Loading...
HomeMy WebLinkAbout2012-068 Contract - SOS Plumbing Contract for GOODS AND SERVICES Less than $25,000 CITY OF CONTRACTOR: S.O.S Plumbing Inc. ASHLAND CONTACT: Scott Turrell 20 East Main Street Ashland, Oregon 97520 ADDRESS: 206 S. Pacific Hwy, Talent, OR 97540 Telephone: 541/488-6002 Fax: 541/488-5311 TELEPHONE: 541-488-2680 DATE AGREEMENT PREPARED: April 4, 2012 FAX: 541-535-3964 BEGINNING DATE: April 9, 2012 COMPLETION DATE: April 24, 2012 COMPENSATION: $9,850.00 per proposal attached as Exhibit C. GOODS AND SERVICES TO BE PROVIDED: Contractor to excavate and install PVC conduits and vaults per City of Ashland drawings and specifications attached as Exhibit D. All required work permits, materials and labor to be provided by contractor. ADDITIONAL TERMS: NOW THEREFORE, pursuant to AMC 2.50.090 and after consideration of the mutual covenants contained herein the CITY AND CONTRACTOR AGREE as follows: 1. All Costs by Contractor: Contractor shall, provide all goods as specified above and shall at its own risk and expense, perform any work described above and, unless otherwise specified, furnish all labor, equipment and materials required for the proper performance of such work. 2. Qualified Work: Contractor has represented, and by entering into this contract now represents, that any personnel assigned to the work required under this contract are fully qualified to perform the work to which they will be assigned in a skilled and worker-like manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded. Contractor must also maintain a current City business license. 3. Completion Date: Contractor shall provide all goods in accordance with the standards and specifications, no later than the date indicated above and start performing the work under this contract by the beginning date indicated above and complete the work by the completion date indicated above. 4. Compensation: City shall pay Contractor for the specified goods and for any work performed, including costs and expenses, the sum specified above. Payments shall be made within 30 days of the date of the invoice. Should the contract be prematurely terminated, payments will be made for work completed and accepted to date of termination. Compensation under this contract, including all costs and expenses of Contractor, is limited to $25,000.00, unless a separate written contract is entered into by the City. 5. Ownership of Documents: All documents prepared by Contractor pursuant to this contract shall be the property of City. 6. Statutory Requirements: ORS 27913.220, 27913.225, 27913.230, 2796.235, ORS Chapter 244 and ORS 670.600 are made part of this contract. 7. Living Wage Requirements: If contractor is providing services under this contract and the amount of this contract is$18,890 or more, Contractor is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any subcontractor who performs 50% or more of the work under this contract. Contractor is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 8. Indemnification: Contractor agrees to defend, indemnify and save City, its officers, employees and agents harmless from any and all losses, claims, actions, costs, expenses,judgments, subrogations, or other damages resulting from injury to any person (including injury resulting in death), or damage (including loss or destruction) to property, of whatsoever nature arising out of or incident to the performance of this contract by Contractor(including but not limited to, Contractor's employees, agents, and others designated by Contractor to perform work or services attendant to this contract). Contractor shall not be held responsible for any losses, expenses, claims, subrogations, actions, costs, judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 9. Termination: a. Mutual Consent. This contract may be terminated at any time by mutual consent of both parties. b. City's Convenience. This contract may be terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. C. For Cause. City may terminate or modify this contract, in whole or in part, effective upon delivery of written notice to Contractor, or at such later date as may be established by City under any of the following conditions: Contract for Goods and Services Less than$25,000, Revised 06/30/2011, Page 1 of 5 i. If City funding from federal, state, county or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services; ii. If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this contract or are no longer eligible for the funding proposed for payments_authorized by this contract; or iii. If any license or certificate required by law or regulation to be held by Contractor to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d.. For Default or Breach. i. Either City or Contractor may terminate this contract in the event of a breach of the contract by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and intent to terminate. If the party committing the breach has not entirely cured the breach within 15 days of the date of the notice, or within such other period as the party giving the notice may authorize or require, then the contract may be terminated at any time