HomeMy WebLinkAboutCP1324 Airport Runway & Apron Contract 14-03 PUBLIC WORK CONTRACTNO. 14-03
Project No.CP1324,Airport Runway&Apron Rehabilitation
THIS CONTRACT is entered into between the City of Auburn, a Washington Municipal
Corporation ("City"),and Blackline. Inc("Contractor"),whose mailing address is PMB 196, 13023 NE
- _. _ _-- - -- — ---- - _ __... .._ .. — -- - -- _ . -- — -- _ -- .------- -- -
Hiahway 99, Ste. 7, Vancouver, WA,98686.
The parties agee as follows:
I. CONTRACTOR SERVICES. The Contractor shall do all work and furnish all tools,
materials and equipment for the construction of Project No. CP1324 in accordance with this
Contract form. Scope of work is as follows:
The Contractor shall do all work and fumish all tools,materials and
equipment for the construction of Project No. CP1324, in accordance with this
Contract form and as shown on the attached Plans in Section N which is by
this reference incorporated herein and made a part hereof.
The complete Contract includes the following parts, which are by this
referenc8 incorporated herein and made a part hereof. Any inconsistency in
the parts of the Contract shall be resolved by the order in which they are listed:
1) Addenda
2) Bid ProposalPackage
3) Public Works Contract
4) City of Auburn Special Provisions(Section I)
5) Federal Aviation Administration Special Provisions(Section I)
6) Special Provisions Supplement(Section n
7) Contract Conditions and General Provisions(Section In
8) Technical SpeciFications(Section ID)
9) Construction Plans(Section N)
10) Invitation for Bids
11) Construction Safety apd Phasing Plan (Section I)
12) 2012 Washington State Department of TranspoRation Standard ,
Speci£cations for Road,Bridge,and Municipal Construction
13) Federal Prevailing Wage Rates and Washington State Department of
Labor&Industries Prevailing Wage Rates and Benefit Code Key
effective on the Bid Advertisement Date.
14) Cited FAA Circulars
On the Construction Contract Plans, fgured dimensions shall take precedence over
scaled dimensions.
dollars and eighty-eight cents ($SQ 143.88)for a total of five hundred seventy-seven
thousand, nine hundred seventy-four dollars and twenty cents($577,97420.) Our sales tax
area is 1702 for King County. No payment shall be issued until a Statement of Intent to Pay
Prevailing Wages form, for the Contractor and each and every Subcontractor,has been
approved by the State Department of Labor& Industries, and is received by the City.
A. Performance Bond. The Contractor shall furnish the City with an executed performance
bond for the full Contract amount of five hundred seventy-seven thousand,nine hundred
seventy-four dollars and hventy cents($577,974.20.)
B. Retainaee. The City shall hold back retainage in the amount of five percent(5%) of any
and all payments made to the Contractor pursuant to RCW 39.08.010. The Contractor
can choose to have the retainage held by the City in a non-interest beazing account,have
it placed in an Escrow(interest bearing)Account, or submit a bond in lieu of retainage..
Said retainage sl�all be held by the City for a period of forty-five(45)days after the date
of 5nal acceptance, or until receipt of all necessary releases from the State Department
of Revenue and State Employment Security Department, including Affidavits of Wages
paid for the Contractor and each and every snbcontractor, and until settlement of any
]iens filed under Chapter 60.28 RCW,whichever is later.
C. Defective or Unauthorized Work. The City reserves its right to withhold payment from
the Contractor for any defective or unauthorized work. Defective or unauthorized work
includes,without limitation: work and materials that do not conform to the requirements
of this Contract; and extra work and materials furnished without the City's written
approval. If the Contractor is unable, for any reason,to satisfactorily complete any
poRion of the work, the CiTy may complete the work by contract or otherwise, and the
Contractor shall be liable to the City for any additional costs incurred by the City.
"Additional costs" shall mean all reasonable costs, including legal costs and attomey
fees, incurred by the City beyond the maximum Contract price specified above. The City
further reserves its right to deduct the cost to complete the Contract work,including any
additional costs, from any and all amounts due or to become due the Contractor.
D. Final Payment Waiver of Claims. The making of final payment(excluding withheld
retainage)shall constitute a waiver of claims, except those previously and properly inade
and identified by the Contractor as unsettled at the time request for final payment is
made.
VII. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-
Employer Relationship will be created by this Contract,the City being interested only in the
results obtained under this Contract.
PUBLIC WORK CONTRACT NO. 14-03
�n�na
Page 3 of 12
VIiI. SUBCONTRACTING. Work done by the Contractor's own oiganization shall account for
at least 30(thirty)percent of the awarded Contract price. Before computing this percentage
however,the Contractor may subtract(from the awarded Contract price)the costs of any
subcontracted work on items the Contract designates as specialty items.
The Contractor shall not subcontract work unless the City approves in writing. Each
request to subcontract shall be on the form the.City pro4ides. If the City requests,the
Contractor sl�all provide proof that the subcontractor has the experience; ability, and
equipment the work requires. The Contractor shall require each subcontractor to comply
with RCW 39.12(Prevailing Wages on Public Works)and to furnish all certifcates and
statements required by the Contract. As stated in Section VI, "Compensatiop,"no payment
shall be issued udtil a Statement of Intent to Pay Prevailing Wages form, for the Contractor
and each and every subcontractor, has been approved by the State Department of Labor&
Industries; and is received by the City.
Along with the request to sublet,the Contractor shall submit the names of any
contracting fiiins the subcontractor proposes to use as lower tier subcontractors.
Collectively,these lower tier subcontractors shall not do work that exceeds 25 percent of the
total amount subcontracted to a subcontractor.
The City will approve the request only if satisf ed with the proposed subcontractor's
record, equipment,experience and ability. Approval to subcontract shall not:
1. Relieve the Contractor of any responsibility to carry out the Contract.
2. Relieve the Contractor of any obligations or liability under the Contract and the
Contractor's bond.
3. Create any contract between the City and the subcontractor, or
4. Convey to the subcontractor any rights against the City.
The City will not consider as subcontracting: (1)purchase of sand, gravel, crushed
stone,crushed slag, batched concrete aggregates, ready mix concrete, off-site fabricated
structural steel, other off-site fabricated items,and any other materials supplied by
established and recognized commercial plants; or(2)delivery of these materials to the work
site in vehicles owned or operated by such plants or 6y recognized independent or
commercial hauling companies. However,the Washington State Department of Labor and
Industries may determine that RCW 39.12 applies to the employees of such firms identified
in A and B abov8 in accordance with WAC 296-127.
If dissatisfied with any part of the subcontracted work, the City may request in writing
that the subcontractor be removed. The Contractor shall comply with this request at once
and shall not employ the subcontractor for any further work under the Contract.
PUBLIC WORK CONTRACT NO. 14-03
7/22/14
Page 4 of 12
This section does not create a contractual relationship between the City and any
subcontractor. Also, it is not intended to bestow upon any subcontractor,the status of a
third-party beneficiary to the Contract between the City and the Contractor.
IX. TERNIINATION. The City may terminate this Contract for good cause. "Good cause"
shall include,without limitation,any one or more of the following events:
A. The Contractor's refusal or failure to supply a sufficient number of properly-skilled
workers or proper materials for completion of the Contract work.
B. Tfie Contractor's failure to complete the work within the time specified in this Contract.
C. The Contractor's failure to make full and prompt payment to subcontractors or for
material or labor.
D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations.
E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt.
After all the work contemplated by the Contract has been completed eiHier by the Surety
or the City, the City will calculate the total expenses and damages for the completed work. If
tHe total expenses and damages are less than any unpaid balance due the Contractor,the
excess will be paid by the City to the Contractor. If the total expenses and damages exceed
the unpaid balance,the Contractor and the Surety shall be jointly and severally liable to, and
shall pay the difference to,the City on demand.
X. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing
Wages" with the State of Washington Department of Labor& Industries prior to
commencing the Contract work. The Contractor shall pay prevaili�g wages and comply with
Chapter 39.12 of the Revised Code of Washington,as well as any other applicable prevailing
wage rate provisions. The prevailing wage rate revision in effect on the date of the bid
opening is by this reference incorporated herein and made a paR hereo£ No payment shall
be issued until a Statement of Litent to Pay Prevailing Wages fonn, for the Contractor and
each and every subcontractor, has been approved by the State Department of Labor&
Industries, and is received by the City. Retainage shall not be released until an Affidavit of
Wages Paid form for the Contractor and each and every subcontractor, has been approved by
the State DepaRment of Labor&Industries,and is received by the City.
