Loading...
HomeMy WebLinkAbout2006-029 Contract - Tobiasson Excavating CITY OF ASHLAND CONTRACT FOR PUBLIC WORKS CONSTRUCTION Contract made this " .}h day of A/I Q"~ , 2006, between the City of Ashland, ("City") and Tobiasson Excavation, Inc. "(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 2005 Utility Construction Project No. 2004-07. 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 following exceptions, alterations, or modifications to the contract documents are incorporated into this contract: 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. Performance and Payment Bonds: Contractor shall, within five days after execution of the contract and prior to doing any work under the contract, furnish bonds to the City of Ashland in a form and with a surety satisfactory to City in the penal sum of $359,967.00 conditioned upon the faithful payment and performance of this contract upon the part of the Contractor as required by ORS 279C.380. 5. 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 approximately caused by the negligence of City. 6. Insurance: Contractor shall, at its own expense, at all times during the term of this agreement, maintain in force a comprehensive general liability policy including coverage for contractual liability for obligations assumed under this Contract, blanket contractual liability, products and completed operations, owner's and contractor's protective insurance and comprehensive automobile liability including owned and non-owned automobiles. The liability under each policy shall be a minimum of $500,000 per occurrence (combined single limit for bodily injury and property damage claims) or $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Liability coverage shall be provided on an G:\pub-wrks\eng\dept-admin\ENGINEER\PROJEC1\2004\04-07 Tobiasson Contract Docs 1 06.doc "occurrence" not "claims" basis. The City of Ashland, its officers, employees and agents shall be named as additional insureds. Contractor shall submit certificates of insurance acceptable to the City with the signed contract prior to the commencement of any work under this agreement. These certificates shall contain provision that coverages afforded under the policies can not be canceled and restrictive modifications cannot be made until at least 30 days prior written notice has been given to City. 7. Default: A default shall occur under any of the following circumstances: 7.1 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. 1.2 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. 1.3 From any other cause whatsoever, shall not carryon the work in an acceptable manner. 8. Remedies: In addition to the rights and remedies to which the City may 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 completion 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 been 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. 9. 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 G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2004\04-07 Tobiasson Contract Docs 1 06.doc The Contractor shall fully comply with the provisions of ORS 279C.800 through 279C.870 pertaining to prevailing wage rates. 10. Living Wage Rates: If the amount of this contract is $15,964 or more, and Contractor is not paying prevailing wage for the work, Contractor must 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 must post the attached notice predominantly in areas where it will be seen by all employees. The Contractor shall fully comply with the provisions of ORS 279C.800 through 279C.870 pertaining to prevailing wage rates. 11. Assignment and Subcontracts: Contractor shall not assign this contract without the written consent of City. Any attempted assignment 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. Contractor may not substitute any subcontractors from the submitted list of First-Tier Subcontractor Disclosure Form without written consent of the City, or by following the procedures ofORS 279C.585 and OAR 137-049-0360. CONTRACTOR By: ~~~~ Signature ~ \,.. I ~l:I........ ". ,au."\ u--... Printed Name ' CITY OF ASHLAND By: ,cJ~e~~ Finance Director Its: '3 - ~ - O{, REVIEWED AS TO CONTENT: By: ~ 3*/!:& Department Head By: Lega Coding: (For City use only) G:\pub-wrks\eng\dept-admin\ENGINEER\PROJEcru004\04-07 Tobiasson Contract Docs I 06.doc ~ MAR .06 2006 4:03PM CHIC 5032876100 p. 1 PBRFO~CE BO~ Bond #PE3745 Premium $8,999 The undersigned Tobiasson Excavation Inc.. as principal, furtherrefen-ed to in this bond 'as ContractOr, and Contractors Bondin.e and Insurance Company . as surety, further refenea to in this bond as Surety, are joi~y and ~a1ly 6ound. unto City of Ashland, as obligee, ft1J;ther refeaed to in this baud 88 City. in, tho sum of Three hUf'ldred fifty- nine thousand nine hundred sixty-seven dollors and zero centB. Dollars ($359,967.00). Contractor ODd City have entered into a written contract dated . for the following project: 2005 UtiliW Comt:nJ~on Proiect No. 2004-07. This contract is further reforred to in this bond as the Contract and is incorporated into this bond by this reference. The conditions of this bond are: 1. If Contractor faithfully performs the Contract in ~ce wi1h the plans, s~ifications and coDditions of the contract ~thin 1he'time pre.scn"bed by the Contract, as l"equired by 0&8 279C. 380 through 279C.385, then 'this obligation is null and void; o1hc:nvise it shall reznain in full force and effect. 2. If Contractor is declared by City to be in default unde;r:file Contract, the Surety . . shall promptly remedy the default, perfom1 all ofContxaptor's obligati()1'1s under the cOnb'act in accordance with its terms and cOnditions and pay to City all damages that are due under the Contraat. . . 3. This bond is subject to claims under ORS 279C.380 through 279C.390. . 4. This obligation jointly and severally binds Contmctor and SUrety and their respective ~eirs, eJf.eC\ltors, administraton, 5IlCCCSSors. 5. Surety waives notice of modification of tho Contract or ~tension of the Contract time. 6. Nonpayment of the bond premium shall not invalidate this bond. MAR 06 2006 4:03PM CHIC 5032876100 p.2 7. The bond number and the name, addtess, and telephone number of the agent authorized. to receive notices conc<<nJng this ~ond are Il.9 follows. Bond Number: PE374S Bond Agent: Western States Insurance Addre5s: POBoJe 3745 Ashland OR 97520 Telephone: i;.541 482 2725 , SIONED this 6 th ' day of March , 2006. . WITNESS: . (Corporate SOftl) CONTRACTOR: By: Titlo; Legal Address: Inc. Attest: Corporate Secretary WITNESS: SURElY: Contractors Bonding and Insurance Company By: Title: Edward J. Cols~n, Attorney in Fact Legal Address: 1213 val1~St. _ . Seatt~A L: Attest: ~ -~s~ .,~te Seal) '.................. "'SU4t" r;, - .:- r:. ~.."..""".,,Qc- ta I, :Z$~o~!e"\'- ~ .. - ftJ- ",'';''''' ",.~,.. - ~ - , __ . ~ ~"'-:-.)~hit~. '- ~ , , ,~ ~ { 8 ,t?i'" ~. ~: ~ " ~. co.c. .~.... .... :; '"'"' - ~ ~.. '" :..-.v .......: Q " " U '. ft.- \ ~ L - .- , ~.'. - '\ ';I ..~ ~-::- ." I V-" I, ...... 'oJ ,-. " .(.vo~"".,,'....~,~ --' I,., WAr;,... , .............. '\\\"",,,,,.... LIMITED POWER OF ATTORNEY - READ CAREFULLY CONTRACTORS BONDING AND INSURANCE COMPANY IS RESPONSIBLE ONLY FOR THE BOND DESCRIBED AND UP TO THE AMOUNT SET FORTH IN THIS LIMITED POWER OF ATTORNEY. ANY ERASURE WILL VOID THIS POWER OF A TORNEY. IF YOU HAVE ANY QUESTIONS ABOUT OR WANT TO VERIFY THIS POWER OF ATTORNEY CALL CONTRACfORS BONDING AND INSURANCE COMPANY TOLL FREE AT 1(800)765-2242 Power Number: Date Approved: 3/07/2006 Bond No. : PE3745 Penal Sum : $ $359.967.00 Attorney No.: P0285 Limited Power of Attornev Exoires: 3/07/2007 Approved by : .-/ ~ Name of Principal: TOBIASSON EXCAVATION INC. Name of Obligee: CITY OF ASHLAND OREGON Descriptions(s): 2005 UTILITY CONSTRUCTION PROJECT NO. 2004-07 (~on~rkin nm ame) Location (if applicable): ASHLAND OREGON KNOW ALL MEN BY THESE PRESENTS that CONTRACTORS BONDING AND INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of Washington and having its principal office in Seattle, King County, Washington does by these presents make, constitute and appoint EDWARD 1. COLSON OF ASHLAND OR its true and lawful Attorney-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver the bond(s) and/or other documents incidental1hereto descnbed above; and to bind the Company thereby as fully ai1d to the same extent as if each such bond, or other docwnents incidental thereto was signed by the Pn:sident, sealed with the cmporate seal of the Company and duly attested by its Secretuy; hereby ratifYing and confirmimt all that the said Attorney-In-F"act may do in the premises. Said appointment is made under and by the authority of the following resolutions adoptedby the Board ofbirectors of CONIRACTORS BONDING AND INSURANCE COMPANY on September 10, 2001. RESOLVED that the Chief Executive Officer, Presiden~ Chief Financial Officer, Secretuy or any Vice Pn:sident of the Company is authorized to appoint . Attorneys-In-Fact for and on behalf of the Company with the power and authority to sign on behalf of the Company those surety bonds orundertakiii.gs of suretyship which may fi:um time to time be approved by tlie Chief Executive Officer, Pn:siden~ Chief Financial Officer,.Secretuy or any Vice Pn:sident of the Company; proVided, however, that no Attorney-In-Fact shall be authorized to execute and deliver any bond orwxlertaking that shall oblig<!te the Co~y for any portion of the penaI sum thereof in excess of$15,000,000, and provided, further, that no Attorney-In-Fact shall have the authority to issue a bid or proposal bond for any project where, if the contract is awarded, any bond orundei1akingwould be required with a penal sum in excess of$15,000,000. AnAttorney-Iri-Factmay also be autliorized by Power of Attorney to excecute any consent or other dOcument incidental to said fund orundertaking, provided such document does not obligate the Company is excess of the limit set forth above. In no event shall any Attorney-In-Fact have any authority to sign any dociDllent or otherwise bind the Company in any way in connection with a claim on a surety bond or undertaking. RESOLVED FURTHER that each Power of Attorney must set forth the specific description of the surety bond or ~ to which it applies, the name of the principal, the name of the obligee, the penal sum, the bond number (except for a bid booo where there is no number), the idenfiiVing numbei of the Attorney-In-Fact, and ihe iden~ number of the Power of Attorney. The Attorney-In-Fact shall not be authorized to obligate Company for surety 0000 orJn!dertalcing specified in the Power of Attorney (mcluding any consents or other docwnents incidental to the surety bond or tmdetaking) fOr more 1h3n the penal sum specified in the Power of Attorney. RESOLVED FURTHER that the Chief Executive Officer, Presiden~ Chief Financial Officer, Secretary or any Vice Pn:sident of the Company is authorized to establish a specific expiration date for the Power of Attorney and to modifY that date fi:um time to time as the Chief Executive Officer Presiden~ Chief Financial Officer Secretuy or any Vice President of the Company deems necessary in hisIhei sole discretion; the applicable expiration date is to be cl;;Jy set forth in any written Power ofAttorney. RESOLVED FURTHER that all previous resolutions by the Board of Directors authorizing the Chief Executive Officer, President, Chief Financial Officer, SecretaJy or any Vice President of the Company to appoint Attomeys-In-Fact for and on behalf of the COmpany remain in full force and effect; and that if a Power of Attorney baSed on this resolution is attached to a bOnd (for example, a liid bond), and a Power qf Attorney based on another Boanl of Directors resolution is attached to another bond (for example, a perfonnance and payment bond), it shall not affect tlie validity of either Power of Attorney or Bond RESOLVED FURTHER that this Limited Power of Attorney containing this and the furegoing resolutions and the signatures of the Pn:si~ ~, and NotaIy Public, and the ~rate and Notary seals appearing hereon, are generatOO, stored and transmitted electronically, and therefore appear in printed fonn ;~~ at recipient's fax machine. This fax printed Limited "Power of Attoniey docwnent and the signatures and seals appearing hereoi1 therefore are, and shall be deemed o' in all respects. RESOLVED FURTHER that the ConJpanyacknowledges the applicability of the Electronic Signatures in Global and National Commerce Act to this Limited Power of Attorney and that the signatures of the Pn:sident, Secretaiv and Notuy Public and the COIpOI'ate and Notary seals appearing on any Limited Power of Attorney containing this and the foregoing resolutions as well as the Limited Power of Attorney itself and its transmission maybe, or may be bY facsimile or other means of electronic or electro-mechanical transmission or reproduction; and any such Limited Power of Attorney shall be deemed an original in all respects. IN WITNESS WHEREOF CONIRACTORS BONDING AND INSURANCE COMPANY has caused these presents to be signed by Don S~~~rate seal to be hereto affix::<9/9f2 2. 4~,,'~pciii"':~"""", :::i :yO "J'~.. ~ I, CONIRACTORS BONDING AND INSURANCE COMPANY ff SEAL '1~~ ~c. -0' By' 'I,"".. .:' f . Don Sukm, PresIdent \, ~~...!.~!.'\~~ / -"\l S", PC G .._--- '\\........'.,........... STAlE OF WASHINGTON -COUNIY OF KING On 9/9/2002, personally appeared DON SIRKIN to me known to be the representative of the corporation that executed the foregoing Limited Power of Attorney and acknowledged said Limited Power of Attorney to oe free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he is authorized to execute the said Limited Power of Attorney. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first above written. ~~~, f ~..~. ~ (0, -r...(V1'~1l . ~.....~ i WU; t1 \-~=''''';,;~f Notary Public in and for the State of Washington, residing at Seattle ~"""~",-",,,"" The undersigned acting under authority of the Board of Directors of CONTRACTORS BONDING AND INSURANCE COMPANY, hereby certifies, as or in lieu of Certificate of the Secretary of CONTRACTORS BONDING AND INSURANCE COMPANY, that the above and foregoing is a full, true and correct copy of the Onginal Power of Attorney issued by said Company, and does hereby further certify that the said Power of Attorney is still in force and effect. GIVEN under my hand. at Portland. OR this I!:L- day of MAR 2006 ~ R. Kirk Eland, Secretary Al(052004) MAR 06 2006 4:03PM CHIC 5032876100 p.3 Bond #PE3745 Premium $8,999 PAYMENT BOND The undersigned Tobiasson Excavation me. . lIS principal, fbrtbcr referred to in this bond as Contractor. and ,.contractors Bonding and Insurance Company . as surety~ ~er referred to in this-,bond 8.$ S~, are jointly and severally bound unto City of Ashl~ as obligee,' further referred to in this bond as City, in the sum of Three hun&ed fifty- nine thousand nine hundred sixtv-seven dollars and zero cents, Dolllml ($3~9,967.00). . Contractor and City have entered into a written contraCt dated . for the foUowing project: 2005l.ltilitv Construction. Project No. 2004-97. This contract is further rcfc:rred to in this bond as the Contract and ,is incorporated into this bond by this reference. lbe conditions of this bond are: 1. If Contractor faithfully pCrfo~s the Contract within the time prescn'bed by the , , Contract, and ptomptly makes payment Co aU claimants, as defined in ORS 279C.600 through. 279C.620. then this 'obligation is null and void; otherwise it shaJl remain in full force and effect. 2. If Contractor is declared by City to be in default lDlder the Contract. l.h:e Surety shall promptly remedy the default, ~orm aU of Contractor' 8 obligations under the . contract in IC:COldance with its terms and conditions and pay to City all dama.g~ that are due lIDder the Contract. 3. This bond is subject to claims under ORS 279C.600 through 279Gii20. . 4. This obligation jointly ~d sevEnlly binds Contractor. and Surety and their .tcspective heirs, executors, administrators. successors, . 5. Surety waives notice of modification of the Contract or extension ofthc: Contract time. 6. Nonpayment of tile bond premium shall not invalidate this bond. MAR 06 2006 4:03PM CHIC 5032876100 p.4 7. The bond number and the nm:ne, address, and telephone number of the agent authorized to receive notices concerning this bond are as follows. Bond Number: PE3745 Western States Insurance Bond ~gen1: Address: Telephone: PO Box 3745 Ashland OR 97520 541 482 2725 2006. SIGNED this 6 th day of' March WITNESS: (CoIporate Seal) WITNESS: ""'\\\\\'1 . ~...?~~) :_~~~~~ I, .=- ~_#" V-PO;'tf"" ~~'/ - ~_ Ojr.'$.;> " .. .... ~; '. (J "'fb;,'J!i:r.: ~ ~ '" ~ ~ i / ;~..~'fk~: _ ~ ~ ~ .,. ~~ SJ:t~L'-' ~o ,..: ,. <::I ~ .c,.,.. ~ ' -; ~~t. ,': ':h~ ~ " .L"" '97'9 __:~ = , ~ '1, __.. ~. -. I, 7~/..i""\"""~ ~";" "'f INGlO ...~-:--' 1\ \ ,,~\\""'_'" CONTRACTOR: By: TItle: Legal A~: . \ Attest: SURElY: By: Title: ~ga1 Address: Attest: Inc. 3055 Hi2hwav 66 AShland OR 97520 Corporate Secretary Attorney in Fact 1213 Valley St. Seatt~e WA 98109 Corporate Secretary LIMITED POWER OF ATTORNEY - READ CAREFULLY CONTRACTORS BONDING AND INSURANCE COMPANY IS RESPONSIBLE ONLY FOR THE BOND DESCRIBED AND UP TO THE AMOUNT SET FORTH IN THIS LIMITED POWER OF ATTORNEY. ANY ERASURE WILL VOID THIS POWER OF A TORNEY. IF YOU HAVE ANY QUESTIONS ABOUT OR WANT TO VERIFY THIS POWER OF ATTORNEY CALL CONTRACTORS BONDING AND INSURANCE COMPANY TOLL FREE AT 1(800)765-2242 Attorney No.: P0285 Power Number: 3/07/2007 Date Approved: 3/07/2006 Bond No. : PE3745 Penal Sum: $ $359.967.00 Limited Power of Attorney Expires: Approved by : ~ ~ Name of Principal: TOBIAS SON EXCAVATION INC. Name of Obligee: CITY OF ASHLAND OREGON Descriptions(s): 2005 UTILITY CONSTRUCTION PROJECT NO. 2004-07 ~on ~rkin ( nm arne) Location (if applicable): ASHLAND OREGON KNOW ALL MEN BY THESE PRESENTS that CONTRACTORS BONDING AND INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of Washington and having its principal office in Seattle, King County, Washington does by these presents make, constitute and appoint EDWARD J. COLSON OF ASHLAND OR its true and lawful Attorney-in-Fact, with full power and authorit)' hereby conferred in its name, place and stead, to execute, acknowledge and deliver the bond(s) and/or other documents incidental thereto described above; and to bind the Company thereby as fully and to the same extent as if each such bOnd, or other documents incidental thereto was signed by the President, sealed with the corporate seal of the Company and duly lIttested b)' its SecretaIy; hereby ratifying and confirming all that the said Attorney-In-Fact may do in the premises. Said appointment is made under an(! by the authority of the following resolutions adoptedby the Board of Directors of CON1RACTORS BONDING AND INSURANCE COMPANY on September 10,2001. RESOLVED that the ChiefExecutiye Officer, President, Chief Financial Officer, SecretaIy or any Vice President of the Company is authorized to appoint Attorneys-In-Fact for and on behalf of the Company with the power and authority to sign on behalf of the Company those surety bonds orundertakiiiES of suretyship which may from time to time be approved by !lie ChiefExecutiye Officer, President, Chief Financial Officer, SecretaIy or any Vice President of the Company; provided, however, that no Attorney-In-Fact shall be authorized to execute and deliver any bond or undertaking that shall obli~ the Company for any portion of the penlIl sum thereof in excess of$15,000,000, and provided, further, that no Attorney-In-Fact shall have the authority to issue a bid or prop<>sal bond for any project where, if the contract is awarded, any bond or undeitaking would be required with a penal sum in excess of$ I 5,000,000. An Attorney-Iri-Fact may also be au!liorized by Power of Attorney to excecute any consent or other dOcument incidental to said bond or undertaking, provided such document does not obligate the Company is excess of the limit set forth above. In no event shall any Attorney-In-Fact have any authority to sign any document or otherwise bind the Company in any way in connection with a claim on a surety bond or undertaking. RESOLVED FURTIffiR that each Power of Attorney must set forth the specific description of the surety bond or undertaking to which it applies, the name of the principa4 the name of the obligee, the penal SlllII, the fund number (except for a bid bond where there is no number), the identifying number of the Attorney-In-Fact, and !he identifYing number of the Power ot Attorney. The Attorney-In-Fact shall not be authorized to obligate Company for surety bona or undertaking specified in the Power of Attorney (mcluding any consents or other documents incidental to the surety bond or undetaking) for more than the penal sum specified in the Power of Attorney. RESOLVED FURTIffiR that the Chief Executive Officer, President, Chief Financial Officer, SecretaIy or any Vice President of the Company is authorized to establish a specific expiration date for the Power of Attorney and to modifY that date from time to time as the Chief Executive Officer, President, Chief Financial Officer, SecretaIy or any Vice President of the Company deems necessary in his/her sole discretion; the applicable expiration date is to be clearly set forth in any written Power of Attorney. RESOLVED FURTIffiR that all previous resolutions by the Board of Directors authorizing the Chief Executive Officer, President, Chief Financial Officer, SecretaIy or any Vice President of the Company to appoint Attorneys-In-Fact for and on behalf of the COmpany remain in full force and effect; and that if a Power of Attorney baSed on this resolution is attached to a bond (for example, a bid bond), and a Power of Attorney based on another Board of Directors resolution is attached to another bond (for example, a performance and payment bond), it shall not affect the validity of either Power of Attorney or Bond RESOLVED FURTIffiR that this Limited Power of Attorney containing this and the foregoing resolutions and the signatures of the President, Secretary, and NotaIy Public, and the corporate and NotaIy seals appearing hereon, are generated, stored and transmitted electronically, and tli.erefore appear in printed form <?ruy at recipient's fax machine. This fax printed Limited "Power of Attorney document and the signatures and seals appearing hereon therefore are, and shall be deemed orginals in all respects. RESOLVED FURTIffiR that the Company acknowledges the applicability of the Electronic Signatures in Global and National Commerce Act to this Limited Power of Attorney and that the signatures of the President, Secretaiy and Notary Public and the corporate and Notary seals appearing on any Limited Power of Attorney containing this and the foregoing resolutior1S as well as the Limited Power of Attorney itself and its transmission may be, or may be by facsiririle or other means of electronic or electro-mechaniCal transmission or reproduction; and any such Limited Power of Attorney shall be deemed an original in all respects. IN WTINESS WHEREOF CON1RACTORS BONDING AND INSURANCE COMPANY has caused these presents to be signed by Don S~~\lQw.orate seal to be hereto affix~9/9!2 . /,,'> ..:.:j;oi;...:..J'".... :~...O"" 6fJ-O.""" 'V.V f:'..~" CON1RACTORS BONDING AND INSURANCE COMPANY ~ ~ ( SEAL J ~ ~ ~ \~\ ;"f Don Sirkin, President "" "'~"'~ .~?'!.;:~~ / 1",\~~L~..~....~--- STATE OF WASHINGTON - COUNTY OF KING On 9/9/2002, personally appeared DON SIRKIN to me known to be the representative of the corporation that executed the foregoing Limited Power of Attorney and actmowledged said Limited Power of Attorney to be free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he is authorized to execute the said Limited Power of Attorney. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first above written. ~..,.",",\~Illtl F~~S'~ fr~:\~\ ~ III -, ~ 2 f ~~ .....~ J i 'i,,"~"6~ "'~""IIiAZ." "'lh,"""...~ (~flt~.#. .1Ptr Notary Public in and for the State of Washington, residing at Seattle The undersigned acting under authorit)' of the Board of Directors of CONTRACTORS BONDING AND INSURANCE COMPANY, hereby certifies, as or in lieu of Certificate of the Secretary of CONTRACTORS BONDING AND INSURANCE COMPANY, that the above and foregoing is a full, true and correct cop)' ofthe Onginal Power of Attorney issued by said Company, and does hereby further certifY that the said Power of Attorney is still in force and effect. GIVEN under my hand. at Portland. OR this ~ day of MAR 2006 ~ R. Kirk Eland, Secretary A1(052004) Page 9 PROPOSAL Mayor & City Council Ashland, Oregon The undersigned bidder declares that the bidder has received, read and understood all bid documents; received, read and understood all addenda; the bidder has taken no exceptions other than those clearly stated in this proposal; the bidder will be liable for increased costs (and attorney fees) for retaining a replacement bidder if the undersigned bidder is awarded the contract but refuses to sign the contract; the bidder has examined the plans and specifications, has visited the site, and made such investigation as is necessary to determine the character of the materials and conditions to be encountered in the work and that if this Proposal is accepted, the bidder will contract with the City of Ashland, Oregon for the construction of the proposed improvement in a form of contract contained in the bid documents, will provide the necessary equipment, materials, tools, apparatus, and labor, in accordance with the plans and specifications on file at the City Engineering Office, Ashland, Oregon, under the following conditions: 1. It is understood that all the work will be performed under a lump sum or unit price basis and that for the lump sum or unit price all services, materials, labor, equipment, and all work necessary to complete the project in accordance with the plans and specifications shall be furnished for the said lump sum or unit price named. It is understood that the quantities stated in connection with the price schedule for the contract are approximate only and paYment shall be made at the unit prices named for the actual quantities incorporated in the completed work. If there shall be an increase in the amount of work covered by the lump sum price, it shall be computed on a basis of "extra work" for which an increase in paYment will have been earned and if there be a decrease in the lump sum paYment, it shall be made only as a result of negotiation between the undersigned and the Owner. Furthermore, it is understood that any estimate with respect to time, materials, equipment, or service which may appear on the plans or in the specifications is for the sole purpose of assisting the undersigned in checking the undersigned's own independent calculations and that at no time shall the undersigned attempt to hold the Owner, the Engineer, or any other person, firm or corporation responsible for any errors or omissions that may appear in any estimate. 2. The undersigned will furnish the bonds required by the specifications and comply with all the laws of the Federal Government, State of Oregon, and the City of Ashland which are pertinent to construction contracts of this nature even though such laws or municipal ordinances may not have been quoted or referred to in these specifications. 3. All items for the contract for which forms are provided in the bid documents have been completed in full by the showing of a lump sum price or prices for each and every item and by the showing of other information indicated by the proposal form. The undersigned submits the unit prices set forth as those at which the bidder will perform the work involved. The extensions in the column headed "Total" are made up for the sole purpose of facilitating comparison of bids and if there are any discrepancies between the unit prices and the totals shown, the unit prices shall govern. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2004\04-Q7 2005 Utility Construction Bid Doc 11 05.doc dated 11.29.05 Page 10 . 4. The undersigned agrees that the "Time of Completion" shall be as defined in the specifications and that the bidder will complete the work by the completion date. Bidder furthermore agrees to pay as liquidated damages, for each calendar day thereafter, the amounts shown in Subsection 00180.85 of the Special Provisions, for each day the project remains incomplete. 5. The undersigned, as bidder, acknowledges that addenda(s) numbered , through 1-. have been received by the bidder and have been examined as part of the contract documents. 6. The undersigned, as bidder, acknowledges that provisions of Oregon Revised Statute (O.R.S.) 279.350 relating to workers on public works to be paid not less than prevailing rate of wage shall be included in the contract. 7. Instructions for First-Tier Subcontractors Disclosure. Bidders are required to disclose information about certain first-tier subcontractors (those subcontractors contracting directly with the bidder) when the contract price exceeds $75,000 (see ORS 279.027). Specifically, when the contract amount of a first-tier subcontractor is greater than or equal to: (I) 5% of the project bid, but at least $15,000, or (ii) $500,000 regardless of the percentage, you must disclose the following information about that subcontract within four hours of bid closing: 7.1 The subcontractor's name and address; 7.2 The subcontractor's Construction Contractor Board registration number:, if one is required, and; 7.3 The subcontract dollar value. If you will not be using any subcontractors that are subject to the above disclosure requirements, you are required to indicate "NONE" on the form. THE CITY MAY REJECT A BID IF THE BIDDER FAILS TO SUBMIT THE DISCLOSURE FORM WITH THIS INFORMATION WITHIN FOUR HOURS OF BID CLOSING. To determine disclosure requirements, the City recommends that you disclose subcontract information for any subcontractor as follows: 1) Determine the lowest possible contract price. That price will be the base bid amount less all alternate deductive bid amounts (exclusive of any options that can only be exercised after contract award). 2) Provide the required disclosure information for any first-tier subcontractor whose potential contract services (i.e., subcontractor's base bid amount plus all alternate additive bid amounts, exclusive of any options that can only be exercised after contract award) are greater than or equal to: (I) 5% of the lowest contract price, but at least $15,000, or (ii) $500,000 regardless of the percentage. Total all possible work for each subcontractor in making this determination (e.g., if a subcontractor will provide $15,000 worth of services on the base bid and $40,000 on an additive alternate, then the potential amount of subcontractor's services is . $55,000. Assuming that $55,000 exceeds 5% of the lowest contract price, provide the disclosure for both the $15,000 services and the ($40,000 services). G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2004\04-07 2005 Utility Construction Bid Doc 11 05.doc dated 11.29.05 Page 12 Proiect o. 2004-07 NO DESCRIPTION QTY. UNIT UNIT PRICE AMOUNT (FIGURES) Mobilization and Traffic Control Mobilization $S"'6'6U~ $ $" c:.2.,() elL' 1 for Dollars 1 LS Work Zone Traffic Control Complete , , $ '\ ~l> $ 1GSb Ut:. 2 for Dollars 1 LS 6~ Erosion & Sediment Control / / $ J ~ ,'I.l $ tb 3 for Dollars 1 LS II lSlro Remove A.C. Surfacing ~ , Ul> $ (b $ 4 for Dollars 230 SY 1.."\. ~ ubb Remove Existing SS Pipe , $ ~(t) $ 5" ~~O Q> 5 for Dollars 1495 LF Remove Existing SS Manhole 1 $ lS'~ $ 1, ~()~(.\> .6 for Dollars 5 EA , Utilities 8" Sewer Main (PVC ASTM D-3034) for $ $ CIt. Dollars 1).~ 1~1 ~ ') '}. 7 956 LF 8" Sewer Main" (PVC C 900, CLASS 150) for , $ '-i 'i .'b $ 1~ ~1~ (b 8 Dollars 886 LF 4" Sanitary Sewer Lateral Connection $ <;Cfu I $ ) \SO ~ 9 for Dollars 23 EA 1 Replace Existing 4" 55 Lateral $ <Ib $ ~ 10 for Dollars 90 LF 'L(,) '<l~ 48" Sanitary Sewer Manhole } f'" $ 3OU1)~ $ 11 for Dollars 5 EA 1< (tlU Connection to Existing Manhole J I .I ~~ $ Il\lm~ $ 12 for Dollars 2 EA 1 t.L() Connection to Existing Pipe $ I <If $ J ~ 13 for Dollars 2 EA 5ro J (\~ Trench Resurfacing $ 3s~ $ J t\ 14 for Dollars 230 SY 1. c)~() Bypass Pumping $1 Gm. a." $ 3601) 15 for Dollars 1 LS SCHEDULE A BID TOTAL I $ / .. J \)..~ \\htb , BID SCHEDULE A WALNUT STREET SANITARY SEWER REPLACEMENT N G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECli2004\04-07 2005 Utility Construction Bid Doc 11 05.doc dated 11.29.05 Page 11 The disclosure should be submitted on the following form: City of Ashland First-Tier Subcontractor Disclosure Form (As Required by ORS 279.027 and OAR 137-040-0017) 2005 UTILITY CONSTRUCTION PROJECT 2004 - 07 CATEGORY OF WORK 2. 3 ~r~L ~~\ ~ ~~~~ '\ ~w-o~~, . 4 5 6 7 8 9 10 * Attach additional pages if needed. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECl\2004\04-07 2005 Utility Construction Bid Doc 11 05.doc dated 11.29.05 Page 13 rOJec Q. - NO DESCRIPTION QTY. UNIT UNIT PRICE AMOUNT (FIGURES) Mobilization and Traffic Control Mobilization _\ \ (;t cJ~ $ for Dollars "1 ~~ 1 1 LS o.'b Work Zone Traffic Control , 2 for Dollars 1 $ 2. ..)) $ '\.... ~ u> LS \'-''b Erosion & Sediment Control $, ,1> $ for Dollars \~ 3 1 LS \6't) l\~"t) , I Roadwork Remove & Replace Concrete Curb & Gutter $ ~t)~ $ S \.tl.''(, 4 for Dollars 10 LF Remove & Replace Concrete Sidewalks $~, !~ $ '\.. <; ~~ liQ 5 for Dollars 30 SF Remove AC Surfacing $ 1.~-{ $ ~').....~~~.. 6 for Dollars 586 SY Utilities Remove Existing SS Pipe .- $ - ,,--v $ ~ ~S'b "" 7 for Dollars 726 LF ~ Remove Existing SS Manhole I 8 for Dollars 2 $1~~ $ \ C;r..'b''b EA 6" Sewer Main (PVC SDR35, D-3034) ; $ 'Ll;<b $ 1')~Cb 9 for Dollars 15 LF 8" Sewer Main (PVC SDR35, D-3034) $ '\).... C\. $ ~ 10 for Dollars 671 LF ')..\. l\')) 8" Sewer Main (PVC C-900) , $ <r;(jf>b $ \'\> 11 for Dollars 40 LF 1. O""'-U 4" Sanitary Sewer Lateral Connection $ $ ) ct"'O(\. IrQ 12 for Dollars 11 EA ~ , -> )'0 Replace Existing 4" SS Lateral $ $ ~ 13 for Dollars 55 LF \... () ~ ,) ~ 48" Sanitary Sewer Manhole , $ n. $ ') &b~ no 14 for Dollars 1 EA "'> ,. t.'"tI 48" Sanitary Sewer Manhole with Outside Drop I Connection $) r- $ ~~CSb (f'> 15 for Dollars 1 EA 5€b Connection to Existing Manhole . $ I t\~~ $ n.. 16 for Dollars 6 EA ~. ()~() Connection to Existing Pipe $ C; (;b (l:) $ ~ t'-> 17 for Dollars 3 EA , ,S l:\~ , BID SCHEDULE B GRANITE STREET SANITARY SEWER REPLACEMENT & WATERLINE CONSTRUCTION p . t N 2004 07 G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2004\04-07 2005 Utility Construction Bid Doc 11 05.doc dated 11.29.05 Page 14 NO DESCRIPTION QTY. UNIT UNIT PRICE AMOUNT (FIGURES) ~---------._----- Trench Resurfacing $ ~) ~6':> $ ).<=5 .~'b(;'t> 18 for . Dollars 586 SQYD - Bypass Pumping $.)~:' $ 19 for Dollars 1 LS ~ ()'"b \~ , WATER LINE 16" Potable Water Pipe, Fittings and Couplings with Class "B" Backfill $ ~O\> $ \.\ 0 .~)O. 13 for Dollars 682 LF Hydrant Assemblies $') t>b'"O eQ $ \0 .~tSb 14 for Dollars 2 EA SCHEDULE B BID TOTAL I $ , , 'Lf~ ~J~ c.~ I G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2004\04_07 2005 Utility Construction Bid Doc 11 05.doc dated 11.29.05 Page 15 rOJec o. . NO DESCRIPTION QTY. UNIT UNIT PRICE I AMOUNT (FIGURES) Mobilization and Traffic Control Mobilization $~ ,-,\> $ 1 for Dollars 1 ~ ~b II\.} LS Work Zone Traffic Control Complete , , $.\~ $ '\ db 2 for Dollars 1 LS b~ Erosion & Sediment Control , I for Dollars $'.b~ $ e;.'l, 3 1 LS \.~1) , , Roadwork Remove AC Surfacing $ L.~b $ 4 for Dollars 370 SY <l\"O~ Remove & Replace Concrete Sidewalk , $ 1-t> "" $ C' t'b 5 for Dollars 25 SF ~~b Utilities 24 Inch Storm Sewer Pipe, 10ft Depth $)J..~ $ ~ \ \...Sro €b 6 for Dollars 573 LF 12 Inch Storm Sewer Pipe, 5 ft Depth $ )()(b $ , 7 for Dollars 71 LF '} \ ''\Q ,,,, 48" Storm Drain Manhole I $ ~~ Cb $ to Ob"b ~ 8 for Dollars 2 EA 48" Storm Drain Control Structure , / $ (10 $ 1':- CSb. (;,'0 9 for Dollars 1 EA t;'Cb ~ 24" RCP Bell End Section Manhole $ , cl.b $ t. 10 for Dollars 1 EA \ .(::)~l) Connection to Existing Curb Inlet , , $ ~ $ ~.. 11 for Dollars 1 EA I~'b IO~ Trench Resurfacing $ '\~ $ (\;> 12 for Dollars 370 SY \")., ,~~ () 7 Permanent Traffic Safety and Guidance Devices Thermoplastic Pavement Line, White, 8 inch $'\. .('l> $ 'l"i:::> 13 for Dollars 300 SF ~Cft) SCHEDULE C BID TOTAL 1 $ ~~ \,b(,r"O } BID SCHEDULE C WALKER AVENUE STORM DRAIN CONSTRUCTION P . t N 2004 07 G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2004\04-07 2005 Utility Construction Bid Doc 11 05.doc dated 11.29.05 Page 16 BID SUMMARY SCHEDULE A: WALNUT STREET SANITARY SEWER REPLACEMENT SUBTOTAL $ \f)... ~ . , , b t,'i) SCHEDULE B: GRANITE STREET SANITARY SEWER REPLACEMENT & WATERLINE CONSTRUCTION SUBTOTAL $ p.'S'.bJ~.\> , SCHEDULE C: WALKER AVENUE STORM DRAIN CONSTRUCTION SUBTOTAL $ ~ c; \J ~ , PROJECT 2004-07 TOTAL BID: $ ~<>~i~\o'~ . G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2004\04-Q7 2005 Utility Construction Bid Doc 11 05.doc dated 11.29.05 Page 17 The City reserves the right to reject any and all bids, waive formalities, or accept any bid which appears to serve the best interests of the City. The foregoing prices shall include all labor, materials, equipment, overhead, profit, insurance, and all other incidental expenses to cover the finished work of the several kinds called for. Unit prices are to be shown in both words and figures. In case of discrepancy, the amounts shown in words will govern. Upon receipt of written notice of the acceptance of this bid, Bidder shall execute the formal contract attached within ten days and deliver surety bond or bonds as required. The bid security attached in the sum of five percent ofthe total price for the bid or combination of bids is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth as liquidated damages for the delay and additional expense to the Owner caused thereby. The Bidder is V or is not a resident Bidder as defined in O.R.S. 279.029. lOb I'Q sS () n E)(('l.tlltILi-,'on I The:.. Firm Name of Bidder ___ ~cL" ..:.. ature of Bidder 0"1 ?~S; dett-t Official Title OR State of Incorporation ))1-\\..\6 CCB Number Address 3 dayof:& n uard 2006. I 3~~"~:; -::~av;;~~:;c .()~~~~~~ 54/- Y2/-5fool ,Dated this Name of Bidder Telephone No. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2004\04-07 2005 Utility Construction Bid Doc 11 05.doc dated 11.29.05 -- ACORD.. CERTIFICATE OF LIABILITY INSURANCE OP 10 101 DATE (MMlDDIYYYY) "l'OEIA-1 03/07/06 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Western States - Ashland HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR 400 West Henley ALTER THE COVERAGE ,A;FORDED BY THE POLICIES BELOW. Ashland OR 97520 Phone: 541-482-2725 Fax:S41-488-0086 INSURERS AFFORDING COVERAGE NAlC# INsuRED INSURER A: American States Insurance 24740 INSURER B: CBIC Contractors TobiassoD E~cavation Inc INSURER c: 30S5 Hwy 66 INSURER D: Ashland OR 97520 INSuRER E: COVERAGES iHE PQLICIES OF INSuAAIIlCE; LISTED BELOW HAVE BEEN lSSUE;D TO THE INSURED NAMED AeOIJE FOR. THE POLICY PERIOD INDICATED. N01WITHSTANDING ANY REQUIREMENT. TERM OR CONDmON 01' ANY CONTRACT OR OTHER DOCUMEN, WITH REsPECT TO WHICH THIS CERTIFICATE WlY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCR.IBED HEREIN IS SUBJECT TO ALL 'filE TERMS. I<XCLUS10NS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAII6 BEEN RE;DUCED BY PAID CLAIMS. L7R, NSRI TYPE OF INSURANCE POLICY NUMBER DATE IMM/DDIYYl ~~ LIMITS GENERAL LIABILItY EACH OCCURRENCE $ 500000 - 04/15/05 04/15/06 ~~~Es IE:o OCOlrencel $200000 A ~ COMMERCIAL GENERAL LIABILITY 01CG3342492 n ClAIMS MADE [!] OCCUR MEO EXP (Any one person) $10000 PERSONAL & WV INJURY $ 500000 - GENERAL AGGREGATE S 1000000 - s 1000000 GEN'L AGGREGATE LIMIT APPLIES PER: pROOUCTS-COMPIOPAGG I poLICY h rr8;: n lOC AUTOMOBILE! LIABILITY COMBINE;D SINGLE UMIT $ 750000 - 04/15/05 04/15/06 lEe aoodenl) A ANY AUTO 01CG3342492 - ALL OWNED AUTOS BODILY INJURY - (Perp~) S X SCHEDULED AUTOS - HIRED AuTOS BODILY INJURY - (Per aoclo:lent) $ - NQN-OWNED AUTOS PROPERTY DAMAGE $ (Per aOOdent) G,t.AAGE LIABILItY AlITO ONLY - EA ACCIDENT $ R ANY AUrO OTHER THAN EAACC $ AUTO ONLY: AGG $ EXC~MBRELLA LIABIUlY EACH OCCURRENCE $ tJ OCCUR D Cl.,A1MS MADE .AGGREGATE S $ R DEDUCTIBLE $ RETENTION $ $ WORKE.RS COMPENSATION AND T TORY LIMITS I IU~~- ENlPLOyeRS' LIABILITY E.L EACH ACCIDENT S ANY PROPRIETORlPARTN~UTIVI; OFFICERlMEMBER EXCLUDED? E.l. OIS~SE . EA EMPLOYEE S ~e9, o:Iescr1be unoer E.L. DISEASE - POLICY LIMIT $ ECIAI.. PROVISIONS belOW OTHER A Equipment Floater OlCG3342492 04/15/05 04/15/06 bond 15000 B license Bond 808448 06/30/04 06/30/05 OESCRIPTJON OF OPEAATlONS f LOCATIONS ,~HICLES f EXCLUSIONS ADDEO PY EatolDORSEMENT f SPECIAl. PROVISIONS CERTIFICATE HOLDER CANCELLATION CITY006 SHOULD A.'/N OF THE ABOVE DESCRIBm POLICIES BE CANCELLED BEFORE TllE EXPIRATION DATE THEREOF, THIOISSlJING ItIiSURER WILL EllltI.l<AVOR TO MAIL ~ DAYS WRITTEN NOllCE TO THE CERTIFICATEi HOLDER. NAMED TO THE LEFT. eUT FAILURE TO DO SO SHALL City of Ashland IMPOSE NO OBLIGATION OR LlABlLlTY 0F'.AWf I<lND UPON THE INSURER, ITS AGENTS OR Public Works Dept 20 East Main REPRESENTATlVES. Ashland OR 97520 AUTHORIZED REPRE.SEl'lTATlVE CindY' Clark ACORD 25 (2001/08) @ ACORD CORPORATION 1988 8/ l . d vl9v'ON ~VOl:6 900l 'L 'Je~ IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) 8/Z 'd vl9v'ON ~Vll:6 900Z 'L 'Je~ City of Ash1and iB an named insuX"ed. insured as reBpects ~he operations of the . 8/8 'd vl9v'ON ~Vll:6 900Z 'L 'Je~ rA' CITY OF ASHLAND 20 E MAIN ST. ASHLAND, OR 97520 (541) 488-5300 CITY RECORDER'S COpy I I Page 1 /1 3/16/2006 06680 VENDOR: 002814 TOBIASSON EXCAVATION INC 3055 HIGHWAY 66 ASHLAND, OR 97520 SHIP TO: Ashland Public Works (541) 488-5587 51 WINBURN WAY ASHLAND, OR 97520 FOB Point: Tenn.: Net Req. Del. Date: 3/20/2006 Speclallnst: Req. No.: Depl: PUBLIC WORKS Contact: Paula Brown Conflnnlng? No THIS I~ 8EVISEgJ URCHASE ORDER BLANKET PUFfCAASE ORDER 2005 Utility Construction Project Schedule A: Walnut St Sanitary Sewer Schedule B: Granite St Sewer & Water Replacement Schedule C: Walker Ave Storm Drain 129.116.00 145.675.00 85,176.00 BILL TO: Account Payable 20 EAST MAIN ST 541-552-2028 ASHLAND, OR 97520 SUBTOTAL TAX FREIGHT TOTAL E 260.08.17.00.7042 E 670.08.18.00.7042 E 675.08.17.00.7042 200407.120 200407.120 200407.120 86 392.08 46795.71 226 n9.21 M~ .Ji.yb~ . orlzed Signature VENDOR copy CCl T 1'..0' f' .8S.I-i.LAR..O REQUISITION No. PW - FY 2006 Deparbnent Public Works Vendor TOBIASSON EXCAVATION INC. 3055 HWY 66 ASHLAND OR 97520 Account No. 675.08.17.00.704200 670.08.18.00.704200 260.08.17.704200 Date March 13, 2006 Requested Delivery Date ASAP Deliver To Jim Olson Via Paula Brown 63% (* Note: Pi.... allow approximaIeIy two(2) weeb for deliWI}' on items not 13% ~Iy caried in stored. ond epproximalely two (2) months on prinlingjobs.) 24% Item No. Quantity Unit DescriptiOll Use of Purchasin Office Only Unit Price Total Price PO No. 2005 Utility Construction Project Schedule A: Walnut St Sanitary Sewer Schedule B: Granite St Sewer & Water Replacement Schedule C: Walker Ave Storm Drain $129,116.00 $ 145,675.00 $ 85,176.00 TOTAL $ 359,967.00 Job No. Unit No. I hereby certifY tIIlIl the above items are necessaoy for the opention of this depertment ond ... budgeted Department Head or Aut!lori7aI Penon ~--IP Is By Date Received By ,.,