thereafter by a written notice of termination by the party giving notice. ii. Time is of the essence for Contractor's performance of each and every obligation and duty under this contract. City by written notice to Contractor of default or breach, may at any time terminate the whole or any part of this contract if Contractor fails to provide services called for by this contract within the time specified herein or in any extension thereof. iii. The rights and remedies of City provided in this subsection (d) are not exclusive and are in addition to any other rights and remedies provided by law or under this contract. e. Obligation/Liability of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b, c or d of this section, Contractor shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Contractor shall deliver to City all contract documents, information, works-in-progress and other property that are or would be deliverables had the contract been completed. City shall pay Contractor for work performed prior to the termination date if such work was performed in accordance with the Contract. 10. Independent Contractor Status: Contractor is an independent Contractor and not an employee of the City. Contractor shall have the complete responsibility for the performance of this contract. 11. Non-discrimination Certification: The undersigned certifies that the undersigned Contractor has not discriminated against minority, women or emerging small businesses enterprises in obtaining any required subcontracts. Contractor further certifies that it shall not discriminate in the award of such subcontracts, if any. The Contractor understands and acknowledges that it may be disqualified from bidding on this contract, including but not limited to City discovery of a misrepresentation or sham regarding a subcontract or that the Bidder has violated any requirement of ORS 279A.110 or the administrative rules implementing the Statute. 12. Asbestos Abatement License: If required under ORS 468A.710, Contractor or Subcontractor shall possess an asbestos abatement license. 13. Assignment and Subcontracts: Contractor shall not assign this contract or subcontract any portion of the work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Contractor shall be fully responsible for the acts or omissions of any assigns or subcontractors and of all persons employed by them, and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. 14. Use of Recyclable Products: Contractor shall use recyclable products to the maximum extent economically feasible in the performance of the contract work set forth in this document. 15. Default. The Contractor shall be in default of this agreement if Contractor: commits any material breach or default of any covenant, warranty, certification, or obligation it owes under the Contract; if it loses its QRF status pursuant to the QRF Rules or loses any license, certificate or certification that is required to perform the work or to qualify as a QRF if Contractor has qualified as a QRF for this agreement; institutes an action for relief in bankruptcy or has instituted against it an action for insolvency; makes a general assignment for the benefit of creditors; or ceases doing business on a regular basis of the type identified in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 16. Insurance. Contractor shall at its own expense provide the following insurance: a. Worker's Compensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers b. General Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, $1,000,000, $2,000,000 or Not Applicable for each occurrence for Bodily Injury and Property Damage. It shall include contractual liability coverage for the indemnity provided under this contract. C. Automobile Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, $1,000,000, or Not Applicable for each accident for Bodily Injury and Property Damage, including coverage for owned, hired or non-owned vehicles, as applicable. d. Notice of cancellation or change. There shall be no cancellation, material change, reduction of limits or Contract for Goods and Services Less than$25,000, Revised 06/30/2011, Page 2 of 5 r intent not to renew the insurance coverage(s)without 30 days' written notice from the Contractor or its insurer(s) to the City. e. Additional Insured/Certificates of Insurance. Contractor shall name The City of Ashland, Oregon, and its elected officials, officers and employees as Additional Insureds on any insurance policies required herein but only with respect to Contractor's services to be provided under this Contract. As evidence of the insurance coverages required by this Contract, the Contractor shall furnish acceptable insurance certificates prior to commencing work under this contract. The contractor's insurance is primary and non-contributory. The certificate will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. If requested, complete copies of insurance policies, trust agreements, etc. shall be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self- insurance. 