XI. CHANGES. The City may issue a written change ordAr for any change in the ConVact work
during the performance of this Contract. If the Contractor determines, for any reason,that a
change order is necessary, the Contractor must submit a written change order request to an
authorized agent of the City ivithin fifreen (15)calendar days of the date the Contractor knew
or should have known of the facts and events giving rise to the requested change. If the City
determines that the change increases or decreases the Contractor's costs or time for
performance,the City will make an equitable adjustment. The City will attempt, in good
PUBLIC WORK CONTRACT NO. 14-03 '
�nvia
Page 5 of 12
faith,to reach agreement with the Contractor on all equitable adjustments. Howeyer, if the
parties are unable to agree,the City will determine the equitable adjushnent as it deems
appropriate. The Contractor shall proceed with the change order work upon receiving either
a written change order from the City or an oral order from the City before actually receiving
the written change order. If the Contractor fails to require a change order within the time
allowed,the Contractor waives its right to make any claim or submit subsequent change
order requests for that portion of the Contract work. If the Contractor disagrees with the
eqnitable adjustment,the Contractor must complete the change order work; however, the
Contractor may elect to protest the adj ustment as provided below:
A. Procedure and Protest bv the Contractor. If the Contractor disagrees with anything
re:quired by a change order,anotFier written order, or an oral order from the Ciry,
including any direction, instruction, interpretation, or determination by the City,the
Contractor shall:
1. Immediately give a signed written notice of protest to the City;
2. Supplement the written protest within fifteen(I S)calendar days with a written
statement that provides the following information:
a. The date of the Contractor's protest.
b. The nature and circumstances that caused the protest.
c. The provisions in this Contract that support the protest.
d. The estimated dollar cost, if any,of the protested work and how that estimate
was determined.
e. An analysis of the progress schedule sliowing the schedule change or disruption
if the Contractor is asserting a schedule change or disruption.
The Coqtractor shall keep complete records of extra costs and time incurred as a
result of the protested work. The City shall have access to any oFthe Contractor's
records needed for evaluating the protest.
3. The City will evaluate all protests, provided the procedures in this section are
followed. If the City determines that a protest is valid,the City will adjust payment
for work or time by an equitable adjustment. No adjustment will be made for an
invalid protest.
B. Contractor's Dutv to Complete Protested Work. In spite of any protest,the Contractor
shall proceed promptly with the work as the City has ordered.
C. Contractor's Acceptance of Changes. The Contractor accepts all requirements of a
change order by: (1)endorsing it, (2)writing a separate acceptance, or(3)not protesting
in the way this section provides. A chang"e order that is accepted 6y the Contractor as
provided in this section shall constitute full payment and final settlement of all claims for
PUBUC WORK CONTRACT NO. 14-03
7/22/14
Page 6 of 12 .
Contract time and for direct, indirect and consequential costs, includin�costs of delays
related to any work, either covered or affected by the change.
D. Failure to Protest Constitutes Waiver. By not protesting as this section provides,the
Contractor also waives any additional entitlement and accepts from the City any written
or oral order(including directions, instructions, interpretations, and detertnination).
E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of
this section,the Conhactor completely waives any claims for protested work and accepts
from the City any written or oral order(including directions, instructions, interpretations,
and determination).
XII. CLAIMS The Contractor waives right to a claim if they have not followed procedures
outlined in Section XI.A of this Contract. If resolution cannot be reached under Section
XI.A,then the Contractor shall give written notice to the Ciry of all claims other than change
orders within fifteen(15)calendar days of the City's ootice of its final decision on the
Contractor's protest. Any claim for damages, additional payment for any reason, or
extension of time, whether under this Contract or otherwise, shall be conclusively deemed to
have been waived by the Contractor unless a timely written claim is made in strict
accordance with the applicable provisions of this Contract; or if(and only i�no such
provision is applicable, unless that claim is set forth in detail in writing and received by the
Ciry within seven(7)calendar days from the date the Contractor knew, or should have
known,of the facts giving rise to the claim. At a minimum, a Contractor's written claim must
include the information set forth regarding protests in Section XI.A.
Failure to provide a complete,written notification of claim within the time allowed shall
be an absolute waiver of any claims arising in any way from the facts or events surrounding
tliat claim or caused by that delay.
The Contractor must, in any event, file any claim or bring any suit arising from or
connected with this Contract within forty-five(45)calendar days from the date the Contract
work is complete.
X�IT, WARRANTY. All defects in workmanship and materials tha[occur witliin one year from
the date of the City's acceptance of the Contract work shall be corrected by the Contractor.
When defects are corrected,the warranry for that portion of the work shall extend for one
year from the date such cortection is completed and accepted by the City. The Contractor
shall begin to conect any defects within seven(7) calendar days oF its receipt of notice from
the City of the defect. If the Contractor does not accomplish the corrections within a
reasonable time, the City may complete the corrections and the Contractor shall pay all costs
incurred by the City in order to accomplish the correction.
PUBLIC WORK CONTRACT NO. 14-03
7/22/14
Page 7 of 12
XIV. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers,
officials,employees, agents and volunteers harmless from any and all claims, injuries,
damages, losses or suits, including all legal costs and attorney fees,arising out of or in
connection with.the perfortnance of this Contract, except for injuries and damages caused by
the sole iiegligence of the City.
The City's inspection or acceptance of any of the Contractor s work when completed
shall not be grounds to avoid any of these covenants of indemnification.
Should a court of competent jurisdiction determine that this Contract is subject to RCW
4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Contractor
and the City, its officers, officials, employees, agents and volunteers, the Contractor s
liability hereunder shafl be only to the extent of the Contractor's negligence.
It is further specifically and expressly understood that this indemnification constitutes
the Contractor's waiver of immtfnity under Industrial Insurance, Title 51 RCW;solely for the
purposes of this indemnification. The parties acknowledge that they have mutually
negotiated this waiver.
The provisions of this section shall survive the ezpiration or termination of this Contract.
XV. INSURANCE. The Contractor shall procure and maintain for the duration of this Contract,
insurance against claims for injuries to persons or damage to property that may arise from or
in connection with the perfortnance of the Contract work hereunder by the Contractor, its
agents, representatives,employees or subcontractors.
Before beginning work on the project described in this Contract, the Contractor shall
provide a Certificate of Insurance eJidencing the coverages listed below. The policies of
insurance for general, automobile, and pollution policies shall be specifically endorsed to
name the Contracting Agency and its officers, elecred officials, employe8s, agents and
volunteers,and any other entity specifically required by the Contract Pro4isions, as
additional insured(s).
A. Automobile Liabilitv insurance covering all owned, non-owned, hired and leased
vehicles with limits no less than $1,000,000 comliined single limit per accident for
bodily injury and property damage. Coverage shall be written on Insurance Services
Office(ISO)form CA 00 01 or a substitute form providing equivafent liability coverage.
If necessary,the policy shall be endorsed to provide contractual liability coverage.
B. Commercial General Liabilitv insurance written with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate,and a$1,000,000 products-completed
operations aggregate limit. Coverage shall be written on ISO occurrence form CG 00 Ol
and shall cover liability arising from premises, operations, stop gap liabiliry, independent
PUBUC WORK CONTRACT NO. 14-03
722/l4
Puge 8 of 12
contractors, products-completed operations, personal injury and advertising injury,and
liability assumed under an insured contract. The Commeroial General Liabili_ty
insurance shall be endorsed to provide the Aggregate Per Project Endorsement form CG
25 03 11 85. There shall be no endorsement or modification of the Commercial General
Liability insurance for liability arising from explosion,collapse or underground property
damage. The City shall be named as an additional insured under the Contractor's
Commercial General Liability insurance policy,with respect to the work performed for
the City using ISO Additional Insurance endorsement CG 20 10 10 01 and Additional
Insured-Completed Operations endorsement CG 20 37 10 Ol or substitute endorsements
providing equivalent coverage.
C. Workers' Compensation coverage as required liy the Industrial Insurance laws of the
State of Washington.
D. Excess or Umbrella Liabilitv coverage with limits of$1,000,000 per occunence and
annual aggregate. This excess or umbrella liability coverage shall apply, at a minimum,
to both the Commercial General and Auto Insnrance policy coverage. This requiremen[
may be satisfied instead through the Contractor's primary Commercial General and
Automobile Liability Coverage,or any combination thereof.
