Loading...
HomeMy WebLinkAbout2012-282 Contract - May Rock & Excavating Contract for GOODS AND SERVICES Less than $25,000 CITY OF CONTRACTOR: May Rock and Excavating, LLC ASHLAND CONTACT: Dan May 20 East Main Street Ashland, Oregon 97520 ADDRESS: PO Box 319, Talent, OR 97540 Telephone: 541/488-6002 Fax: 541/488-5311 TELEPHONE: 541-482-2289 DATE AGREEMENT PREPARED: 10/24/12 FAX: 541-512-8892 BEGINNING DATE: 11/1/2012 COMPLETION DATE: 12/31/12 COMPENSATION: Not to exceed $2,850.00. GOODS AND SERVICES TO BE PROVIDED: Roca sediment basins clean out as per attached estimate and six pages of supporting documentation included as Exhibit C. ADDITIONAL TERMS: N/A 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 279B.220, 279B.225, 279B.230, 279B.235, ORS 279C.505, 279C.515, 279C.520 279C.530, 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 $19,494 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. Cs 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: 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; G:\pub-wrks\street\Contracts\May Rock Sediment Basin Contract 102512.doc 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,QO➢ $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, 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 intent not to renew the insurance coverage(s) without 30 days' written notice from the Contractor or its insurer(s) to the City. G:\pub-wrks\street\ContractsWlay Rock Sediment Basin Contract 102512.doc CERTIFICATE OF LIABILITY INSURANCE OF ID DL DATE(MMMONYYY) MAYRO-1 09/28/12 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Western States Ins. - Medford HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 38 N. Central Ave Suite 100 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Medford OR 97501 Phone: 541-779-1321 Pax:541-779-9187 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Lihert Northwest Ins Cc NSURER B: May Rook E Excavating LLC At Dan May INSURER C: PO Box 319 INSURER D: Talent OR OR 97540 NSURER E: COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MMIDD DATE MMIDD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1000000 A X COMMERCIAL GENERAL LIABILITY C04173125. 10/26/12 10/26/13 PREMISES Ea occurence) $ 100000 CLAIMS MADE 41 OCCUR MED EXP (Any one person) $ 5000 PERSONALAADV INJURY $ 1000000 GENERALAGGREGATE S 2000000 GENL AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OPAGG $ 2000000 X POLICY JJECOT LOC Em Ben. 1000000 AUTOMOBILE LIABILITY o(Eaaccident) D SINGLE LIMIT b1, OOO, ODD A ANY AUTO 004173125. 10/26/12 10/26/13 ) ALL OWNED AUTOS NJURY b X SCHEDULED AUTOS n) X HIRED AUTOS NJURY b X NON-OWNEDAUTOS ent) Y DAMAGE $ ent) GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT S OTHER THAN EA ACC $ AUTOONLY: AGG $ EXCESS I UMBRELLA LIABILITY EACH OCCURRENCE S OCCUR 71 CLAIMS MADE AGGREGATE $ E DEDUCTIBLE S RETENTION S S WORKERS COMPENSATION _ AND EMPLOYERSLIABILITY YIN TORY LIMITS ER PROPRIETORIPARTNERIEXECUTI' TIVE.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? DE09 u (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ II yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS As respects operations of the Named Insured as per policy conditions, limitations and exclusions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL City of Ashland IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Street Division REPRESENTATIVES. 90 N Mountain St AUTHORIZED PRESENTATIVE Ashland OR 97520 ACORD 25 (2009/01) 6111 99W20MCIBRO C ON. All rights reserved. The ACORD name and logo are registered marks of ACORD 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 v specific portion of my residence, set aside as the location of the business. tAeS (2) Commercial advertising or business cards or a trade association membership are v purchased for the business. (a eS (3) Telephone listing is used for the business separate from the personal residence listing. 6 (4) Labor or services are performed only pursuant to written contracts. 11196 (5) Labor or services are performed for two or more different persons within a period of one tom' year. WA (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) G:\pub-wrks\street\ContractsVvlay Rock Sediment Basin Contract 102512.doc 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: City of Ashland By :4 By 'ST~ ( 1t Signature Departrra avt tea./ Mcl,,AEI F. G Print Name Print Name Title Date W-9 One copy of a W-9 is to be submitted with the signed contract. Purchase Order No. 88 to form G:\pub-wrks\street\Contracts\May Rock Sediment Basin Contract 102512.doc Oct 25 12 02:23p City Of Ashland - 5415522304 p.4 Exhibit C Maintenance Plan for Roca NPS'rreatment Wetland. 1. Construction will be completed during the 2001 in water work period. 2. All flows will be routed through a 24" bypass pipe during construction and maintenance. 3. Emergent plantings will take place immediately following construction. 4. Upland plantings will be done the following season. 5. Sediment will be removed from the catchment basin annually by means of hydraulic excavator and front end loader, during the low flow "in water" work period. Sediment will be hauled by truck to an upland disposal site. 6. It is anticipated that a 10 year flood event will transport enough sediment to fill the sediment basin and enter the treatment wetland. The wetland will need to be cleaned and replanted to hardstem bulrush on a 10 year average. 7. All culverts, bridges, and constructed channel segments are engineered to pass 100 year flood events. Channel outfalls are designed to pass sediment without reducing conveyance capacity. 6. Excess sediment transported into the wetland during severe winter storm events will remain in place until the following low water in season work period. Oct 25'12 02:23p city of nshland 5415522304 p.5 I just wanted to illustrate that the flows that pass through here can.be very spikey and we have to size all channels and crossings to pass them. Segment I Site Description. The wetland treatment park is composed of 2 distinct elements. The first is a sediment catchment basin designed to capture decomposed granite bedload before it reaches the wetland site just downstream. The basin will require periodic cleaning by public works, every 1-3 years. Cleaning will be done by means of an excavator and trucks brought in on the access route to the west. The access route can be covered in grass and serve as a picnic area when not being actively used. Before cleaning and during initial construction all flows will be bypassed through a diversion structure and 2 ft. dia- Pipe around the site. This structure is also required by the Dept. of Water Rscs. To insure that irrigation water can be delivered unobstructed downstream users. The wetland treatment site meanders in an "S" shaped curve through the lower portion of the park. A walkway follows the crest of a peninsula and crosses the wetland afa narrow spot over a 48'' culvert. These peninsulas would be a good place for park benches as the pedestrian is surrounded by wetlands on nearly all sides. I anticipate redwing blackbirds, swallows, ducks and geese will be plentiful for watching. From the peninsula the walkway crosses the channel on footbridge over the spillway of the sediment basin. From that point it may either cross the Mill Pond Open Space area to Wightman or continue along the channel to E. Main St. Plantings. The wetland tre true t area and emergent areas of.the sediment basin will be extensively planted wit hard stem bulrush. Cat tails will also invade on their own. Channel banks along high velocity re eh will-be planted with willow fascines to prevent bank erosion:,_" Mass-plantings of Douglas Spiraea, red floweri ng current, sn wktgrry, ocean spray, and ninebark will nrovide entnr fnr vicifnrc e„4 r- -A t..t__._. r_ _ ' Oct 25.12 02:30p City Of Ashland 5415522304 p.2 _ :zN. 0 M.w .v ~ L uSl I ~ • I N N \ ` F I I U ~r Ix 0 . 1 W m _.l y V 4 - w O I _ vw L r.