Loading...
HomeMy WebLinkAbout2005-041 Contract - R&G Excavating CITY OF ASHLAND CONTRACT FOR PUBLIC WORKS CONSTRUCTION +t'\ Contract made this J t day of Februarv. 2005, between the City of Ashland, ("City") and R&G Excavating "(Contractor"). City and Contractor agree: 1. Contract Documents: This contract is made as a result of an Advertisement for Bid issued by City for the Main Feeder & Raw Water Pipeline Project No. 03-15. Contractor was awarded the bid as the lowest responsible bidder. In the event of any inconsistencies in the terms of this contract, the contract documents defined in the Advertisement for Bid and Contractor's bid, this contract shall take precedence over the contract documents, which shall take precedence over the bid. 2. Scope: Contractor shall begin and complete the project described in the contract documents within the time prescribed in the contract documents. The fc)llowing exceptions, alterations, or modifications to the contract documents are incorporated into this contract: Base bid price plus selected alternatives: Award Alternative A: Items 21, 143, 144, 145, 146 Alternative B: Item 81 Alternative C: Items 87, 98, 99, 100, 101 Alternative D: Items 79, 82 Alternative E: None Alternative F: None Alternative G: Discretionary Item No Award Items 147, 148, 149, 150, 151, 152 Item 78 Items 88, 89, 102, 103, 104, 105 None Item 57 Item 72 Item 130: Award one only 3. Price & Payment: City shall pay Contractor amounts earned under the contract. All payments will be made at the times and in the manner provided in the contract documents. 4. Bond: Contractor shall, within five days after execution of the contract and prior to doing any work under the contract, furnish bond to the City of Ashland in a form and with a surety satisfactory to City in the penal sum of$2.018.876.54 conditioned upon the faithful performance of this contract upon the part of the Contractor. 5. Default: A default shall occur under any of the following circumstances: 5.1 If the Contractor fails to begin the work under contract within the time specified, or fails to perform the work with sufficient workers or equipment or with sufficient materials to insure the prompt completion of the project, or shall neglect or refuse to remove materials or perform anew such work as shall be rejected as defective or unsuitable:, or shall discontinue the prosecution of the work. 5.2 If the Contractor shall become insolvent or declared bankrupt, or commit: any act of bankruptcy or insolvency, or allow any final judgment to stand against the Contractor unsatisfied for a period of forty-eight (48) hours, or shall make an assignment for the benefit of creditors. 5.3 From any other cause whatsoever, shall not carry on the work in an acceptable manner. 6. Remedies: In addition to the rights and remedies to which the City Inay be entitled by law for the enforcement of its rights under this contract, City shall have full power and authority, without violating this contract, to take prosecution of the work from the Contractor, and appropriate or use any or all of the materials and equipment on the ground that may be suitable and acceptable and may cause a contract for the conlpletion of this contract according to its terms and provisions, or use such methods as required for the completion of the contract, in any acceptable manner. All costs and charges incurred by the City together with the costs of completing the work under the contract, shall be deducted from any money due or which shall become due the Contractor. In case the expense so incurred by the City shall be less than the sum which would have bet:n payable under the contract if it had been completed by the Contractor, then the Contractor shall be entitled to received the difference less any damages for delay to which the City may be entitled. In case such expense shall exceed the sum which would have been payable under the contract, the Contractor and the surety shall be liable and agree to and shall pay the City the amount of the excess with damages for delay of performance, if any. 7. Prevailing Wage Rates: The Contractor shall pay a fee equal to one-tenth of one percent (0.1 percent) of price of this Contract. The fee shall be paid on or before the first progress payment or 60 days from the date work first begins on the Contract, whichever comes first. The fee is payable to the Bureau of Labor & Industries and shall be mailed or otherwise delivered to the Bureau at the following address:: Bureau of Labor & Industries Wage & Hour Division Prevailing Wage Unit 800 N.E. Oregon Street #32 Portland OR 97232 8. Living Wage Rates: If the amount of this contract is $15,000 or more, Consultant 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 service work under this contract. Consultant is also required to post the attached notice predorninantly in areas where it will be seen by all employees. The Contractor shall fully comply with the provisions ofORS 279.348 through 279.365 pertaining to prevailing wage rates. CONTRAWO.1 ./}..;};} By: "~f- t~1 /){t flll1tEfl L/ f. (Printed Name) CITY OF By: Its: 1/ f. REVIEWED AS TO ~., By:. -<. ^ ~ ad Date: :f/<i!O"~ \./ Date: ] /f<" .". i)' (For City use only) PERFORMANCE & PAYMENT BOND The undersigned R & G EXCAVATING, INC. , as principal, further referred to in this bond as Contractor, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , as surety, further referred to in this bond as Surety, are jointly and severally bound unto City of Ashland, as obligee, further referred to in this bond as City, in the sum of Two million. eighteen thousand. eight hundred seventy-six dollars and fiftv- four cents Dollars ($2.018.876.54). Contractor and City have entered into a written contract dated February , 2005 , for the following project: Main Feeder Raw Waterline Replacement Project 03-15. This contract is further referred to in this bond as the Contract and is incorporated into this bond by this reference. The conditions of this bond are: 1. If Contractor faithfully performs the Contract within the time prescribed , by the Contract, and promptly makes payment to all claimants, as defined in ORS 279.526 through 279.542, then this obligation is null and void; otherwise it shall remain in full force and effect. 2. If Contractor is declared by City to be in default under the Contract, the Surety shall promptly remedy the default, perform all of Contractor's obligations under the contract in accordance with its terms and conditions and pay to City all damages that are due under the Contract. 3. This bond is subject to claims under ORS 279.526 through 279.542. 4. This obligation jointly and severally binds Contractor and Surety and their respective heirs, executors, administrators, successors. 5. Surety waives notice of modification of the Contract or extension of the Contract time. 6. Nonpayment of the bond premium shall not invalidate this bond. 7. The bond number and the name, address, and telephone number of the agent authorized to receive notices concerning this bond are as foJllows. Bond Number: 104454084 Bond Agent Willis of Oregon Address: PO Box 8699 Portland OR 97207 1800 SH First Avenue. Suite 400 Telephone: (503) 224-4155 Portland OR 97201 SIGNED this 11th day of February WITNESS: CONTRACTOR: By: Title: (Corporate Seal) 2005. R & G EXCAVATING, INC. IV- 1?d4 1/, p Legal Address: 39300 Montgomery Drive Scio OR 97374 Attest: /~-f'C, /1 Cri~~ s:CZd;J2~~, WITNESS: P6db~ (Corporate Seal) SURETY: By: Title: TRAVELERS CASUALTY AND SURETY COMPANY OF AMERiCA ,J Harris, Attorney-in-fact Legal Address: 4000 Kruse Way Place. Bldg ~ 1, Suite 265 Lr~ Oswego OR 97035 Attest: .l ~ J:::~f::JtaPj- TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations dilly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Lynette G. Harris, Edward M. Thompson, of Portland, Oregon, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by hislher sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the dilly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chainnan, the President, any Vice Chainnan, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chainnan, the President, any Vice Chainnan, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided 1hat each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chainnan, any Ex,ecutive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or theur certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (05-04) Unlimited ~uap!saJd a:>!^ Jo!uas zP2MlI:)S Jalad c1.. .. ~.~__~A> ~8 ___~r~ ~ ~ \\ ~07J:Jl1iW:J ~~~~ 1IDJr1ll~ " 'SO Ol ' A.H?n.lqaa: 10 A~ ll~ T T sm paleO 'lll:Jq:JauuoJ10 alms 'Plo.Jl.feH10 Al!J alp U! 'AlmdmoJ alp 10 a:JYJO amoH alpl~ paJEas plm pa~!s 'a:Jl01 U! MOU am 'AlPOlpllY 10 al~:JywaJ alplI! qu01 las s~ 'slol:Jal!O 10 spmoH alp 10 suoqllIosalI ~uq)Ums alpltnp 'aloUIlatp.ITlJ plm ~pa){OAal ua~q lOU sIDl plm a:Jl01 IJI11 U! slI!IDllal AlPOlpllY 10 al~:JywaJ pUR AaUlOUY 10 laMod paq:J~U~ plm ~u!0~al01 alpl~lp JdlL1I3J AHffiI3H 00 'lll:Jq:JauuoJ 10 alms alp 10 SUOqRlOdJO:J ){:JOlS 'A.NVdWO::> A..LWilSV::> NO.Lf>NIWHVJ pIrn A.NYdWO::> llnIilS aNY A..LWilSV::> SlI:I"IUVlll 'v::>m::lWV JO A.NYdWO::> A..LnIilS aNY A..LWilSV::> SlI:I"IUVH.L 10 JU;)P!S;).Id ;)~!A .I0!U;)S 'p~~!Slapun alp 'I 3.L YJlill~1I3J ~lneaJ~al .0 a!Jew O!lqnd A.Je~ON 900(; '08 9unr s9J!dx9 UO!SS!WWOO ^V\1 .pm~ ~ ~w . 'joalalp suoqlllosalI ~U!pmns alplapun a:JYJo laqjs!lI 10 AlPOlpll~ Aq SUOq~lOdJO:J alp 10 lI~lJaq uo lUaUlTlllSU! p~s alp palll:Jax~ aqs/aq ltnp plm ~sJEas al~lodJo:J q:JllS am luaUlTlllsu! pres alp Ol paxIIJ'R s~as alpl~lp ~suoq~lodIo:) p~s 10 s~as alp SMOID{ aqs/aq ltnp ~lUaum.nSU! aAoq~ alp palll:Jaxa q:J!lIM plm U! paqp:Jsap SUOq~lOdJO:J alp 'A.NYdWO::> A..LWJ1SV::> NO.Lf>NIWHVJ pIrn A.NYdWO::> A..LnIilS aNY A..LWilSV::> SlI:I"IUVH.L 'v::>m::lWV JO A.NYdWO::> A..LnIilS aNY A..LWilSV::> SlI:I"IUVH.L10 JU;)P!S;).Id ;)~!A .I0!U;)S s! aqs/aq ltnp :A~S plm asodap PH' 'UlOMS A{IlP am Aq ~u!aq 'OqM 'WAOID{ am Ol NOSdWOH.L 'M. :If>lIO:lf> aum:J AIIlmOslad am al01aq tOOl 'laqmaldas 10 A~ lp8l sm uo - IUap!SaJd a:)!^ Jo!uas uosdwOll~ oM aBJoa~ '~~_.R~ AS ANVdW03X~TVaSV3NO~DNrnmV~ ANVdW03 ,unms mrv X~TVaSV3 SHllTiAVH.L V311IllWY ~O ANVl:lJ\103 x~nms mrv X~TVaSV3 SHll'1:MVH.L r!i--~ '... . *$'t '-" 1:. c1t rNNOO ~~(j)~ ~~~~~ illKlII .' crnO.il. mm: .'IO A.lNflOJ PloWBH'SS{ l1lJllJtlNNOJ.'IO 3J.VlS 'tOOl 'laqmaldas 10 A~ lp8l sm paxIIJ'R olalaq aq Ol s~as ~l~lodJO:J l!alp plm JU;)P!S;).Id ;)~!A .I0!U;)S l!alp Aq pa~!s aq OllUaum.nsu! sm p~sn~:J aA~q A.NYdWO::> A..LWilSV::> NO.Lf>NIWHVJ pIm A.NYdWO::> A..LnIilS aNY A..LWilSV::> SlI:I"IUVH.L 'v::>m::lJi~ JO A.NYdWO::> A..LnIilS aNY A..LWilSV::> SlI:I"IUVH.L 'JOnImM. SS:lN.LIM. NI II!i STPAUL 'IIIJ TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On Nov. 26, 2002, President Bush signed into law the Terrorism Risk I nsurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the federal government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the federal government will pay a share of such losses. Specifically, the federal government will pay 90 percent of the amount of covered losses caused by certain acts of terrorism, which is in excess of an insurer's statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses for which the federal government or an insurer can be responsible at $100 billion, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. ILT-10l8 (9104) ~., CITY RECORDER'S COpy Page 1 /1 CITY OF ASHLAND 20 E MAIN ST. ASHLAND, OR 97520 (541 ) 488-5300 . 3/22/2005 05851 VENDOR: 009545 R & G EXCAVATING INC 39300 MONTGOMERY DRIVE SCIO, OR 97374 SHIP TO: Ashland Public Works (541) 488-5587 51 WINBURN WAY ASHLAND, OR 97520 FOB Point: Terms: Net Req. Del. Date: 3/19/2005 Speciallnst: Req. No.: Dept.: PUBLIC WORKS Contact: Joe Strahl Confirming? No BLANKET PURCHASE ORDER Main Feeder Waterline Construction Project 03-15 Project Managers: Pieter Smeenk, Ed Olson Engineering: Brown & Caldwell 2,018,876.54 BID Contract: February 11, 2005 Beginning date: March 19, 2005 Completion date: July 2005 BILL TO: Account Payable 20 EAST MAIN ST 541-552-2028 ASHLAND, OR 97520 SUBTOTAL TAX IFREIGHT TOTAL 2 018 876.54 0.00 0.00 2,018,876.54 E 670.08.15.00.704200 E 670.08.36.00.704200 1 514157.41 504719.13 ~~~~5:J-- VENDOR COpy CITY OF ASHLAN:D REQUISITION No. PW - FY 2005 Department PUBLIC WORKS Vendor R&G EXCA VA TING INC. 39300 MONTGOMERY DRIVE SCIO OR 97374 Account No. 670.08.15.00.704200 670.08.36.00.704200 Date March 7, 2005 Requested Delivery Date Deliver To Dawn Lamb Via ASAP 750/0 (* Note: Please allow approximately two(2) weeks for delivery on items not 250/0 generally caried in stored, and approximately two (2) months on printing jobs.) I , Item No. Quantity Unit Description Use of Purchasing Office Only Unit Price Total Price PO No. Main Feeder Waterline Construction Project Pieter Smeenk! Ed Olson project managers Brown & Caldwell performed engineering $ 2,018,876.54 TOTAL $ 2,018,876.54 for Kari: BID /RFP I EXEMPT: bid Contract Start Date: March 19,2005 Contract Completion Date: Jul-05 Insurance on file: I YES I NO Project No: 03-15 . I Job No. Unit No. I hereby certify that the above items are necessary for the operation of this department and are budgeted ~ .--Department Head or Authorized Person Issued By Date Received By ~tJ---& 3 I f5, 1M ~'.1I ._~ /; t!-tJ n_? {Y u- ~r- ( & ~~ G: Pub-wrks/eng/dept-admin/engineer/projecVG:\pub-wrks\eng\dept-admin\ENG IN EER\PR OJ ECT\2003\03 -15 RG Requisition 3 05.xls