E. Other Insurance Provisions. The insurance policies are to contain,or be endorsed to
contain,the following provisions for Automobile Liability and Commercial General
Liability:
1. The Contractor's insurance coverage shall be primary insurance as respect the City.
Any insurance, self-insurance, or insurance pool coverage maintained by the City
shall be excess of the Contractor's insurance and stiall not contri6ute with it.
2. The Contractor's insurance shall be endorsed to state that coverage shall not be
cancelled by either party, except after thirty(30)days prior written noticc by
certified mail, retum receipt requested, has been given to the City.
F. Contractor's insurance for Other Losses. The Contractor shall assume full responsibili.ty
for all loss or damage from any cause whatsoever to any tools, Contractor's employee
owned tools,�nachinery, equipment, or motor vehicles owned or rented by the
Contractor, or the Contractor's agents, suppliers, or contractors as well as to any
temporary structures, scaffolding,and protective fences.
G. Waiver of Subro at� The Contractor and the City waive all rights against each other,
any of their Subcontractors, Sub-subcontractors,agents and employees,each of the other,
for damages caused by fire or other perils to the extent covered by Builders Risk
insurance or other property insurance obtained pursuant to Section XV of tliis Contract
PUBLIC WORK CONTRACT NO. 14-03
7R2/l4
Page 9 of 12
or other property insurance applicable to the work. The policies shall provide such
waivers by endorsement or othenvise.
H. Acceptability of Insurers. Insurance is to be placed with authorized insurers in
Washington State with a current A.M. Best rating of not less than A-:VII.
I, Verification of Coverase. Contractor shall furnish tlie City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the Automobile Liability and Commercial
General Liability insurance of the Contractor before commencement of the work. I.
Subcontractors. Contractor shall ensure that each subcontractor of every tier
obtairis and maintains at a minimum, the insarance coverages listed in this section. Upon
request of the City,the Contractor shall provide evidence of such insurance.
Any payment of deductible or self insured retention shall be the sole responsibility of ihe
Contractor.
The City reserves the right to receive a certified copy of all the required insurance policies.
XVI. MISCELLANEOUS.
A. Nondiscrimination. In the hiring of employees for the performance of work under this
Contract,the Contractor;its subcontractors;or any person acting on behalf of Contractor
sliall not, by reason of race,ieligion, color, sex, sexual orientation,national origin, or the
presence of any sensory,mental, or physical disability, discriminate against any person
who is quali£ied and available to perform the work to which the employment relates.
B. Compliance with Laws. The Contractor shall comply with all federal, state and local
laws,rules and regulations Ihrougliou[every aspect in [he performance of this Contract.
C. Work Performed at Contractor's Risk. The Contractor shall take all precautions
, necessary and shall be responsible for the safety of its employees, agents, and
subcontractors in the performance of this Contract. All work shall be done at the
contractor's own risk, and the Contractor shall be responsible for any loss of or damage
to materials,tools, or other articles used or held for use in connection with the work.
D. Non-waiver of Breach. The failure of the City to insis[upon s[rict performance of any of
the terms and rights coatained herein, or to exercise any option herein conferred in one
or more instances, shall not be construed to be a waiver or relinquishment of those terms
and rights and they shall remain in full force and effect.
E. Governin L�aw. This Contract shall be governed and constroed in accordance with the
laws of the State of Washington. If any dispute arises between the City and the
Contractor under any of the provisions of this Contract, resolution of that dispute shall be
available only through the jurisdiction, 4enue and rules of the King County Superior
Court,King County, Washington.
PUBLIC WORK CON7RACT NO. 14-03
722/14
Page 10 of I2
F. Attorney's Fees. To the extent not inconsistent with RCW 39.04.240, in any claim or
lawsuit for damages arising from the parties'performance of this Contract,each party
shall be responsible for payment of its own legal costs and attomey's fees incurzed in
defending or bringing such claim or lawsuit; however, nothing in this subsection shall
limit the City's right to indemnification under Section 10 of this Contract.
G. Written Notice. All communications regarding this Contract shall be sent to the parties.
at the addresses listed on the signature page of this Contract, unless otherwise notified.
Any written notice shall become effective upon delivery, but in any event three(3)
calendar days after the date of mailing by registered or certified mail, and shall be
deemed sufficiently given if sent to the addressee at the address stated in this Contract.
H. Assignment. Any assignment of this Contract by the Contractor without the written
consent ofthe City shall lie void.
L Modification. No waiver, alteration, or modification of any of[he provisions of this
Contract shall be binding unless in writing and signed by a duly authorized
representative of the City and the Contractor.
J. Seve�abilitv. If any one or more sections, sub-sections, or sentences of this Contract are
held to be unconstitutional or invalid, that decision shall not affect the validity of the
remaining portion of this Contract and the remainder shall remain in full force and effect.
K. Entire Contract. The written provisions and terms of this Contract, together with any
referenced documents and attached Exhibits , supersede all prior verbal statements by
any representative of the City, and those statements shall not be construed as forming a
part of or altering in any manner this Contract. This Contract, referenced documents,
and any attached Exhibits contain the entire Contract between the parties. Should any
language in any referenced documents or E�ibits to this Contract conflict with any
language contained in this Contract, the terms of this Contract shall prevail.
� PUBLIC WORK CONTRACT NO. 14-03
�nzna
Pege 1 I of 12
IN WITNESS WHEREOF, the parties below have executed this Contract.
BLACKLIIv`E, THE CITY OF AUBURN
1
(Signature) (S�gnatur
By� �� � ��i� By Nancv Backus
(Print name ere)
Its � �Q9lS lilr� �J eC_Y�r� Its Mavor
(Authorized representative)
DATE: � 3 I I DATE: g' (n'14
Contractor's State License No:1)LA�Y � �)�S��
State Tax Registration(UBI)No. �I V���1�Q��
Federal Tax ID# �1 I-I 35 l5� I
Notices to be sent to: Notices to be sent to:
BLACKLINE, INC CITY OF AUBURN
Attn: Cody Lorenzen Attn: Shelley Coleman
PO Box 820648 25 West Main Street
Vancouver, WA 98682 Aubum, WA 98001
Phone: 360.225.1080 Phone: 253.804-5019
Fax:.360.553.4114 Fax: 253.9313053
E-mail: codv.lorenzen(�a email.com E-mail: scoleman@aubumwa.gov
ATTEST:
��y�� ��
Danielle E. Daskam,City Clerk
APPRO S RM:
Da ' . Heid,City Att ey
H:�FORMS�Cl25 (Rev. 12/1/06)
PUBLIC WORK CO�TRACT NO. 14-03
722%14
Page 12 of 12
�k
/�CITY OF '� *
!�T T�� T K �T Nancy Backus,Mayor
d 1lJ dJ �Ol �I
� WASHINGTON 25 West Main Street* Auburn WA 98001-4998*www.auburnwa.gov *253-9313000
August 7, 2014
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Blackline, Inc
PMB 196
13023 NE Highway 99, Suite 7
Vancouver, WA 98686
NOTICE TO PROCEED
RE: Project#CP1324, Auburn Airport Runway and Apron Rehabilita4ion,
Contract#14-03
You are hereby notified to proceed as of August 8, 2014 with the work on the
above-referenced prbject, within the time period specified, in accordance with
the provisions of the contract documents, copy enclosed. This project has
65 working days for completion.
If you have any questions, please contact the Project Manager for the project,
Mark Keller of Century West Engineering at 509-933-2479 or the Contract
Administration Specialist, Amanda DeSilver at 253-876-1980.
Sincerely,
1,�
Shelley Coleman
Finance Director
Enclosure
cc: Dani Daskam, City Clerk
Seth Wickstrom, Project Engineer
File 13.11 (CP1324)
AUBURI� * MORE THAN YOU IMAGINED
CONTRACTBOND
CONTRACT NO. 14-03
BOND NO. CSB0018787
BOND TO CITY OF AUBURN, WASHINGTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned, Blackline Inc PMB 196 13023 NE Highwav 99, Ste. 7, Vancouver,
WA, 98686,as principal, and Contractors BondinQ and Insurance Comnanv, a corporation, organized
and existing under the laws of the State of Washin on as a surety corporation, and qualified under
the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety, are jointly and severally held and firmly bound to the CiTy of Aubum,
Washington, in the penal sum of five hundred seventv-seven thousand, nine.hundred seventv-four
dollars and twentvi cents ($577,974.20,1 for tlie payment of which sum we jointly and severally bind
ourselves and our successbrs, heirs, administrators or personal representatives as the case may be.
This obligation is entered into in pursuance of the Statutes of the State of Washington and the
Ordinances of the City of Auburn, Washington.
Dated at Auburn, Washington, this ��'! day of�G��_> 2014. Nedertheless,
the conditions of the above obligation are such that:
WHEREAS, the City of Aubum on the 21 st day of July, 2014, let to the above bounden principal a
certain Contract. The said Contract being numbered 14-03, and providing for the construction of
Project CP1324, Auburn Municipal Airport Runway & Apron Rehabilitation (which Contract is
referred to herein and is made a part hereof as though attached hereto), and
VVHEREAS, the said principal has accepted, or is about to accept, the said Contract, and undertake
to perform the work therein provided for in the manner and within the time set forth:
NOW, THEREFORE, if the above bounden principal shall faithfully and truly observed and comply
with the terms, conditions, and provisions of said Contract in all respects and shall well and truly and
fizlly do and perform all matters and things by them undertaken to be performed under said Contract,
upon the terms proposed therein, and any and all duly authorized modifications of said Contract that
may hereafter by made, and within the time prescribed therein, and until the same is accepted, and
shall pay all laborers, mechanics, subcontractors and material men, and all persoris who shall supply
principal or subcontractors with provisions and supplies for the carrying on of said work and shall
hold said City of Aubum, Washington, hannless from any loss or damage occasioned to any person
or property by reason of any carelessness or negligence on the part of said principal or ariy
subcontractor in the performance of said work, and shall in all respects faithfully perform said
Contract according to law, and shall indemnify and hold the City of Aubum, Washington, harniless
from any damage or expense by reason of failure of performance, as specified in said Contract, and
The undersig�ed principal and the undersigned surety present this contract bond related to the
Contract, PROVIDED that this document shall not be enforceable unless and until the City of
Aubum awards and executes the Contract to the undersigned principal. No obligations under this
bond, for the performance of tlie above-referenced contract, shall be enforceable until the City of
Au6um has ezecuted the contract to the undersigned principal.
The Surety, hereby agrees that modifications and changes may be made in the terms and provisions
of the aforesaid Contract without notice to Surety, and ariy such modifications or changes increasing
;
the total amount to be paid the Principal shall automatically increase the obligation of the Surety on
this Contract Bond in a like amount, such increase; however, not to exceed twenty — five percent
(25%) of the original amount of this bond without the consent of the Surety.
PROVIDED, however, that after the acceptance of this Contract and the expiration of the lien period,
and if there aze no liens pending, then the penal sum of this bond, shall be reduced to either ten
percent (10%) of the value of the improvements to the City or two thousand dollars ($2,000),
wHichever is greater, to warranty against defects appearing or developing in the material or
workmanship provided or performed under this Contract within a period of one (1) year after
acceptance. Not withstanding the reduction of this bond, the principal and surety shall hold the City
of Aubum harmless from all defects appeazing or developing in the material or workmanship
provided or performed under this Contract within a period of one (1) yeaz afrer acceptance, THEN
and in [hat event this obligation shall be void; but otherwise it shall be and remain in full force and
effect,
It is hereby expressly agreed that if any legal action is necessary to be brought under the conditions
of tfiis bond, that the decisions of the Coivts of the State of Washington shall be binding.
IN WITNESS WHEREOF, the above-bounden parties have executed this in ent this 3151 day
of Ju1v , 2014.
UV ' , .
Blackline, Inc
Contractors Bondin� and Insurance Comoanv
Surety
BY �,►.-�.k�._� �a..�4-.�� _
Chazla M. Boadle, Attorney in Fact
", '
Molonev, O'Neill. Corkerv & Jones, Inc.
818 West Riverside Avenue. Suite #800
Sookane WA 99201 509-325-3024
Resident Agent's Address 8 Phone Number
���� �b�� POWER OF ATTORNEY
.a.li�o.�, RLI Insurance Company
P.o.aox 3967�Peoria,IL 616123967 Contractors Bonding and Insurance Company
Phone:(800)645-2402�Fax:(309)689-201b -
Know All Men by These Prcsents:
That this Power of Attomey is not valid or in effect unless attached to the bond which it authorizes exewted, but may be detached by the
approving officer if desired.
That this Power of Attomey may be effective and given to either or both of RLI Insurance Company and Contrectors Bonding and
Insurance Company,required for the applicable bond.
That RLI Insurance Company, a fllinois corpora[ion, and/or Contractors Booding and Insurance Compaoy, a Washing[on
coiporation (as applicable), each authorized and licensed to do business in all states and [he District of Columbia do hereby make,
consumre and appoint:
Mark L. Roff. Lisa A.Tatham.Cathie Hamlin,Janet M. Fenton,Chada M. Boadle.Tim Brinson,Patncia M.Wachter,JeffOTleill, ioinUv
or sevcrellv
in the Ciry of Sookane , Stare of Washineton ,as Attomey in Fact, with full power and authonty hereby
conferted upon him/her to sign, exew[e, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds,
undertakings,and recognizances in an amoun[not to exceed Ten Million Dollars
( $10.000,000.00 1 for aoy single obligation.
The acknowledgment and exew[ion of such bond by the said Attomey in Fact shall be as binding upon this Company as if such bond had
been exewted and acknowledged by the regularly elected oFficers of ihis Company.
RLI lnsurance Company and Contractors Bonding and lnsurance Company, as applicable, have each further certified that the
following is a true and exact copy of[he Resolution adopted by ttie Board of Directors of each such corporation,and now in force,to,wit:
"All bonds, policies, undertakings, Powers of Attorney or other oblige[ions of [he Corpore[ion shall be executed in the
corporate name of the Gorporetion by[he President,Secretary,any Assistant Secretary,Treasureq or any Vice President,or by
such o[her ofticers as the Board of Dircetors may authorize. The Presiden[, any Vice President, Secretary, any Assistant
Secretary, or the Treesurer may appoint Attorneys in Fact or Agents who shall have euthority to issue bonds, policies or
under[akings in [h�e name of the Corpora[ion. The corpora[e seal is not necessary for Ihe validi[y of any bonds, policies,
undcrtakiogs,Powcrs of Attorney or othcr obligefions of the CorporeAon. Thc signa[ure of any such ofTiccr and thc corporetc
seal may be prioted by facsimile or other electronic image."
IN WITNESS WHEREOF, RLI Insurance Company and/or ConJractors Bonding end Insurance Compeny,as applicable,have
caused these presents to be executed by its respective Vice President with its coiporate seal affixed this�day of�y,�q.
."�„o�"O,"",°jNS�''. . ppNCE �-<<nsurauce Company
:o°.• . 'Pi';; o'9J„ ...�o�'t
;gq.,` Pp�R, ' y�; "�: ;(e�. Contractors Bonding and Insurance Compeny
o r •.m : �� •.'CS:
_u • _'_ P :a = _¢;� �O_ _ � .<`'
;��.. SEAL :��: ' `:. SEAL ; ;
=°� • 1979 = • : Roy C.Die Vice President
Stateoflllinois l '•......•' '••..'...:
� SS •w93MiMG(O� . /���'(�uCn�`6�`
CountyotPeoria J '���������
CERTIFlCATE
On this 9th day of Mav 2014 I, �he undersigned officer of RLI lesurunre Compnny, a stock
before me, a Nolary Public, personally appeared Rov C. Die , who corpofation of�he State of Illinois, and/or Contrnctors Bonding nnd
being by me duly swom, acknowledged �ha� he signed the above Power o! Insurence Company, a Wazhington coryoration, do hereby cenify
Attomey as the aforesaid ofticer of the RLI Insurance Company and/or Ihat Ihe attached Power of Attomey is in full Force and elTect and is
Contractors Bondiog and lusurence Compeny, and acknowledged said irtevocable; and Funhermore, tha� the Resolution ot the Company as
inshument ro be the volumary act and deed o(said corpomtion. set forth in the Power of Attomey, is now in force. In testimony
whereoF, I have hereunto sct my hand and the seal of the RLI
Insurance Com an�and/or Contractors Bondin nnd Insurance
Compaey this P ,day of �I
�
;,L �Q�, RLl Insurance Company
Jacqu 'ne M.Bockler Notary Public C�ntrectors Bonding and Insurence Company
�� "OFFICIAL SEAL"
a,.a. Roy G.Die Vice President
en%�os �ACOUELINE M-BOCKLER
uxoiv� COMMISSIONE%PIHE50111M1B
as7saaaoaoztz A005991J
Page 1 of 2
p Search > CONTRACTORS BONDING AND INSURANCE COMPANY
CONTRACTORS BONDING AND INSURANCE
COMPANY
General I Contac[ � Licensinfl I APPOin[ments I Complaints � Orders. I FinanGal Sta[ements � Na[ional Info� Itatings
Back to Search
General information Contact information
NBM2: CONTRACTORS BONDING AND INSURANCE COMPANY R2glSte�2d
CO�PO�BYe fOMlly J�OUp: RLI.INS_GRP wnaiiscn�s> address Mailing address
O�JBIIIZBYIOII Yyp2: PROPERIY 3101 WESTERN AVE STE PO BOX 9721
- - 300 Seattle, WA 98109
WAOIC: 343 SEATTLE, WA 98121
NAIC: 3�206 Telephone
Telephone zo5-5zz-io53
SYaYUS: AC7IVE 206-622-7053
Admitted date: io/o9/19�9
Ownership type: STOCK
♦beck to rop
Types of coverage authorized to sell wna�,=«,_�
Insurancetypes
Casualty
Marine
Property
Surety
Vehicle
�F back[o top.
Agents and agencies that represent this company
(Appointments) w,a�.,=,��_�
View agent5 View apencies
�!back ro[op
Company complaint history w�a�,=�,s�
View complainu
?back[o mp
Disciplinary orders z008-2014 w,a�,,.��,_>
Year Order�Number
2008 OB-0094
2012 12-0164
The orders pbsted here are unverlfied electronic duplicates of the official orders ac[ually entered.To be certaln you
have�the o�cial version of the order as entered, request a hard copy from Renee Molnes at 360-725-7047 or
email legal@olc.wa.gov. Looking for other orders? Our online orders search allows you to search a ten year hlstory
_... _... .................................... . _
of all orders, Including enforcement orders, administrative orders, and generel orders.
http://www.insurance.wa.gov/consumertoolkiUCompany/CompanyProfile.aspx?WAOIC=343 8/5/2014
Page 2 of 2
f back ro,poy
Company financial statements and supplements w�a�;=«�_�
View financial statemc�Ks
f Eack to loy
National information on insurance companies
Want more information about thls company?The_NAICs Consumer Information�5�paye allows you ro re[rleve
na[ional financlal and complaint Information on insurance companies, plus has information and tips to help you
understand currentlnsurancelssues.
4baACOt�
Ratings by financial organizations
The following organizations ra[e Insurence companies on their financial strength and s[ability. Some of these
companies charge for their Servltes.
A.M. Best
_.._._ ..
Weiss Group.Ratings
Standard and Poor's Corp
Mood 's Investors Service �
Fltch,iBCA, Duff_and Phelpe.,_.Ratings _
?beck to[op
........... .. .
http://www.insurance.wa.gov/consumertoolkiUCompany/CompanyProfile.aspz?WAOIC=343 8/5/2014
A.M. Best's Consumer Insurance Information Center Page I of I
A.M. Best's /� ��
� {I�MomOerCeMec L941015ian uo
NoeO Coverago9 � How Does Yaur Insurer Rate7 Slato Insurance Intormallon
FIMIOfaRl3Oy6Ll10aIfmG�JQO�ype Enlel9COmpunYMeme �. +ebtleSla�e
Consumer Homa I Terms lo Know I Pofiy e Besl's Reunp ia lmpotlorp � Contecl Us
� Llfe 8 RoUromunt O Mealih 8 Disebiliry � Car 8 Home O Other Llfe Evonts
Contractors Bonding and Insurance Co LYI Prinl l�is oeae
p memeer ai au crauol
nra w.i�onic ru¢.nzoe rEix.ei-ioensx
AEtlross�. 9025 Nonn LinBGerg�Drive Pnona: 3W-692-1000 ,
Peoria,IL 616t5 Fex: 309-689�20]9
UNITEO STATES Wab. wvnv.rlicom.com
BeSYs Rating5 vre.,oan�aiori Necd Moro IntormauonT
Finencial SVenB�h Rating: A+ �' ase an imurer repoq mmplele with
Outlook'. Sfablo � mling nisiory,markM sFUm antl a list a}
wmpelilive insumrs/ar E 9,95.
Elfoclive Dato; June W,2014(ARrtnod) '�`ti.• Viow Samola Reoort
Finonciel Size Colegory: XI(5760 Million W E7.00 Bllllon)
Llcen6ing: Tho company is licensod in�o Disuid of Columbia and all siaios.
Top Llne�e)of Busineee�e...o�oo�oi�ea vr.mw�w�m.��
t Commomlal MuMpto Poril mew o.��nro�7 �
2. Suratym..o.n�e�o��
3. AU[O(COTTCKI91)NiewDefinAian)
4. FItlBlirymmvDenn�lian)
5. Othcr Llebllity(Occurtonce)m�o�nnn�n 7
Top State�a)ot Buaineea�e...e���o��.a vnm�.�.vma.��
1. Waehington
2. Arizona
3. Omgon
n Califomla
5. Montana
Visil our NewaROOm lor Ihe laiesl Naxs antl Press Releases for Ihis compnny nntl ils F M.Bost Group.
Terms o!Uea
All inlormatian provitletl on Ihe A M,Besl weESlte,inclutling bul nollimileE to lon�,tlata,�alings,�eports,imaBOe,pholos,grophics,antl c�ahs is owneG by o�licensatl lo A.M.Best
Compony antl is prolecled by Umlotl States copyrigh�laws entl intemelionol Irenly provisions.A M.Best antl ils licensors ralain ell copyriB��ond other pmpriomry righls to Ihe websilo
mmont_
Bosl§CreEit Raungs,o�laine0 Ihrough any eourco,may not Ee reprotluceA,Ois�MUtetl lo Tliird Patlin,or ataratl in a tlatabosa or retnevol eyelem in nny fomi Por mmmmcial purposes
wilhout Ihe pnorwnllen pe�mission o/lhe A.M.Basl Campany,All unoulM1O�ixaO uso ol Besl's Cratlit RatinBS or ot�er publis�e0 information Is sl�iclly�pmhibilotl.By logginp inlo BesYs
Mombor Canter or accassing Ihis siia,you accopl entl egrae lo bo bounE Dy our complete Terms of l/se.
cm omer ner�.,�waa�n su000n I Memear cemer I Conma mio���
qoaut A M.Bas�� Iie �Pnvncv Pollcv I SB£Vtih I Terms ol use�Leoel 6 Lice
CapytlpM1l m 201e q,M,Basl Campony,Inc.ALL RIGHTS RESERVED,
A.M.Bas�WnIEwIEe Headqueners,nm�esi RoeO,Oltlwid,Now Jarsey,OBBSB,U.S A
http://www3.ambest.com/Consumers/CompanyProfi le.aspx?BL=36&ambnum=002719&PP... 8/5/2014
.a �� BLACINC-01 CHAMLIN
/`��RO� DATE(MMIDO/YYYY)
_ __ CERTIFIGATE OF LIABILITY INSURANCE y�3v2o,a
THIS CERTIFICATE IS�ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES, NOT APFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT�BETWEEN THE ISSUING INSURER�S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
--. . .. ._ . -- -- �
IMPORTANT: If the certiflcate holder Is an ADDITIONAL INSURED,the poliry(les)musf tie entloreed. If SUBROGATION IS WAIVED,subject to
the terms and conditions of the pollcy,certain policies may requlre an endorsement. A 4Wtement on this certiFlwte does not confer rights to the
certificate holder in lieu of such endorsement(s). � ��� �
PRODUCER - - CONTAGf
NAME: "
Moloney,O'Neill,Corkery 8 Jones Inc PHONE �9 32 FAk �
818 W Rrverside il800� � �_a.q No,�g;� ) 53024 _ �A�q Nor(509 325-7803
Spokane,WA 99201 E.MAIL — —
ADDRE55:
INSURER�S)AFFOROING CAVERAGE NAIC p
ir+suneRn:Alaska National Insurence Co �
INSURED INSURER B: I
Blackline Ino msuneac: �
73023 NE Hwy 99#7 PMB 196 INSURER D:
Vancouver,WA 98686 � —
INSURER E:
- INSURER F:
COVERAGES. CERTIFICATE NUMBER:. REVISION NUMBERi .
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTMTHSTANDING ANY REOUIREMENT, 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 HEREINISSUBJECTTOALLTHE-TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BTV PAID CLAIMS.
���� TYPE OEINSl1RANCE I�bL�30HR PoUGY NUNBER MM D�NVYY I MM D vM'EVYV LIMITS
A X COMMERCIALGENERALLIA6IGTY EACHOCCURRENCE� ��OOO�OO
CLAIMS-MAOE � OCCUR 131PS31764 �9��8/$�73 09/0812014 pREMISES Eaocmvence) I $ �O�i�O
X BlanketAddllnsd
MED E%P(Any ane persan) I 5 $,�0
X ANICGL10670308 -
PERSONAI B ADV INJURV $ ��OOO�OO
GEN'LAGGREGATELIMRAPPlIESPER: GENEFALAGGREGAiE 8 Z�OOO�OO
POLICY� jE� � LOC PRODUCTS�COMP/OP AGG I S �Z�OOO�OO
OTHER' I S
AUTOMO�LELIABILITV COMBINEDSINGLELIMIT $ ��OOO�OO
Ee ettitlent)
A X ANYAUTO 131AS31764 09/08I2013 09I08/2074 BODILVINJURY(Perperson) $
ALL ONMEO SCHEOULED '—
AUTOS NON�OWNED PROPERTYDAM(AGE�itlenp $
x HIRE�AUTOS X AUTOS _(Paraccitlenll $
S
X UMBRELLALIAB X OCCUR EACHOCCURRENCE a 3�000�00
/� �EX�CESSLIAB CLAIMS-MADE 131LU37764 09l08I2013 09I08/2074 qGGREGATE �3�������
DED I RETENTIONS I g
WORKERS COMPENSATION PER I ERH
AND EMPLOYERS'LIABIIIT' Y I N STATUTE
/� ANVPROPRIETOR/FARTNER/EXEGUTIVE 131PS31764 09I08/2013 �9/QB@Q14 E.L.EACHACCIDENT a 1��0���0
- OFFICER/MEMBERE%CLUOED9 � N�A -
(MantlalorylnNH) ELDISEASE-EAEMPLOVEE E ��OOO�OO
If yea,eesuiba unaar "
DESCRIPTION OF OPERATIONS below I E.L.DISEASE-POLICV LIMIT $ ��OOO�OO
DESCRIPTpN OF OPERATON$/LOCATONS/VEHICLES (ACORp 101,Atldltlonsl Re�iorNa$heCUla,mey be ettec�eE M more apace la nqulrotl)
RE:_AUBURN MUNICIPAL AIRPORT RUNWAY AND APRON REHABILITATION PROJECT M14 03;CITY OF AUBURN WASHINGTON ITS OFFICERS OFFICIALS
EMPLOYEES AGENTS AND VOLUNTEERS ANY ANY OTNER ENTITV SPECIFICALLY REOUIRED BY THE CONTRACT S ARE NAMED ADDITIONAL INSUREDS
FOR GENERAL LIABILITV AS SHOWN ABOVE AND ATTACHED INCLUDING PRINL4RY NON CONTRIBUTORV. �WAIVER OF SUBROGATION PER FORM
ATTACHED. . . . . .. ... .. . .. .
CERTIFICATE HOLDER CANCELLATION
. . . - - -� ---- - --
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
... . _ .. _. . _. . _. _ _.. ...... . . . . . .
CITY OF AUBURN WASHINGTON THE EXPIRATION DATE TNEREOF, NOTICE WILL BE DELIVERED IN
25 W MAIN ST ACCORDANCE WITH THE POLICY PROVISIONS.
Autiurn,WA 98001-4998
AUTHOPoZED REPRESENTATNE
. �1� WGKMQ-/"�
�O 1968-2014 ACORD CORPORATION. All rights reserved,
ACORD�25(2014/01� The ACORD name and logo are registered marks of ACORD
. �',. a�S ���OI'la��
1 N S U R A N C E C O M P A N Y ,
�-.__
_ �_..,._ __
_..._.---___.... .....
ADDITIONAL'INSURED (CONTRACTORS) - AUTOMATfC STATUS WHEN REQUIRED IN CONSTRUCTION
AGREEMENT WITH YOU
THIS ENDORSEMENT CHANGES TIiE POLICY. PLEASE READ 17 CAREFULLY.
This endorsement mndifies insurance provided under the fol:otving:
COMMERCIAL GENERAL LIA6ILITY COVERAGE PART
1. INho Is An Insured (Section II) is amended to ii. supervisory, inspection, or enyineerirg
include as an insured any person or organizetfon seivir.,es.
(herein referred lo as an additional Insured), but
only if you are required fo a�id that person or a The insurance provided to the additional
organization as an Insured to this policy by a insu�er�, referred 'o in paragraph 1. of ihis
written contract that is in eifect prior to the"bodily endorsement, does not cover"bodily injury'or
injury', "property damage", or "personal antl "property damage' caused by your negliyent
a.dvertising injury'. acts and omissions in the Fierformance of
"your work° that occurs within lh"e "products-
2. The insuiance provided to the additional insured completed operalions hazard," unless fhr
is limifed as follows: written conkract, referred to in paragrepti 1. oF
this endorsement, contains a specific
a. That person or organization is only an requirement that you procure compleied
additional insured if, and only to the extent operations coverage or covera�7e within ihr
that, the injury or dainage is caused by "producls-coinpleied operaiions hazard" for
negligenl acts ur omissions of you or your ihe additional insured. However, even if
subcontractor in Ihe performance of "your coverage within the "products-completed
work" to which the wriften confract applies. oper�tlons hazard" is required by the v.�ilten
The person or organizatlon does not qualify contract, such coverage is available lo Ihe
as an additional insured with respect to injury additional insured oNy if the "bodily injur�i' or
or damage caused in whole or in part by "properly damage" occurs prior to the end of
_....._— - .
independent negl�c�ent ar,ts or omissions af fhe time period during which you are requirzd
..-such-p�YSbh orOTj�PSi28�GSr1' ' .. .�.�..- � -�---. ........-.....-.—_. by "iHe�'written�carltract—�oVide such'...
. .__._ . .. ----_ ..._�_
�overa e. �. _.. —_ W :Y
�. —,_.,_�.__�,.—_-:—._ . .. ,.. _....._.... g_ .t eex irafion .date,of_tde,_ lu.�_:`_
b The insurance provided to the additional whichever comes first.
insured does not apply to "bodily Injur7�',
"property damage", or "personal and 3. IF other valid and coller,tible insurance,v✓hether on
advertising injury" orising out of an architecPs, a prlmary, excess, contingent or any other basis,
engineer's, or surveyoPs rendering of or is available to the addiConal insured for a loss we
failure to render any profassional services wver under this endorsement, then tho insuranc2
inclutling: provided by this endorsement is excess over tli2l
other insu�ance. However,the insurance provided
i. the preparing, approving, or failing to by this endorsement will 6e primary to other
prepare or approve maps, drawings, insurance on which the additional insured is a
opinions, reporls, surveys, change orders, named insured for the covered loss, if the wrilten
design or specifications; and contract, referred to in paragraph 1. of ihis
ANIC GL 1061 03 OS Insured Copy Page 1 of 2
r�'�°� ° A�ask��l9��ioa�ai
b`r INSURANCE COMPANV
endorsernent, contains a specific reGuirement that
this insurance be primary or primary and non-
contributory. hi that case we will not share with
lhzt other insurance on a pro-rafa or o�her basis.
IF fne other insurance available to the additional
insured,whether on a primary, excess, contingent
or any other basis, is coverage for which i( hes
been nained as an additional insured, ihen Ihe
coverage provided by this endorsemen[ is excess
over that other iiisurance.
This endorsement changes the polir,y to which it fs attached and, unless othen,•�ise stated, is effeclive on the datr
issued at 12:01 A.PA. stardard fime 2t your mailing address shown in the policy. The information below is reyuired
only when this endorsement is issued subsequent to commencement of the policy.
Endorsement Effective Policy No.
Insured Endorsement Na �3
GounJersigned By
ANIC GL 1061 03 Q8 Insured Copy Page 2 of 2
I
��� �.��� �e���v�f�r
' INSURANCE COMPqN�V
BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
COMMERCIALGENERAL LIABIUTY COVERAGE PART
We waive any right of recovery we may have against The wai4er applies only to the person or organizalion
any person or organization as reqLired in a written required by the written contract and then only if the
contract because of payments we make for injury or contract requires you to obtain this agreement from
damage arising out of "your work" done under the us.
wrftten contract.
This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date
issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required
only when this endorsement is issued subsequent to eommencement of the policy.
Endorsement ENective Policy No.
Insured Endorsement No. 10
Countersigned By
ANIC GL 7b2 04 12 Producer Copy
. �°`,, ��ka ° aI
INSUqANCE CO�MPqNy
BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the foliowing
BUSINESS AUTO COVERAGE FORM
Various provisions in this endorsement restrict SECTION IV — Business Auto Conditions,
coverage. Read the entire policy carefully ro Paregreph A. 5. — Transier of Rfghts of Recovery
determine rights, duties, and what is and is not Against Others To Us is amended to include:
covered.
5. Transfer of Rights of Recovery Against
Throughout this policy, the worcls "you" and "your" Others to Us
refer to the Named Insured shown in the
Declarations. The words "we", "us", and "our" refer to This condition does not apply to any
the company providing this insurance. person(s) or organization(s) to the extent that
subrogation against thal person or
Other words and phrases that appear in quotafion organization is waived prior to the "accidenf"
marks have special meaning. Refei to SECTION V— or the "loss" under a contracc with thac person
DEFINITIONS in the Business Auto Coverage Form, or organization.
The coverages provided by this endorsement apply SECTION II — LIABILITY COVERAGE, Paragraph
per "accidenY' and, unless otherwise specified, are A2.a. {Z) —Supplementary Payments is replaced by
subject to all of the terms, conditions, exclusions and the following:
deductible provlsions af the policy, to which it is
attached. (2) Up to S10,OD0 for cost oF 6al bonds
SECTION II — LIABILITY COVERAGE, Para ra h (including bonds for related traffic iaw
9 p violations) required because of an
A.1. Who Is An Insured is amended to include: "accidenY' we cover. We do not have
to furnish these bonds.
d. Any "employee" of yours while operating
an "auto" hired or rented under a SECTION II — LIABILITY COVERAGE, Paragraph
contract or agreement in that A.Z.a. (a)—Supplementary Payments is replaced by
"employee's" name, with your permission, the following:
while performing duties related to the
contluct of your business. (4) All reasonable eicpenses incurred by
the "insured" at our request, including
e. Any person or organization for whom you actual loss of earnings up to $500 a
have agreed in writing to provide day because of time off from work.
insurance such as is afforded by this
Coverage Form, but oNy with respect to
liability arising out of the ownership,
maintenance or use of"autos" covered by
this policy. If such person or organization
has otherinsurance then this insurance is
p�imary to and we will not seek
contribution from the other insurance.
ANIC CA 1150 02 13 Page t of 4
�,��� �l�l�61/�i��aA
� N 5 U R A N C E C O M P A N Y
SECTION II - LIABILITY COVERAGE, Paregreph c. "LOSS" caused by falling objects or
A2.c. - Voluntary Property Damage is added as missiles.
follows:
However, you have the option of having glass
c. Voluntary Property Damage breakage caused by a covered "auto's"
collision or overturn considered a"loss" under
At your written request, we may make a Collision Coverage.
voluntary payment for Property Damage
caused by an "insured", but without Glass Repair-Waiver of Deducti6ie
liability to a third party, up to $25,000. We
will not make a Voluntary Property No tleductible applies ro glass breakage, if
Damage payment to anyone who is an the glass is repaired rether than reolaced.
"insured" under this policy.
SECTION III - PHYSICAL DAMAGE COVERAGE,
SECTION III - PHYSICAI DAMAGE COVERAGE, Paragraph A.4.a. - Transportation Expenses is
Paragraph A.2.-7owing is replaced by the following: replaced by the following�
Towing a. Trensportation Expenses
We will pay up to $500 for lowing and labor We will pay up to 5200 per day to a
costs incurred each time a covered "auto" maximum of 51.500 for temporery
that is a: transportation expense incurred by you
because of the total theft of a covered
a. Private passenger; "auto" that is a:
b. Truck;
(1) Private passenger;
c. Pick-up huck; (2) Truck;
d. Panel ; or (3) Pick-up truck;
e. Van (4) Panel; or
type vehicle under 20,000 Ibs. of Gross (5) Van
Vehicle Weight is disabled. However, the
labor must be performed at place of type vehicle under 20,000 Ibs. of Gross
disablement.
Vehicle Weight. We will pay only for
SECTION III - PHYSICAL DAMAGE COVERAGE, those covered "autos"for which you carry
Paragraph A.3. - Glass Breakage - Hitting a Bird either Comprehensive or Specifed
or Animal - Falling Objects or Mlssiles is replacetl Causes of Loss Coverage. We will pay
by the following: for temporary transporlation expenses
incurred during the period beginning a8
Glass Breakage -Hitting a Bird or Animal hours after the theft and ending,
-Falling ObJeets or Missiles regardless o( the policy's expiration,
when the covered "auto" is returned to
If you carry Comprehensive Coverage for the use or we pay for its "loss".
damaged covered "auto", we will pay the
following under Comprehensiqe Coverage:
a. Glass Breakage;
b. "Loss" caused by hittinq a bird or animal;
and
ANIC CA 1150 02 13 Page 2 of 4
`�� AI�I����!
� INSIJRGNCE CO MPANV
SECTION III - PHY8ICAL �AMAGE CDVERAGE, (2) Specified Causes oi Loss only if the
Paragraph A.4.b. - Loss of Use Expenses is Declarations indicate thaf Specified
replaced by the following: Causes of Loss Coverege is provided
b. Loss of Use Expenses- Hired, Rented, for the "auto" withdrewn from seroice;
or
or Borrowed Automoblles (3) Collision only if the Deciarations
indicate that Collision Coverage is
We will pay expenses for which an provfded for the "auto" �vithdrawn
"insured° becomes legally responsible to from service.
pay for loss of use of a vehicle hired,
rented or borrowed without a driver under SECTION III - PHYSICAL DAMAGE COVERAGE,
a written rental contract or agreement. Paragraph A.4.d. - Airbag Coverage is added as
We will pay for loss of use expenses, if tollows:
caused by:
d. Airbag CoJerage
(1) Other than Colllsion, only if the
Declarations indicate that We will pay for[he cost to repair, replace,
Comprehensive Coverage is provided or reset an airbag that inflates for any
for the behicle withdrawn (rom reason other {han as a result of a
service. collision, if the Declarations indicate that
the covered "auto" has Comprehensive
(2� Specified Causes of Loss only if the Coverage or Specified Causes of Loss
Declarations indicete that Specified Coverage.
Causes of Loss Coverage is provideG
for the vehicle withdrawn from SECTION III - PHYSICAL DAMAGE COVERAGE,
service. Paragraph A.4.e. - Rental Reimbursement
Cove�age is added as follows: �
(3) Collision only if the Declarations
indicate that Collision Coverage is e. Rental Reimbursement Coverege
provided for the vehicle withdrawn
from service. We will pay up to $75 per day for rental
reimhursement expenses incurred b� you
However, the most we will pay for any for the rental of an "auto" because of
expenses for loss of use is 5200 per day, to a "loss' fo a covered "auto"that is a:
maximum of$1,500.
(7) Private Passenger;
SECTION III - PHYSICAL DAMAGE COVERAGE,
Paragraph A.4.c. -Non-Transportation Loss of Use (2) Truck;
Ezpenses is added as follows:
(3) Pick-up Iruck;
c. Non-Transportation Loss of Use
Expenses (4) Panel; or
We will pay up to 52,OD0 for non- (5) Van
transportation expense Incurred by you,
because of "loss" lo a covered "auto", ii rype vehicle under 20,000 Iba of Gross
caused by: Vehicle Weight. Payment applies in
addition to the olhenvise applicable
(1) Other than Collision, only if the ameunt of each coverage you have on a
Declarations indicate that covered "auto". No deductibles apply to
Comprehensive Coverage is provided thls coverage.
for the "auto"withdrawn from service;
ANIC CA 1150 02 13 Page 3 of 4
v� : �Il�sira l���al
' � I N SURAN C E C O M PAN \'
(1) We will pay only for those expenses SECTION IV - BUSINESS AUTO CONDITIONS -
incurred during the policy period Paragraph BS.b. - Other Insurance is replaced by
beginning 24 hours after the "loss" tHe following:
and ending, regardiess of the policy's
expiretion, with the lesser of the b. For Hired Auto Physical Damagz
following number of tlays: Coverage, the following are deemed to
(a) The number of days reasonably be covered "autos" you own:
required to repair or replace the (1) Any covered "auto" you lease, hire.
covered "auto". rent, or borrow; and
(b) 30 days, (2) Any covered "auto"" hired or rented
by your "employee" under a contract
(2) This coveTage does not apply while in that individual "employee's" name,
there are spare or reserve "autos" with your permission, while
available to you for your operations. performing duties related to che
conduct of your business.
(3� The Rental Reimbursement
Coverage described above does no� However, any "auto" that is leased. hirzd,
apply lo a covered "auto" that fs rentetl or borrowed with a driver is not a
described or designa[ed as a covered covered "auto".
"auto" on Rental Reimbursement
Coverage Form CA 99 23. SECTION V - DEFINITIONS - Paragraph C. -
SECTION N - BUSINESS AUTO CONDITIONS - "Bodfly Injury" is repfaced by the following;
Paragraph 8.2. - Concealment, Misrepresentation Or
Fraud is amended by adding Unintentional Failure E. "Bodily injury" means bodily injury, sickness or
to Disclose Hazards at the end of Paragraph 8.2. as disease sustainetl by a person Including tleath or
follows: mental anguish resulting from any of fhese.
Mental anguish means any type of inental or
Unintentional Failure to Disciose Hazards emotional iliness or disease
If you unintentionally fail to disclose any
hazards existing at the inception date of your
policy, we will not deny coverage under this
Co4erage Form because of such failure.
However, this provision does not affect our
right to collect additlonal premium or exercise
our right of cancellation or non-renewal.
This endorsement changes the policy to which it is attached and, unless otherwise sta[ed, is effective on the date
issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is
required only when this endorsement is issued subsequent to commencement of the policy.
Endorsement Effectfve Policy No.
Insured Endorsement No.
Coun[ersigned By
O Insurance Services Office, Inc., 2009
ANIC CA 1150 02 13 Paqe 4 of 4
Page 1 of 2
p Search > ALASKA NATIONAL INSURANCE COMPANY
ALASKA NATIONAL INSURANCE COMPANY
General � Contac[ � Licensing I APPointments I Complam[s � Orders I Nanonal lnfo I Ratings
Batk to SearCh
General information Contact information
N0R12: ALASKA NATIONAL INSURANCE COMPANY Registered address Mailing address
Corporate family group: n/a Whxtisthis? 7001 JEWEL LAKE RD 7001 IEWEL LAKE RD
0�9BBIZBYIOn typ2' PROPERTY ANCHORAGE, AK 99502 ANCHORAGE, AK 99502
WAOIC: za Telephone Telephone
NAIC' 38733 907-248-2642 907-246-2642
St0YU5: ACTIVE �
AdTI[Yed dOYe: 06/25/1984
Ownership type: sTOCK
1 back[o,[op
Types of coverage authorized to sell ,v�a��=�n,=,
Insu�ancetypes
Casualty
Ma�ine
Ocean Nlarine
Property
Surety
Vehicle
?back[o[op
Agents and agencies that represent this company
(Appointments) wna��=���_,
View agents View agencies
?back m rop
.................
Company complaint history w�a��=�n,=>
View cbmplaints
"bzck Jp,.rop
Disciplinary orders 2008-2014 ,v�a��=�h,s,.
No tlisciplinary orders are found
The orders posted here are unverified electronic.duplicates of the official orders actually entered. To be certain you
ha4e the official version of the order as entered, request a ha�d copy from Renee Molnes at 360-725-7047 or
email legal@oic.wa.gov. Looking for other orders? Our online orders search allows you to search a ten year history
.._........................................_............
� of all orders, including enforcement orders, administrative orders, and general orders.
i bzck,[o[op
National information on insurance companies
http://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=24 8/5/2014
Page 2 of 2
Want�more information about this company�The,NAIC s Consumer Information (CIS) page allows you to retrieve
national financial and complain[ information on insurance companies, plus has Information and tips to help you
._ . .. .. .. .._ . .. . .. . . . .
understand current insurence issues.
4 beck[p top
Ratings by financial organizations
The following organiza[ions rate insurance companies on their financial s[rength and stability. Some of these
companies charge for their services.
A M. Best
�Weiss�Group Ratings
Standard and Poors,Corp_ _
Moody's Investors Service
.._... .....
Fitch IBCA Duff and Phelps Ratings
f bac4 m_,rop
http://www:insurance.wa.gov/consumertoolkiUCompany/CompanyProfile.aspx?WAOIC=24 8/5/2014
A.M. BesYs Consumer Insurance Information Center Page 1 of 1
A.M. Best's ���
_ � fY memear cemer Lva.ln I smn uo
Ncetl CoverogoT � How Doee Your Insurer Rate? State Insuranco Information
FinalnsurersEyab�ewwveraperype. EmerecomoenyNeme � soleaasuie �
ConsumerHnna I TeimetoNnow I 'hfiYeBesCSRaOnpblmpeimm I Camm�Ue
� LI(e 8 Retlrement O Healt�8 Olsablllry � Gar d Home O ONer Llle Events
Alaska National Insurance Company S P�in11HS oaae
nrnee.ixoxae ruicr�en� rEin�ez-oonesa
Atltlross: ]001 Jewel Loka Raatl Phono. 907-248-2642
Anchom8o,AK 99502-2825 For: 907-266-9252
UNITEDSTATES VJOb: wwwalaskanalionnl.com
BesYsRa4ings ViewUofmliion NeetlMorelnforma0on9
Finandal Svengih Rntlnp: A ur nn insumr repon,complete wi10
Outlook: Stable reting hislory,maMm shora anE a lisl W
EAeGiveDale: Jul 36,3076 Alfirmed _ wmpetitiveineurarslw5995.
Y ( � _ ViewSamoleROOOn
Financial5ize Colegory'. I%�5260 Mlllton fn 5600 Mllllon)
LfC0n61ng: The compuny is licensetl in AL,AK,AZ,CA,CO,FL,HI,ID,IL,IA.KS,LA.MN,MS,M0,MT,NV,NM,ND,OK,OR,SD,TX,UT,WA antl WI.
- TapLlne�e�ofBuelnBe9�eneewo�o„eea,��.��wims�� '
i- Workon'COmpenaeUonr�o�e„n�oo�
2. Auto(Commarelal)m.W oenmi��
a. CommereWl Mul[Iple Podl rr oermnn�)
n. Other LIa6111ry(OCCUrrenca)rr cee�n�oo�
5. In1anE Marido mm.oenmmn� '
Top State�s)ot Buelnoee�e...e uvo�o��.n v�em�um.w�ine��
t Alaska
2. Califomla
3. Waehington �
4. Idaho
5. Orapon
Visil our NewsRoom lor IM1e latast News anE Press Rolonsas lorihis campany antl its A M.Bast Gmup.
Tarms o/Uso
All inlormation provitletl on t�e A M.Basl websile,inclutlmg bul not limilatl to taxt,tlato,mtinB9,reports,imaBes,pholos,B�aOhics,ond chahs is owned bY o�liconsetl to A.M.Best
Company entl is�pro:eclatl by UnilaO Slales oopYrighl laws entl inlemalional Ireaty-provisions.A.M.Bast anE Rs licemors rolnin oll capyrigM antl othar propriolary rights ta Ne weosite
�nnlent.
Besl's CreE:l Rali`gs,obiainatl I�rwgh any sourco,may not be rapmtlu�eU,tlisinbutoE to T�irtl Partios,w storetl in a tlatabaso or minaval syslem in any lortn lor commercial purposes
wiNoul Ne pnorwnitan parmission W ihe AM.Besl Compeny_All unaWhoraetl use ol Bo51's Cretln Ratmgs or aher W�lis�etl inloimalion is sVidly pronibimtl.By logging inro Besl's
MemCer Center or accessinp I�is sila,you accept onC oproo m Eo bovnd by our compl¢lo Torms ol Use.
Guslomer Sarvlca I Protluct Suooan I Memoer Cenlar I Conlacl lnfo�Cnraers
q�om A M.Be9�^�fj¢f�ap I Pnm[v Pol¢v I$g�y I Tertns M Ufe�Lnanl d Llcenzino
Co0Y�0��m�019 A.M.Besl Company,Inc.ALL RIGHTS RESERVED.
n M.Bost Wotlawitle HeaGquenerc,Ambast Raaq OlEvnck.New Jersey,OBB58,U.5 A.
http://www3.ambest.com/Consumers/CompanyProfi l e.aspx?BL=36&ambnum=002648&PP... 8/5/2014