~ II s L ~S iv o z rJ . V~ W 'u J ~ qF I L w o ]w a ~ DEPARTMENT OF THE ARMY PORTLAND DISTRICT, CORPS OF ENGINEERS POST OFFICE BOX 2946 PORTLAND, , OREGON 9729&2996 FIULY TO ATTENrON OF April 9, 2001 Operations Division Regulatory Branch Corps No.: 2001-00163 Mr. James H. Olson City of Ashland, Department of Public Works 20 E. Main Ashland, Oregon 97520 Dear Mr. Olson: The U.S. Army Corps of Engineers (Corps) has reviewed your application requesting Department of the Army authorization to fill 200 feet of Roca Creek, in Ashland, Oregon. Initially it appears this project may be authorized under the Corps' Nationwide Permit program as a ` stormwater management activity. As we discussed during our telephone conversation, on April 6, 2001, there are three outstanding issues that need to be addressed: a maintenance plan, a description of the water control structure and a revegetation plan. a. The Corps will need documentation of the maintenance plan, including the timing of maintenance operations and downstream flow description of your project. b. If your design includes a water control structure please describe the operation and location of that feature. The plan must also include documentation that the activity is designed to maintain preconstruction downstream flow conditions. c. The information should also include a mitigation/vegetation plan indicating reestablished . access routes for maintenance vehicles. Once the requested information is provided, we will continue to evaluate your application and initiate consultation with the National Marine Fisheries Service (NMFS). You may not begin work until the Corps has completed consultation with NMFS. If you have any questions regarding your application, please contact me at the letterhead address or telephone (503)808-4385. Sincerely, Chris Thorns Project Manager, Regulatory Branch Copies Furnished: K&C Environmental Services, Inc. (Koskella) Oregon Division of State Lands: (Dunkeld) b'd iFO622SSIt1S Puei45ki J0 FgFO d61:20 al Sa 300 K&C ENVIRONMENTAL SERVICES 349 E. Main St., Suite #9 Ashland, OR 97520 e-mail: Ira nda(ilmind.net Phone/Fax: (541)48&2620 Chris Thorns Portland District US Army Corps of Engineers ?127/01 Dear Ms. Thorns: Enclosed you will find the planting and maintenance plan for the proposed NPS treatment wetland in Segment 1 of the Roca Channel Improvement project. 1 have also included a detail of the control structure that will be used to by-pass the wetland during maintenance operations. As per our telephone conversation and letter, I am providing this information to facilitate permitting the project under the nationwide process. The control structure and piping will be built as the first phase of construction to eliminate any turbidity increases in Roca creek during grading of the wetland. Emergent wetlands will be planted with Scirpus acutus and.Salir lucinda immediately following construction this summer. Disturbed upland areas will be seeded with REGREEN sterile wheat this fall, and planted with trees and shrubs the following year, after installation of an irrigation system. I have reduced the plans to fit on 8 X I1" sheets for ease of circulation, but can also provide full sized plan copies upon request. If you require any additional information please call me at 541488-2620. Thank you. Stephen R. Koskella President K&C Environmental Services Inc. CC: Jim Olson Ashland Dept, of Public Works Ken Mickelson Ashland Parks and Recreation S'd b0E22SSTbs pueT4su .f0 EIT3 d6T:20 2T S2 400 Oct 25'12 02:23p City Of Ashland 5415522304 p.3 C rs-3 , PSYm ~2 r{nP-~ Colt 41, I r`~ rIIC`.d /ry d \ 1 ( 5rld-5 11-71 a~i-•~ I I: - t~</!WE~LANO'i~'ru-s Solt-1 1~ l _ j;/ / - 1 ell-16 solo-u 1 u ill / - _~.--Y-.~ i j ! / . I,li I I •II I r ~ 1 l: ~9/~/08v~7oo c; Y r l )r i ~ Oue4-2 Alnr-3 II._..~ •<Y. Acem-1 II - / Cratl-! Q ~ I rml- ~ ' ~ I I t i~ ' PLANT LEGEND 1 SPI4- SYMBOL LATIN NAME COMMONNAME pMl_ I ~Ii (/11•': r/. 'T~~f ,I, ? 1 TREES 11 Z./.'/: I II• f Acam Amm Amrnlxaophyllum Blp Lear Mepie Amr A hla Maple Alar Aftirlu. rwrie Rk Whft. . Bhtll Bmo Bl' a . p~. Belula oudodvdMenleas RNx n=le 11 ,I / I Ga$d eld L dewllgb I~ Ceder . Grad Cmtaentaegm pua dauglasB Doup4a Hawlham y.; •W~ I 11 D Pima porldamea Pond m ii Piro Pwm Peoudalwpa menzle3tl Oouplas Fk Ouak Ouew, kafing.1 Caldmnio Blade Oak SHRUBS oen-1 /r r({r{///~/ / ~ p. ~ 11 I A A d.WproNm W. McPb 1 . ' JI Awc=r-"' A. Areoelaphysp uve.ml gnniklnnlY - cm C.. sm.Rorc ' Red Twig Dogwoae sole 11o 1 cma d 1o Oosen3pmy `s~..mSd I I = PINK Phlodelphoa IwM.11 Alorkaanee pia 13' I ' Phrl Phpacanowria Btlua Ran RIOSa aenpulnerpn Red Rae F q Gurtenl - ~~j@~Jy 1 R4 SYeauir3nA Chkynq ~S WffiMw c~:.l_. 11 l' Il` • 1• I samc-I SI>Id 5 maeed .•:Y p aW4a0a• DoupMaepiree c.ly SynW Sv Mvmvamn. nlM Rmwfinnv Wlllow Ground Gwer C-+q"7s, I i l I! W t'a pianled inahaop bllc3le Z n..~ : it S I n..r b :CO 1 All -'n S-l a3:Dand areas hl ho Planted with - I - - 1 ` Svy+u c's pcums (1lerdslnn hrdnssh) slfUCf fe I i Martin Property- Planting PLan Aar123. 2WI VI:L LJ IG VL.IUt1 VIIIVG JOI VIVOO V~-V IC-VV.i N.1 May Rock Excavating, LLC ESTIMATE CCIM5636 USDOT#198930-80 - PO BOX 319 - DATE ESTIMATE NO. Talent OR 97540 1012312012 Sol NAMEJADDRESS City of Ashland Street Department We now accept 90 N. Mountain Street MasterCard, Visa & Ashland OR 97520 Discover Card. PROJECT Lower Mghtman Street DESCRIPTION OTY/HRS COST TOTAL Attn: John Pond clean out Truck time @ hourly rate. 22 75.00 9,650.00 Excavator @ hourly rate. 12 100.00 1,200.00 THANK YOU FOR YOUR BUSINESS. ESTIMATE IS GOOD FOR 30 DAYS FROM THE Total ABOVE DATE ITEMS NOT LISTED IN THIS S2-950 an PROPOSAL ARE CONSIDERED AN EXTRA AND WILL BE BILLED @ TIME 8 MATERIAL. ROCK OR SIGNATURE OTHER MATERIAL THAT REQUIRE ROCK BREAKING EQUIPMENT WILL ALSO BE @ 77ME 8 . MATERIAL. ALL AGREEMENTS ARE CONTINGENT UPON WEATHER OR DELAYS BEYOND CONTROL 0118Ph rie9 Fax# E-mail 541-482-2289 541-512-6892 areyraWFq@MatL,,M T'd boceassTbs pueTy51:1 JO RITO d8T:Z0 21 Sz 14 i ^`7 RE~,~.,~R tu C Page l / 1 tol t1~ iHi CITY OF ASHLAND DATE PO NUMBER 20 E MAIN ST. 11/14/2012 11290 ASHLAND, OR 97520 (541) 488-5300 VENDOR: 005662 SHIP TO: Ashland Street Department MAY ROCK & EXCAVATING, LLC (541) 488-5313 P O BOX 319 90 N. MOUNTAIN TALENT, OR 97540 ASHLAND, OR 97520 FOB Point: Req. No.: Terms: Net Dept.: Req. Del. Date: Contact: John Peterson Special Inst: Confirming? NO Quantity Unit Description Unit Price Ext. Price Roca sediment basin clean out as per 2,850.00 attached contract and supporting documentation. Contract for Goods and Services Beqinning date: 11/01/2012 Completion date: 12/31/2012 i SUBTOTAL 2 850.00 BILL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2010 TOTAL 2,850.00 ASHLAND, OR 97520 Account Number Project Number Amount Account Number Project Number Amount E 260.08.17.00.60240 2,850.00 Authorize ignature- VENDOR COPY CITY OF FORM #3 rf y ASHLAND A request for a Purchase Order 9~ REQUISITION Date of request:. 11/5/2012 Required date for delivery: Vendor Name lulay Rock and Excavatinq Address, City, State, Zip PO Box 319, Talent OR 97540 Contact Name & Telephone Number Dan May - 541-482-2289 Fax Number 541-512-8892 SOURCING METHOD ❑ Exempt from Competitive Bidding ❑ Emergency ❑ Reason for exemption: ❑ Invitation to Bid (Copies on f le) ❑ Form #13, Written findings and Authorization ❑ AMC 2.50 Date approved by Council: ❑ Written quote or proposal attached ❑ Written uote 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) ❑ Slate of Washington Intermediate Procurement F] Sole Source Contract # GOODS & SERVICES ❑ Applicable Form (#5,6,7 or 8) ❑ Other government agency contract $5,000 to $100.000 ❑ Written quote or proposal attached Agency ❑ (3) Written quotes attached ❑ Form #4, Personal Services $5K to $75K Contract # Intergovernmental Agreement PERSONAL SERVICES ❑ Special Procurement $5,000 to $75 000 ❑ Form 99, Request for Approval ❑ 'Agency Date original contract approved by Council: ❑ Less than $35,000, by direct appointment ❑ Written quote or proposal attached (Date) ❑ (3) Written proposals attached Date approved by Council: ❑ Form #4, Personal Services $5K to $75K Valid until: Date Description of SERVICES Total Cost Roca sediment basin clean out as per attached contract and supporting $ 2,850.00 documentation Item # 0uantity Unit Description of MATERIALS Unit Price Total Cost TOTAL COST ® Per attached quotelproposal $ Project Number Account Number 260.08.17.00.602400 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 dep m nt to ap rove all h ware and software purchases: IT Director Date Support-Yes/No By sig ng this qu' i ' n Ice ' that the City's public contracting requirements have been satisfe . Employee Signature: Department Head Signature: U u ~ (Equal to or great han-15"0 Additional signatures (if applicable): Funds appropriated for current fiscal year YES / NO Finance Director- (Equaltoorgreaterthan$5,000) Date Comments: G:\ ub-wrks\street\Connacts\Ma Rock Requisition.doc