Loading...
12-144.00 Road Products: 2012 Pavement Marking RemovalCONSTRUCTION AGREEMENT Road Products, Inc. THIS CONSTRUCTIONAGREEMENT (the "Agreement ") is made by and between the City of Spokane Valley, a code City of the State of Washington ( "City ") and Road Products, Inc. ( "Contractor ") jointly referred to as (the "Parties "). IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows: 1. Work to Be Performed. Contractor shall do all work and furnish all labor, supervision, tools, materials, supplies and equipment and other items necessary for the construction and completion of the 2012 Pavement Marking Removal Project (the "Work ") in accordance with documents described in Request for Quote and in accordance with this Agreement (which are by this reference incorporated herein and made part hereof (the "Contract Documents ")), and shall perform any changes in the work in accordance with the Contract Documents. The terms and provisions in this Agreement shall control over any inconsistent or incompatible terms in any other Contract Document. Contractor shall, for the amount set forth in paragraph 4, below, 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 Documents to City's satisfaction, within the time limits prescribed in the Contract Documents. The City Manager, or designee, shall administer and be the primary contact for Contractor. Upon notice from 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 City, all work shall be performed in conformance with the Contract Documents, and all City, State and federal standards, codes, ordinances, regulations and laws as now existing or as may be adopted or amended. 2. Time for Performance. Contractor shall commence the Work within 10 days of receipt of a notice to proceed [or execution of this Agreement] and shall complete the Work within the times specified in the Contract Documents, as may be extended in accordance with this Agreement and the Contract Documents. 3. Liquidated Damages. TIME IS OF THE ESSENCE FOR THIS CONTRACT. Delays cause inconvenience to the residents of City and cost taxpayers undue sums of money, adding time needed for administration, engineering, inspection and supervision. It is impractical for City to calculate the actual cost of delays. Accordingly, Contractor agrees to pay liquidated damages for failure to achieve Substantial Completion (as defined in the Contract Documents) and shall be in the amount of $200 per day. These liquidated damages are not a penalty, but are fixed and agreed upon by and between Contractor and City because of the impracticability and difficulty of fixing and ascertaining the actual damages that City would sustain in the event that the Work is not completed in accordance with the Contract Documents. Liquidated damages may be retained by City and deducted from payments otherwise due to the Contractor. 4. Compensation. In consideration of Contractor performing the Work, City agrees to pay Contractor in accordance with the Contract Documents the sum of $6,474.00, , based on the Response to Request for Quotes submitted by Contractor, and as may be adjusted in accordance with the Contract Documents. 5. Payment. Contractor may elect to be paid in monthly installments, upon presentation of an application for Construction Agreement Page 1 of 6 payment in a form satisfactory to City. Applications for payment shall be sent to the City Finance Department at the below stated address. Pursuant to Chapter 60.28 RCW, five percent of the compensation due Contractor shall be retained by City. City reserves the right to withhold payment under this Agreement which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Contract Documents, City standards, City Code, and federal or state standards. 6. Notice. Notice other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name: Christine Bainbridge, City Clerk Name: Randy Bond Phone: (509) 921 -1000 Phone: (509) 922 -7847 Address: 11707 East Sprague Ave, Suite 106 Address: 9915 E. Trent, Spokane Valley, WA 99206 Spokane Valley, WA 99206 7. Applicable Laws and Standards. The Parties, in the performance of this Agreement, agree to comply with all applicable federal, state, and local laws, codes and regulations. 8. Prevailing Wages on Public Works. Contractor, any subcontractor, or other person doing work under this Agreement, shall comply with the requirements of RCW 39.12, and shall pay each employee an amount not less than the Prevailing Rate of Wage, as specified by the Industrial Statistician of the Washington State Department of Labor and Industries ( "L &P'). If employing labor in a class not shown, Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. Contractor shall provide a copy of any such determinations to City. Before commencing, during, and upon completion of the work, Contractor shall file all forms and pay all fees required by L &I and shall indemnify and hold City harmless from any claims related to its failure to comply with RCW 39.12. The following information is provided pursuant to RCW 39.12.030: A. State of Washington prevailing wage rates applicable to this public works project, published by L &I are located the L &I website address: https: / /fortress.wa.gov /lni /wa elf ookup /prvWagelookup.aspx B. This Project is located in Spokane County. C. The effective prevailing wage date is the same date as the bid due date as referenced in the original request for bids as may be revised by addenda. A copy of the applicable prevailing wage rates is also available for viewing at the offices of City located at 11707 East Sprague, Suite 106, Spokane Valley, WA 99206. Upon request, City will mail a hard copy of the applicable prevailing wages for this project. 9. Relationship of the Parties. It is understood, agreed and declared that Contractor shall be an independent contractor, and not the agent or employee of City, that City is interested in only the results to be achieved, and Construction Agreement Page 2 of 6 that the right to control the particular manner, method and means in which the services are performed is solely within the discretion of Contractor. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 10. Ownership of Documents. All drawings, plans, specifications, and other related documents prepared by Contractor under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to RCW 42.56 or other applicable public record laws. 11. 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 Contractor's records with respect to all matters covered in this Agreement. 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. 12. Warranty. Unless provided otherwise in the Contract Documents, Contractor warrants that all Work and materials performed or installed under this Agreement are free from defect or failure for a period of one year following final acceptance by City, unless a supplier or manufacturer has a warranty for a greater period, which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in work or materials, Contractor shall, within the warranty period, remedy the same at no cost or expense to City. This warranty provision shall not be construed to establish a period of limitation with respect to Contractor's other obligations under this Agreement. 13. Contractor to Be Licensed And Bonded. Contractor shall be duly licensed, registered and bonded by the State of Washington at all times this Agreement is in effect. 14. Insurance. 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 Contractor, its agents, representatives, or employees. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile liability insurance covering all owned, non - owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form 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. City shall be named as an insured under Contractor's commercial general liability insurance policy with respect to the work performed for 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. Construction Agreement Page 3 of 6 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 than $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, professional liability and commercial general liability insurance: 1. Contractor's insurance coverage shall be primary insurance with respect to City. Any insurance, self-insurance, or insurance pool coverage maintained by City shall be excess of Contractor's insurance and shall not contribute with it. 2. Contractor shall fax or send electronically in .pdf format a copy of insurer's cancellation notice within two business days of receipt by Contractor. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANIL E. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement, Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the signed Agreement. The certificate shall specify all of the parties who are additional insureds, and will include applicable policy endorsements, and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested, complete copies of insurance policies shall be provided to City. Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions, and/or self - insurance. 15. Indemnification and Hold Harmless. Contractor shall, at its sole expense, defend, indemnify and hold harmless City and its officers, agents, and employees, from any and all claims, actions, suits, liability, loss, costs, attorney's fees and costs of litigation, expenses, injuries, and damages of any nature whatsoever relating to or arising out of the wrongful or negligent acts, errors or omissions in the services provided by Contractor, Contractor's agents, subcontractors, subconsultants and employees to the fullest extent permitted by law, subject only to the limitations provided below. Contractor's duty to defend, indemnify and hold harmless City shall not apply to liability for damages arising out of such services caused by or resulting from the sole negligence of City or City's agents or employees. Contractor's duty to defend, indemnify and hold harmless City against liability for