17. Governing Law; Jurisdiction; Venue: This contract shall be governed and construed in accordance with the laws of the State of Oregon without resort to any jurisdiction's conflict of laws, rules or doctrines. Any claim, action, suit or proceeding (collectively, "the claim") between the City (and/or any other or department of the State of Oregon) and the Contractor that arises from or relates to this contract shall be brought and conducted solely and exclusively within the Circuit Court of Jackson County for the State of Oregon. If, however, the claim must be brought in a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon filed in Jackson County, Oregon. Contractor, by the signature herein of its authorized representative, hereby consents to the in personam jurisdiction of said courts. In no event shall this section be construed as a waiver by City of any form of defense or immunity, based on the Eleventh Amendment to the United States Constitution, or otherwise, from any claim or from the jurisdiction. 18. THIS CONTRACT AND ATTACHED EXHIBITS CONSTITUTE THE ENTIRE AGREEMENT BETWEEN THE PARTIES. NO WAIVER, CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS CONTRACT SHALL BIND EITHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES. SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, IF MADE, SHALL BE EFFECTIVE ONLY IN THE SPECIFIC INSTANCE AND FOR THE SPECIFIC PURPOSE GIVEN. THERE ARE NO UNDERSTANDINGS, AGREEMENTS, OR REPRESENTATIONS, ORAL OR WRITTEN, NOT SPECIFIED HEREIN REGARDING THIS CONTRACT. CONTRACTOR, BY SIGNATURE OF ITS AUTHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS CONTRACT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 19. Nonappropriations Clause. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to finance the costs of this contract within the City's fiscal year budget. Contractor understands and agrees that City's payment of amounts under this contract attributable to work performed after the last day of the current fiscal year is contingent on City appropriations, or other expenditure authority sufficient to allow City in the exercise of its reasonable administrative discretion, to continue to make payments under this contract. In the event City has insufficient appropriations, limitations or other expenditure authority, City may terminate this contract without penalty or liability to City, effective upon the delivery of written notice to Contractor, with no further liability to Contractor. 20. Prior Approval Required Provision. Approval by the City of Ashland Council or the Public Contracting Officer is required before any work may begin under this contract. 21. Certification. Contractor shall sign the certification attached hereto as Exhibit A and herein incorporated by reference. Contractor: l City of Ashland Signature Department Head /SON 1), A ek;s Gi<'E Tun/•F..9��26 Print Name Print Name Title Date W-9 One copy of a W-9 is to be submitted with /6-9g /1 the signed contract. Purchase Order No. l �J Contract for Goods and Services Less than$25,000, Revised 06/30/2011, Page 3 of 5 EXHIBIT A CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a) the number shown on the attached W-9 form is its correct taxpayer ID (or is waiting for the number to be issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or (ii) it has not been notified by the Internal Revenue Service (IRS) that it is subject to backup withholding as a result of a failure.to report all interest or dividends, or (iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that (a) it has the power and authority to enter into and perform the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, (c) the work under the Contract shall be performed in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of perjury that its business is not in violation of any Oregon tax laws, and it is a corporation authorized to act on behalf of the entity designated above and authorized to do business in Oregon or is an independent Contractor as defined in the contract documents, and has checked four or more of the following criteria: ✓ (1) 1 carry out the labor or services at a location separate from my residence or is in a specific portion of my residence, set aside as the location of the business. ✓ (2) Commercial advertising or business cards or a trade association membership are purchased for the business. (3) Telephone listing is used for the business separate from the personal residence listing. ✓ (4) Labor or services are performed only pursuant to written contracts. ✓ (5) Labor or services are performed for two or more different persons within a period of one year. . (6) 1 assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. / Contractor (Date) Contract for Goods and Services Less than$25,000, Revised 06/30/2011, Page 4 of 5 Proposal S.O.S. plumbing Inc. March 29,2012 206 S. Pacific Hwy. Talent, Or 97540 Reference#J 1321-47938 541779-3472 641488-2680 Fax 541-535-3964 Due Date_ 4/28/2012 'Job Name:...; City of Ashland Electric Dept.-1963 Mae Street 20 E Main Eledtric Dept.