Loading...
HomeMy WebLinkAbout2015-332 Contract - JM Construction Inc Contract for GOODS AND SERVICES Chautauqua Walkway CITY OF CONTRACTOR: JM Construction Inc -ASHLAND CONTACT: Jason Myers 20 East Main Street Ashland, Oregon 97520 ADDRESS: PO Box 1637, Shady Cove, Or 97539 Telephone: 541/488-6002 Fax: 541/488-5311 TELEPHONE: 541 878-7810 DATE AGREEMENT PREPARED: 10/27/15 FAX: 541 878.7811, jmconstructioninc@earthlink.net BEGINNING DATE: 11/02/15 COMPLETIION DATE: 01/11/16 COMPENSATION: Proposal Bid- $59,000.00, as per Exhibit E. GOODS AND SERVICES TO BE PROVIDED: Underground Primary/Communication/Infrastructure as per attached Electrical Layout Plan and COA Electric Service requirements. The Project includes restoration of all public and private properties affected during the project. All required pedestrian/vehicle traffic control will be the responsibility of the Contractor. COA is responsible for State/ City permits that may be required for this project. Materials to be provided for project will include: PVC Conduit, needed miscellaneous couplings, radius sweeps, (2) Vaults as called out in electrical drawing. This project is subject to all BOLI documentation and work requirements. Reference to Exhibit E. (J & M proposal) ADDITIONAL TERMS: The Contract Documents, which comprise the entire Contract between the City and Contractor, include all sections or parts of the bid package however denominated, including all documents and plans attached or referenced therein, the Surety Bond, contract for Chautauqua Walkway, Utility Improvements, and Exhibits thereto, Performance Bond, Payment Bond, Special Provisions, Plans entitled JM Construction Inc., Construction Drawings, Standard Drawings, and Contract Addendums, all attached hereto, and incorporated herein by this reference, together with the Prevailing Wage (BOLI) if applicable AND any other separately bound reference, Oregon 2015 Standard Specifications of Construction, and City of Ashland Addenda, incorporated herein by this reference. All exhibits, schedules and lists attached to the Contract Documents or delivered pursuant to the contract Documents shall be deemed a part of the contract Documents and incorporated herein, where applicable, as if fully set forth herein. In the event of conflicts of discrepancies among the contract documents, the City of Ashland contract for Goods and Services will be primary and take precedence, and any exhibits or ancillary contracts or agreements having redundant or contrary provisions will be subordinate to and interpreted in a manner that will not conflict with the said primary city of Ashland Contract. 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 amount listed above, unless a separate written contract is entered into by the City. 5. One-Year Warranty. In addition to and not in lieu of any other warranties required under the Contract, Contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the city and at no cost to the City, any and all defects, breaks, or failures of the work occurring within one year following the date of completion due to faulty of inadequate materials or workmanship. Repair damage or disturbances to other improvements under, within, or adjacent to the work, whether or not caused b settling, washing, or slipping, when such damage or Contract for Goods and Services Less than $25,000, Revised 06/02/2015, Page 1 of 6 disturbance is caused, in whole or in part, from activities of the Contractor in performing its duties and obligations under this Contract when such defects or damage occur within the warranty period. The one-year warranty period shall not relation to such required repair, be extended one year from the date of completion of such repair. If contractor, after written notice, fails within ten days to proceed to comply with the terms of this section, City may have the defects corrected, and the Contractor and Contractor's surety shall be liable for all expense incurred. In case of an emergency where, in the opinion of the City, delay would cause serious loss or damage, repairs may be made without notice being given to Contractor and Contractor or Surety shall pay the cost of repairs. Failure of the City to act in case of an emergency shall not relive Contractor or Surety from liability and payment of all such costs. 6. Ownership of Documents: All documents prepared by Contractor pursuant to this contract shall be the property of City. 7. Statutory Requirements: ORS 2796.220, 279B.225, 2796.230, 27913.235, ORS Chapter 244 and ORS 670.600 are made part of this contract. In addition, Contractor will abide by compliance with Applicable laws as provided in Exhibit C, attached and incorporated. 8. Living Wage Requirements: If contractor is providing services under this contract and the amount of this contract is $20,142.20 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. a. Given potential for work being defined as a "Public Works", ORS 279C.800(6)(a), contractor will abide by compliance with Prevailing Wages/BOLI fee, Hours of Labor/Overtime limitation, and Medical care and Workers Compensation, and Performance, Payment and Warranty Bonds/Notice of Bond Claims. See Exhibit D, attached and incorporated. 9. 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. 10. 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: 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 Contract for Goods and Services Less than $25,000, Revised 06/02/2015, Page 2 of 6 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. f. City and Contractor recognize that time is of the essence of this Contract and that the City will suffer substantial financial loss if the project work is not completed within the timeframe as specified above. City and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or other dispute resolution preceding the actual loss suffered by City if the project work is not completed on time. Accordingly, instead of requiring any such proof, City and Contractor agree that as liquidated damages for delay (but not as a penalty) the Contractor shall pay the city Five Hundred Dollars per ($500.00/day) for each and every day that elapses in excess of the contract time or the final adjusted contract time. This amount is a genuine pre- estimation of the damages expected because of a delay in the completion of this project. Any sums due as liquidated damages shall be deducted from any money due or which may become due to the Contractor under this Contract. Payment of liquidated damages shall not release the Contractor from obligations in respect to the fulfillment of the entire contract, nor shall the payment of such liquidated damages constitute a waiver of the City's right to collect any additional damages which may be sustained by failure of the Contractor to complete the work on time. Permitting the Contractor to continue and finish the project work or any part thereof after the contract time, or adjusted contract time, has expired shall in no way operate as a waiver on the part of the City or any of its rights under this contract. The City may in its discretion grant the Contractor an extension of time upon a showing made by the Contractor that the work has been unavoidable delayed by conditions beyond the control of the parties. 11. 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. 12. 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. 13. Asbestos Abatement License: If required under ORS 468A.710, Contractor or Subcontractor shall possess an asbestos abatement license. 14. 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. 15. 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. 16. 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. 17. 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 $ $2,000,000 for each occurrence for Bodily Injury and Property Damage. C. Automobile Liability insurance with a combined single limit, or the equivalent, of not less than $2,000,000, 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. 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 Contract for Goods and Services Less than $25,000, Revised 06/02/2015, Page 3 of 6 Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self- insurance. 18. 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. 19. 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. 20. 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. 21. 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. 22. Certification. Contractor shall sign the certification attached hereto as Exhibit A and herein incorporated by reference. Further, by executing this contract, the Contractor hereby certifies that the representations made by the Contractor in the Contract Documents, including specifically the Offer, are true and correct and are incorporated herein by this reference. Contractor further certifies that Contractor has given the city written notice of conflicts, errors, ambiguities, or discrepancies that it has discovered in the contract Documents, and the written resolution thereof by the City is acceptable to the Contractor, and the contract Documents are generally sufficient to indicate and convey understanding of terms and conditions for performing and furnishing the project work. Contractor: City of~shland Y 1 By B - S ature Department Head PH t Name Print Name f ~ Title Date W-9 One copy of a W-9 is to be submitted with the signed contract. Purchase Order No. ARF7 C) AS TO rORMI Ashlan Asst.. Ity Attomoy Dat Contract for Goods and Services Less than $25,000, Revised 06/02/2015, Page 4 of 6 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. 1- s - ~s antractor (Date) Contract for Goods and Services Less than $25,000, Revised 06/02/2015, Page 5 of 6 CITY OF ASHLAND, OREGON EXHIBIT B City of Ashland LIVING WAGE per hour effective June 30, 2015 (Increases annually every June 30 by the ~r Consumer Price Index) . - . , portion of business of their 401 K and IRS eligible employer, if the employer has cafeteria plans (including ten or more employees, and childcare) benefits to the has received financial amount of wages received by assistance for the project or the employee. ➢ For all hours worked under a business from the City of service contract between their Ashland in excess of ➢ Note: "Employee" does not employer and the City of $20,142.20. include temporary or part-time Ashland if the contract employees hired for less than exceeds $20,142.20 or more. ; If their employer is the City of 1040 hours in any twelve- Ashland including t'he Parks month period. For more ➢ For all hours worked in a and Recreation Department. details on applicability of this month if the employee spends policy, please see Ashland 5m or more of the ➢ In calculating the living wage, Municipal Code Section employee's time in that month employers may add the value 3.12.020. working on a project or of health care, retirement, For additional information: Call the Ashland City Administrator's office at 541-488-6002 or write to the City Administrator, City Hall, 20 East Main Street, Ashland, OR 97520 or visit the city's website at www.ashland.or.us. Notice to Employers: This notice must be posted predominantly in areas where it can be seen by all employees. CITY OF -ASHLAND Contract for Goods and Services Less than $25,000, Revised 06/02/2015, Page 6 of 6 zz P.O. Box 1637 N Shady Cove, Oregon 97539 4 (541) 878-7810 Fax: (541) 878-7811 0 z Email: jmconstructioninc@earthlink.net z ccb# 162365 PROPOSAL & CONTRACT Date: October 23, 2015 Proposal Submitted To: Dave Tygerson City of Ashland - Electric Department 90 North Mountain Avenue Ashland, Oregon 97520 Phone: (541) 552-2389 Fax: (541) 552-2436 Email: tygersod@ashland.or.us PROJECT SITE: Chautauqua Walkway Utility Improvements 50 East Main Street, Ashland REFERENCE DOCUMENTS: City of Ashland :Electrical Service Requirement Specifications. Ashland Electric Plan Sheet for project. City of Ashland Invitation to Bid Sheet dated October 13, 2015. Pre-Bid Meeting on October 13, 2015. WE PROPOSE hereby to furnish labor & materials as detailed below for the lump sum cost of- FIFTY-NINE THOUSAND DOLLARS - $59,000.00 1. Install underground primary/communication/infrastructure in accordance with reference documents listed above. 2. Vehicle Traffic and Pedestrian Control 3. Delivery and Placement of Sand and 3/4" minus Aggregate 4. Temporary Fencing Required Project Completion Date: January 11, 2016 THIS PROJECT IS BID AT PREVAILING WAGE RATES USING BOLI July 2015 JMC has S30, 000 Public Works Bond on File with Oregon Construction Contractor's Board EXCLUSIONS: Engineering and Soil Testing Permits and Fees Surveys and Locates Topsoil Landscaping and Irrigation Vaults and PVC Material PAYMENT TERMS: Progress invoices will be supplied by JM Construction Inc. at the end of each month and shall be paid by the customer no later than the 10th of the subsequent month. Any amounts and/or balances in arrears more than thirty (30) days will be subject to 1.5% per month interest or as allowed by law. DISCLOSURES: All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from above Proposal - City of Ashland Elect- Chautauqua Walkway 1 Of 2 Octobcr 23, 2015 Z o P.O. Box 1637 Z m Shady Cove, Oregon 97539 c 1 (541) 878-7810 Fax: (541) 878-7811 0 Z Email: jmconstructioninc@earthlink.net imp ccb# 162365 specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate. However, JM Construction Inc. shall not be deemed to have waived its right to compensation for extra work if the extra work was not provided for in writing, but shall be paid the reasonable value for such work performed. All agreements contingent upon strikes, accidents or delays are beyond our control. Any dispute or controversy arising out of the terms, conditions, or requirements of this agreement which exceed $4,000.00 in possible damages shall be submitted to arbitration in accordance with the American Arbitration Association Construction Industry Arbitration Rules and judgment rendered by the arbitrator shall be entered into any court of competent jurisdiction. The prevailing party in any suit or action or arbitration or administrative proceeding (including Construction Contractors Board Claims) brought under the terms of this agreement to enforce or interpret any provision herein, shall be awarded attorneys fees and costs as may be adjudged reasonable by the Arbitration panel, administrative authority, court, or appellate court. Owner to carry fire, earthquake and other necessary insurance. Our workers are fully covered by Workman's Compensation Insurance. Differing Site Conditions: Any undisclosed or unforeseen subsurface conditions that arise upon excavation that are not deemed "standard" shall be considered above the contract price and shall be converted to time and material for all extra conditions. (e.g. any soils unable to be excavated with a typical backhoe, excavator, etc.) Linear and/or Square Footage Totals: Actual quantities shall be verified between the customer and a JM Construction Inc. representative upon project completion if necessary. WARRANTY: Warranty and/or guarantee period shall be the standard one (1) year from the date of substantial completion of this project. This warranty is valid only when the property or its improvements are subject to normal use and care by the Customer and provided the Customer has fully complied with all the terms and payment provisions of this agreement. JM Construction Inc. reserves the right to repair, replace, or pay reasonable sum in order to affect any mutual acknowledged repairs or corrections both during the construction process and throughout the warrantee period. Note: This proposal may be withdrawn by~ulsjiif not accepted within thirty (30) days. J Constructio nc. /Authorized Signature ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. _ Date of Acceptance , 2015 Customer /Signature Customer /Print Name and Title Proposal - City of Ashland Elect- Chautauqua Walkway 2 of 2 October 23, 2015 CITY OF FORM #2 ASHLAND INVITATION TO BID - TRADE SERVICES INTERMEDIATE PROCUREMENT Release date: OCTOBER 13, 2015 Requested by: DAVID TYGERSON / ELECTRIC DEPARTMENT/ OFFICr 541.552.2389 / PAX: 541.552.2436 Bids are due by: (TIME: 5:OOPM / FRIDAY / OCTOBER 23, 2015 Project name: CHAUTAUQUA WALKWAY UTILITY IMPROVEMENTS Job site location: (50 EAST MAIN STREET) Project completion required by:( JANUARY I I 2016) Bids may be faxed, emailed or hand delivered. Contractors shall submit bid on their company letterhead. Informal email bids and/or late bids 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 successful 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. Workers' Compensation insurance is mandatory. Subcontracting will not be permitted. "OR EQUAL": Any brand name listed in the specifications as "or equal" or "or 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 1S "EQUAL." When the designation is "or equal" or "equivalent" City shall make its decision after Bid Closing. SCOPE OF SERVICES PLEASE SEE ATTACI IED CONSTRUCTION DOCUMENTS AND INSTALLATION REQUIREMENTS TO INSTALL: UNDERGROUND PRIMARY / COMMUNICATION / INFRASTRUCTURE AS PER ATTACHED ELECTRICAL LAYOUT PLAN AND COA ELECTRIC SERVICE REQUIREMENTS. PROJECT INCLUDES RESTORATION OF ALL PUBLIC & PRIVATE PROPERTIES AFFECTED DURING PROJECT. ALL REQUIRED PEDESTRIAN / VEHICLE "TRAFFIC CONTROL WILL BE TTIE RESPONSIBILITY OF THE CONTRACTOR. COA IS RESPONSIBLE FOR STATE / CITY PERMITS THAT MAY BE REQUIRED FOR THIS PROJECT. MATERIAL TO BE PROVIDED FOR PROJECT WILL INCLUDE: PVC CONDUIT, NEEDED MISCELLANEOUS COUPLINGS RADIUS SWEEPS, (2) VAULTS AS CALLED OUT IN ELECTRICAL .DRAWING. NOTE: WE ANTICIPATE THIS PROJECT TO BE SUBJECT TO ALL BOLI DOCUMENTATION & WORK REQUIREMENTS'. MANDATORY PROJECT WALK IS SCHEDULED FOR : OCTOBER 13. 2015 ~r, Form #2 - Intermediate Procurement, Invitation to Bid, Trade Services, Pag 1 of 2. 10/26/2015 nv,v ~ 3mm m < r O g n C n 2 O rt_ rri ~ N o O O D -4 j' O Cn~ O m m O N x• r N.O Z °3 C1 o a a n -0 pq) Ou rt (ID 0 Q 0_ CA CD z z O N (a j 3 my< n (Q < M C-) Nn nnn (D (D (D D D C - - ` 0-c) 1 CD .Zu m0 J W . (D (D = I N 1 I T W ro ~O r A O W r rn D r N I c v n 3 w e 3 o f1 < o v I i A D ° D a D III n F= m r n m o -i o v O 0 0 o O ' m I I (n r x III m z z o C-n 10 0 m< c 0 o a v c I V 7 I(. ° a D-i r I( I C" Cl) Dm m v a; I S W 0 ::3 O a 6 3I1 n m i C, QQ ° ~ III C , C7 ~ ~ ~ O I I r~rA^'~~~J m r I I K. o o m° o w N m r o v N r (D I U) 0 73 -0 ::3 0 X o m cn v O_ P1 I I D n to r^D m^+ = m ° < c x - ^ o n^ I I mo C p rt Z° v Z I D N's m o n e # c 0- rD n r y N 77 < o o° m r o I I m 1 n n. .y> rD rt N O O 0 F O rr n OR O 3 d I v 3 rt _ a- m vNi n~i n. m A A 3 0' v n c < ~i v m _ D W I GQ -M n Q m 0 w N n Q w I~ ~ S N G *:3„ y I I ~~c o f o° n D_ C1 W (Q (D'_ I I C C rn m °0-2 o o m m xm m (D d (D D - v 7 rte{-.(T T T_1 1. Z.0 o a~ ax r~o N o x.o o ~ Z N v I r- r- Q4 m sv -t m 3 T° r,. s m 0 3 D C Q D I CJ a v o m y oQ 0 m Sv D 3 (D (D . r rD Ll C~j vVm m-04F °-m n o ° a r rn 7 I O = .t OJ M o ~ ~Do :E Z (n n N ao'n~ m< O I~ _rt J O C~ rr ED- - v fD 0 3 rD o n -I O < ^ n a m 3 m ,-nom c rrDD aQ a ^ 3 m / T O tl? p DJ Og 5-r < M. C: c 4b at G ~mao o°~° -0- oon 'u, v fi 0 a mo ^ mr(u N n rD -0 0, 3 rD 0- :3 a `m ~D 3 .D rD v m rD m ° rD rt N / , IA t !4 , t.~ ar f. < y k dI« k ~'e Y I ~agtS a `f F ~ fl '~~rr ~-~`s ~x < u{ '$e 3 ifg ~ 'pet }F • , rW = e a s. 575-SECT-ASHLAND TOP 16" x 62" Blackout 15 kV, 3-PHASE SECTIONALIZING Galvanized Nonslip Doors No. 6690-T-25NS-1662 w/Locking Bolts 2,148 I b s. 5'-6" Full 180' Open (Typical) ® 5'-6" Long Plastic Board yy (1 Each Side of Blackout) i 2'-0" Long Galvanized "C" Channel 7'- 6 (2 Each Side, 1 Each End) i 2-Ton Lift Anchor i (4 Places in Top) BASE No. 575-B 6" 4,800 lbs. 3.51 Term-A-Duct (1 End Wall) o Galvanized Pull/Lift Iron p . (1 Each Corner) 6'-6" 4'-6.. 4'-2" 9 0 4'-0" o - k" Dia. Grounding Inserts (4) ~(2 Inside Walls, 2 Outside Walls) 4.5" Dia. Term-A-Duct J 4 o - (8 Each Side) 2.38" Term-A-Duct 2" Dia. Sump ° o (2 Each End) T-0" 6.6 Term Duct E 4'-g" (2 Each End, 1 1 Each Side) 4.5" Term-A-Duct (2 Each End) 575-SECT-ASHLAND 575-SECT-ASHLAND Oldcastle Precast` File Name: 575-SECT-ASHLAND 5 X 7 PO Box 323, Wilsonville, Oregon 97070-0323 Issue Date: 2012 CITY OF ASHLAND Tel: (503) 682-2844 Fax: (503) 682-2657 oldcastleprecast.com/wiIsonviIle 575-SECT-ASHLAND 7'-6" 7'-0" 1'-2" 5'-2" - V-2" (2) - 2" x 4" x 66" Plastic Boards 16" x 62" Blackout - - - r ® CABINET Ilhl HOLD-DOWN CLEAT (6) - REQUIRED f N 0 1J" x 2j" Stainless Steel Hold-Down Cleat m o k" x 2" Galvanized Lag Screw a Un Stainless Steel Bellville Washer A A 00 (4) - 2-Ton Lift Anchors No. 25NS Galvanized NonSlip Doors w/Locking Bolts (4) - Dia. Grounding Inserts (2 Inside Walls, 2 Outside Walls) PLAN VIEW 3.51" Term-A-Duct No. 6690-T-25P-1662 (15 kV, 3-PHASE SECTIONALIZING TOP) (1 End Wall) 6.63" Term-A-Duct 2'-0" Long Galvanized "C" Channel (2 Each End) (2 Each Side, 1 Each End) (4) - Dia. Grounding Inserts (2 Inside Walls, 2 Outside Walls) 6.63" Term-A-Duct (1 Each Side) 4.5" Term-A-Duct 4.5" Term-A-Duct (2 Each End) (8 Each Side) Butyl Resin Sealant 2.38" Term-A-Duct (2 Each End) o e 'b ¢ 0 ~ ~ I o m " 1T R cc) III _ [D - 11111 III C r'. M III 1111 ~ ~ - 11111 i o ® ® uu II III - L uI U 0 d'_ 00 f - - - - - - - T 100 f y.. 8, 12" Dia... ~ g" rte- I I 1 8" Sump 1'-0" 4" 4" Galvanized Pull/Lift Iron 4 ~4 _00" - (1 Each Corner) 3'-0" f ` 2'-0' SECTION AA END VIEW 575-SECT-ASHLAND 575-SECT-ASHLAND Oldeastle Precast` File Name: 575-SECT-ASHLAND 5 X 7 PO Box 323, Wilsonville, Oregon 97070-0323 Issue Date: 2012 CITY OF ASHLAND Tel: (503) 682-2844 Fax: (503) 682-2657 oldcastleprecast.com/wilsonville 504-PG E Single Phase Switch Vault Single Phase Padmount Transformer Vault - 25 & 50 kVA Three Phase Mini-Pak Transformer Vault ~(2) - A" Dia. Holes for Grounding Dia. Insert (2 Places in Top) Full 180' Open / Dia. Insert, (2 Each Wall, 2 Walls) J Spring Assisted r Galvanized Diamond Plate Door w/Locking Latch -Fice Optional-Non Slip Door 2" x 3" Brass Plate TOP 2-Ton Lift Anchors No. 55-332P-PGE 1,230 Ibs. I! - - - - ~ij( 7 -171. 3'-0" Long Galvanized "C" Channel (1 Each Wall) o: 1'-6" Long Galvanized "C" Channel (1 Each Wall) 4'-2" O 4'-0" BASE 4'-2" No. 504-B-PGE a O 3,250 Ibs. 3'-6" S-2" a Dia. Grounding Insert 0 a o,. 0 4.5" Dia. Term-A-Duct 22 Inside Walls, 4 Outside Walls / (4 Each Wall) Galvanized Pull/Lift Iron - ° Su ~ia ~ 2.38" Dia. Term-A-Duct (1 Each Corner) p (2 Each Wall) 4'-8.. 4'-8„ OPTIONAL TOPS 4'-8" 4'-8" 2 -1" 21" x 25' Blackout 1 -0 (2) - 12" x 12" Blockouts ao Co f . SINGLE PHASE TRANSFORMER PADMOUNT Mini-Pak No. 55-2125-PGE THREE PHASE TRANSFORMER PADMOUNT 1,540 Ibs. No. 55- 2-1212-PGE 1,590 Ibs. Scale: 318" = 1'--0" PGE L26100 1-5-12 504-PGE Oldcastle Precast 504-PGE File Name: 020UEE504PGE1 PO Box 323, Wilsonville, Oregon 97070-0323 Issue Date: Revised 8-15-12 56 x 56 x 48 Tel: (503) 682-2844 Fax: (503) 682-2657 oldcastleprecast.com/wilsonville 35.0 504-PG E 4'-8" - 4'- 2 -0" 1 -0" (4) - J" Dia. Inserts 6 V_8" (2) - 2-Ton Lift Anchors /64 A III II A 2" x 3" Brass Plate (6) - Dia. Grounding Inserts (2) - Dia. Inserts (2 Inside Walls, 4 Outside Walls) No. 332P Spring Assisted Galvanized Diamond Plate Door w/Locking Latch PLAN VIEW (6) - Dia. Grounding Inserts (2 Inside Walls, 4 Outside Walls) 3'-0" Long Galvanized "C" Channel (1 Each Wall) 2.38" Dia. Term-A-Duct (2 Each Wall) 1'-6" Long Galvanized "C" Channel (1 Each Wall) J" Dia. Insert 4.5" Dia. Term-A-Duct (2 Each Wall, 2 Walls) (4 Each Wall) i tl • } - I i m 4„ N rn I ~ ~~ll oc) } 8" Dia. Sump 6" Z Galvanized Pull/Lift Iron (1 Each Corner) 8" B" SECTION AA END VIEW Scale: 1/2" = 1'-0" PGE L26100 1-5-12 504-PGE Oldcastle Precast` - 504-PGE File Name: 020UEE504PGE2 PO Box 323, Wilsonville, Oregon 97070-0323 Issue Data Revised 8-15-12 56 x 56 x 48 Tel: (503) 682-2844 Fax: (503) 682-2657 oldcastleprecast.com/wilsonvilie 35.1 a STATE OF OREGON $s STATUTORY PUBLIC WORKS BOND Surety bond 665456C CCB # (if applicable): 162365 We, JM Construction Inc as principal, and Developers Surety and Indemnity Company a corporation qualified and authorized to do business in the State of Oregon, as surety, are held and firmly bound unto the State of Oregon for the use and benefit of the Oregon Bureau of Labor and Industries (BOLI) in the sum of thirty thousand dollars (530,000) lawful money of the United States of America to be paid as provided in ORS chapter 2790, as amended by Oregon Laws 2005, chapter 360, for which payment well and truly to be made, we bind ourselves, our heirs, personal representatives, successors and assigns, jointly and severally, firmly by this agreement. WHEREAS, the above-named principal wishes to be eligible to work on public works project(s) subject to the provisions of ORS chapter 279C, as amended by Oregon Laws 2005, chapter 360, and is, therefore, required to obtain and file a statutory public works bond in the penal sum of S30,000 with good and sufficient surety as required pursuant to the provisions of section 2, chapter 360, Oregon Laws 2005, conditioned as herein set forth. NOW, THEREFORE, the conditions of (fie foregoing obligations are that if said principal with regard to all work done by the principal as a contractor or subcontractor on public works project(s), shall pay all claims ordered by BOLI against the principal to workers performing labor upon public works projects for unpaid wages dctennined to be due, in accordance with ORS chapter 279C, as amended by Oregon Laws 2005, chapter 360, and OAR Chapter 839, then this obligation shall be void; otherwise to remain in full force and effect. This bond is for the exclusive purpose of paymment of wage claims ordered by BOLT to workers performing labor upon public works projects in accordance with ORS chapter 2790. as amended by Oregon Laws 2005, chapter 360. This bond shall be one continuing obligation, and the liability 01'111C surety for the aggregate of any and all claims which may arise hereunder shall in no event exceed the amount of the penalty of this bond. This bond shall become effective on the date it is executed by both the principal and surety and shall continuously remain in effect until depleted by claims paid under ORS chapter 2790, as amended by Oregon Laws 2005, chapter 360, unless the surety sooner cancels the bond. This bond may be cancelled by the surety and the surety be relieved of further liability for work performed on contracts entered after cancellation by giving 30 days' written notice to the principal, the Construction Contractors Board, and BOLT. Cancellation shall not limit the responsibility of the surety for the payment of claims ordered by BOLI relating to work performed during the work period of a contract entered into before cancellation of' this bond. IN WITNESS WHEREOF, the principal and surety execute this agreement. The surety fully authorizes its representatives in the State of Oregon to enter into this obligation. SIGNED, SEALED AND DATED this 22ND day of August 20 14 Surety by: Principal by: Developers Surety and Indemnity Company (Seal) JM Construction Inc Company Arame Name Sig re Lois Weathers i nature Attornev-in-Fact _d ?isle (e.g. Attorney-in-Fact) 7inre 17771 Cowan, Suite 100 P O Box 1637 Address Address Irvine California 92614 Shady Cove. OR 97539 Crew A A" Slate ND Lr/~ C ih Stale Zip W ocr. SEND BOND TO: Construction Contractors Board 10 PO Box 14140 >`q 1936 ~~ro !ow! , • ;~+a Salem, OR 97309-5052 . ° Telephone: (503) 3784621 (4111, 1001) LIMITED POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 921123 (949) 263,3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each severally, but rot)olnty, hereby make, constitute and appoint LOIS WEATHERS AUTHORITY LIMITED TO: BOND NUMBER 665456C BOND AMOUNT $30,000.00 as their true and lawful Atlomey(s)-ln-Fad, to make, execute, deliver and admowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety- ship giving and granting unto said Attomey(s)-In-Fad full power and authority to do and to perform every ad necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of subsfttlon and revocation, and all of the ads of said Attomey(s)am-Fad, pursuant to these presents, are hereby ratified and confirmed. This Power of AtIomey is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice-President, Senior Vice-President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qua9fy rig the attomey(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, underlakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby Is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it Is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this November 21, 2013. \ / .wuny„~ By Daniel Young, Sersiorce President JQy..~,p~D 7,y F' 40~PAN y0,~ boa arm yy`'ke~ GOp~P qq~ C,9 R W O pT. 2 2 OCT. 5 T 1967 P y Mark J. Landon, Vc -President o~ 18 3 8 w Ct ~o <1r=oa State of California? row P * Cy 4 a County of Orange On November 21, 2013 before me, Antonio Alvarado Notary Public Date Here Insert Name and Title of the Officer personally appeared Daniel Youna and Mark J Landon Name(s) of Signer(s) who proved to me an the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within Instrument and adoowledged to me that helshelthey executed the same in hislherAheir aull iM capac ty(ies), and that by hWherlthetr signature(s) on the Instrument the person(s), or the entity upon behalf of AWNOW which Ute person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. M ~a WITNESS my hand and official seal Place Notary Seal Above Signature Antonio Alvarado, Notary Public CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby car* that the foregoing Power of Attorney remain In full force and has not been revoked and, furthermore, that the provision of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are In force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, this 22ND day of August , 2014 , By. Cassia J. Berrisfof/jWslantt Secretary ID-1381(Rev.11113) JM0002C OP ID: LS ,~►coRa► CERTIFICATE OF LIABILITY INSURANCE 1DATE0//MM/29/2201015Y) 5 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 NAME, Linda Shaddon CONTACT United Risk Solutions, Inc. PHONE FAX PO Box 936 aC No. Ell: 541-245-1111 ac No :541-245-1112 Medford, OR 97501-0067 E-MAIL ADDRESS: linda.shaddon@unitedrisk.com INSURER(S) AFFORDING COVERAGE NAIC # _ INSURER A : Western National Assurance Co 24465 INSURED JM Construction, Inc. INSURER B : PO Box 1637 Shady Cove, OR 97539 INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 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 ADDL UBR POLICY EFF MPOLICY EXP LIMITS LTR TYPE OF INSURANCE POLICY NUMBER MMIDDIYYYY M/DD/YYYY GENERAL LIABILITY ACH OCCURRENCE $ 1,000,00 A X COMMERCIAL GENERAL LIABILITY X '11 CPP108011302 09/15/2015 09115/2016 EAMA E T R N 100,00( PREMISES Ea occurrence $ CLAIMS-MADE 1XI OCCUR MED EXP (Any one person) $ 5,00 PERSONAL & ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OPAGG $ 2,000,00 X POLICY PRO LOC $ AUTOMOBILE LIABILITY EOa BINEDISINGLE LIMIT $ 1,000,000 A ANY AUTO X CPPI07975002 ! 09/15/2015 09/1512016 BODILY INJURY (Per person) $ ALLOWNED X SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ 1 X HIREDAUTOS X NON-OWNED PERPACCDDNMAGE $ AUTOS I - $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ _ 1,000,000 EXCESS LIAB CLAIMS-MADE X !UMB101331602 09115/2015 09/15/2016 AGGREGATE_ $ 1,000,00 A 00 DIED X RETENTION $ 10,0 $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS' LIABILITY Y / N 1 TORY LIMIT ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N I A` (Mandatory in NH) E.L. DISEASE - EA EMPLOYE $ _ If es, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Chautauqua Walkway Project - City of Ashland, its elected officials, officers and employees are Additional Insured as provided by Endt. WNGL52 01/09. Coverage is primary and non-contributory as provided by Endt. WNGL52 01/09. CERTIFICATE HOLDER CANCELLATION CITAS01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Ashland ACCORDANCE WITH THE POLICY PROVISIONS. 90 N. Mountain Ave. Ashland, OR 97520-2014 AUTHORIZED REPRESENTATIVE T-tOO010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY WN GL 52 01 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OREGON ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU PRIMARY AND NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II - Who Is An insured is amended to in- a. The preparing, approving, or failing to pre- clude as an additional insured any person or organ- pare or approve, maps, shop drawings, opin- ization for whom you are performing operations ions, reports, surveys, field orders, change when you and such person or organization have orders or drawings and specifications; or agreed in writing in a contract or agreement that b. Supervisory, inspection, architectural or en- such person or organization be added as an addi- gineering activities. tional insured on your policy. Such person or organ- ization is an additional insured only with respect to 2. "Bodily injury" or "property damage" occurring liability for "bodily injury", "property damage" or after: "personal and advertising injury" caused by your a. All work, including materials, parts or equip- ongoing operations for the additional insured and only to the extent that such "bodily injury", "property monk furnished in connection with such damage" or "personal and advertising injury" is work, the project (other than service, caused by your negligence or the negligence of maintenance or repairs) to be performed by those performing operations on your behalf. or on behalf of the additional insured(s) at " the location of the covered operations has A person's or organization's status as an additional been completed; or N insured under this endorsement ends when your operations for that additional insured are com- b. That portion of "your work" out of which the pleted. injury or damage arises has been put to its intended use by any person or organization B. The Limits of Insurance applicable to the additional other than another contractor or subcontrac- insured are those specified in the written contract for engaged in performing operations for a or written agreement or in the Declarations of this principal as a part of the same project. policy, whichever is less. These Limits of Insur- ance are inclusive of, and not in addition to Limits D. As respects the coverage provided under this en- ~ of insurance shown in the Declarations. dorsement, Paragraph 4.b. of the Other Insurance Condition is deleted and replaced by the following: C. With respect to the insurance afforded to these ad- 4. Other Insurance ditional insureds, the following additional exclusions apply: b. Excess Insurance This insurance does not apply to: This insurance is excess over any other in- t. "Bodily injury", "property damage" or "personal surance naming the additional insured as an and advertising injury" arising out of the render- insured whether primary, excess, contingent ing of, or the failure to render, any professional or on any other basis unless the written con- architectural, engineering or surveying services, tract or agreement described in A. above including: specifically requires that this insurance be provided on either a primary basis or a pri- mary and noncontributory basis. WN GL 52 01 09 Inaudes cooyrigh,ed material of isurance Services office Inc with its permsson Page 1 of 1 JM0002W OP ID: TP AcoRO CERTIFICATE OF LIABILITY INSURANCE F DATE(MM/DD/YYYY) kk,~ 10129/2015 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 NAAME: Therese Pritchett, CWCS United Risk Solutions, Inc. PHONE' E>n PO Box 936 A/C 541-494-7744 ac No): 541-245-1112 Medford, OR 97501-0067 ADDRIe ss therese.pritchett@unitedrisk.com Jackie K. Anderberg INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: SAW Corporation __36196 INSURED JM Construction, Inc. _ INSURER B : DBA: JM Trucking P 0 Box 1637 INSURER C : Shady Cove, OR 97539 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 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. EXP YY LIMITS INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER MMIDDIYYYY POLICYIYY LTR COMMERCIAL GENERAL LIABILITY j EACH OCCURRENCE $ I~ DAMA ENTED j] CLAIMS-MADE a OCCUR PREMISES Ea occurrence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $ POLICY PRO LOC _PRODUCTS _COMP/OPAGG $ JECT OTHER: $ MBINED AUTOMOBILE LIABILITY EaacccdentSINGLELIMIT $ ANY AUTO BODILY INJURY (Per person) $ ALLOWNED SCHEDULED, BODILY INJURY (Per accident) $ AUTOS AUTOS - - NON-OWNED PROPERTccidenYt DAMAGE $ ' Per a HIRED AUTOS AUTOS $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE~I AGGREGATE $ L DED RETENTION$ $ WORKERS COMPENSATION STATUTE X OR H- AND EMPLOYERS' LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVE YIN 948875 12I0112014I 12/01/2015 E.L. EACH ACCIDENT $ 1,000,00 N I A OFFICER/MEMBER EXCLUDED? F--]1 (Mandatory in NH) E.L. DISEASE - EA EMPLOYE $ - 1,000,00 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION CITAS03 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Ashland ACCORDANCE WITH THE POLICY PROVISIONS. 20 E. Main St. Ashland, OR 97520-1814 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD JM0002W OP ID: TP .a►e R CERTIFICATE OF LIABILITY INSURANCE DATE 1 o/29r2o1s 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(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 endorsements . -CONTACT PRODUCER NAME: Therese Pritc_h_ett_,__C_W_CS_ United Risk Solutions, Inc. PHONE PO Box 936 _lac. No Fxp_541-494-7744 A _1C Hal: 541-245-1112 Medford, OR 97601-0067 E-MAIL therese.pritche _ unitedrisk.com Jackie K. Anderberg INSURE_ IR S~ AFFORDING COVERAGE _k___ NAL C - INSURER A: SAIF ggrpOratlOn_ 36196 INSURED JM Construction, Inc. INSURER B: DBA: JM Trucking P 0 Box 1637 INSURER C : Shady Cove, OR 97539 INSURERp________ INSURER INSURER F : COVERAGES CERTIFICATE NUMBER: 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. - - IWSR POLICY EFf POLICY E%P LUNITS LTR TYPE OF INSURANCE wun POLICY NUMBER MMIDDIYYVY MMID COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S__ DGRE CLAIMS-MADE OCCUR PRAEM SESEEoCCUrrence E MED EXP (Any ona person) $ PERSONAL 8 ADV INJURY S i I __G_EN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S POLICY JECT u PR4 I 1 LOC PRODUCTS - COMP/OP AGO S [ J - OTHER S (Ea acuden AUTOMOBILE LIABILITY I DM9IHED f SINGLE LIMIT S ANY AUTO I BODILY INJURY (Per person) $ _ ALL UTOS OWNED , DULED I I BODILY INJURY (Per accident) $ A~O A AUTOS ED i I PROPERTY DAMAGE S NON HIREDAUTOS AUTOS I (Peracadenl) $ UMBRELLAUAB _ OCCUR EAC_HOCCURRENCE_- $ EXCESS LIAR CLAIMS-MADE AGGREGATE S DED RETENTION S S WORKERS COMPENSATION STATUTE X ER H AND EMPLOYERS' LIABILITY A ANY PROPRIETORIPARTNERIEXECUTNE Yl~N N!A 948875 1210112014 1210112015 E.L.EACHACCIDENT $ 1,000,00 OFFICERIMEMBER EXCLUDED? (Mandatory In NMI E.L. DISEASE - EA EMPLOYE S 1,000,00( If yes SC, describe under D j es OF OPERATIONS below E.L. DISEASE -POLICY LIMIT S 1,000,00( DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IACORD 101. Addltlonal Remarks Schedule, my be attached a more space Is requlrad) CERTIFICATE HOLDER CANCELLATION CITAS03 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Ashland ACCORDANCE WITH THE POLICY PROVISIONS. 20 E. Main St. Ashland, OR 97520-1814 AUTHORIZED REPRESENTATIVE ®1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Mary McClary From: Linda Shaddon [linda.shaddon@unitedrisk.com] Sent: Thursday, October 29, 2015 5:24 PM To: 'mcclarym@ashland. or.us'; '5415522436@rcfax.com' Cc: 'JM Construction Inc.'; Dana Brinkley; Therese Pritchett Subject: JM Construction - Certificates of Insurance/Surety Bond Attachments: City of Ashland _WC 10.29.15.pdf, City of Ashland 10.29.15.pdf; Public Works Bond 665456C. PDF Hi Mary, Attached are certificates and a copy of the bond as requested by our insured, JM Construction, Inc. Please let me know if you require any further information. Thank you, Linda Shaddon Office Manager/Account Manager Supervisor United Risk Solutions, Inc. Mailing: PO Box 936 Medford, OR 97501 Physical: 2045 Cardinal Ave. Ste. 300, Medford OR 97504 Direct Dial: (541) 494-7728 / Main Phone: (541) 245-1111 Ext. 7728 / Fax: (541) 245-1112 linda.shaddon(a)-unitedrisk.com /www.unitedrisksolutions.com This transmission contains information that may be confidential or privileged, and is intended only for the recipient identified above. If you received this transmission in error, please notify the sender immediately, delete all copies, and be aware that any disclosure, copying, distribution or use of the contents of this transmission is strictly prohibited. Also, for your protection, coverage cannot be bound or changed via voice mail, email, fax, or online via the agency's website, and is not effective until confirmed directly with a licensed agent. 1 Page 1 / 1 CITY OF ASHLAND DATE PO NUMBER 'l 20 E MAIN ST. 12/7/2015 13275 ASHLAND, OR 97520 (541) 488-5300 VENDOR: 010109 SHIP TO: Ashland Electric Department JIM CONSTRUCTION INC (541) 488-5354 PO BOX 1637 90 N MOUNTAIN SHADY COVE, OR 97539 ASHLAND, OR 97520 FOB Point: Ashland, Oreqon Req. No.: Terms: Net Dept.: Req. Del. Date: Contact: Dave Tvqerson Special Inst: Confirming? NO Quantity Unit Description Unit Price Ext. Price Chautauqua Walkway Utility Improvements 59,000.00 Undergrouriprimary, communication, infrastructure as per attached electrical layout plan and COA electric service requirements. Contract for Goods and Services Beqinninq date: 11/02/2015 Completion date: 01/11/2016 i SUBTOTAL 59 000.00 BILL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2010 TOTAL 59,000.00 ASHLAND, OR 97520 Account Number Project Number Amount Account Number Project Number Amount E 690.11.18.00.70410 E 000485.999 59,000.00 rP Authorized Signature VENDOR COPY FORM _#3 CITY OF ' ASHLAND REQUISITION Date of request: 11/25/15 Required date for delivery: Vendor Name JIM CONSTRUCTION INC Address, City, State, Zip PO BOX 1637, SHADY COVE, OR 97539 Contact Name & Telephone Number JASON MYERS541 878-7810 JMCONSTRUCTIONINC@EARTHLINK.NET Fax Number 541 878.7811 SOURCING METHOD CornPtL=~~ ❑ Exempt from Competitive Bidding ❑ Emergency ❑ Reason for exemption: ❑ Invitation to Bid (Copies on file) ❑ Form #13, Written findings and Authorization ❑ AMC 2.50 Date approved by Council: ❑ Written quote or proposal attached ❑ Written quote or proposal attached Attach co of council communication If council approval required, attach co of CC ❑ Small Procurement Cooperative Procurement Less than $5.000 ❑ Request for Proposal (Copies on file) ❑ State of Oregon Date approved by Council: ❑ Direct Award Contract # ❑ Verbal/Written quote(s) or proposal(s) -(Attach copy of council communication) ❑ State of Washington Intermediate Procurement ❑ 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 and solicitation attached ❑ Form #4, Personal Services $5K to $75K Contract # El Special Procurement Intergovernmental Agreement PERSONAL SERVICES ❑ $5.000 to $75,000 El Form #9, Request for Approval Agency ❑ Less than $35,000, by direct appointment ❑ Written quote or proposal attached Date original contract approved by Council: ❑ (3) Written proposals/written solicitation Date approved by Council: (Date) ❑ Form #4, Personal Services $5K to $75K Valid until: -(Date) I - (Attach copy of council communication) Description of SERVICES Total Cost Underground Primary/communication/Infrastructure as per attached Electrical layout Plan and $59,000.00 COA Electric Service requirements, Exhibit E . Item # Quantity Unit Description of MATERIALS Unit Price Total Cost TOTAL COST ® Per attached quotelproposal Acct No: 690.11.18.00.704100 Project code: 000.485.999 $59,000.00 *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: IT Director Date Support -Yes /No By signing this requisition form, I certify that the City's public contracting requirements have been satisfied. Employee; .~~~~Department Head: - 3 ~,j [I / J \ (Lqual-to-or great han $5,000) Department Manager/Supervisor, /City Administrator: i M116- (Equal to or greater than $25,000) Funds appropriated for current fiscal year. (O El NO _'L v- J z-/ -7 P' Finance Director (Equal to orgreaterthan $5,000) Date Comments: Form #3 - Requisition