← Back to Moscow

Document Moscow_doc_098c1df3d6

Full Text

CONSTRUCTION CONTRACT WASTEWATER TREATMENT FACILITIES· PHASE Ill THIS CONTRACT, dated this 20th day of June, 2000 by and between the City of Moscow, Idaho, a municipal corporation of the State of Idaho (hereinafter 'City') and PK Contractors, Inc., (hereinafter 'Contractor'): WITNESSETH: WHEREAS, pursuant to the invitation of the City, extended through an officially published "Advertisement for Bids", the Contractor did, in accordance therewith file with the City a proposal containing an offer which was invited by said notice; and WHEREAS, the City has determined that said offer was the lowest and best submitted: NOW THEREFORE, the parties to this Contract, in consideration of the mutual covenants and stipulations set out, agree as follows: ARTICLE 1. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between the City and the Contractor concerning the work to be performed are this Contract, pages one through four and the following: 1. Advertisement for Bids; 2. Project Specifications, volumes I thru IV, titled: WASTEWATER TREATMENT FACILITIES • PHASE Ill; 3. Bid/Proposal of the Contractor, dated June 2, 2000, to be physically attached to this Contract; 4. The Engineering Plans; 5. Performance and Payment Bonds and Insurance Certificates, to be physically attached to this contract; 6. Change Orders which may be delivered or Issued after the effective date of this Contract; 7. Addenda issued prior to opening of bids. 8. Idaho State Requirements and SRF insert, Section Q-Pages 3 thru 6, 'MODEL CONTAACT CLAUSES' attached to this contract. There are no Contract Documents other than those listed in Article 1. This Contract may only be amended by change order as provided in the General Conditions. ARTICLE2. WORK The Contractor shall complete the entire work as specified, indicated and required under the Contract Documents for City of Moscow project titiled: WASTEWATER TREATMENT FACILITIES· PHASE Ill. ARTICLE3. CONTRACT TIME I SUBSTANTIAL COMPLETION The work to be performed pursuant to this Contract shall be substantially complete on or before five hundred thirty (630) calendar days from the issuance of the Notice to Proceed, unless adjustment of the contract time is made in accordance with the provisions of the Contract Documents. The Contractor shall begin worl< in conformance with the Contract Documents and shall complete the work prior to the date of completion. PAGE 1 - CONSTRUCTION CONTRACT 2000-44 ---PAGE BREAK--- ARTICLE4. CONTRACT SUM The City shall pay the Contractor for completion of the work in acoordance with the Contract Documents in current funds the amount of eleven million seven hundred seventy-eight thousand two hundred thirty-four dollars 1 1,778,234.00) for Bid Schedule I & II and Additive Item # Said Contract Sum shall be paid in acoordance with the Contract Documents. ARTICLES. INDEPENDENT CONTRACTOR The parties warrant by their signature that no employer-employee relationship is established between the Contractor and the City by the terms of this contract. It is understood by the parties hereto that the Contractor is an independent contractor and as such neither it nor its employees, agents, representatives or subcontractors, if any, are employees of the City for purposes of tax, retirement system, or social security (FICA) withholding. ARTICLES. SCOPE OF SERVICES The Contractor shall perform all services required by the Contract Documents. All work shall be completed in acoordance with the plans and specifications established for this project. ARTICLE 7. HOLD HARMLESS /INDEMNIFICATON In addition to other rights granted the City by the Contract Documents, the Contractor shall indemnify and save harmless the Engineer and the City, its officers and employees, from all suits, actions, or claims of any character brought because of any injuries or damages received or sustained by any person, persons, or property on account of the operations of the Contractor or his subcontractors; or on account of or in consequence of any neglect in safeguarding the work; or because of any act or omission, neglect, or misconduct of the Contractor or his subcontractors; or because of any claims or amounts recovered from any infringements of patent, trademark or copyright; or from any claims or amounts arising or recovered under the Workmen's Compensation Act or any other law, ordinance, order or decree. ARTICLES. CONFLICT OF INTEREST The Contractor covenants that it presently has no interest and will not acquire any interest, direct, or indirect. in the project which would conflict in any manner or degree with the performance of its services hereunder. The Contractor further covenants that, in performing this Contract, it will employ no person who has any such interest. Should any conflict of interest arise during the performance of this Contract, Contractor shall immediately disclose such conflict to the Project Engineer I Engineer and the City. ARTICLES. ENTIRE AGREEMENT, MODIFICATION AND ASSIGNABILITY This Contract and the exhibits hereto contain the entire agreement between the parties, and no statements, promises, or inducements made by either party, or agents of either party are valid or binding unless contained herein. This Contract may not be enlarged, modified or altered except upon written agreement signed by the parties hereto. The Contractor may not subcontract or assign its rights (including the right to compensation) or duties arising hereunder other than as contemplated by the Contract Documents, without the prior written consent and express authorization of the City. PAGE 2 • CONSTRUCTION CONTRACT ---PAGE BREAK--- ARTICLE 10. ADHERENCE TO LAW REQUIRED All applicable local, state and federal statutes and regulations are hereby made a part of this Contract and shall be adhered to at all times. Violation of any of these statutes or regulations by the Contractor shall be deemed material and shall subject the Contractor to termination of this Contract for cause. No pleas of misunderstanding or ignorance on the part of Contractor will in any way serve to modify the provisions of this requirement The Contractor and his surety shall indemnify and save harmless the City and its employees, agents and representatives against any claim or liability arising from or based on the violation of any such laws, codes, ordinances, or regulations, whether by himself, his employees, or his subcontractors. ARTICLE 1 1. LEGAL FEES In the event either party incurs legal expenses to enforce the terms and conditions or this Contract, the prevailing party is entitled to recover reasonable attorney's fees and other costs and expenses, whether the same are incurred with or without suit. ARTICLE 12. SPECIAL WARRANTY The Contractor warrants that nothing of monetary value has been given, promised or implied as remuneration or inducement to enter into this Contract. The Contractor further declares that no improper personal, political or social activities have been used or attempted in an effort to influence the outcome of the competition, discussion, or negolliation leading to the award of this Contract. Any such activity by the Contractor shall make this Contract null and void. ARTICLE 13. IDAHO STATE REQUIREMENTS AND SRF INSERT The Contractor agrees to comply with all of the requirements set forth in the IDAHO STATE REQUIREMENTS AND SRF INSERT, Section Q-Pages 3 thru 6, 'MODEL CONTRACT CLAUSES' attached to this contract. ARTICLE 14. COMMUNICATIONS Such communications as are required by this Contract shall be satisfied by mailing or by personal delivery to the parties at the following address: Contractor: PK Contractors, Inc. P.O. Box 3807 Spokane, WA 99220-3807 City: City of Moscow P.O. Box 9203 Moscow, ID 83843 PAGE 3 - CONSTRUCTION CONTRACT ---PAGE BREAK--- ARTICLE 16. EXECUTION I N WITNESS WHEREOF, said Contractor and the City have caused this Contract to be executed on the day and year first above written. State of W.fbh 1!\!:rtoH County of h 0 ACKNOWLEDGMENT ) ) ss ) 0n this day of $ J,J,y , 2000. before me, a Notary Public of the State of We:sh\1'\l::l 'h:>t-1 , pegnally appeared and N- t\cq,;Tct-1 in their official capacity as President and Secretary of PK Contractors, Inc., known to me to be the persons described in the above document and acknowledged to me they executed the same. (seal) My commission expires: 2.o 0ate PAGE 4 - CONSTRUCTION CONTRACT ---PAGE BREAK--- IDAHO STATE REQUIREMENTS AND SRF INSERT Section Q-Page 3 of 43 MODEL CONTRACT CLAUSES Recipients must ensure that, when appropriate, the following clauses, or their equivalent are included in each contract. 1. SUPERSESSION The recipient and the contractor agree that this and the following clauses apply to that work eligible for State Revolving Fund (SRF) assistance to be performed under this contract and that these clauses supersede any conflicting provisions of this contract. 2. PRIVITY OF CONTRACT CLAUSE This contract is expected to be funded in part with funds from the U. S. Environmental Protection Agency and the State ofldaho. Neither the United States, the State of Idaho nor any of its departments, agencies or employees is, or will be a party to this contract or any lower tier contract. 3. AUDIT ACCESS TO RECORDS The contractor shall maintain books, records, documents and other evidence directly pertinent to performance on SRF funded work under this contract in accordance with generally accepted accounting principles and practices consistently applied, and the applicable DEQ regulations in effect on the date of execution of this contract. The contractor shall also maintain the financial information and data used in the preparation or support of any cost submission required under applicable regulations for negotiated contracts or change orders and a copy of the cost summary submitted to the recipient. The Division of Environmental Quality, the United States Environmental Protection Agency, the Comptroller General of the United States, the United States Department ofLabor and the recipient or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. The contractor will provide proper facilities for such access and inspection. If this is a fixed price contract awarded through sealed bidding or otherwise on the basis of effective price competition, the contractor agrees to make paragraphs through of this clause applicable to all negotiated change orders and contract amendments affecting the contract price. In the case of all other types of prime contracts, the contractor agrees to make paragraphs through applicable to all contract awards in excess of$10,000, at any tier, and to make paragraphs through of this clause applicable to all change orders directly related to project performance. Audits conducted under this provision shall be in accordance with generally accepted auditing standards and with established procedures and guidelines of the reviewing or audit agency. D:IPROJECTS\M-32Specs\SRF-SP ---PAGE BREAK--- IDAHO STATE REQUIREMENTS AND SRF INSERT Section Q-Page 4 of 43 The contractor agrees to disclose all information and reports resulting from access to records under paragraphs and of this clause to any of the agencies referred to in paragraph Records under paragraphs and above shall be maintained by the contractor during performance on DEQ assisted work under this contract and for three years after the recipient makes final payment to the contractor and all other pending matters are closed. Access to records is not limited to the required retention periods. The authorized representatives designated in paragraph of this clause shall have access to records at any reasonable time for as long as the records are maintained. This right of access clause applies to financial records pertaining to all contracts (except for fixed price contracts awarded through sealed bidding or otherwise on the basis of effective price competition) and all contract change orders regardless of the type of contract and all contract amendments regardless of the type of contract. In addition, this right of access applies to all records pertaining to all contracts, contract change orders and contract amendments: ( 1) To the extent the records pertain directly to contract performance; lf there is any indication that fraud, gross abuse or corrupt practices may be involved; or lfthe contract is terminated for default or for convenience. 4. COVENANT AGAJNST CONTINGENT FEES The contractor assures that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee excepting bona fide employees or bona fide established commercial or selling agencies maintained by the contractor for the purposes of securing business. For breach or violation of this assurance, the recipient shall have the right to annul this agreement without liability or, at its discretion, to deduct from the contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage or contingent fee. 5. GRATUITIES lfthe recipient finds after a notice and hearing that the contractor or any of the contractor's agents or representatives offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of the recipient, DEQ or EPA in an attempt to secure a contract or favorable treatment in awarding, amending or making any determinations related to the performance of this contract, the recipient may, by written notice to the contractor, terminate this contract. The recipient may also pursue other rights and remedies that the law or this contract provides. D:\PROJECTS\M-32Specs\SRF-SP ---PAGE BREAK--- IDAHO STATE REQUIREMENTS AND SRF INSERT Section Q-Page 5 of 43 In the event this contract is terminated as provided in paragraph the recipient may pursue the same remedies against the contractor as it could pursue in the event of a breach of the contract by the contractor, and as a penalty, in addition to any other damages to which it may be entitled by law, be entitled to exemplary damages in an amount (as determined by the recipient) which shall be not less than three nor more than ten times the costs the contractor incurs in providing any such gratuities to any such officer or employee. 6. RESPONSIDUJTY OF THE CONTRACTOR The following clause awlies only to contracts for services ( 1) The contractor is responsible for the professional quality, technical accuracy, timely completion and coordination of all designs, drawings, specifications, reports and other services furnished by the contractor under this contract. 1f the contract involves environmental measurements or data generation, the contractor shall develop and implement quality assurance practices consisting of policies, procedures, specifications, standards and documentation sufficient to produce data of quality adequate to meet project objectives and to minimize loss of data due to out-of-control conditions or malfunctions. The contractor shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in that contractor's designs, drawings, specifications, reports and other services. The contractor shall perform the professional services necessary to accomplish the work specified in this contract in accordance with this contract and applicable DEQ requirements in effect on the date of execution of the assistance agreement for this project. The owner's or DEQ's approval of drawings, designs, specifications, reports and incidental work or materials furnished shall not in any way relieve the contractor of responsibility for the technical adequacy of his work. Neither the owner's nor DEQ's review, approval, acceptance or payment for any of the services shall be construed as a waiver of any rights under this agreement or of any cause for action arising out of the performance of this contract. ( 4) The contractor shall be, and shall remain, liable in accordance with applicable law for all damages to the owner or DEQ caused by the contractor's negligent performance of any of the services furnished under this contract, except for errors, omissions or other deficiencies to the extent attributable to the owner, owner-furnished data or third party. The contractor shall not be responsible for any time delays in the project caused by circumstances beyond the contractor's control. The contractor's obligations under this clause are in addition to the contractor's other express or implied assurances under this contract or State law and in no way diminish any other rights that the owner may have against the contractor for faulty materials, equipment or work. D:\PROJECTS\M-32Specs\SRF-SP ---PAGE BREAK--- 7. IDAHO STATE REQUIREMENTS AND SRF INSERT Section Q-Page 6 of 43 The contractor agrees to comply with the requirements of the federal Anti-Lobbying Act, Section 1352, Title 31, U. S. Code which requires disclosure of lobbying activities. The attached compliance certification must be signed by all contractors entering into contracts of$100,000 or greater. D:\PROJECTS\M-32Specs\SRF-SP ---PAGE BREAK--- To: Address: Office ofthe City Clerk City ofMoscow POBox9203 206E. 3• St Moscow, ID 83843-1703 BID FORM Section C-Page 1 of 17 Project Identification: City ofMOKOw Wastewater Treatment Facilities Phase ill 1. Bidder's Declaration and Undemanding 1.1. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, fum, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. Bidder has not solicited or induced any person, fum, group, association, organization, or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the Owner. 1.2. In submitting this Bid, the Bidder certifies that the Bidder is qualified to do business in the state where the project is located as required by laws, rules, and regulations or, if allowed by statute, covenants to obtain such qualification prior to contract award. 2. Contract Execution and Bonds 2.1. The undersigned Bidder agrees, if this Bid is accepted, to enter into an Agreement with the Owner in the form similar to thatincluded in the Bidding Documents to perform and furnish the work as specified or indicated in the Bidding D ocuments for the contract price derived from the Bid and within the contract times indicated in the Agreement, aU in accordance with the other terms and conditions of the Bidding Documents. 2.2. Bidder accepts the terms and conditions of the Bidding DoCuments. 3. Insurance 3.1. Bidder further agrees that the bid amount(s) stated herein includes specific consideration for the specified insurance coverages. ADDENDUM NO. 5 May2!. 2000 (!2:18PM) ---PAGE BREAK--- Item Line# I 2 3 4 5 6 7 8 9 10 11 12 I3 14 I5 I6 17a I7b 18 19 20 21 BASE BID SCHEDULE I JJescriplion of Work . Mobilization (Maximum Amount isS% of the Totll Lump Sum Base Bid) Division Boxes A, B, C, D, F, G, H, I 1 Aeration Basin Structure anoxic basins, aelllion basins, &:.1mlllel) Aeration Basin Aer.Jmrs Aerntion Structure Mixer 2 - 100'-Diameter Fmal Clarifiers RAS/WAS Pumps & Piping Standby Generator Influent Pump Station Ut:ilizy Water Pump Station . Sludge Dewatering & Conveyor I Aernted Sludge Holding Tank Operations MaintPnaDC Building Yard Piping Power Instrumentation Excavation, Safety, Dewatering. Bacldill Demolition Roads, Sidewalks, Drainage, }:.nnscape (exq:pt AC paving) Chlorine Contact Tank Scum Pump Station . Reaerntion Tank ADDENDUM NO. 5 J:\PROJECTS\M-3T-&dioae.wpd BID FORM Section C-Page 3 of 17 Quantity Amount IS $4?>1 1'-1<0 IS S3lƂ1%b, . ' IS 53'1,}, IS· $ IS $ i'-;Cl,cx,. IS $ t, IS $ IS $ IS $ "lS IS $ IS . $ 3ine Aerator (Section 11085) a. EIMCO Base Bid b. Add/Deduct $ (Manufucturer) from Base Bid 2 Verticle TUibine Mixers (Section 11090) a. Enviropax (Anco) Base Bid b. Haywood Gordon Base Bid c. Add/Deduct $ (Manufucturer) from Base Bid 3 Axial Flow Mixers (Section 11091) a. FL YGT Corporation Base Bid b. EMU-Davis Base Bid c. Add/Deduct $ (Manufucturer) from Base Bid 4 Plant Drainage Pump Station (Section 11071) a. Gorman-Rupp Base Bid b. Add/Deduct $ (Manufacturer) from Base Bid 5 Belt Filter Press (Section 11140) . a. Andritz Base Bid No Altern.ate ADDENDUM NO. 5 J:\PROJECI"S\M·3Uwpd May2!1, 2000 (12:1SPM) ---PAGE BREAK--- Item# 11 12 13 14 15 BID FORM Section C-Page 9 of 17 SCHEDULE OF MANUFACTURERS & SUPPLIERS OF MAJOREOUIPMENT & MATERIAL ITEMS Item Variable Frequency Drives (Section 16910} a. ABB Asea Brown Boveri b. Allen Bradley c. Siemens d. . (Manufilcturer) . . Non-Potable Water Pumps (Section 11 062) a. Grundfos b. (Manufilcturer) Aeration System a. Sanitaire b. (Manufilcturer) Blowers Add/Deduct from Base Bid Add/Deduct from Base Bid Add/Deduct from Base Bid a. Dresser Roots Model 68URAI or Sutorbilt Legend Model 6M b. Add/Deduct (Manufilcturer) from Base Bid Generator (Section 16200) a. Caterpillar b. Add/Deduct (Manufacturer) from Base Bid Amount Base Bid Base Bid Base Bid . . $ Base Bid $ Base Bid $ Base Bid $ Base Bid $ ADDENDUM NO. 5 May25,2000 (!2:18PM) ---PAGE BREAK--- BID FORM Section C-Page 11 of 17 9. Naming ofSubcontradon Required 9.1 Subcontractors to be Listed on Bid 9.1.1 AnBidder11 shall comply with Idaho Code Section 67-2310. Failure to comply with Idaho Code Section 67-2310 sluzll render such bid and void. Information provided pursuant to this section must be current and correct as of the date of the submission of the bid. Do nut use the term "mechanical" when identifying any work to be performed on this project. 9.1.2 The name, address, and Idaho Public Works License Number for each subcontractor to be utilized on the project must appear on the Bid. Every subcontractor intending to perform plumbing work and/or heating and air conditioning work and/or electrical work must include its name, address, and Idaho Public Works License Number, which allows it to perform such work for each of the following areas: ADDENDUM NO. 5 • plumbing work • heating and air conditioning work • electrical work If a subcontractor intends to perform work in more than one of these specialties, such subcontractor must list its name, address, and Idaho Public Works License Number more than once for each of the aforementioned areas). It is helpful, but not mandatory, that each subcontractor includes its specialty construction category numbers, if any, with its submission of its Idaho Public Works License Number. J:IPR01ECIS\M-Jͤwpd M&y 25, 2000 (!2:18PM) ---PAGE BREAK--- 9.2.2. Electrical Street 9.2.3. Heating and Air Conditioning Street 9.2.4. Instrumentation and Control Street 9.2.5. Landscaping Street ADDENDUM NO. 5 BID FORM Sectian C-Page 13 of 17 xnu:s c" Name Idaho Public Works License No. • j 0lJCt'E+2 t',.tlt D City State Zip Pt::r Name Ž AA Lt { '{31, Idaho Public Works License o. w City State Zip Name Ɓ. dDl·.I\AP\- CiY) Idaho Public Works License No. 7 r6;,\1'Ee: M\..ſt ƀ T c City State Zip -5u.v i2!'lui" I ru. C. Name Idaho Public Works License No. City State Zip May 25. 2000 (12il8PM) ---PAGE BREAK--- 9.2.10 Painting Name BID FORM Section C-Page 15 of 17 Idaho Public Works License No. Street City State Zip 10. Surety 10.1. IfBidder is awarded a construction contract from this Bid, the surety who provides the Performance and Payment Bond(s) shall be: · MARSH INC 11. Bidder An Individual PO BOX 2l5l SPOKANE lolA 99210 Street City N/A whose address is State Zip (Individual's name and signature) A Partnership (Partnership name) (Name and-signature of general partner) (Title) ADDENDUM NO. 5 J:\PROJECTS\M-32Spea\AddcO.n<-&dlooC.wpd May2.l,2000 (!2:18PM) ---PAGE BREAK--- BID FORM Section C-Page 17 of 17 Name, phone number, and address for receipt of official communications and for additional information on this Bid: MARK PEDERSON. VICE PRESIDENT PO BOX 3807 SPOKANE WA 99220-3807 SUBMITTED ON 2000 . END OF SECTION- ADDENDUM NO. 5 I:\I'ROJECTS\M-32SpcaVwpd M.t.y 25, 2000 (!2:18PM) ---PAGE BREAK--- INFORMATION REQUIRED OF BIDDER Section E-Page 1 of 2 GENERAL INFORMATION The Bidder shall furnish the following information. Failure of the Bidder to furnish this information may cause rejection of the Bid. Additional sheets shall be attached as required. 1. Contractor's name and address PK CONTRACTORS , INC. PO BOX 3807 SPOKANE WA 99220-3807 2. Contractor's telephone _ 3. Contractor's license: Primary classification, _ State License No. 10680-AAA-1-2-3 Supplemental classification held, if any: _ _ _ _ _ _ _ _ _ _ 4. Number of years as a Contractor in construction work of this type:-'=2""8 5. Names and titles of all officers of Contractor's firm: K\JRT MYRON, PRESIDENT MARK PEDERSON , VICE PRESIDENT STAN HORTON , SEC/TRSR 6. Name of person who inspected site of proposed work for your firm: Name: KUiT M'IFlJIJ & MARK PEDERSON Date 5-12-00 E:IPROJECfS\M-32Spoo;\SectionE.wpd February 23, 2000 ( 4: lOPM) ---PAGE BREAK--- Job No: 91-01 CLARKSTON WASTEWATER TREATMENT PLANT UPGRADE Clarkston, Washington Completed: Project 1\rnount: Contact: Job No: 91-01 January 19930 $4,805,052.21 Honorable Mayor City of Clarkston 830 Fifth Street Clarkston, WA 99403 1-[PHONE REDACTED] PUYALLUP FISH HATCHERY EXPANSION Puyallup, Washington Contract Final Contract Amount: Final Completion Date: PE:H-23.21 $749,900.00 November 1991 Original Completion Date: November 18, 1991 Puyallup, Washington Department of Wildlife Joe Ward Contract Location: Contract Owner: Contact: Job No: 91-03 Department of Wildlife 600 Capitol Way North Olympia, WA 98501-1091 CITY OF ASOTIN/3RD STREET IMPROVEMENTS Asotin, Washington Completed: Project Amount: Contact: Job No: 91-05 November 1991 $450,065.00 Char ley Foltz City of Asotin PO Box 517 Asotin, WA 99402 1-[PHONE REDACTED] SITE AND UTILITIES IMPROVEMENTS (P-109) Everett, Washington Contract Final Contract Amount Final Completion Date: Original Completion Date: Contract Location: Contract Owner: Contact: N62474-91-C-9528 $6,299,417.00 November 18, 1992 October 4, 1992 Homeport Naval Base Puget Sound Everett, WA Department of the Navy Lt. Steve Dupes 1922 West Marine View Drive Everett, WA 98201-2282 Ph: [PHONE REDACTED] ---PAGE BREAK--- Job No: 92-01 NORTH SNOHOMISH RIVER SCO CONTROL PROJECT Everett, Washington Completed: Project Amount: Grant No. Contact: Job No: 92-02 April 1993 $2,817,753.00 C530-633-0l Tom Fuchs City Everett Department of Public Works 3200 Cedar Street Everett, WA 98201 1-[PHONE REDACTED] BURBANK PUMPING PLANT STRUCTURE Burbank, Washington Contract Final Contract Amount: Final Completion Date: 1425-22-C-10-06030 $452,740.72 April 1, 1993 Original Completion Date: May 6, 1993 Contract Location: Contract Owner: Contact: Job No: 93-01 Burbank, Washington Bureau of Reclamation Tom Mahler Bureau of Reclamation 32 C Street N.W. Ph: [PHONE REDACTED] Ephrata, WA 98823 MARYSVILLE WASTEWATER TREATMENT PLANT Marysville, Washington Completed: Project Amount: Contract No. Contact: August 1994 $7,934,573.21 City of Marysville Gordon Johnson, 80 Columbia Avenue Marysville, WA 98270 l-[PHONE REDACTED] or Hamrnond1 Collier and Wade-Livingston Assoc. Larry Wade 4010 Stone Way North Seattle, WA 98103 l-[PHONE REDACTED] ---PAGE BREAK--- Job No: 93-02 UTILITIES AND SITE IMPROVEMENTS FLEET PARKING LOT Smokey Point, Completed: Washington Project Amount: Contract No: Contact: Job No: 93-03 May 1994 $6,755,483.00 N62474-91-C-9606 Lt. Steve Dupes ROICC-Everett 1922 West Marine View Drive Everett, WA 98103 1-[PHONE REDACTED] BUNKER HILL PHASE II WATER SYSTEM Shoshone County, Idaho Completed: Project Amount: Contract NO: Contact: Job No: 94-01 July 1994 $1,397,054.20 0701-03091 Bart North Welch, Comer & Associates, Inc. 220 Harbor Plaza 610 W. Hubbard Ave. Coeur D'Alene, Idaho 83814 1-[PHONE REDACTED] BACHELOR-HATTON FISH PASSAGE & PROTECTIVE FACILITY Yakima, Washington Completed: Project Amount: Contract NO: Contact: Job No: 94-03 May 1994 $392,188.04 1425-4-CC-10-06400 Charles Ferguson Bureau of Reclamation PO Box 2967 Yakima, WA 1-[PHONE REDACTED] COLEMAN NATIONAL FISH HATCHERY Anderson, California Completed: Project Amount: Contract NO: Contact: October 1994 $1,946,851.13 FWS1-94029 (TS) Department of Fish & Wildlife Tamra Swerdlik 911 NE 11th Ave. Portland, Oregon 97232 (503)231-6188 ---PAGE BREAK--- Job No: 94-06 MOSCOW WASTEWATER TREATMENT PLANT Moscow, Idaho Completed: Contract Amount: Contact: Owner: Job No: 94-04 June 1995 $1,626,170.72 Kimball Engineering Kevin Gardes 114 Thain Rd. Lewiston, Idaho 83501 (208) 746-9010 City of Moscow, Idaho KELLOGG UPTOWN DEVELOPMENT PROJECT Kellogg, Idaho Completed: Contract Amount: Contact: Owner: Job No: 94-05 December 1994 $1,450,804.73 Welch, Comer & Associates Hans 220 Harbor Plaza 610 W. Hubbard Ave. Coeur d'Alene, Idaho 83814 (208) 664-9382 City of Kellogg, Idaho GOLDEN GATE NATIONAL RECREATION AREA PRESIDIO WATER TREATMENT PLANT San Francisco, California Completed: August 1996 Contract Amount: $5,512,057.00 Contract No: 1443CX800094907 Contact: Job No: 94-07 Blake Proctor National Park Service PO Box 29462 San Francisco, CA 94129 Phone: [PHONE REDACTED] UTILITIES AND SITE IMPROVEMENTS AT THE STRATEGIC WEAPONS FACILITY, BANGOR Silverdale, WA Completed: Contract P...rnount: Contract No: Contact: August 1996 $7,237,579.00 N44255-93-C-9054 Jim Coleman Phone: [PHONE REDACTED] Steve Erickson (Engineer) Dept of the Navy, ROICC-Silverdale Naval Sub Base Building 1009 Silverdale, WA 98315 ---PAGE BREAK--- Job No. 95-01 BINGEN/WHITE SALMON WASTEWATER TREATMENT PLANT Bingen, Washington Completed: Project Amount: Contract No. Contact: Job No: 97-01 BONNEVILLE LOCK AND DAM Cascade Locks Oregon Contract Amount: Contract No: Contact: Job No: 96-01 October 1996 $4,282,186.00 EDA 0701-03473 and DOE Grant No. G9300298 Tom Coleman (509) 453-4833 City of Bingen PO Box 607 Bingen, WA 98605 $188,194.00 DACW57-97-C-0016 Phone: [PHONE REDACTED] George R Wight (Contracting Officer) Department of the Army Portland District, Corps of Engineers PO Box 2946 Portland Oregon 97208-2946 JOHN DAY LOCK AND DAM FISH MONITORING AND SAMPLING FACILITY Rufus Oregon Scheduled to be Completed: Sept 1997 Contract áâount: $21,510,863.00 Contract No: DACW57-96-C-0008 Contact: Job No. 97-03 Mike Hay (Contracting Officer) Phone: [PHONE REDACTED] u. S. Army Corps of Engineers 206 NW Graham Road Troutdale, OR 97060-9512 1997 WASTEWATER TREATMENT PLANT IMPROVEMENTS SCHEDULE C: AERATED LAGOON CONSTRUCTION GRANDVIEW WASHINGTON Scheduled to be completed: April 1998 Contract Amount: $1,742,307.00 Contract No: Project No.97018C Contact: Phone: Dennis J. Whitcher, PE [PHONE REDACTED] Huibretgse1 Louman & Associates, Inc. 3800 Summitview Suite 100 Yakima Washington 98902 ---PAGE BREAK--- Job No. 97-04 MILO CREEK EMERGENCY REPAIRS Kellogg Idaho Scheduled to be completed: November 1998 Contract ãäaunt: $558,636. 00 Contract No: Contact: Job No: 96-03 Larry Comer [PHONE REDACTED] Welch, Comer & Associates 323 Main Avenue Kellogg, Idaho 83837 AIRFIELD PAVEMENT APRONS AT MARINE CORPS AIR STATION Camp Pendleton California Scheduled to be Completed: December 1997 Contract Amount: $11,415,614.00 Contract No: N68711-96-C-2151 Contact: Phone: [PHONE REDACTED] Obeid J. Shaikh [PHONE REDACTED] Department of the Navy PO Box 209 Oceanside CA 92049-0209 Job No. 97-02 FUEL APRON EXPANSION AT MARINE CORPS AIR STATION CAMP PENDLETON CALIFORNIA Scheduled to be completed: May 1998 Contract Amount: 840,293. 00 Contract No: N68711-97-C-8307 Contact: Job No. 97-05 REPLACE NORTH LIGHT PIER San Clemente Island Obeid J. Shaikh Phone: [PHONE REDACTED] Department of the Navy PO Box 209 Oceanside CA 92049-0209 Scheduled to be Completed: January 10, 1999 Contract Amount: 2,175,311.00 Contract No: N68711-97-C-8414 Contact: Karsten M. Koch [PHONE REDACTED] Dept. of the Navy, ROICC NAS North Island, Bldg. 3 PO Box 35 7007 San Diego CA 92135-7007 ---PAGE BREAK--- Job No.9901 FOLLOW-ON TO JUVENILE FISH SAMPLING & MONITORING FACILITY JOHN DAY LOCK & DAM RUFUS, OREGON Scheduled to be completed: May 30, 1999 Contract Fåount: $660,819.00 Contract No.: DACW57-99-C-0002 Contact: Job No.98-02 Naameh Nornie, Administrative Contracting Officer [PHONE REDACTED] Department of the Army Portland District1 Corps of Engineers Portland Resident Office 206 NW Graham Road Troutdale, Oregon 97060-9512 SEDRO WOOLLEY WWTP UPGRADE Sedro Woolley, Washington Completed: October 15, 1999 4,489,777.00 Contract Amount: Contract No: Contact: Job No. 99-02 N/A Brian Russell, [PHONE REDACTED] Project Manager Fax: [PHONE REDACTED] City of Sedro Woolley 720 Murdock Street Sedro Woolley WA 98284 GREENWAY PEDESTRIAN BRIDGES Scheduled to be Completed: Contract Amount: Contract No: Contact: March 2000 $195,622.00 99-04 City of Pullman PO Box 249 Pullman WA 99163-0249 Mark Workman - Public Works Director ---PAGE BREAK--- PK CONTRACTORS, INC. JOBS IN PROGRESS Job No. 9801 REPLACE BASILONE BRIDGE (PROJECT A) AND SANTA MARGARITA FLOOD CONTROL (PROJECT B) Camp Pendleton, California Scheduled to be completed: March 5, 2000 Contract Amount: $34,555,441. 00 Contract No: N687ll-97-C-8338 Contact: Job No. 99-03 Department of the Navy Coæuander Mark V Sarles [PHONE REDACTED] Dept of the Navy PO Box 209 Oceanside CA 92049-0209 UMATILLA WWTP & OUTFALL IMPROVEMENTS Umatilla Oregon Scheduled to be completed: Contract Amount: Contract No: Contact: May 15, 2000 6,307,164.25 1413-23 City of Umatilla Brett Moore Anderson, Perry & Assoc. PO Box 1107 La Grande OR 97850-0939 Ph: [PHONE REDACTED] Fax: [PHONE REDACTED] ---PAGE BREAK--- CON1RACTOR'S NON..COLLUSION AFFIDAVIT Section F-Page I of I (fO BE SUBMITTED WlTII THE BID) State of WASHINGTON ) ss Corurty of S_P_O_K_AN_E _ Bid for ԑ being first duly sworn, deposes and says that he is of , party making the foregoing Bid; that such Bid is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; that such Bid is genuine and not collusive or sham; that said Bidder has not directly or indirectly induced or solicited any other Bidder to pot in a false or sham Bid and has not directly or indirectly colluded, conspired, connived or agreed with any Bidder or anyone else to put in a sham Bid, nor that anyone shall refrain from bidding; that said Bidder has not in any manner, directly or indirectly, sought by agreement, communication or conference with anyone to fix the Bid Price of said Bidder or of any other Bidder, nor to fix any overhead, profit or cost element of such Bid Price, nor of that of any other Bidder, nor to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements coutaiued in such Bid are true; and, further, that said Bidder has not directly or indirectly submitted his Bid Price or any breakdown thereof, nor the contents thereof, nor divulged information or data relative thereto, nor paid and will not pay any fee in connection therewith to any corporation, partnership, company, association, organization, bid depository, nor to any member or agent thereof, nor to any other individual except to such person(s) as has/have a partnership or other financial interest with said Bidder in his general business. (SEAL) Signed IY\ p Q Title MARK PEDERSON , VICE PRESIDENT Subscribed and sworn to before me this 1ST 2000. Notary Public \ My Commission Expires I-dD ••END OF SECTION•• day of, JJ'JE 1 Imert sole owner, a partner, president, secretary, etc. E:\PROJECTS\iv1T32Sp.:..'CS\St..'d.ionF.wpd January 26, 2000 (9:45A.\.1) ---PAGE BREAK--- IDAHO STATE REQUIREMENTS AND SRF INSERT Section Q-Page 12 of 43 SMALL, MINORITY AND WOMEN BUSINESS ENTERPRISE UTILIZATION REQUIREMENTS AND EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS I. GENERAL A POUCY Consistent with the President's Policy Statement on Minority Business Enterprise dated December 17, 1983, Executive Order 12 432 all bidders shall be required to comply fully with these bid specifications toward the goal of equitable utilization of Minority Business Enterprises (MBE), Women Business Enterprises (WBE) and Small Business in Rural Areas (SBRA). Such utilization may be through prime contracting, subcontracting, joint-venture, procurement of supplies, material or equipment, or other business participation utilized in completing the project. In this regard all contractors shall take all necessary and reasonable steps to ensure MBEIWBE/SBRAs have the maximum opportunity to compete for and/or perform contracts. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of projects where assistance is provided from the State ofidaho, Department of Health and Welfare, Division of Environmental Quality's State Revolving Fund (SRF). B. REOWREMENTS Bidders must make the following affirmative steps in awarding subcontracts for supplies, construction or services: include qualified small, minority and women's businesses on solicitation lists; insure that small, minority and women's businesses are solicited whenever they are potential sources; divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation of small, minority and women's businesses; ( 4) establish delivery schedules, where requirements of the work permit, which will encourage participation of small, minority and women's businesses; use the services and assistance of the Idaho Transportation Department, the Small Business Administration and the Office of Minority Business Enterprise of the U.S. Department of Commerce as appropriate. D:\PROJECTS\M-32Specs\SRF-SP ---PAGE BREAK--- IDAHO STATE REQUIREMENTS AND SRF INSERT Section Q-Page 14 of 43 The established goals for MBE, WBE and SBRA participation are as follows: MBE WBE-1% SBRA-2% Fair share is a reasonable amount of funds commensurate with the total project funding, demographic factors and the availability of small, minority and women's businesses. A fair share does not constitute an absolute goal, but a commitment on the part of the bidder to attempt to use small, minority and women's businesses by carrying out the five affirmative steps described under Section I, B of this document. Submit quarterly report ofMBEIWBE utilization to DEQ on form provided by DEQ. (See Attachment 8. Submit MBEIWBE/SBRA subcontracts and supply contracts within 15 days of execution. By submission of its bid, all bidders acknowledge that they understand and agree to be bound by the equal opportunity requirements of Executive Order 112 46, U.S. Department ofLabor (OFCCP) Regulations, Part 41 CFR60-4 and 41 CFR60-4.3(a) and DEQ Small, Minority and Women Business Utilization goals, all of which shall be applicable throughout the duration of this project. Each bidder agrees that, if awarded this contract, the bidder will similarly bind contractually each subcontractor by the inclusion in the subcontract of all subcontractors the foregoing policies and regulations. D:\PROJECTS\M-32Specs\SRF-SP ---PAGE BREAK--- IDAHO STATE REQUIREMENTS AND SRF INSERT Section Q-Page 15 of 43 ATTACHMENT A MINORITY, WOMEN AND SMALL BUSINESSES TO BE UTILIZED Project: Moscow WWTP Phase III Upgrade Name of Bidder: Descriżtion of Work Element or Supplies: t Amount to be contracted $ IQO, 000. oo Name of Firm: _ _,\?L.Z:A::o.i.JJ _ ,Lo.>.:l'liS _ Address: LfY 'C Phone Description of Work Element or Supplies: . Amount to be contracted Name of Firm: Address: Phone _ Description of Work Element or Supplies: Amount to be contracted $ Name of Firm: Address: Phone Description of Work Element or supplies: Amount to be contracted $ MBE WBE SBRA ----Joint Venture ----Other ŻSubcontractor Supplier ----Manufacturer MBE ,_p.-;WBE ----SBRA ----Joint Venture ----Other ----Subcontractor ----supplier ---Manufacturer MBE ----WBE ----SBRA ----Joint Venture ----Other ----Subcontractor ----supplier ----Manufacturer MBE ----WBE ----SBRA ----Joint Venture ----Other ----Subcontractor ----Supplier ----Manufacturer D:IPROJECTS\M-32Specs\SRF-SP ---PAGE BREAK--- ACORD} PRODUCER Seabury & Smf th 601 d. 1'1a tn Street Su1 te 1400 Spokane. WA 99201 0689 Janet R EV I S ED . (509) 358-3900 NO HOLOER. THIS CERTIFICATE ODES THE COVERAGE AFFORDED COMPANIES AFFORDING COVERAGE - - · - - !NS CD OF AMERICA BELOW. INSURED A P K Contractors. Inc. P JJ Box 3807 Spokane. !fA 99220 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. TYPE OF INSURANCE ClAIMS MADE [ OINNI'R'S & CONTRACTOR'S PROT All OWNED AUTOS X HIRED AUTOS X I NON-OWNED AUTOS OTHER THAN UMBREllA FORM THE PROPRIETOR/ PARTNERSIEXECUT!VE OFFICERS ARE OTHER I>OUCY NUMBER ASP20128003 ASP2Dl28003 ASP20128DD3 14ASHINGTON STOP GAP liMITS 12/01199 12101/00 GENERAl AGGREGATE PRODUCTS · COMPiOP AGG 12!01/99 12/01/00 12!01!99 12!01!00 12101199 12/0.l/00 DESCRIPTION OF OPERAT!ONSil0CAT10NSNEHlCLEStSPECIAl lTEMS I liMITS MAY BE SUBJECT TO DEDUCTIBLES OR RETENTIONS). AS RESPECTS: PROJECT WASTENATER TREA T/·1E/V! FACILI TIES - PHASE III. NOSCOW. IDAHO. ADDITIONAL INSURED STATUS IS GIVEN TO Tf!E CITY OF NOSCOGI. P . 0 . BOX 9203 . NOSCOW. IDAHO 83843 l l03. OWNER. Klf18AU ENGINEU?JNG, CASNE ENGINEERING. COFF/"1AN ENGINEERS. STRUCTURAL RESEARCH CONPANY & ESVEL T ENVI.RON!1ENTAL ENGINEERING AS GRANTED Bt TN[ POL ICY WITH RESPECT TO WORK PERFORMED ON ff1£1R BEHALF BY NA/1ED INSURED . c f TY OF I'-!OSCOI.J A TTN: DEAN C . I•!EYEN BOX 9203 ID 33843 -1 703 SHOUlD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEllED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY Will {IX MAIL 30 * DAYS WRITTEN NOTICE TO THE CERTIFICATE HOlDER NAMED TO THE LEFT, ---PAGE BREAK--- R EV I SED . POLICY NUMBER: ASP 2 0 1 2 8 0 03 COMMERCIAL GENERAL LIABILITY CG 20 10 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS (FORM: B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: K IMBALL E N G I N EE R I NG CAS N E E N G I N E E R I N G COFFMAN E N G I N EE R S STRUCTURAL RESEARCH COMPANY ESVELT ENVIRONMENTAL E N G I N E E R I N G CITY OF MOSCOW P . 0 . BOX 9203 MOSCOW , : IDAHO 8 3 8 4 3 - 1 7 0 3 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. CG 20 10 10 93 Copyright, Insurance Services Office, Inc., 1992 ---PAGE BREAK--- I I I I I I I I I I I I I I I I I I I IDAHO STATE REQUIREMENTS AND SRF INSERT Section Q-Page 20 of 43 ATTACHMENT E NOTICE TO LABOR UNIONS OR OTHER ORGANIZATION OF WORKERS NON-DISCRIMINATION IN EMPLOYMENT TO: “N”O_U•N–I—O˜N™OšB›LIœGAžTŸIO (name of union or organization of workers) The undersigned currently holds contract(s) (name of applicant) involving funds or credit of the U.S. Government or a subcontract(s) with a prime contractor holding such contract(s). You are advised that under the provisions of the above contract(s) or ‚ubcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant for employment be<)lluse of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION SELECTION FOR TRAINlNG INCLUDING APPRENTICESIDP, LAYOFF OR TERMINATION This notice is furnished to you pursuant to the provisions of the above contract(s) or subcontract(s) and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. PK CONTRACTORS , INC . (contractor or subcontractor(s)) 7-14-00 (Date) ---PAGE BREAK--- I • • • • • • • • • I I I I • I I I I IDAHO STATE REQUIREMENTS AND SRF INSERT Section Q-Page 7 of 43 Certification of Compliance With Anti-Lobbying Act The undersigned certifies, to the best of his/her knowledge and belief that: No federally appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federally funded grant, the making of any federally funded loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federally funded contract, grant, loan or cooperative agreement . If any funds other than federally appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federally funded contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certifY and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and oot -'2Z foc =h &ih>re r/ (co Date \ D:\PROJECTS\M-32Specs\SRF-SP ---PAGE BREAK--- TRAVELE' TR,. CASUALTY AND SURETY COMPAl'lY OF I 'CRICA Ji:LERS CASUALTY AND SURETY COMPAl\ . FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Charla M. Boadle, Chris Larson, George C. Schroeder, Joanne Tonani, Lois Stewart, W.W. Weller, Wm. Dinneen, of Spokane, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if tbe same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other \\ritings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chainnan, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is tiled in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when signed by the President, any Vice Chainnan, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or duly executed (under seal, if required) by one or more Attorneysoin-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneysp in-Fact for purposes only of executiog and attestiog bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. ---PAGE BREAK--- IDAHO STATE REQUIREMENTS AND SRF INSERT Section Q-Page 1 7 of 43 ATTACHMENT B SWORN STATEMENT OF COMPLIANCE WITH MINQRITY. WOMEN AND SMALL BUSINESS UTILIZATION REQUIREMENTS Each bidder must execute, and submit, as part of their proposal, and together with their bid, the following certification relating to MBEIWBE/SBRA participation. The certification below shall be deemed a part of the resulting contract. The bidder has taken the following affirmative steps in awarding subcontracts: Include qualified small, minority and women businesses on solicitation lists; Insure that small, minority and women businesses are solicited whenever they are potential sources; Divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation of small, minority and women businesses; ( 4) Establish delivery schedules, where requirements of the work permit, which will encourage participation of small, minority and women businesses; Use the services and assistance of tbe Idaho Transportation Department, Small Business Administration and the Office of Minority Business Enterprise of the U.S. Department of Commerce as appropriate. 6-1 -00 Signature Date MARK PEDERSON , VICE PRESIDENT Name and Title of Signer (please type) D:\PROJECTS\M-32Specs\SRF-SP ---PAGE BREAK--- IDAHO STATE REQUlREMENTS AND SRF INSERT Section Q-Page 18 of 43 ATTACHMENT C CONTRACTOR'S COMPLIANCE STATEMENT (EXECUTIVE ORDER #11246) Date 6--J,£OO This statement relates to a proposed contract with CI_T_Y_O_F _M_o_s_co_ w _ (Name of Owner) who expects to finance the contract with assistance from the Division of Environmental Quality. I am the undersigned bidder or prospective contractor. I represent that: I have _X _ I have not participated in a previous contract or subcontract subject to Executive Order 1 1246 of September 24, 1965 (regarding equal employment opportunity) or a preceding similar Executive Order. I agree to comply with all the provisions of this Executive Order and the rules, regulations and relevant orders of the Secretary ofLabor. (41 CFR 60-1.4(b)(4)) 6-1-00 Signature Date MARK PEDERSON , VICE PRESIDENT Name and Title of signer (please type) D:\PROJECTSIM-32Specs\SRF-SP ---PAGE BREAK--- IDAHO STATE REQUIREMENTS AND SRF INSERT Section Q-Page 19 of 43 ATTACHMENT D CERTIFICATION OF NONSEGREGATED FACILITIES (Applicable to federally assisted construction contracts and related subcontracts exceeding $10,000 which are not exempt from the Equal Opportunity clause.) The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certified further that he will not maintain or provide for his employees any segregated fucilities' at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause of this contract. As used in this certification, the term "segregated fucilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing fucilities provided for employees which are segregated by explicit directive or are, in fact, segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certification in his files. 6-1 -00 Signature Date MARK PEDERSON , VICE PRESIDENT Name and title of signer (please type) D:\PROJECTSIM-32Specs\SRF -SP ---PAGE BREAK--- • Ill • • • • Ill • • • • Ill • II IDAHO STATE REQUIREMENTS AND SRF INSERT Section Q-Page 7 of 43 Certification of Compliance With Anti-Lobbying Act The undersigned certifies, to the best of his/her knowledge and belief that: No federally appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federally funded grant, the making of any federally funded loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federally funded contract, grant, loan or cooperative agreement. If any funds other than federally appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federally funded contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certifY and disclose accordingly . This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure . 6-1-00 Signature MARK PEDERSON , VICE PRES . Date D:\PROJECTSIM-32Specs\SRF-SP ---PAGE BREAK--- MOSCOW PHASE Ill BID INVITATIONS COMPANY AMCOR CONSTRUCTION GODDARD CONSTRUCTION LAR KEN SEPTIC TANKS GLORIA JEAN HAULING EARTH CONSTRUCTION MORNING STAR ENTREPRISES MCLEOD CORP JNJ ELECTRIC & SUPPLY BDS CONSTRUCTION ARROW INDIAN CONSTRUCTION APACHE ROOFING AU-AUTHUM Kl, INC JERRY BURTON CONSTRUCTION JF WALLACE CONSTRUCTION IRON HORSE CONSTRUCTION AT MECHANICAL SERPENTIX COLE STEEL BB & J CONSTRUCTION ALLEN E LAWSON PAINTING ACCESS SERVICES INLAND EMPIRE DRYWALL BOYD CONTROL SYSTEMS US FIL TERICPC ADVANTAGE ELECTRIC GRAMER CONSTRUCTION IRVCO ASPHALT & GRAVEL KEN'S ELECTRIC D & S ELECTRICAL SUPPLY WESTECH ENGINEERING LEWIS MECHANICAL & METAL WORKS PARMA IRRIGATION FENCING WESTERN UTILITIES SUPPLY CO THOMPSON FABRICATING HVAC CONTROL & SPECIAL TIES HOUSLEY PUMPS STERLING LANDSCAPE GEITZEN ELECTRIC AGRICULTURAL SERVICES RON'S ELECTRIC DYNAMICS WESTERN HEATING & AIR CONDITION IN WETLAND CONSTRUCTION PENTA POST CO INC SEUBERT EXCAVTORS SCOTT GRINSTEAD PAINTING PALOUSE EMPIRE INC TOTAL SYSTEM SERVICES WHEELER ELECTRIC PHONE [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] 360-859-627 4 [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] 482-4685 [PHONE REDACTED] 480-833-481 1 602-256-841 6 [PHONE REDACTED] 468-4932 [PHONE REDACTED] [PHONE REDACTED] 602-495-941 8 [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] 760-7 49-9309 [PHONE REDACTED] 534-0833 [PHONE REDACTED] 508-34 7-4534 [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] 253-531-1 144 [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] 208-543-461 0 [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] 208-962-331 4 [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] FAX [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] SAME [PHONE REDACTED] [PHONE REDACTED] 482-5685 SAME [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] 468-5009 [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] 760-7 49-8341 [PHONE REDACTED] 534-2402 [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] 208-888-71 84 208-624-377 4 208-322-451 5 208-543-461 1 [PHONE REDACTED] SAME [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] SAME [PHONE REDACTED] [PHONE REDACTED] 208-883-341 0 [PHONE REDACTED] [PHONE REDACTED] ---PAGE BREAK--- UNITED PIPE & SUPPLY [PHONE REDACTED] WESTERN CONCRETE 487-2726 GRANICH [PHONE REDACTED] M&M HARRISION ELECTRIC [PHONE REDACTED] TECHNICAL SYSTEMS [PHONE REDACTED] AZTECH ELECTRIC 536-6200 RM MECHANICAL [PHONE REDACTED] JOHNS ELECTRIC 208-743-451 3 AUTOMATON ELECTRONICS [PHONE REDACTED] ESSCO ELECTRIC [PHONE REDACTED] ROSCOE STEEL & CULVERT [PHONE REDACTED] STROM ELECTRIC [PHONE REDACTED] PANTROL INC 535-9061 U CITIES CONTRACTING [PHONE REDACTED] THE COOMBS-HOPKINS [PHONE REDACTED] BAKER PROCESS [PHONE REDACTED] BEAVER EQUIPMENT SPECIALTY [PHONE REDACTED] WM H REILLY & COMPANY [PHONE REDACTED] GTE METAL ERECTORS [PHONE REDACTED] WHITNEY EQUIPMENT [PHONE REDACTED] APOLLO SHEET METAL 509-586-1 1 04 TOTAL ENERGY & HVAC SERVIC [PHONE REDACTED] ANDERSON STEEL SUPPLY [PHONE REDACTED] GOBLE SAMPSON ASSOCIATES [PHONE REDACTED] FAMILIAN NW [PHONE REDACTED] ADS WERE PLACED IN THE FOLLOWING PUBLICATIONS: PRO-NET THE SPOKESMAN REVIEW MOSCOW DAILY NEWS DAILY JOURNAL OF COMMERCE MBDA NCAIED [PHONE REDACTED] 487-0741 [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] 536-6355 [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] 535-8793 [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] 425-556-17 46 [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] [PHONE REDACTED] ---PAGE BREAK--- PUBLIC WUR KS CONTRACTOR LICENSE LICENSED PURSUANT TO TITLE 54, CHAPTER 1 9, IDAHO CODE, AS AMENDED Signature of Licensee Title PUBLI PUBLIC WORKS CONTRACTOR LICENSE STATE OF IDAHO PK Coh-tractors, Inc. 1o68o.{J\.M-1-2-3 EXPIRES: :zIl-f:J\!31, 2001 " 71 Nancy M:chaeL Reg1strar RKS CONTRACTORS STATE LICENSE BOARD ---PAGE BREAK--- MAY-10-2000 1 0 : 4 1 PK CONTRACTORS SPOKANE KNOW ALL MEN BY THESE PRESENTS, S09 S34 6957 P . 02/02 BID BOND1 Section D--Page 1 of 1 PK CONTRACTORS , INC . as · × Principal, and R_E_ LI_A_N_c_E_I_N_s_u_ RAN _c_E_c_ oM_P_ANY as Sw-ety, are held and firmly bound unto the City ofMoscow, Idaho, hereinafter called "Owner," in the sum of 0_ F UM D - _ dollars [not less than five of the total amount of the Bid], for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said Owner to perform the work required under the bidding schedule(s) ofthe Owner's Contract Documents entitled Wastewater Treatment Facilities-Phase III. NOW THEREFORE, if said Principal is awarded a Contract by said Owner and, within the time and in the manner required in the "Instructions to Bidders" and the "Proposal," enters into a written Agreement on the form of agreement bound with said Contract Documents, furnishes the required certificates of insurance, and furnishes the required Performance Bond and Payment Bond on the form bound with said Contract Documents, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said Owner and Owner prevails, said Surety shall pay all costs incurred by said Owner in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED this 23rdday of 2000 = n o (SEAL) Re l ianc e I nsu r anc e (SEAL) Principal Sur7tY Comgany By M , ˽ : ·v By\f eJtJ/'L MAR< PxyCE PRESIDENT Signature Lois Stewart , Attorney-ir:-F<::c t (SEAL AND NOT ARlAL ACKNOWLEDGMENT OF SURETY) . -END OF SECTION- E:\PROJECTS\M-32Specs\SectiooD. wp:l lllliUAty 25. 2000 (4:JO}JM) TOTAL P . 02 ---PAGE BREAK--- REL.IANCE UNITED PACIFIC INSURANCE COMJ>ANY ..tELIANCE INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY C.OMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, POWER Of ATTORNEY KNOW ALL MEN SY THESEPRESENTS, !hat RELIANCE .SURETY. CoMPANY l$ a <:OIPOI'IItiQn duly organized under the laws of the state o! Delaware, and !hat RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations quly organized unctively caHed "the CompanieS") and !hat.!he Companies by virtue of signature and seals do hereby make, con$litute aoo appoint ChriS Larson, George c. Sj::hroeder; W.W. Weller, Joanne ronan!, Wm. Dinoeen. Lois Stewart, Charla M. Beadle, of Spokane, Washington their true and lawful Attorney(s)..jn-Fac:t, tp make, Ⱥecute, seal and .deliVer for and on their behalf, an bind thll Companies lheraby as My and 11> the same extant as if such bonds anAGIFIC INSURANCE. COMPAJIIY, and RELIANCE NATIONAL INDEMNITY. COMPANY which provisions are now i n full force and tffY-bl.mdiff Ԏl¢t!g to which lt is attac:t\W, § IN WITNESS WHEREOF, the CompanieS bave caused these prell!lnts. to be signed and their <:orporate seals to be hereto affixed, this October 18, 1999. STATE OF Washington } COUNTY. OF King ) ss. RELIANCE SURETY. COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY. COMPANY On this, O<;toher 18, 1999, bafore me, l..aȷra Safll9s, personally appeared Marl< W. Alsup , who aCknowledged himselfto he the Vice Preskleȸt of the Reliance Surely Company, Reliance. Insurance Company, Uniteȹ Pacific Insurance Company, aoo Reliance National Indemnity Company and that as such, being authorized 11> dO so, executed.the foregoing instrument for the purpose therein contained by signing.the name of the corporation by hirnself as its duly authorized officer. . · ln witness Whereof, 1 hereunto set my hand and official seal. Laura L Santos My Appoit\lmefltExpires ()3.054!1 I, Robyn Layng, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP­ ANY,and RELIANCE NATIONAL INDEMNITY COMPANY do nereby that the abOve and foregoing is a lrue and correct copy of the Power of Attorney executed by said Companies, which is sbll in full force and effecL IN V\/lTNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies thisź 'l!ay of May year of 2000 Assistant Secretary ---PAGE BREAK--- THE AMERICAN INSTITUTE OF ARCHITECTS Bond No . 081 SB103326725BCM AlA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): PK CONTRACTORS , INC . P . O . Box 3807 Spokane , Wa . 99220 TRAVELERS CASUALTY AND SURETY COMPANY OF P . O . Box 2 1 5 1 AMERICA OWNER (Name and Address): CITY OF MOSCOW P . O . Box 9 203 Moscow, Idaho 83843-1703 CONSTRUCTION CONTRACT Date: June 20 , 2000 Amount: $ 1 1 , 778 , 234 . 00 Spokane , Wa . 99210 Description (Name and Location): WASTEWATER TREATMENT FACILITIES - PHASE III BOND Date (Not earlier than Construction Contract Date): June 28 , 2000 Amount: $ 1 1 , 778 , 23 4 . 00 Modifications to this Bond: J!lil None D See Page 3 SURETY (Corporate Seal) Company: (Corporste Seal) Travelers Casualty _ and SurftY Company ot Amerlca Signaturd' +v Signa Name Name and Title: Lois Stewart es appear on page 3) Attorney-in-Fact (FOR INFORMATION ONLY- Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Seabury & Smith Inc . other party): P . O . Box 2 1 5 1 Spokane , Wa . 99210 (509) 358-3900 AlA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AlA ® THE !IMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 1 ---PAGE BREAK--- 1 The Contractor and the Sure!' 'ointly and severally, bind themselves, their heirs, ell .tors, administrators, successors and assigns to the OWner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The OWner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the OWner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construction Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the OWner's right, if any, subsequently to declare a Contractor Default; and 3.2 The OWner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be declared earlier than twenty days after the Contractor and the Surety have received notice as provided in Subparagraph 3.1 ; and 3.3 The OWner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accordance with the terms of the contract with the OWner. 4 When the Owner has satisfied the conditions of Paragraph 3, the Surety shall and at the Surety's expense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construction Contract itself, through its agents or through independent contractors; o r 4.3 Obtain bids o r negotiated proposals from qualified contractors acceptable to the OWner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the OWner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: . 1 After investigation, determine the amount for wty ' it may be liable to the Owner and, as soL as practicable after the amount is determined, tender payment therefor to the Owner; or . 2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an . additional written notice from the OWner to the Surety demanding that the Surety perform its obligations under this Bond, and the OWner shall be entitled to enforce any remedy available to the OWner. If the surety proceeds as provided in Subparagraph 4.4, and the OWner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the OWner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surety is obligated without duplication for: 6.1 The responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if not liquidated damages are specified in the Construction Contract, actual damages caused by d elayed performance or non­ performance of the Contractor. 7 The Surety shall not be liable to the OWner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person o r entity other than the OWner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted withi n two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. 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 . AlA DOCUMENT A312 • PERFORMANCE BONO AND PAYMENT BONO • DECEMBER 1984 ED. • AlA ® Tl.lr;: Aur::O!f"tt..U tNc::TITI ITF nF ARCHITECTS_ 1735 NEW YORK AVE., N.W WASHINGTON, O.C. 20006 A312-1984 2 ---PAGE BREAK--- 10 Notice to the Surety, the Owne. Ӵr the Contractor shall be mailed or delivered to the address shown on the signature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall b e deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: by the Ow • . in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 12.2 Construction Contract: The agreement betwen the Owner and the Contractor identified on the signature page, including all Contract Documents and · changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) SURETY Company: (Corporate Seal) Signature: Name and Title: Signature: Name and ŲTųnŴ le_: _ Address: Address: AlA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AlA® THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 3 ---PAGE BREAK--- THE AMERICAN INSTITUTE OF ARCHITECTS Bond No . 081 SB103326725BCM AlA Document A312 Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): PK CONTRACTORS , INC . P .o . Box 3807 Spokane , Wa . 99 220 OWNER (Name and Address): CITY OF MOSCOW P .o . Box 9203 Moscow, Idaho 83843-1 703 CONSTRUCTION CONTRACT Date: June 20 , 2000 Amount: $ 1 1 , 7 7 8 , 234 . 00 SURETY (Name and Principal Place of Business): THE TRAVELERS CASUALTY AND SURETY COMPANY OF P . O . Box 2 1 5 1 AMERICA Spokane , Wa . 99210 Description (Name and Location): WASTEWATER TREATMENT FACILITIES - PHASE III BOND Date (Not earlier than Construction Contract Date): Amount: $ 1 1 , 77 8 , 234 . 00 Modifications to this Bond: CONTRACTOR AS PRINCIPAL (Corporate Seal) June 28 , 2000 lO None SURETY Company: D See Page 6 (C01pcrate Seal) Travelers Casualty and Surety Company of America " j; ' . ' \ -w " v Signature: Ź • · . Name and Title: Lois Stewart Attorney-in-Fact (Any ditional signatu s appear on page 6) (FOR INFORMATION ONLY - Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer Seabury & Smith Inc . or other party): P . O . Box 2 1 5 1 Spokane , Wa . 99210 (509) 358-3900 AlA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMEER 1984 ED. • AlA® THE AoMERICAN INSTITUTE O F ARCHITECTS, 1 735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 4 ---PAGE BREAK--- 1 The Contractor and the Surr jointly and severally, bind themselves, their heirs, • • "';utors, administrators, successors and assigns to the OWner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference_ 2 With respect to the OWner, this obligation shall be null and void if the Contractor. 2.1 makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, provided the OWner has notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no OWner Default 3 With respect to Claimants, this obligation shall be null and void if the Contractor makes paymen† directly or indirectly, for all sums due. 4. The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the S urety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the OWner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who d o not have a direct contract with the Contractor: .1 Have furnished written notice to the Contractor and sent a copy, or notice thereof, to the OWner, within 90 days after having last performed labor or last furnished materials or equipment included i n the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above notice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and ,3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5 If a notice required by Paragraph 4 is given by the OWner to the Contractor or to the Surety, that is sufficient compliance. 6 When the ·‡imant has satisfied the conditions of Paragraph 4, Surety shall and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the OWner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the OWne(s priority to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract The OWner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the work or part of the work is located or after the expiration of one year from the date on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of ( 1 ) or first occurs. If the provisions of this Paragraph are void or prohibtted by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the OWner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirements shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this AlA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 EO. • AlA® THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 5 ---PAGE BREAK--- ¦ Bond shal be construed as a stƃ,, common law bond. ,ry bond and not as a 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: in the Cc"otruction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) SURETY Company: (Corporate Seal) Signature: Name and Title: Signature: Name and Title: Address: Address: AlA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED, • AlA® THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., NW., WASHINGTON, D.C. 200C6 THIRD PRINTING • MARCH 1987 A312-1984 6 ---PAGE BREAK--- DATE {MM/DD/YYI 1 1 1 2 9 1 0 1 ACORD,. CERTIFICA l _ OF LIABILITY INS URAl PRODUCER MARSH ADVANTAGE AMERI CA A SERVICE OF SEABURY & SMITB PO BOX 2 1 5 1 10 P K Contractors , I nc . P . O . Box 3 8 0 7 S oAane WA 9 9 2 2 0 COVERAGES 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 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 PERT A IN, 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. ! TYPE O F I POliCY NUMBER A · ӳ?"'ERAl LIABILITY CON5 8 1 5 2 7 8 7A 1, X \ GENERAL LIABILITY " i - i CLA1f>1S MA8E CRJ OCCUR - . · · · F ! y UABIUTY ! ANY AUTO ' i 11· CLAIMS MADE DEDUCTIBLE 1 x . 1 , 1 o o o o A EMPlOYERS' LIABILITY OTHER E 7 1 0 7 7 7 1 5 0 l l l CON5 8 1 5 2 7 8 7A ' WA STOP GAP I I 1 i LIMil 1 2 1 0 1 / 0 1 1 2 / 0 1 / 02 ; EACH nrr"""'n . • $ 1000000 l FIRE DAMAGE (Aey oe; tim( i $ 3 0 0 0 0 0 I MED EXP IA"' . . . . • $ LOOOO . & ADV INJURY I $ 101)0000 ! GENERAL I • 20110000 i PPM> >rTS · COMPIOPAGG • $ 2 0 I) 0 0 0 0 1 2 I 0 1 1 0 1 1 2 I 0 1 1 0 2 ' SINGLE LIMIT $ 1000000 1 fE; ocoid;m) BODILY INJURY (Per person) SO OILY INJURY !Per acc1dent) [ PROPERTY DAMAGE j !Per acc1dentl I AUTO ONLY· EA : OTHER THAN AUTO ONLY: ' $ .EA Acc i $ AGG $ 1 2 1 0 1 / 0 1 1 2 / 0 1 / 02 lj_EAˆC‰H-]· = 4i.l_C00§l i05l `OaCObCc f A ; 400000C 1 2 / 0 1 / 0 1 i ' $ ' 1 2 / 0 1 / 02 IT"XŒJI¥s l l0i˻ ˼ I EL EACH I . . . . 'I ' .1000000 : EL DISEASE · ' . . $ 10 0 0 0 0 0 I E L DISEASE - POUCYLIMIT ' $ 1000000 DESCRIPTION OF OPERATIONS/LOCATIONS!VEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE : WASTEWATER TREATMENT FACILITIES- PHASE 1 1 1 , MOSCOW , I D . ADD ' L INSD I S GIVEN TO THE C I TY OF MOSCOW , OWNER , KIMBALL ENGINEERING , CASNE ENGINEERING , ( SEE REVERSE AND/OR ATTACHED FOR ADDI T IONAL INFORMATION) 'ATe u n o "co [ X C I TY OF MOSCOW ATTN : DEAN C . WEYEN P . O . BOX 9 2 0 3 MOSCOW, ID 8 3 8 4 3 - 1 7 0 3 6 - 4 1 25-S 171971 . INSUREOI INSURER lElTERl R* 4 I O ATOnliTH RESPECT TO WORK PERFORMED ON THEI R BEHALF BY NAMED I NSURED. ll/27. : : ---PAGE BREAK--- a. Coverage A does not apply to "bodily injury· or "property damage• that occurred before you acquired or formed the organization; and b. Coverage B does not apply to "personal injury• or "advertising injury· arising out of an offense committed before you acquired or formed the organization. 9. ADDITIONAL INSUREDS • BY CONTRACT, AGREEMENT OR PERMIT Under SECTION II • WHO IS AN INSURED, paragraph 5. is added as follows: 5. Each of the following is also an insured: a. Any person or organization you are required by a written contract, agreement or permit to name as an insured but only with respect to liability arising out of: 1. •your work" performed for that insured at the location designated in the contract. agreement, or permit; or 2. premises owned or used by you. b. This insurance does not apply unless the contract, agreement or permit is made prior to the "bodily injury" or "property damage·. c. This insurance does not apply to the rendering or failure to render any professional services. d. This insurance is primary if that is required by the contract, agreement or permit. 10. AGGREGATE LIMITS OF INSURANCE (PER PROJEcn The General Aggregate Limit under LIMITS OF INSURANCE (SECTION Ill) applies separately to each of your projects away from premises owned by or rented to you. 11. AGGREGATE LIMITS OF INSURANCE (PER LOCATION) The General Aggregate Limit under LIMITS OF INSURANCE (SECTION Ill) applies separately to each of your "locations" owned by or rented to you. "Locations" means premises Involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 12. KNOWLEDGE O F OCCURRENCE Under SECTION IV • COMMERCIAL GENERAL LIABILITY CONDITIONS, ITEM 2 · DUTIES IN THE EVENT OF OCCURRENCE, CLAIM, OR SUIT, paragraph e is added as follows: e. You m u st give u s or our authorized representative p ro m pt notice of an "occurrence", claim or loss only when the "occurrence", claim or loss is known to: 1. You, i f you a r e a n individual; 2. A partner, if you are a partnership; 3. An executive officer or the employee designated by you to give such notice, if you are a corporation: or 4. A m a n a ger, if you are a limited liability company. 13. REVISED NOTICE OF OCCURRENCE Under SECTION IV • COMMERCIAL GENERAL LIABILITY CONDITIONS, ITEM 2 · DUTIES IN THE EVENT OF OCCURRENCE, CLAIM, OR SUIT, paragraph f. i s added a s follows: f. Your rights u n d e r this policy will not be prejudiced if you fail to give us notice of an "occurrence" or claim, a n d that failure is solely d u e to your reasonable belief that the "bodily injury• or "property damage" is not covered u n d e r this policy. 14. UNINTENTIONAL ERRORS AND OMISSIONS Under SECTION IV • COMMERCIAL GENERAL L I A B I L I T Y C O N D IT I O N S , I T E M 6 REPRESENTATIONS, paragraph d. is added as follows: d. We will not disclaim coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception d ate of the policy. 15. CANCELLATION CONDITION Under CALIFORNIA CHANGES · CANCELLATION AND NONRENEWAL, FORM IL 0270, paragraph A.2.b. is replaced by the following: b. 60 d ays b efore the effective date, if we cancel for any othe r reason. Paragraph A.3 . b.(2) is replaced by the following: 60 days before the e ffective date of cancellation if we cancel for any other reason listed i n Paragraph 3.a. GC 0333 1097 Includes copyrighted material of In-s u rance Services Office, I n with its permission. Copyright, Insurance Services Office, Inc., 1994 Page 3 of 5 - - - - - - _ , 1 ?1 Rl qqq P2·00008933 ---PAGE BREAK--- PK CONTRACTORS, INC. LETTER OF TRANSMITTAL PO BOX 3807 SPOKANE WA 99220-3807 Phone (509) 536-7503 DATE November 13, 2000 IJoa "0 ATIENTION RE 2000-2 Fax (509) 534-6957 WWTP FACILITIES -PHASE Ill MOSCOW ID TO: CITY OF MOSCOW PO BOX 9203 MOSCOW ID 83843 WE ARE SENDING YOU 0Attached Ounder separate cover via the following items: 0 Drawings 0Prints 0Pians Osamples 0 Specifications Ocopy of letter Ochange order D OTHER COPIES DATE NUMBER DESCRIPTION 1 COPY OF CERTIFICATE OF LIABILITY INSURANCE FOR SPILKER MASONRY CO. THESE ARE TRANSMITTED as checked below: REMARKS O For Approval D For your use O As requested 0 Approved as submitted CC: MARK PEDERSON 0 Approved as noted WENDY STIDHAM 0 Returned for corrections JOB SITE O Resubmit_ copies for approval JOB FILE D Submit _ copies for approval UMATILLA O Return _corrected prints D For review and comment O For bids due ,1999 D Prints returned after loan to us 0 SIGNED: IF ENCLOSURES ARE NOT AS NOTED, KINDLY NOTIFY US AT ONCE ---PAGE BREAK--- CERTIFIC;.. fE O F LIABILITY INSURANCE DATE {MMIDOIYY) 11/10/2000 ' PRODUCER ! Marsh AdvanLage America ; P. o. Box 2151 j Spokane, WA USA 99210-2151 ! Marsh Advantage I hNSURED-\ , America i s a service of seabury & Smi th, Inc. ! Ken Spilker Masonry Co. I E. 3917 columbi a ! spokane. WA 99207 bq'rv s'A'NI:rcoNFtus No Ÿ͚poTn Mu"PoN" Tml CERTIFI(!..\1-'E HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ' INSURERS AFFORDING€/': · · PK £-eNfRA\ 16 " . : INSURERS: NOV- l3 ZOO ! INSURERC: INSURER D: : INSURER E: FlElD APPR'OVAl I HAVE I I I I 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. A ALL OVIINED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON-OWNED AUTOS ANY AUTO A EXCESS LIABIUTY X OCCUR ' X OCCUR CLAIMS MADE DEDUCTIBLE X s , WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 523002000095 02/01/2000 COMBINED SINGLE LIMIT {Ea accident) BODILY INJURY (Per person) 1 , 000, 000 $ 02/01/2003 EACH_.o C C C U R C E N C.C C.C E C • C' . S , ¶ 0 0 0 ' AGGREGATE E.L. DISEASE - POLICY liMIT · R E : MOSCOW WASTEWATER T REATMENT FACILITIES PHASE I I I ADDITIONAL INSURED STATUS AS GRANTED BY THE POLICY TO CERTIFICATE HOLDER AND CITY OF MOSCOW X ADDITIONAL INSURED; INSURER LETTER: A PK CONSTR<\.CTORS. P.O. BOX 3807 SPOKA:VE, WA 992203807 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABlliTY OF ANY KINO UPON THE INSURER, ITS AGENTS OR ---PAGE BREAK--- ACQRD,.. PRODUCER Seabury & Smith 601 VJ. Na -rn Street Suite 1400 Spokane, WA 99201 -0689 Janet Grommet P K Contractors. Inc. P . O . 8ox 3807 Spokane, WA 99220 HIRED AUTOS X ' NON-OWNED AUTOS LIABILITY OTHER THAN UMBRELLA FORM ( 509) 358 -3900 POUCY NUMBER 787 CON58152829 CON58152860 I ! MAY I C ! COMPANY D 12/01100 ! 12/01100 AS RESPECTS: PPOJECT WASTEWATER TREA TMENT FACILITIES PHASE 1 . MOSCOW. IDAHO. ADDI TIONAL JNSUP£0 STATUS IS GI VEN TO THE CITY OF MOSCOW. P . 0. BOX 9203 . NOSCOW. IDA!-!0 83843-1 703. OWNE/?. KIMBALL EtVGINEE.RJNG, CASNE 12101101 12!01101 LIMITS COMBINED SINGLE LIMIT i BODll Y INJURY i {Per person) SODIL Y INJURY {Per acc1dent) i, PROPEP,TY DAMAGE DATE !MM/DD/YY} 11 127100 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEllED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY Will {IX MAIL 30 * DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE lEFT, ---PAGE BREAK--- Certi ficate )Jo . 0007001 · 00049 Cert i ficate Holder CITY OF HOSC0\1 ATTN DEAN C . WEYEN P. 0. BOX 9203 MOSCOW , I D 83843- ])03 P K Cortr.actors . Inc . ciON OF DPf3AT:C!NS/LOUTIGNSiVEHIC.L\:S Cent · d ENGINEERING. COFFMAN . STRUCTURAL RESEN