-1963 Mae Street Ashland,OR 97520 Ashland 541-488-5345 541-488-6006 We Hereby Submit Specifications And Estimates For: This proposal is for an excavation project located at 1963 Mae Street for the City of Ashland Electric Department. The scope of work was described in a four page document supplied by the Electric Department at the mandatory pre-bid jobsite inspection on March 27, 2012 . The document included a request for quotation, a project map and two pages of vault details. The project involves the installation of one new concrete transformer vault, the installation of roughly 465 ' of 3" Schedule 40 electrical conduit, and the excavation and backfill of one splice pit to intercept an existing 3" PVC conduit. As required in the Scope of Services, all required work permits, materials and labor are included in this proposal. We propose hereby to furnish material and labor-complete in accordance with the above specifications,for the sum of: $9,850.00 All material Is guaranteed to be as specified. All work to be completed in a professional manner according to standard practices. Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders and will become an extra charge over and above the estimate. All agreements contingent upon delays beyond our control. Purchaser agrees to pay all costs of collection,including attorney's fees. This proposal may be withdrawn by us if not accepted by the above due date. Authorized Acceptance Signature Signature Date CITY OF FORM #2 ASHLAND REQUEST FOR QUOTATION—TRADE SERVICES INTERMEDIATE PROCUREMENT Release date: March 27,2012 Requested by(name/dept/telephone/fax/email): Dave Tygerson,Electric Department Estimator Tel:5.11-552-2389 Faz: 511-552-2436 Dave.tygerson(dashland.orms Quotes are due be(time/day/date): 10:OOAM,Tuesday,April 3,2012 Project completion required by(date): Tuesday,April 24,2012 Job site location(name/address): 1963 Mae Street Preferred method of shipment for materials/equipment(if applicable): FOR Ashland—Freight Prepaid Quotes/Proposals may be f coed.emailed or hand delivered. Conttuctors shall submit quote/proposal on their compan} letterhead. Informal email quotes and/or late quotes will not be accepted. Terms or discounts Which are conditioned upon payment within a certain time will not be considered for purposes of comparison of bids. The successfiil contractor will be required to enter into a contract with the City for the services and provide insurance certificates in their own name for General Liability,Automobile and Workers'Compensation. Subcontracting will not be permitted. "OR EQUAL":Any brand name listed in the specifications as"m equal"or"m equivalent"shall establish the minimum requirements for quality,utility, durability,function,purpose,etc.Other product brands may be offered that are equal to or better than the product brand name.Bidder may show cost difference,alternates and options in the space provided in the quote.This clause is not meant to be restrictive,but to set the minimum standard.THE CITY SHALL DETERMINE,IN ITS SOLE DISCRETION,WHETHER A PRODUCT OFFERED IS"EQUAL."When the designation is"or equal"or "equivalent"City shall make its decision after Bid Closing. SCOPE OF SERVICES Excavation Proiect Location: 1963 Mae Street Excavation and installation of PVC conduits and vaults to be installed per City of Ashland, Electric Department per attached drawings and specifications. All required work permits, materials and labor to be provided by licensed contractor. Mandatory pre-bid jobsite inspection scheduled for 9:OOAM, Tuesday,March 27,2012. All bidders must be in attendance at the jobsite inspection located at 1963 Mae Street. All Pricing Must Be Held Firm For 30 Days Mothod of Award:ORS 27913.07O Wermediate Procurements. (4)If a contract is awarded, the contracting agency shall award the contract to the offeror whose quote orproposal will best serve the interests of the contracfing agency, tatting into account price as well as considerations including, but not limited to,a.Veiience,expertise,product tuncfiona#ly, suitability for a particular purpose and contractor responsibility under ORS 279B.110, WIN l_ • _ 01. _ D N Z C." PARK ST � o �' o p CO) C) 0 1 co (D 1 A -0 co c .. C a � ....,a c r N D CD D _ U w � m a?g ' � , w :3 � - - Ili n 1 a Q _ ! 0 --------- 1 n � 4hLo m � 4 CD � W > -w � � = 111 --0. (nDm (!1 D N m 1 1 1 10 D , r _ O N �,� � N N .« X-d 7 rn j_, co s (D 7 CD N N � O � j_ tll w � A� W W CO C) 0 -0 -0 m a om t' D r- 0CD o M , t -- J - - -i � N � t1^cnn� to < n ._. I --- Ii-4a --- -- - rn wco 4CrC � ' - ! -0 (D (D o m Ul I - � t i j Ul iCD cD +I C. FAITH AV C N _ _ _ -4 OD 644-TRANS-ASHLAND TOP SINGLE PHASE TRANSFORMER Dio. Insert No.64-TRANS-2436NS-1626-OFFSET(Shown) (2 Places in Top) PCORP 17992977 ZC 506 7-7-10 y'-Full 180' Open 1,850 lbs. \\!, Galvanized NonSI1P Door */Locking Lotch �t\� � - =•-•};;.•,h--`'< 18- n 26- Blackout w/3'-0' Long Plastic Board (T) — T—Ton Lilt Anchors 6 Galvanized Pull/LI(t Iron (1 Each Corner) .'ipl:: 2'-0- Long Galvanized -C' Channel (2 Each Side, 1 Each End) . BASE 4_0, (4) - I Dio. Grounding Inserts No.64" 3-s (2 Inside walls, 2 Outside Walls) 3,600 lbs. 0 0 3.5- Dla. Term-A-Duct ' (8 Each Wall, 2 Walls) 3'-6' 3-2 00 � O 2.38' Diu. Term-A-Duct O O (T Each Wall, 2 Walls) �p 3.5 Dio. Terre-A aDuct / (6 Each Woll, 2 Walls) 4.5- Dia. Term-A-Duet J (2 Each Wall, 2 Walls) 8- Dia. 4.5• Dio. Term-A-Duct 6'-0- Sump \ (2 Each Wall, 2 Walls) \ `.