damages arising out of such services caused by the concurrent negligence of (a) City or City's agents or employees, and (b) Contractor, Contractor's agents, subcontractors, subconsultants and employees, shall apply only to the extent of the negligence of Contractor, Contractor's agents, subcontractors, subconsultants and employees. Construction Agreement Page 4 of 6 Contractor's duty to defend, indemnify and hold City harmless shall include, as to all claims, demands, losses and liability to which it applies, City's personnel- related costs, reasonable attorneys' fees, and the reasonable value of any services rendered by the office of the City Attorney, outside consultant costs, court costs, fees for collection, and all other claim- related expenses. Contractor specifically and expressly waives any immunity that may be granted it under the Washington State Industrial Insurance Act, Title 51 RCW. These indemnification obligations shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable to or for any third party under workers' compensation acts, disability benefit acts, or other employee benefits acts. Provided, that Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against Contractor by City, and does not include, or extend to, any claims by Contractor's employees directly against Contractor. Contractor hereby certifies that this indemnification provision was mutually negotiated. 16. 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. 17. Assignment and Delegation. Neither party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without first obtaining the written consent of the other party. 18. Confidentiality. Contractor may, from time to time, receive information which is deemed by City to be confidential. Contractor shall not disclose such information without the prior express written consent of City or upon order of a Court of competent jurisdiction. 19. Disputes. All disputes arising under or related to this Agreement that cannot be resolved through informal discussion and negotiations shall be resolved by litigation filed in the Superior Court for Spokane County, unless otherwise required by applicable federal or state law. 20. Subcontractor Responsibility. As required by RCW 39.06.020, Contractor shall verify responsibility criteria for each first tier subcontractor and its subcontractors of any tier that hires other subcontractors shall verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW 39.04.350(1) and possesses an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license if required by chapter 70.87 RCW. This verification requirement must be included in every subcontract of every tier. 21. Jurisdiction and Venue. This Agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. 22. Entire Agreement. This 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 signed by the Parties. 23. Anti- kickback. No officer or employee of City, having the power or duty to perform an official act or Construction Agreement Page 5 of 6 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. 24. Business Registration. Prior to commencement of Work under this Agreement, Contractor shall register with the City as a business. 25. 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. 26. Exhibits. Exhibits attached and incorporated into this Agreement are: 1. Request for Quotes 2. Response to Request for Quotes 3. Insurance Endorsements The Parties have executed this Agreement this day of 20 A Contractor: Road Products, Inc. caner Denise M. Lawless, President Tax ID No. REDACTED APPROVED AS TO FORM: t Office o e City Alto ey 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. Construction Agreement Page 6 of 6 exw0f-F 'I REQUEST FOR QUOTE CITY OF SPOKANE VALLEY PUBLIC WORKS DEPARTMENT 2012 PAVEMENT MARKING REMOVAL GENERAL Notice is hereby given that the City of Spokane Valley, Spokane County, Washington will accept quotes for the 2012 Pavement Marking Removal Project. The project consists of removing pavement marking; and temporary traffic control at various locations throughout the City. Any questions regarding this quote should be directed to Ryan Kipp P.E., Assistant Traffic Engineer at 720 -5016 or by email at rkipp(aspokanevalley.org. Any Addendum will be via email. Please respond to that email to confirm that you have received it. If a confirmation has not been received for each addendum then that quote from that company will not be considered. Quotes must be received via email to Deven Nickerson, dnickerson@spokanevallev.org, not later than 3:00 D.m. PSDT. Tuesday. September 12.2012. TIME TO COMPLETE The contract shall be completed in three (3) working days from the date of commencement stipulated in a Notice to Proceed. REMOVAL OF PAVEMENT MARKINGS Pavement markings to be removed shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. If the pavement is materially damaged by pavement marking removal to a depth of greater than 1/4 ", such damage shall be repaired by the Contractor. Removing Plastic Line, Crosswalk Lines, and Markings: Grinding to remove plastic marking is allowed to a depth just above the pavement surface, then water blasting or shot blasting shall be required to remove the remaining markings. Removing Painted Crosswalk Lines: Water blasting or shot blasting shall be required to remove the remaining markings. Sand or other material deposited on the pavement as a result of removing lines and markings shall be removed as the Work progresses to avoid hazardous conditions. Accumulation of sand or other material which might interfere with drainage will not be permitted. MEASUREMENT Removal of lines, regardless of width, will be measured by the linear foot, with no deduction being made for the unmarked area when the marking includes a gap. Removal of traffic arrows and traffic letters will be measured per each. Removal of crosswalk lines will be measured by the square foot of lines removed. TRAFFIC CONTROL Traffic control shall be per WSDOT Standard Traffic Control Plans. ESTIMATED QUANTITIES Payment to the Contractor will be made only for the actual quantities of work performed and accepted in conformance with the contract. When the accepted quantity of work performed under a unit item varies from the original proposal quantity, payment will be at the unit contract price for all work unless the total accepted quantity of any contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than 10 percent of the total contract price at time of award. In that case, payment for contract work may be adjusted as described herein. Item Description Unit Quantity Price/Unit Total Amounts Mobilization LS 1 Traffic Control LS 1 Removing Plastic Line LF 770 Removing Plastic Crosswalk Line SF 160 Removing Painted Crosswalk Line SF 145 Removing Plastic Traffic Marking EA 6 Total i � � y 1� h,. � i I I r REMOVE 120" �. PLASTIC DASHED 1( LINE ? . r 1 x REMOVE 16V - PLASTIC BIKE . . LANE STRIPING p • REMOVE 'ONLY t -� AND TWO (2) ARROWS. ,,BY i a 4TH, i ul DIG . .REMOVE 128 SF PLASTIC CROSSWALK +t J1, } a awl -4, CALL BEFORE YOU 016 14M24-MMI CALL t ✓ � i� 1 rt� f Zs t t` q MALLON 1 REMOVE 145 5f To PAINTED CROSSWALK L a �av , 3 'A•¢ C3 ca •O .. 4 �s�.. � Y� t CALL BEFORE YOU OIG I-M 4243555 1 FLORA le m o;ij o (,q K W (n < ::E m -.N CD� Ln 10 M W 0 a 0 ...... ...... X m :L Im I m m le m o;ij o (,q K W (n < ::E m -.N CD� Ln 10 L- - CALL BEFORE YOU 010 1444424-5555 1 it fill BROADWAY L- - CALL BEFORE YOU 010 1444424-5555 1 Ryan Kipp From: Ryan Kipp Sent: Wednesday, September 12, 2012 3:52 PM To: 'Steve'; 'Randy Bond'; 'frank @striperite.com' Cc: Deven Nickerson Subject: RE: 2012 Pavment Marking Removal Sorry this is embarrassing, but I was looking at the wrong month. Please revise the statement "Quotes must be received via email to Devin Nickerson not later than 3:00 p.m. PSDT, Tuesday, September 12, 2012 to be "Quotes must be received via email to Devin Nickerson not later than 3:00 p.m. PSDT, Tuesday, September 18, 2012. Please confirm via email that you have received this change so you quote can be considered. From: Ryan Kipp Sent: Wednesday, September 12, 2012 3:27 PM To: 'Steve'; 'Randy Bond'; 'frank @striperite.com' Cc: Deven Nickerson Subject: 2012 Pavment Marking Removal Please revise the statement "Quotes must be received via email to Devin Nickerson not later than 3:00 p.m. PSDT, Tuesday, September 12, 2012 to be "Quotes must be received via email to Devin Nickerson not later than 3:00 p.m. PSDT, Tuesday, September 16, 2012. Please confirm via email that you have received this change so you quote can be considered. Thanks, Ryan Kipp, P.E. Assistant Traffic Engineer City of Spokane Valley 11707 E. Sprague Ave., Suite 106 Spokane Valley, WA Ph: (509) 720 -5016 Fax: (509) 688 -0261 Deven Nickerson From: Ryan Kipp Sent: Thursday, September 27, 2012 2:54 PM To: Randy Bond Cc: Deven Nickerson Subject: 2012 Pavement Marking Removal Attachments: Broadway at Stanley.pdf Randy, I am working on getting the contract signed. Also can you please add this location to other work; see the attached pdf. Thanks, Ryan Kipp, P.E. Assistant Traffic Engineer City of Spokane Valley 11707 E. Sprague Ave., Suite 106 Spokane Valley, WA Ph: (509) 720-5016 Fax: (509) 688-0261 REQUEST FOR QUOTE CITY OF SPOKANE VALLEY PUBLIC WORKS DEPARTMENT 2012 PAVEMENT MARKING REMOVAL GENERAL Notice is hereby given that the City of Spokane Valley, Spokane County, Washington will accept quotes for the 2012 Pavement Marking Removal Project. The project consists of removing pavement marking; and temporary traffic control at various locations throughout the City. Any questions regarding this quote should be directed to Ryan Kipp P.E., Assistant Traffic Engineer at 720 -5016 or by email at rkipp(@spokanevallek.org. Any Addendum will be via email. Please respond to that email to confirm that you have received it. If a confirmation has not been received for each addendum then that quote from that company will not be considered. Quotes must be received via email to Deven Nickerson, dnickersonnspokanevalley.ore, not later than 3:00 a.m. PSDT, Tuesday, , TIME TO COMPLETE The contract shall be completed in three (3) working days from the date of commencement stipulated in a Notice to Proceed. REMOVAL OF PAVEMENT MARKINGS Pavement markings to be removed shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. If the pavement is materially damaged by pavement marking removal to a depth of greater than 1/4 ", such damage shall be repaired by the Contractor. Removing Plastic Line, Crosswalk Lines, and Markings: Grinding to remove plastic marking is allowed to a depth just above the pavement surface, then water blasting or shot blasting shall be required to remove the remaining markings. Removing Painted Crosswalk Lines: Water blasting or shot blasting shall be required to remove the remaining markings. Sand or other material deposited on the pavement as a result of removing lines and markings shall be removed as the Work progresses to avoid hazardous conditions. Accumulation of sand or other material which might interfere with drainage will not be permitted. MEASUREMENT Removal of lines, regardless of width, will be measured by the linear foot, with no deduction being made for the unmarked area when the marking includes a gap. Removal of traffic arrows and traffic letters will be measured per each. Removal of crosswalk lines will be measured by the square foot of lines removed. TRAFFIC CONTROL Traffic control shall be per WSDOT Standard Traffic Control Plans. ESTIMATED QUANTITIES Payment to the Contractor will be made only for the actual quantities of work performed and accepted in conformance with the contract. When the accepted quantity of work performed under a unit item varies from the original proposal quantity, payment will be at the unit contract price for all work unless the total accepted quantity of any contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than 10 percent of the total contract price at time of award. In that case, payment for contract work may be adjusted as described herein. Item Description Unit Quantity Price/Unit Total Amounts Mobilization LS 1 415.00 415.00 *Traffic Control LS 1 1,950.00 1,950.00 Removing Plastic Line LF 770 2.10 1,617.00 Removing Plastic Crosswalk Line SF 160 5.45 872.00 *Removing Painted Crosswalk Line SF 190 3.00 870.00 Removing Plastic Traffic Markin EA 6 125.00 750.00 Total 6,474.00 *Unit price for traffic control and quantity for painted crosswalk removal revised to account for additional work required to remove crosswalk at Broadway and Stanley. OP ID: MC )"N C E DATE (MM/DD/YYYY) 09/20/12 RIGHTS UPON THE CERTIFICATE HOLDER. THIS THE COVERAGE AFFORDED BY THE POLICIES IWEEN THE ISSUING INSURER(S), AUTHORIZED Idorsed. If SUBROGATION IS WAIVED, subject to ent on this certificate does not confer rights to the W n FAX AIC No): POLICY EFF MM /DD/YYYY V -3 RS) AFFORDING COVERAGE NAIC # Insurance Company rance Fund CPP38873 12131/17 12/31/12 EACH OCCURRENCE $ 1,000,000 TO RENTFU PREMISES Ea occurrence $ 500,00 MED EXP (Any one person) $ 10,000 REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE 1NqR W n POLICY NUMBER POLICY EFF MM /DD/YYYY POLICY EXP MM /DD/YYW LIMITS • • GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR X Employers Liab CPP38873 12131/17 12/31/12 EACH OCCURRENCE $ 1,000,000 TO RENTFU PREMISES Ea occurrence $ 500,00 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,00 1,000,000 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO LOC PRODUCTS - COMP/OP AGG $ 2,000,00 Emp Ben. $ 1,000,00 • A A AUTOMOBILE LIABILITY ANY AUTO ALLOWNEDAUTOS SCHEDULEDAUTOS HIREDAUTOS NON -OWNED AUTOS CPP38873 12/31/11 12/31112 COMBINED SINGLE LIMIT $ 1,000,00 X BODILY BODILY INJURY (Per person) $ BODI LY I NJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ X X $ A UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CPP38873 12/31/11 12/31112 EACH OCCURRENCE $ 4,000,00 AGGREGATE $ 4,000,00 DEDUCTIBLE RETENTION $ 0 $ X $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR /PARTNER/EXECUTIVE Y OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If Yes, describe under DESCRIPTION OF OPERATIONS below N/A CPP38873 12/31/11 12/31/12 X TOR WC Y LATIMIT STuT OTH- ER E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYE $ 1,000,00 E.L. DISEASE - POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) City of Spokane Valley is named additional insured including completed operations and coverage is primary non - contributory per form GA333. Per project aggregate applies perform GA101. Project: 2012 Pavement Marking Removal rc0r1ClrATC unI nco CANCFI I ATIr)N CITYOFS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF SPOKANE VALLEY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 11707 E SPRAGUE AVENUE STE 106 SPOKANE VALLEY, WA 99206 AUTHORIZED REPRESENTATIVE ©1988 -2009 ACORD CORPORATION. All rights reservea. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD