ft) A copy of the power- oleattamey appolntment. executed pursuant thereto. and
(iii) Cer`atying that said power- ot--Momey appointment is In full force and effect,
the signature of the certifying ofi'a:er may be by facsimile, and the seal of the Company may be a facsvnile IticrcoL'
I, Stephanie Daley- Walson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL 114SURANCE
COMPANY OF AMERICA. do hereby cedify that the fore=go eatac is of the BY-t2 and of a ResohRlon of the Board of Direcom
of these corperation5, and of a Power of Attorney issued purauard thereto, are true and -wrect, and that both the By -Ums, Lie RoWullon
and the Pourer of Attorney Oro stall in full force and effect.
IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the facs4nile saal of said corporation
this
iZ day of
Imo._ E C(?,t�� .
lr'�•JQ'' � Q
SEAL SEAL
1951 t
A STEPHANIE DALE- WATON S:CETRY
a a
SaScco® am ft Safew logo are regl tc trade -ru of &air- CorpaaL'on.
Wa POF
S- 09740S 4M5
BIA UEPOSTT SQRE117Y BONA FORM
NAME OF PROJECT: Street and St ormvater Maintenance and Repair Servioes
FROIBCCBID NUMBER: 07 -008
N/A
BOND NO:
NAME OF FIRM:
We, Poe Asphalt Paving, Inc. as princjpal, and Safeco Insurance Company of America
as Surety, aie beld and firmly bound_ �° the CITY OF . SPOKANE VALLEY, a Washington State
Municipality, in the penal sum of FIVE: PIIRCWT (5%) OF THE TOTAL AMOUNT BID, for the
payment of which we jointly and severally bind ourselves, and our legal representatives and successors.
THE CONDITIONS OF TB E'i OBL
award to the Principal ao6ordiag to the
days after notice of the hwasd, exolus
Spokane Valley and fiunishes tho o
satisfactory to the City Of Spokane V
amount of the bid pmpoted including
void; othmwise if the'Principal fails to
(10) daya agar notioo of the award, ex,
frn dted to the City; but in no event wi
YATiON are that if the City of Spokane Valley shall make timely
rtes of the bid-documents; and the Principal shall, within tear (10)
n of the day of notice, outer into the contract with the City of
ttreator"s bond (performance and payment bond) with Surety
Joy iu an amount equal to one hundred percent. (100%) of the
�ashiagtou State Sates Tax then tbis obligation shall be null and
rater Into ibe contract and farnish the conatgcWs bond within ten
asive of the dayof notice, the amount of the bid deposit shall be
the Swv:,. 's liability exceed this bond's face amount.
SIGNED ARID SEALED THIS 28th DAY OF February YEAR 20 07 .
Safeoo Insurance Company of America
Poe Asphalt Paving, Inc.
SURETY
AI.
Signature
Sjariire
Della J. Allen
BRAD GRIFFITR
Typed Name
Typed Name
Attorney In Fact
1 /
True Tdie
(SEAL)
a
Biddm Packet Street and SWrmwater Repair RFP
1'17' ACERNIE 1 E — SIGNATURE PAGE
Date: MARCH 16, 2 00 7
7be under ipE!d bidder hereby proposes and agrees to deliver the extaipmmi and/or services
pursuant to the 2007 Street and StoTmwater Maintenance and Repair ervi o-,s and all other term&
and conditions of lis Re.quost for Bids w ffiin O&ty day s of fall execution of such A g cemerxt
No bidder way withdraw his bid for a p eriod of ninety (0 ) days after the day of bid opcaing.
-The required bid security consisting of a ceTfhp -d check, bid bond, or eashiees check in am
amoinit of' not less than five percent (5 °0) of the total amour# will be delivered to the City.
The undersigned individual represents and w=ants that he or she is drily authori7xd to
execute the bid on bebalf of any partnership, }o in venture or eorporatioa.
ASPHALT PASTING. INC.
Corparatioaal '� � 1 company
(Delete Two)' Y
( BP-46 GP IFFITEI )
(Title)
2732 r#_ BECK ROAn
PQS.TFPLLS,J IDAHO 83854
(Address)
(208) 777 -0498
(Telepbone Number)
SAFECO'
PAYMENT BOND
KNOW ALL BY T14ESE PRESENTS, That we,
BOND NO. 6341843
_, i r .
Poe Asphalt Paving, Inc. ,
(Here insert the name and address or legal title of Contractor)
as Principal, hereinafter called Principal, and SAFECO INSURANCE COMPANY OF AMERICA, a Washington Corporation, as Surety, hereinafter
called Surety, are held and firmly bound unto
the City of Spokane Valley
(Here insert the name and address or legal title of Owner)
as Obligee, hereinafter called Owner, for the use and benefit of'Claimants as herein defined, in the amount of one million, one hundred
seventy five thousand, one hundred nineteen dollars and 00/100 Dollws(5 1,175,119.00 A
(Here insert a sum equal to at least one -half of the contract price)
for the 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 agreement dated April 30 2007 entered into a contract with Owner for
Street and Stornhwate.r Maintenance and Repair Services - Contract No. 07 -005
in accordance with the temps and conditions of said contract, which is hereby referred to and made a part hereof.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH That if the Principal shall promptly make payment to all Claimants as
hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contact, then this obligation shall be
void; otherwise shall remain in full force and ef'f'ect, subject, however, to the following conditions:
I. A Claimant is defined as one having a direct Contract with the Principal or with a Suhcontractor of the Principal for labor, material, or both, used
or reasonably rcquircd for use in the performance of the Contact.
2. The above named Principal and Surety herebyjointly and severally agree with the Owner that every Clainhant as herein (1efined, who has not been
paid in full before the expiration of a period of ninety (90) days after the date on which the last of such Claimants work or labor was done or
peformed, or materials were furnished by such Claimant may sue on this bond for the use of such Claimant, prosecute the suit to final judgment for
such sum or sums as may be justly due Claimant, and have execution thereon.
3. No suit or action shall be commenced hereunder by any Claimant,
a) Unless Claimant, other than one having a direct Contract with the principal, shall have given notice to any two of the following: The Princpal,
the Owner, or the Surety above named, within ninety (90) days after such Claimant did or performed the Iasi of the work or labor, or fumishcd the
Last of the materials for which said claim is made,
b) After the expiration of orie (1) Year following the date on which Principal ceased work cm said Contract_ if the provisions of this paragraph are
void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable.
c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project or any
part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere.
4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder.
Signed and scaled this 30th
S-4 I 74MAEF :V07
day of April 2007
Poe Asphalt Paving,
1� Principal
Qv
SAFECO INSURA CE CO PANY OF AMERICA
BY �� � G_Qk�_
Attomey -in -Fact
POWER
OF ATTORNEY
KNOW ALL BY THESE PRESENTS:
i^.
323
Safeco Irr.,ruanxx Companiu.
PO Box 34526
Se,mle, WA 98124.1526
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a
Washington corporation, does each hereby appoint
�- - --*" **t" *"DELLA J. ALLEN; CHERYL A. ASHBY; JAMES M. HEWITT; DON MCQUARY; PHIL STONEBRAKER;
CldrkstOrLWa5hIn9LOhsrsrw ++ +s++- rrrrr.+uar r•rr..+aaa- r�r++�a•►�+t+++r+ err +r++�+� ++rr+r+�+w.s+++a•are�
its true and lawful attomey(s}in -fact, with full authority to execute on its behalf fidelity and surely bond. or undertakings and oihef
documents of a similar character issued in the course of its business, and to bind the respective Company thereby.
IN WETNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this
27th October 2005
day of
�P�w af.6l�Iv
STEPHANIE DA ARX ERS PR SIDENT SURETY
CERTIFICATE
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
-Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary. and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operation, shad each have authority to appoint individuals 33
attomey- Arn,fact or under other appropriate titles with authority to execute on behad of the Company fidelity and surety bonds and
ether documents of similar character issued by the company in au, course of its business... On, any instrument malting or evidencing
such appointment, the skplatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaMn g of the company. the seal. or a facsimile thereof, may be impressed or affixed or in arty other manner reproduced;
provided. however, that the seat shad not be necessary to the vafidity of any such instrument or undertaking
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
'On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provision:, of Article V. Section 13 of the By -Laws. and
(ii) A copy of the pdwer- of- atieorney appocttment, exerted pursuant thereto, and
(w) Certifying that said power- o"ttorney appobltment is in full force and effect,
the Signature of the certifying officer may be by facsimile, and the sea] of the Comparry may be a facsimile thereof.'
I, Stephanie Daley - Watson Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors
of th4—_e Corporations. and of a Power of Attorney issued pursuant thereto, are true and correct, and that boat the By-laws. the Resolution
and the Power of Attorney we still in full forte: and effect
IN WITNESS WHEREOF. I have hereunto set my hand and affixed the facsimile seal of said corporation
this
�y day of I ` — ' 0
SEAL SEAL 3" Woe
t p, ti =' STEPHANIE DAM-WATSON, SECIMfARY
a
SafecoO.md the Satow krgo axe teg�stered tradc rr=ks of Safom Corporation.
WEB PDF
S.09744)S 4A5
9
S A F ECO'
PERFORMANCE BOND
KNOW ALL BY THESE PRESENTS, That we, Poe Asphalt Paving, Inc.
Bond iro. 6341843
(hereinafter called the Principal), as Principal, Safeco Insurance Company of America a corporation
duly organized under the laws of the State of Washington (hereinafter called the Surety), as Surety, are held and firmly
bound unto the City of Spokane Valley
, (hereinafter called the Obligee),
in the sum one. million, one hundred seventy five thousand, one hundred nineteen dollars and 00 /100
(S 1,175,1 19.00 ) Dollars, for the payment of which sum well and truly
to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents.
Signed and scaled this 30th
day of April , 2007
WHEREAS, said Principal has entered into a written Contract with said Obligee. dated April 30, 2007
for Street and Stormwatcr Maintenance and Repair Services
Contact No. 07 -00£+
in accordance with the terms and conditions of said contract, which is hereby referred to and made a part hereof as if fully set forth
herein_
NOW, THEREFORE, THI: CONDITION OF THIS OBLIGATION IS SUCL1, That if the above bounden Principal shall well and truly
keep, do and perform each and every, all and singular, the matters and things in said contract set forth and specified to be by said
Principal kept, done and performed, at the times and in the manner in said contract specified, or shall pay over, make good and
reimburse to the above named Obligec, all loss and damage which said Obligee may sustain by reason of failure or default on the part of
said Principal so to do, then this obligation shall be null and void: otherwise shall remain in frill force and effect.
NO SUIT, ACTION OR PROCEEDING by the Obligee to recover on this bond shall be sustained unless the some be commenced
within two (2) years following the date on which Principal ceased work on said Contract.
Poe Asphalt P ing/ nc.
/ Principal
Lay
Safmo Insurance ompany lAmerica
13Y
Della J. Allen Attorney -in -Fact
S- 0157fGEEF 7196
4, '
f
KNOW ALL BY THESE PRES€NTS:
POWER
OF ATTORNEY
Flo,
3 Z3
�' dc = Insacr nae PQn'xs
P4 Box 34526
Sc- , W A 53124 -1 Sm
That $AFfCO INSURANCE COMPANY OF AMERICA and GENERAL INS1JPj%NCE comPANY OF AMERICA ea& a
WashiRgWn coporalivn, does each hereby apparint
�`— "—pELLAJ. AFL EN;CHERYLA- ASH BY; JAMES M.HEWITT DON MCQUARY;PHILSTONFBRAKER;
a- riFFy Il��a''�i'MY-�-FFMKFFf1N' #IF1itFR4#t
ClarkSton,asiin� [o n
its True and lawful arfarrhLA3Hn -hc2- with fgjJt suthogity to execule on hs behalf trddily aM Suety tiollds 4r wndCrtalCihrwS and o1heC
documents of a gin;,lar clraraGer iss,UEd in the WurSE of iL� bhLVness, and i4 bond the respe ti- camp @ny rinereby-
CN WITNE55 WH!`REOF. SAFECO INSLI#ZANCE COMPANY OF AMERICA arrd GENERAL INSURANCE COMPANY OF
AMERICA have earn executed and aftc ed these pr*sun s
this
27th October X005
day of
91} R
CERTIFICATE
c- 1 a fFCSm the BY -Laws or SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL m5LPRANCE< COIAPANY OF A.M.E FUCA:
-Made V. Section 13- - FII)E�LrTY AND SU Rl PY BONDS ... ahe Pr .adLnF, any Vice Presidenl, the SecFF.iary, and any Assislard Vice
president appointed for that purpose by the pfEiper iC Charge QF surely operations, shzM each have aLdhofity to appoint individuals as
atlome}-s-ir� fact OF Under other apprnpflaIe Wes Wr h aWt*FAY to CXeCrlte on bn bAV of Une pompany kkd rlq and shrr0ty bnods and
otlxcr dr,Cj,me(jLS of Si jar charWer issued by the company in the Gaume of ifs tpLn¢ ss. -. On any oh5lrtrmerlt marring or evidenc+r+g
surfs PParntment, he signatures may be affixed by faceim7e. ,any �s[nunerd caeifcrring such authority or on any bard 4r
undEyLLXing or the aynpany, the Neal, or a Iaceirrsgle thereof. rnjy be irnpre°-sed of affixed Lsr in any oth£Y manner reproduced.
PMVided, h0Wffte1, that the Seat si'a- not be Io the yr didity of any suds insUwnent or untde t3".'
Extracl From a Rc_-d 1tim of the B.gpFd of ESiveda s ar SAFECO INSU RANGE COM PANY OF AM ERICA
and of GENERAL INSURANCE COMPANY Of AMER WA adopts a ,t<,tr+ 2S, f970-
-on any Certiricdle executed t>Y The Secretary or an assistant. £euelary of dw Cfc Mpany SCt[inr3 Orrl,
. C1 The pro}risiw�s ofAlRCte V, Se113pf the Bylaws, and '.
(5) A copy pf the pawor- of- arjamey appointment, gtxec A d pur5uargl thereto. and
CFO) Gerli rw3 that said power- cf- attnrney 3pP4rrhtmertt i5 In ful torah: rind effect.
line Segnature or the certifying officer my be by tacsimi k--, and the seat of Line Company may ba a facsimile 91—f.'
I, �tiephanic Raley - Watson , ,Serrctiuy of SAFECO INSURANCE COMPANY OF AMERICA end of GENERAL WSVRANCl-
COMPANY OF AMERICA do herehy certify that the foregcirkj eArad9 of the By -Laws and ofa Resak ioal Of Ule Board of Drect0r5
of these aojporabom, and of ,3 Power of Attomey pur. -.LQni Iherclo, ue tRN and uumm -t nna that r DO' ft EByr.r_aws, tl,e R"OkAw
and Gie Power of Ailarnoy are still in Fu0 form and effect
IN WTNESS WFI EREOr-. I have hesCgunlo set my hand and af5xcd the facsimi It seal of said oarParal ion
this
s.> day of � i
SEAS. EAR.
5TUWANIIE DALEY- WATSON, 5ECitE' ARY
Sat=* and ft S7tLIM kW are F9&1!!WW V3dernWh;5 of W3 M C0Ff0rMm.
WEB POF
S -W74M$ AMS
Contact Names of .Personnel
Mike Johnson — Superintendent
(208) 660 4887
Brad Griffith — Vice President
(208) 660 -3092
Taj Anderson — Project Manager
(208) 660 -1246
www.pooasphalt.com
CLARKSTON DIVISION GRANGEVILLE DIVISION POST FALLS DIVISION PULLMAN DIVISION
P.O. BOX 449 Lewiston, ID 83501 Route 2, Box 862 GranSeville, ID 83530 2732 N. Beck Road Post Falls, ID 83854 P.O. Box 784 Pullman, WA 99163
Ph: 509.758.5561 Fax: 509.758.1754 Ph: 208.983.3472 Fax: 208.983.3066 Ph:208.TT7.0498 Fax: 208.777.0499 Ph: 509.334.6400 Fax: 509.334.6464
ACORD. CERTIFICATE OF LIABILITY INSURANCE
5ATl/2007 �'
PRODUCER (509) 758 -5529 FAX: (509) 758 -5311
one y
Stonebraker -Mc ¢ ry Agency ua A
616 5th St.
PO Box 9
Clarkston WA 99403
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
NAIC #
INSURED
Poe Asphalt Paving, Inc.
PO Box 449
Lewiston ID 83501
INSURER a.CNA- Transco ntinental Ins
20486C
INSURER a;CNA- American Casualty Co.
20427C
INSUAERC;CNA -Trans ortation Ins Co
20494C
INSURERD:State Insurance Fund
INSURER E:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED- NOTV%9THSTANDING 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.
E LIMI QINN PJAY HAVE 4 REDUCED BY PAID IM
INSR
A0
TYPE OP INSURANCE
POLICY NUMBER
PDATEYMMIDCDJYYE
POLICY
DATE M.NIDD/YY N
LIMITS
GENERAL UABILITY
E&CH OCCURRENCE
$ 1,000,000
PR•J�/IGE7Eaoccuterye
5 100,000
• MERCIAL GENERAL LIABILITY
A
CLAIMS MADE ❑X OCCUR
1078605171
11/1/2006
11/1/2007
MEDEXP( one ersonl
s 5,000
PERSONAL a DV
5 1,000,000
• op Gap Liability
PGEIIL�AC
GENERAL AG EO
$ 2,000,000
GREGATF. L IMIT APPLIES PER:
PR x TS - P AGG
5 2,000,000
POIJCY X PRO n LOC
AUTOMOBILE LIABILITY
X ANY AUTO
COMBINED SINGLE LIMIT
I=,n axiicrsl)
5 1,000,000
BODILY INJURY
(Per Person)
5
B
ALL OWNED AUTOS
SCHEDULED AUTOS
2025665448
11/1/2006
11/1/2007
BODILY DlJURY
(Peraocdeng
5
X HIRED AUTOS
X NON•ONiNFO AUTOS
PROPERTY DAMAGE
(Pcr acc dcnl)
S
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EAA(C
5
ANYAIUTO
S
AUTO ONLY. AGG
EXCESSIUMBRELLA LIA81LIT1/
EACH OCCURRENC9
S 4,000,000
X OCCUR F1 CLAIMS MADE
AGGRE13ATE
$ 4,000,000
S
5
C
DEDUCTIELE
2075567923
11/1/2006
11/1/2007
$
X RETENTION 3 10,000
D
WORKERS COMPENSATION AND
O'ttt-
EMPLOYERS' LIABILITY
ANY PROPRIETORJPARTNERIEXECUTIVE
E.L. EACH ACCIDENT
S 500,000
DIG p� pLpYEE
S 500,000
OFFICERIMEMB£REXCLUDED?
578551
10/1/2006
10/1/2007
11 yes, de4crtw tattler
SPFCIAI. btLmw
E.L. DISEASE - POLICY LIMIT
S 500,000
A
OTHER Inland Marine
1078605171
11/1/2006
11/1/2007
Installation Floater 200,000
$500 Deductibl¢
DESCRIPTION OF OPERATIONS(LOCATIONSNENICLEO !EXCLUSIONS ADDED BY ENDORSEMENTrSPECIAL PROVISIONS
The City of Spokane valley is additional insured (except on work comp) as respects the Street & Stormwater Maintenance
& Repair project. Insuranco is Primary and Non- Contributory.
CERTIFICATE HOLDER CANCELLATION
ACORD 25 (2001108) 0 ACORD CORPORATION 1988
INS025 (olDsI,oe AMS ! *° 'Afters ftwor FlnenrJal SorvW. Pago I a 2
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Spokane Valley
EXPIRATION DATE THEREOF, THE ISSUING INSURER VALL ENDEAVOR TO MAIL
11707 E Sprague Ave Ste 106
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAILED TO THE LEFT, BUT
Spokane Valley, WA 99206
FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE
INSURER ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
Delia Allen /DELLA
ACORD 25 (2001108) 0 ACORD CORPORATION 1988
INS025 (olDsI,oe AMS ! *° 'Afters ftwor FlnenrJal SorvW. Pago I a 2
SUFE�I�� CDtTRT �DF V1�A�I-�NG'T�N F��t S�'C�KA�IE C�LTI�TrTY
In the Mat�er of:
IlV�TITATI�N T(� BID 3 I��.
Public Vl�orks I�epartment Bid# Q7-�0�8
Ci�y of Spokane �alle�y AFFIDAVIT �F PUBLIS�3Il�TG
�OTICE
�TATE �F WASHII�TGTO�T
�SS.
County of Spokane
�A1G H01N�►RD b�ing first duly sworn axi oath deposes and sa�+s t�at he is the af The 5pokane Va11ey
l�ews Herald, a we�kly n�ws�a�per.'Cha t�id newspaper is a lcgal newspaper and itiannwandh�s b�enfior a�re tkkar►six zx�c�nkhs pdar
to the date af the pu6l�ra t�n h�rein�.ft�er �eferred tn, published in rhe �ngl9sh language can�rtually as a wee�Cly newspaper in Spofcane
Cnunty, Washir�gtaon, and it is now and during all af sa.id tir�ue was printed inan oHi�e maintained at th� afa�esaid place of publiration
of said n�wsgAper, which said newspaper had been approYed as a legal news�aper by arder of �he Supenar Court af tl�e Sta#e af
Washingt�nn in and fnr 5poltatte C�unty. Th�t the faf�dwing is a true copy c�f a�,ut�lic �tice as it was publis�d in re�ular issues
rommencingvnthe �ird of Februar�r. 2U0?,, andending #k�e 2nd da� af Maxch. �.AOy all datesi�usive,and that sucl� newspap�r
was r+egularly dis�ibut�d tn it� subscnbers during atl of sai�i Fe�od:
I B�E� Pil�I.�r Fi7R 191ViTAT1�Al
c�nr $FOt� v,�r
�,suc wor�s �+��r�rar s,� SUBSGRIBED and �V1�QRN t� befare me
1i7'01' E S�RIt� E� UE. BUfiE 1[18
this 2nci da�f I1�Iar�.. 2�0�'.
�v��� �s� State of Washingtnn
a� s`�� Caun#y of Spakane
w����,���+u,��
�`S I �ertify that I krtaw �r have satisfacto e�idence that
�+�s� Crai� Haward is th� persan who ap eared before
���mr �m m��,,�._ �u rne and said erson acknQwled d tha
GfA� rtrusi ��mm�ra�� b�r bltl d�CS�t rn P �e t he signe�
�n� ��r �,ar ot�r; r �'r► this instrument and acknowledged it to his free
�a t�`� ��„i and �olunkary act for the uses and purlaases men-
�u��a,��s+- tioned in e u�slrument.
f� �P��nca wAh ��e C}i)fa bid de�tk�ur�ty 4 :�v
w
��rm��nli maJus Ih��1 n�n�t�,s�v�a� t� l�1���
m�r l#'ta�bfd �a Cte he�eotad. p �l@�� r o�,? ry—
Ell�s tnui+� Ei� e��mfitEd i� seatied $m+�s t h.
nsldr�ss�d t� ��#y ed Sp�nfl 1iu1� a�n: t� �•,o� d
�,a s�',.am 2� �o� i, s o Jolene Rae W i�t�
9��8, �rsd re�ivt�d +tnti�t�t�� n� �`y1` �'lrl�: �O#� PU�]�lC
q��- NIY �PP�in ent expires: 5-�b-[k7
�ms"7 '�11 �s�f VI
�pragtleASda, �t� t�►6, S�,ano lhelf�y, W{loti
rotam� a_ 2noa a-oo p,� wlll
b� RuGII�Y The C�y fhe �9hS to
�aJa�t any and �R �np�� tv w�iva mll+�
trrugu rn sna pr� prdc�s_
Fhe �s appq�b!€� io �adar�f-sld pra�
ee�, i� �ii�y al S�icnne Y�ll�l tn s�aand�n��
�tSth 'tl� i� oi' #�n C�I R'hlz At� a� 19�4a
S�L 2b2, 4211.9.G. �to �4 �rdi TEIl�
44, C�e ol Fe�B►al
p�Fa, 2 �,uo��ul�ul� �r���
�r�gr�r�s of ihe Ge��t s� Tt��att�iicrs
tssue�l pu�r�t t� �u�h As� 1�a�+ n��flie� all
�Idd�rs tiu� {t w�ll c�f�rtnatiur�Iy jnsuta [ha! I� �ny
�Inraat �re� irrbo 1��ntto Iht� r�rN�a,
a�hian�ad buslness enta�pr+�wl�l beaifaFried
fu4 aPp�atdtr��y ta submif lsi� f� tespa�e5� la th1�
�mAta� ad�i w[p rt�i be t&s t��lrrg3
on the grt�utida ar r�, c�ar ar na�fanai �n
in sor,�lde��ert Tor i►ri av�aret.
fntoir�tl� ca�ss s�f th� �e�e�si f� Pm�als
arean�l�i�ringp�p natC�roTSpa�rt�'�afl�y�
City IfaU� i470J� Spraqua �Av�nu�, 5uyt� 9�.
s�,� v���. w�,ln�. (r�s� s71-�aoo.
Cnrftdlne E�e�nh�ad�u CMC
�p+�lt&fle l�ill �lly Cter4s
(�oe� �2t-��'
PU�LIS1�t: Mq� 2ft39'f