` '-0- —2.38' Dio. Term-A-Duct (5 Each Wall, 2 Wails) OPTIONAL TOPS 16- x 26- Blockout w/2- x 4- x 36- Plastic Board .'sue aL �� 1 I-I-1-I—I I—I-1—I—I—I—I- I—I-1—I—I——1 6- I-1111 t s/� 4--8- SINGLE PHASE TRANSFORMER No. 64-TRANS-2436NS-1626-Center 1,850 lbs. Scale: 3/8' - 1'-0- 6"-TRANS-ASHLAND 644-TRANS-ASHLAND 0 OldcasUe Precast" Ffle Name:644-TRANS-ASHLAND 3 x 5 PO Box 323,Wllsonvele,Oregon 97070-0323 ISSue Date:2012 CITY OF ASHLAND Tel:(503)682-2844 Fax:(503)682-2657 oldcastleprecast.com/wllsorrvllle '644-TRANS-ASHLAND 6'-8" 1'-6" 1' 2'-2" —10" 1'-2" LIN T I N 1 CL1 + 3.5' Dlo. Term—A—Duct (2-x4'x36' Plastic Lumber (6 Each Wall, 2 Walls) 2436NS Galvanized NonSlip Door (4) — 3' Die. Grounding Inserts -/Lacking Latch (2 Inside Walls, 2 Outside Walls) 2.38' Dia. TemI—A—Duct ' PLAN VIEW (5 Each Wall, 2 Walla) No. 644-2436NS-1626 Offset 2'-0' Long C'* Channel (I l (+ Each End 2 Each Side) 4.5' Die. Term=A—Duct 3.5' Die. TemI—A—Duct (2 Each Wall, 2 Walls) (8 Each Wall, 2 Wolfs) 2.38' Die. Term—A—Duct Butyl Resin Sealant (2 Each Wall, 2 Walls) �.Q 8' Die. Sump --- -- -- -- n n I I 11 III x 1 WI I a II II II O II N 11 II II I III® I I 11 II II 1 ® 91 ® I n uI ®11 II II®®® e I ®® II L u________ __.r j 10" 6" 6" 10" Galvanized Pull/Lift Iron (1 Each Comer) SECTION AA END VIEW Scale: +/2' - +'—o' 644-TRANS-ASHLAND 644-TRANS-ASHLAND 10 Oldcastle Precast' Re Name:644-TRANS-ASHLAND 3 x 5 PO Box 323,WilsomrMs,Oregon 97070-0323 Issue Date:2012 CITY OF ASHLAND Tel:(503)682-2844 Fax:(503)682-2657 oldcastleprecasteom/wllsonvnle CERTIFICATE OF LIABILITY INSURANCE °/11/ °"col 4/11/ 2 a THIS CERTIFICATE IS'ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY 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 PRODUCCR,AND THE CERTIFICATE HOLDER IMPORTANT: N the certificate holder Is an ADDITIONAL INSURED, the pollryges)must be endorsed. If SUBROGATION IS WANED, suDjed to the terms and conditions of the policy,certain policies may require an erldorsemoM. A statement an this certificate does not confer rights to the Certificate holder In llou of such ondorsomen a. PRO MW CY Susan Wilson, AA1, AIC e Becher Carlson Insurance Agency Id.0 P1,10NE (Soli)772-1111 .tsu>TT2d7e5 707 Murphy Rd k1l IL .swan.;Tilsan @beecheroarlsan-eon 001 S AFFORPM COVERAGE MAIC0 Medford OR 97504 IN5UAMAAT0ffriCan Hallmark Ins Co of TX 43494 IN6URE0 IFSWER B SOS Pl=biag 6 Drain Service: Inc INSURER C: 206 South Pacific Hwy I,axweeD: INSURER E Talent OR 97540 Iul-asAERP: COVERAGES CERTIFICATE:NUMBER:C11.23513209 REVISION NUMBER; THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED SELO✓v 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 VIHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDMONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, L TYPEOFINft~CE POLICY MIIMBER CYffF p ICY E]rP UNae GENHeIL LABILITY FA OCCURRENCE i 1,000 000 X COMMERCI GkNERFLLMILITY PREMISES ca ; 100,000 A a -M NMS ADE �X O=R CLaAJ376oE /11/zo12 /31/2013 MED W� � on $ 5,000 PERSONAL4AOVIN.URY ; 1,000,000 GENERn A GREOATE F 2,000,000 GENTAGGREGnTELMITN ,EeP PRODUCTS-COMP/OP AGG ; 2,000,000 X POLICY PR4 LOC t AVTOMOBM1E LABILIIT CO N 1,000,000 - 'A ANYAVTO BOMYN,IIRYFWp&�) ; ALL OVrNED X SCHEI]VUIID 4CIA4337606 /11 J2O32 /i;/2019 AUTOS AOTos BOOILT rv,A)RY IPxe�rrd) ; 'Y VIREO AUTOS X NO Tow VJm PERTY E AUTO$ s X UMBRELLA UAS UMe' HBO mRals t OC13JR EACH OCCURRENCE ; 1,00D,000 A EzCWS UAB GAIMSMA.M AGGREGATE { 1,000,000 DIM I X I RETENTION 1 YO,aoo dC044337706 /11/2012 /31!2013 s AM OM B YEItt' BAO MIC STATII, OTH- A1dl BIPLOYQt2'LIABpJTY YIN Atrf PROPRIETORRARTt4 Po ECUTIYF = O CEpAEIIQM DCUJDFJ? N J A E.L EACH ACCIDENT (NaMaary In NH) E.L D6F�E-6A EMFLG r Ir yyee��v��rkaaiEa uwor OESrftIPTIpN OF OPERATIONS be . EA.DISEASE-POLICT LXMIT ; D1ffiLrrP110N of OPERATIDNa l LerJTIONa l Y@9tlea (q®tll L�701,AddQioeN fbnMrks echrWr,ilnwre Rrrr is,cq,glae) Ike: Electric Department at 1963 Mae Street- Certificate holder included as additional insured per attached andorsement ftW97670408 where required by written aontract, This form is subject to policy terms, conditions, and exclusions- CERTIFICATE HOLDER CANCELLATION MOULD ANY OF THE ABOVE DEBCW BED POLICES BE CANCELLPD BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN, Adii Olson ACCORDANCE WITH THE POLICY PROViBoNe. Purchasing Representative City of Ashland AUh10RIIEDREPRESRVTATIVE 90 H Mountain avenue Ashland, OR 97520 �p S Ni1scn, AAI, AFC/Su ACORD 25(2010105) ®1588-2010 ACORD CORPORATION- All rights rresrwed. INS026 fzmoosLOl The ACORD name and logo are registered marks of ACORD 04/13/2012 08 : 21 FAX 5418579883 ASHLAND INS-MEDFORD 001/001 AC RO L> CERTIFICATE OF LIABILITY INSURANCE /1 IMHWO12 4/13/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY 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 certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Thomas Wilson NAME: Ashland Insurance Inc PHONE ($41)857-0679 FA% I$dll SS]-99e3 AIL Na: 801 O'Hare Parkway, Ste 101 E-MAIL ,twilson@ ashlandinsurance.com INSURER(S)AFFORDING COVERAGE NAIC N Medford OR 97504 INSURERA•SAIF Corporation INSURED INSURER B SOS Plumbing and Drain Service, Inc. INSURER C: 206 S Pacific Hwy. INSURER 0 INSU RER B Talent OR 97540 INSURER F: COVERAGES CERTIFICATE NUMBER:CL111215 0 3 3 4 9 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTR TYPE OF INSURANCE POLICYNUMBER MMME"YYYY MMIDDDITYTY LIMITS GENERAL LIABILITY EACH OCCURRENCE 5 COMMERCIAL GENERAL LIABILITY PREMISES Ee occurrmcel .5 CLAIMS-MADE ❑OCCUR MED EXP(My ens anon) S PERSONAL 6 ADV INJURY 5 GENERAL AGGREGATE 5 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPMP AGO 5 POLICY F7 PRO LOC S AUTOMOBILE LIABILITY COMBINEV SINGLE LIMIT ANY AUTO BODILY INJURY(Per pc San) 5 ALL OWNED SCHEDULED 8001LY INJURY Per a<POcnU E AUTOS AUTOS 1 NON-OWNED PR PERTY DAMAGE 5 HIRED AUTOS AUTOS Per acid^rd S UMBRELLA LIAR OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE S DED I I RETENTION S S A WORKERS COMPENSATION WCSTATU- OTH- AND EMPLOYERS'LIAaILITT VIM M ANY PROPRIETORIPARTNERIEXECUTIVE E L EACH ACCIDENT S 500,000 CFFICEWMEMBER EXCLUDED? NIA (Mandatory in NH) 754526 0/1/2011 0/1/2012 EL.DISEASE-EA EMPLOYEE 5 500,000 If ins',devolDeunder DESCRIPTION OF OPERATIONS belay E.L.DISEASE-POLICY LIMIT 5 500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Ranar4s Schedule,N mots space is required) CERTIFICATE HOLDER CANCELLATION (541) 488-5320 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Kari Olson, Purchasing Rep. ACCORDANCE WITH THE POLICY PROVISIONS. City of Ashland 90 N Mountain Ave AUTHORIZED REPRESENTATIVE Ashland, OR 97520 1 1. is Jeffrey Wilson/MARL ACORD 25(2010/05) m 1888.2010 ACORD CORPORATION. All rights reserved. A`�°® CERTIFICATE OF LIABILITY INSURANCE 4/11/2o� THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY 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($), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement (s). PRODUCER CONTACT Susan Wilson, AAI, AIC NAME.Beecher Carlson Insurance Agency LLC PHONE (541)772-1111 FAC Nq:(541)772-3785 707 Murphy Rd .susan.wilson@beechercarl son.com INSURER(S) AFFORDING COVERAGE NAICi Medford OR 97504 INSURERA T1meZlCan Hallmark Ins Cc of TX 43494 INSURED INSURERS: SOS Plumbing & Drain Service Inc INSURERC: 206 South Pacific Hwy INSURER0 INSURER E Talent OR 97540 INSURERF: COVERAGES CERTIFICATE NUMBER:CL123513209 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WMICH 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 MAYHAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER MMICDY EFF MMIICYE%P OMITS LTR GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea oxurrence $ 100,000 A CI-AIMS-MADE OCCUR 4CL44337606 /11/2012 /11/2013 MED EXP(Any one parson) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENL AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ 2,000,000 X1 POLICY 7 PRO LOC $ AUTOMOBILE LIABILITY Ea aaiden[ 1,000,000 ANY AUTO BODILY INJURY(Per person) $ A ALL OWNED SCHEDULED 4CL44337606 /11/2012 /11/2013 AUTOS X AUTOS BODILY INJURY(Per aai0errt) $ Ix X NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Pereoddent Undennsumd motorist $ X UMBRELLA LIAR 4 OCCUR EACH OCCURRENCE $ 1,000,000 A EXCESS UAB C.ccu, MADE AGGREGATE $ 1,000,000 DED I X I RETENTION 101000 14CU44337706 /11/2012 /11/2013 $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LMBILITY YIN Y LIMITS ER ANY PROPRIETORIPARTNERI ECUTIVE E.L.EACH ACCIDENT $ OFRCEI/MEMEER E UDED'I NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYE If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DES CR"ON OF OPERATIONS I LOCATIONS I VEHICLES (AMch ACORD 101,Addebnal Remarks Schedule,If more smote is required) Re: Electric Department at 1963 Mae Street. Certificate holder included as additional insured per attached endorsement #MP97670408 where required by written contract. This form is subject to policy terms, conditions, and exclusions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Hari Olson ACCORDANCE WITH THE POLICY PROVISIONS. Purchasing Representative City of Ashland AUTHORIZED REPRESENTATIVE 90 N Mountain Avenue Ashland, OR 97520 '� s S Wilson, AAI, AIC/SU ACORD 25(2010105) ®1998-2010 ACORD CORPORATION. All rights reserved. INS025(201005).01 The ACORD name and logo are registered marks of ACORD c. The following is added to A.2.Property Not Covered of the BUILDING AND PERSONAL PROPERTY COVERAGE FORM: It. Property while stored or operated underground in connection with any mining operations. d. The following is added to Paragraph 2.of B.Exclusions of the CAUSES OF LOSS-SPECIAL FORM: n. We will not pay for loss or damage caused by puncture,blowout and road damage to tires and tubes mounted on vehicles. However,we do pay for puncture, blowout or road damage caused by a specified peril. o. We will not pay for loss caused by humidity,dampness,dryness or changes in or extremes of temperature. p. We will not pay for loss caused by the weight of a load which,under the operating conditions at the time of a loss, exceeds the registered lifting capacity of any equipment or machine. q. We will not pay for loss due to theft or mysterious disappearance from any vehicle or attached container. We will pay for loss due to burglary when there are signs of forcible entry to a locked vehicle or container. e. E.7.Valuation of the BUILDING AND PERSONAL PROPERTY COVERAGE FORM is deleted and replaced by the following: 7. Valuation We will determine the value of covered property in the event of loss or damage as follows: a. At actual cash value at the time of the loss (with a deduction for depreciation) except as provided in paragraphs b.and c.following. b. Pair or Set. The value of a lost or damaged article which is part of a pair or set is based on a reasonable proportion of the value of the entire pair or set. The loss is not considered a total loss of the pair or set. c. Loss to Parts. The value of a lost or damaged part of an item that consists of several parts when it is complete is based on the value of only the lost or damaged part or the cost to repair or replace ft. 2. Rental Reimbursement In the event of loss by a covered peril to covered contractors'equipment that you own,we will reimburse you for your expense to rent similar equipment while your equipment is inoperable. The most we will reimburse you for rental reimbursement expenses is$1,000. We will continue to reimburse you for the rental of equipment after the expiration date of this coverage provided the loss occurred before the expiration date. We will not reimburse you: a. If you can continue or resume your operations with similar equipment that is available to you at no additional expense to you;or b. For the rental expense of any equipment unless you make every reasonable effort to repair, replace or rebuild the inoperable equipment after the covered loss occurs. 3. With respect to this Additional Coverage,Contractors Equipment Coverage,Section D.Deductible of the BUILDING AND PERSONAL PROPERTY COVERAGE FORM is deleted and replaced by the following: D. Deductible We will not pay for loss or damage in any one occurrence until the amount of loss or damage exceeds$500.We will then pay the amount of loss or damage in excess of$500 up to the applicable limit of insurance. We will not reimburse you for the rental of equipment until after 72 hours have passed since the covered property was rendered inoperable. After 72 hours have passed,we will only reimburse you for the rental expense that you actually incur. The deductible of$500 does not apply to rental reimbursement expenses. General Liability Additional Coverages The following Additional Coverages are added to the COMMERCIAL GENERAL LIABILITY COVERAGE FORM. A. Blanket Additional Insured Coverage 1. SECTION 11—WHO IS AN INSURED of the COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended to include as an Insured any person or organization(referred to as Additional Insured)whom you are required to add as an Additional Insured on this policy under: a. A written contract or agreement;and b. Where a certificate of insurance showing that person or organization as an additional insured has been issued;and c. When the written contractor agreement and certificate of insurance are currently in effector becoming in effect during the term of the policy and executed prior to the"bodily injury,""property damage,"or"personal and advertising injury." Page 14 of 18 Includes copyrighted material of ISO Properties,Inc.and MP 97 87 04 08 American Association of Insurance Services,Inc.,used with their permission 2. The insurance provided to the Additional Insured is limited as follows: a. The Additional Insured is only an additional insured for: (1) "Bodily injury,""property damage,"or"personal and advertising injury"caused in whole or in part by negligent acts or omissions of the Named Insured or anyone directly or indirectly employed by the Named Insured or for whose acts a Named Insured may be liable. (2) Liability arising out of your ongoing operations for the Additional Insured by or for you. A person's or organization's status as an insured under this coverage ends when your operations for that insured are completed. b. The Limits of Insurance applicable to the Additional Insured are those specified in the written contract or agreement but not more than the Limits of Insurance specified in the Declarations for this policy. The Limits of Insurance applicable to the Additional Insured are inclusive of and not in addition to the Limits of Insurance shown in the Declarations for the Named Insured. 3. In addition to the other exclusions applicable to Section I,Coverages A., B.and C.of the COMMERCIAL GENERAL LIABILITY COVERAGE FORM,the insurance provided to the Additional Insured does not apply to: a. "Property damage"to: (1) Property owned, used,occupied by,loaned or rented to the Additional Insured; (2) Property in the cars,custody or control of the Additional Insured or over which the Additional Insured are for any purpose exercising physical control;or (3) "Your work"performed for the Additional Ensured. b. "Bodily injury," "property damage,"or"personal and advertising injury" arising out of an architect's, engineer's or surveyor's rendering or failure to render any professional services for you, for the Additional Insured or for others, including, but not limited to: (1) The preparing,approving or failure to prepare or approve maps, drawings, opinions, reports,surveys,change orders,designs or specifications;or (2) Supervisory,inspection or engineering services. c. °Bodily injury'or"property damage"occurring after: (1) All work,including materials, parts or equipment furnished in connection with such work, on the project(other than service,maintenance or repairs)to be performed by or on behalf of the additional insured at the site of the covered operations has been completed; or (2) That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 4. SECTION IV—COMMERCIAL GENERAL UABIL ITY CONDITIONS,paragraph 4.Other Insurance,is amended to add the following subparagraph: d. Additional Insured's Other Insurance As Excess Insurance To the extent required by an"insured contract;this insurance is primary on behalf of the Additional Insured;and any other insurance maintained by the Additional Insured is excess and not contributory with this insurance.If the Insured contract"does not require this provision,then paragraph a.above will apply. B. Mobile Equipment Broadened Coverage V.12.f.(1)of the COMMERCIAL GENERAL LIABILITY COVERAGE FORM is replaced by the following: (1) Equipment designed primarily for: (a) Snow Removal; (b) Road maintenance, but not construction or resurfacing;or (c) Streetcleaning. Except the above provisions do not apply to self-propelled vehicles of few than 1,000 pounds gross vehicle weight which are not intended for use on a highway. C. Aggregate Limit Per Project The General Aggregate Limit under SECTION III—LIMITS OF INSURANCE of the COMMERCIAL GENERAL LIABILITY COVERAGE FORM applies separately to each of your projects away from premises owned by or rented to you. MP 97 67 04 08 Includes copyrighted material of ISO Properties,Inc.and Page 15 of 18 American Association of Insurance Services,Inc.,used with their permission QTY RECt "IDER Page 1 / 1 �. CITY O F ASHLAND � DATE �:'- � '. � PO NUMBER. 20 EMAAINST 4/13/2012 10818 ASHLAND, OR 97520 (541)488-5300 VENDOR: 001052 SNIP TO: Ashland Electric Department SOS PLUMBING (541) 488-5354 206 S PACIFIC HWY 90 N MOUNTAIN TALENT, OR 97540 ASHLAND, OR 97520 FOB Point: Req.No.: Terms: Net Dept.: -- Req.Del.Date: contact: Dave Tygerson Special Inst: Confirming? No Quantity .Unit -- - - - 'Description Unit Price Ext.Price Excavation and installaton of PVC 9,850.00 conduits and vaults per City provided drawings and specification. Per attached RFQ and proposal submitted bV SOS Plumbinq. Contract for Goods and Services Beginning date: April 9, 2012 Completion date: April 24, 2012 Insurance required/On file SUBTOTAL 9,850.00 BILL TO:Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2028 ' TOTAL 9,850.00 ASHLAND, OR 97520 Account Number Project Number -Amount Account Number Project Number Amount E 690.11.18.00.70410 E 000284.999 9,850.00 Authdrized Signature 2___ VENDOR COPY FORM0 CITY OF -ASH LAN D REQUISITION Date of request; Required date for delivery: Vendor Name 5-0,S. PLUtnh C Address,City,State,Zip 2 0/ S !D x/F/c4 HwY % e/,/-F DR 275-,f0 Contact Name&Telephone Number &Ott TUAAELL Fax Number n oNe :mil-kRB -26F30 F,4k ,5-4//-5-35-3961-1 SOURCING METHOD ❑ Exempt from Competitive Bidding ❑ Emergency ❑ Reason for exemption: ❑ Invitation to Bid (Copies on ffie) ❑ Form#13,Written findings and Authorization ❑ AMC 2.50 Date approved by Council: ❑ Written quote or proposal attached ❑ Written quote or proposal attached ❑ Small Procurement Cooperative Procurement Less than$5.000 ❑ Request for Proposal (Copies on file) ❑ State of Oregon ❑ Direct Award Date approved by Council: Contract# ❑ Verbal/Written quote(s)or proposal(s) ❑ State of Washington Intermediate Procurement ❑ Sole Source Contract# GOODS&SERVICES ❑ Applicable Form(#5,6,7 or 8) ❑ Other government agency contract 5 OOA to 100 000 ❑ Written quote or proposal attached Agency (3)Wrnen quotes attached ❑ Special Procurement Contract# PERSONAL SERVICES ❑ Form#0,Request for Approval Intergovernmental Agreement $5.000 to$75,000 ❑ Written quote or proposal attached ❑ Agency ❑ Less than$35,000,by direct appointment Date approved by Council: Date original contract approved by Council: ❑ (3)Written proposals attached Valid unfit: ate (Date) Description of SERVICES Total Cost j9-*YC61V1q7701V 6719or 11l/s7W1AT'101/ OF ,DVC CoAldal'1Y Qno( I 1'4L1-7-!5 der provrded D aUilp?s and 5pocIF,Caticvr5 Item# Quantity Unit Description of MATERIALS Unit Price Total Cost TOTAL COST ❑ Per attached quote/proposal $- Project Number 00028E/ 9f 4 Account Number 69Q-1 9185 UO Account Number -__- ______ Account Number___-__-__- *Expenditure must be charged to the appropriate account numbers for the financials to accurately reflect the actual expenditures. IT Director in collaboration with department to approve all hardware and software purchases: 1T Director Date Support-Yes/No _ �By signing this requisition form,l certify that the City's public contracting requirements have been saUsfied. -I Employee Signature: , )(I k(Q —J 1QQI71aJ Department Head Signature: _ 1(Equ • al to or greater n$5,000) Additional signatures(if applicable): Funds appropriated for current fiscal yeay / NO Finance Director-(Equar!o etc sate t ro : ,oeo; Date Comments: