Loading...
HomeMy WebLinkAbout2011-281 Contract - Sabel Painting V . �, •; CONTRACT FOR GOODS & SERVICES C I T Y OF CONTRACTOR: Sabel Painting Company ASHLAND 20 East Main Street CONTACT: 'Jim Sabel Ashland, Oregon 97520 Telephone: 541/488-6002 ADDRESS: 3181 Old Stage Road Fax: 541/488-5311 Central Point OR 97502 TELEPHONE: 541-773-1555 DATE AGREEMENT PREPARED: October 28, 2011 FAX: 541-773-1555 BEGINNING DATE:October 312011 COMPLETION DATE:Janua 31,48it-aD 13— COMPENSATION: $86,991(base) +$696(Railing Repairs) +$3418(Hoists Rebuilt) +$1600 Additional Gate Pre = $92,705 Fixed Price plus additional terms below GOODS AND SERVICES TO BE PROVIDED: PW Project No 2011-19 Hosler Dam Spillgate Hoist Repairs, Cleaning, Painting, and Structural Inspection per attached Exhibit C ADDITIONAL TERMS: Additional Dam Cleaning if needed at$80.00 per man hour up to a maximum total contract amount of not to exceed NTE $96,545. NOW THEREFORE, pursuant to AMC 2.50.120 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 services and goods shall at its own risk and expense, perform any work, and furnish all labor, equipment and materials required for the work described above and attached as Exhibit C. 2. Qualified Work: Contractor has represented, and by entering into this contract now represents, that all 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 services for any work performed; including costs and expenses, specified above or in Exhibit C. 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 the amount listed above unless a separate written contract is entered into by the City. Owner may withhold payment of that portion of an invoice disputed by Owner in good faith, and shall timely pay the other, undisputed portions of any invoice. 5. Ownership of Documents: All documents that are or are to be deliverables under the contract shall be the property of the City. Any other reuse without specific written verification and adaption by Contractor for the specific purposes intended will be at the user's sole risk and without liability or legal exposure to Contractor. 6. Statutory Requirements: ORS 27913.020, 27913.220, 279B.225, 27913.230, 27913.235, ORS G:\pub-wrks\eng\I0-19llosler Spillway Upgrades\2011-10-28 Contract.doc } Chapter 244 and ORS 670.600 are made part of this contract. Contractor shall comply with these and all other federal, state and local laws and regulations applicable to the work under this Contract. 7. Living Wage Requirements: If contractor is providing services under this contract and the amount of this contract is $18,703 or more, Contractor is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to.any subcontractor who performs 50% or more of the work under this contract. Contractor is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 8. Indemnification: Contractor agrees to defend, indemnify, and save City, its officers, employees and agents harmless from any and all losses, claims, actions, costs, expenses,judgments, subrogations, or other damages resulting from third party claims for injury to any person (including injury resulting in death), or third party claims for damage (including loss or destruction) to physical property, to the proportionate extent caused by the Contractor's negligence in the performance of this contract of whatsoever nature arising out of or incident to the performance of this contract by Contractor (including but not limited to, Contractor's employees, agents, and others designated by Contractor to perform work or services attendant to this contract). Contractor shall not be held responsible for any losses, expenses, claims, subrogations, actions, costs,judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 9. Termination: a. Mutual Consent. This contract may be terminated at any time by mutual consent of both parties. b. City's Convenience. This contract may be terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. c. For Cause. City may terminate or modify this contract, in whole or in part, effective upon delivery of written notice to Contractor, or at such later date as may be established by City under any of the following conditions: 1. 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; 2. 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 3. 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. 1. Either City or Contractor may terminate this contract in the event of a material 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. 2. Time is of the essence for Contractor's performance of each and every obligation and G:\pub-wrk,s\cng\10-19 1 losler Spillway Upgrades\2011-10-28 Contract.doc ' i 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. 3. 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. A. Obligation/Liability of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b, c or d of this section, Contractor shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Contractor shall deliver to City all contract documents, information, works-in-progress and other property that are or would be deliverables had the contract been completed. City shall pay Contractor for work performed prior to the termination date if such work was performed in accordance with the Contract. 10. Independent Contractor Status: Contractor is an independent Contractor and not an employee of the City. Contractor shall have the complete responsibility for the performance of this contract and for any federal or state taxes applicable to payments under this contract. Contractor will not be eligible for any federal Social Security, state Worker's Compensation, unemployment insurance or Public Employees Retirement System benefits from this contract payment, except as a self-employed individual. 11. Non-discrimination Certification: The undersigned certifies that the undersigned Contractor has not discriminated against minority, women or emerging small businesses enterprises in obtaining any required subcontracts. Contractor further certifies that it shall not discriminate in the award of such subcontracts, if any. The Contractor understands and acknowledges that it may be disqualified from bidding on this contract, including but not limited to City discovery of a misrepresentation or sham regarding a subcontract or that the Bidder has violated any requirement of ORS 279A110 or the administrative rules implementing the Statute. 12. Asbestos Abatement License: If required under ORS 468A.710, Contractor or Subcontractor shall possess an asbestos abatement license. 13. Assignment and Subcontracts: Contractor shall not assign this contract or subcontract any portion of the work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Contractor shall be fully responsible for the acts or omissions of any assigns or subcontractors and of all persons employed by them, and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. 14. Use of Recyclable Products: Contractor shall use recyclable products to the maximum extent economically feasible in the performance of the contract work set forth in this document. 15. Default. The Contractor shall be in default of this agreement if Contractor: commits any material breach or default of any covenant, warranty, certification, or obligation it owes under the Contract; if it loges 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 GApub-wrls\eng\l0-19 Hosler Spillway Upgrades12011-10-28 Contract.doc .ti . obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 16. Insurance. Contractor shall at its own expense provide and maintain 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 $1,000,000, for each occurrence for Bodily Injury and Property Damage. It shall include contractual liability coverage. c. Automobile Liability insurance with a combined single limit, or the equivalent, of not less than $1,000,000, 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 the General Liability and Automobile Liability insurance policies required herein but only with respect to Contractor's services to be provided under this Contract. As evidence of the insurance coverages required by this Contract, the Contractor shall furnish acceptable insurance certificates prior to commencing work under this contract. The contractor's insurance is primary and non-contributory. The certificate will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. If requested, complete copies of insurance policies; trust agreements, etc. shall be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self-insurance. 17. Governing Law; Jurisdiction; Venue: This contract shall be governed and construed in accordance with the laws of the State of Oregon without resort to any jurisdiction's conflict of laws, rules or doctrines. Any claim, action, suit or proceeding (collectively, "the claim") between the City (and/or any other or department of the State of Oregon) and the Contractor that arises from or relates to this contract shall be brought and conducted solely and exclusively within the Circuit Court of Jackson County for the State of Oregon.,If, however, the claim must be brought in a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon filed in Jackson County, Oregon. Contractor, by the signature herein of its authorized representative, hereby consents to the in personam jurisdiction of said courts. In no event shall this section be construed as a waiver by City of any form of defense or immunity, based on the Eleventh Amendment to the United States Constitution, or otherwise, from any claim or from the jurisdiction. 18. Arbitration. If any disputes, disagreements, or controversies arise between the parties pertaining to the interpretation, validity, or enforcement of this Agreement, the parties shall, upon the request of either party, submit such dispute to binding arbitration. Except as otherwise provided in this contract, arbitration shall be requested by delivering to the other party a written request for arbitration. Within five (5) days of receipt of such request, the parties shall select a mutually agreeable arbitrator and designate mutually agreeable rules of arbitration. If the parties cannot agree upon an arbitrator within five 5 days, an arbitrator may be appointed by Gipub-wrks\eng\l0-19 Hoslcr Spillway Upgradcs\2011-10-28 Contract.doc the presiding judge, Jackson County Circuit Court, upon the request of either party submitted in accordance with ORS 36.310. If the parties have not designated mutually agreeable rules of arbitration at such time as the arbitrator is appointed, the arbitrator shall adopt rules for the arbitration. The arbitrator's decision shall be binding upon the parties. The City and Contractor agree to a consolidated arbitration of such claims, disputes and other matters in question between themselves regarding the project, with claims, disputes and other matters in question regarding the project between and among the City, Contractor and the City's third parties designees and contractors and anyone else under contract with the City or any other party to perform work or services related to the project. Notwithstanding any dispute under this Agreement, whether before or during arbitration, Contractor shall continue to perform its work pending resolution of a dispute, and the City shall make payments as required by the Agreement for the undisputed portions of the work. 19. Attorney Fees. If either party commences any arbitration, legal action, suit, or proceeding against the other to rescind, interpret or enforce the terms of this Agreement, the parties agree that the prevailing party shall be awarded reasonable attorney's fees and costs incurred in any such arbitration, action, suit or proceeding and in any later appeals filed as a consequence thereof. Such costs shall bear interest at the maximum legal rate from the date incurred, until the date paid by the losing party. 20. Severability. If any part, term or clause of this Agreement is held by a court or arbitrator to be unenforceable, of no effect or in conflict with any law, the validity of the remaining provisions and clauses shall not be affected and the rights and obligations of the parties shall be construed and in force as if the Agreement did not contain the particular part, term or clause held to be unenforceable. 21. 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. 22. Non-appropriations 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 except payment of amounts earned by Contractor prior to delivery of notice. GApub-wrks\eng\10-19 Hosler Spillway Upgrades\20I1-10-28 Contract.doc 23. 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. 24. Certification. Contractor shall sign the certification attached hereto as Exhibit A and herein incorporated by reference. 25. Warranty: a. Contractor warrants that the work will be performed in accordance with that degree of care and skill ordinarily exercised by members of the painting trades and engineering professions applicable to similar work under similar circumstances. This warranty is exclusive and in lieu of any and all other warranties relating to the work, whether statutory, express or implied, and Contractor disclaims any such other warranties, and/or fitness for a particular purpose and any and all warranties arising from course of dealing and/or usage of trade. Any other statements of fact or descriptions expressed in the contract shall not be deemed to constitute a warrant of the work or any part thereof. b. Contractor may rely upon and use in the performance of the work information supplied to it by Owner with independent verification, and Contractor shall not be responsible for defects in the work attributable to its reliance upon or use of such information; provided, that in the event Contractor discovers an error, omission, defect or deficiency in such information, Contractor shall notify City thereof and shall not proceed with the affected work except as directed by City. . Contr tor: City of Ashland \\-9-IAJ4 By By / Signygyre Department Head Print Name Print Name (�lvt�iX t0 (&aj r Title Date W-9 One copy of a W-9 is to be submitted Funds appropriated for current fiscal year: with the signed contract._ . Finance Director Date Approve to fo SW''--- to I gal Department Date Purchase Order No. GApub-wrks\eng\l0-l9 Hosler Spillway Upgrades\2011-10-28 Contract.doc 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) I 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 X purchased for the business. (3) Telephone listing is used for the business separate from the personal residence listing. J� (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) I 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.' C tr for ate) GApub-arks\eng\10-19 Hasler Spillway Upgrades\2011-10-25 Contracl.doc Farm W-9 Request for Taxpayer Give form to the (Rev.January 2003) Identification Number and Certification requester. Do not orPx.of n,a Trar y send to the IRS. wcrel Revawe Suvicc Name d m m n Business name,if different from above c 0 O O Q.p Individwa Exempt from backup St Check appropriate box: ❑ Sole proprietor ❑ Corporation ❑ Partnership ❑ other ► -------------- ❑ withlwltling Is Address(number,sweet,and apt.or suite ro) Requester's name and address(optional) c C a u .o City,state,and ZIP code FL d ust account numbers)here(optional) v N Tax a er Identification Number(TIN) Enter your TIN in the appropriate box. For individuals,this is your social security number(SSN). Social scornry number However,for a resident alien,sole proprietor,or disregarded entity,see the Part 1 instructions on page 3.For other entities,it is your employer identification number(EIM.If you do rot have a number, see How to get a TIN on page 3. or Note:If the account is in more than one name,see the chart on page 4 for guidelines on whose number Employer identification number to enter. FMM Certification Under penalties of perjury. I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me),and 2. 1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding,and 3. 1 am a U.S. person(including a U.S.resident alien). Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property.cancellation of debt. contributions to an individual retirement arrangement(IRA),and generally, payments other than interest and dividends,you are not required to sign the Certification,but you must provide your correct TIN.(See the instructions on page 4.) I Sign slgnatura of - Here as Parson ► Data ► Purpose of Form Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the A person who is required to file an information return with terms of a tax treaty to reduce or eliminate U.S. tax on the IRS, must obtain your correct taxpayer identification Certain types of income. However, most tax treaties contain a number(TIN)to report,for example, income paid to you, real provision known as a "saving clause." Exceptions specified estate transactions, mortgage interest you paid, acquisition in the saving clause may permit an exemption from tax to or abandonment of secured property, cancellation of debt, or continue for certain types of income even after the recipient contributions you made to an IRA. has otherwise become a U.S. resident alien for tax purposes. U.S. person. Use Form W-9 only if you are a U.S. person If you are a U.S. resident alien who is relying on an (including a resident alien), to provide your correct TIN to the exception contained in the saving clause of a tax treaty to person requesting it (the requester)and, when applicable,to: claim an exemption from U.S. tax on certain types of income, 1.Certify that the TIN you are,giving is correct(or you are you must attach a statement that specifies the following five waiting for a number to be issued), items: 2. Certify that you are not subject to backup withholding, 1.The treaty country. Generally, this must be the same or treaty under which you claimed exemption from tax as a 3. Claim exemption from backup withholding if you are a nonresident alien. U.S.exempt payee. 2.The treaty article addressing the income. Note: N a requester gives you a form other than Form W-9 3.The article number(or location) in the tax treaty that to request your TIN,you must use the requester's form if it is contains the saving clause and its exceptions. substantially similar to this Form W-9. 4. The type and amount of income that qualifies for the Foreign person. If you are a foreign person, use the exemption from tax. appropriate Form W-8(see Pub.515,Withholding of Tax on S. Sufficient facts to justify the exemption from tax under Nonresident Aliens and Foreign Entities). the terms of the treaty article. Cat.No.10231% Form W-9 (Rev.1-2003) G:\pub-wrksleng%10-19 Hosler Spillway Upgrades12011-10-28 Contract.doc c SAP FL 7'A-INTINCf C MRA-NY F City of Ashland A FkU-SERVICEPst(NT7Mq Pst/J)!21 Oct 2011 I, Pieter Smeenk i� Hosler Dam at Reeder Reservoir Clarifications per bid items' 1) Item#.1 -These items are included separately in e h contractors proposal 2) Item#2 -As per our conversation—the City of and is going to provide the proper containment and cleanup for the moss rem a] and dam inspection portion of this project. Sabel Painting assumes no liability or this result. 3) Item#3-As per the discussion with Johns Rep ' there are additional items requested that he perform. (see attached breakdo ) it 4) Item#5—All containment of LBM debris and disposal is included in this proposal. Pacific Corp. spec using Sherwin Willi s Moisture Cure Urethane as per manufacturer's recommendation.Initial air mo 'toring provided to determine level of repertory protection needed when prepp]n lead containing matenal as per OSHA requirements. 5) Item#6—Sabel Painting will provide the necess washing equipment as requested by Extreme Access Co. City"of Ashland ' 1 provide a worker to monitor said equipment during the cleaning proce . During my takeoff process,I determined it feasible to add cleaning of the top o the dam at the gates and the exterior of the gates by Extreme Access,the additi nal cost are on the breakdown sheet. . I would request the City to make funds available to pa contractors as each completes their task. The cleaners, scaffold erection etc. i! - i I am prepared to begin this project once the contract] in place and all subcontractors have returned the necessary requirements to my office esp J es Sabel 5�1�( 69 c n� m pd s�b1I��J or sails License No. 163464 I. 318101d Stage Road � HONE (541)773-1555 . Jim Sabel Central Point,OR 97502 FAX (541)773-1555 I%y E-MAIL sandspaintingco @insn.com ll. I i S,4gEL 7'A-/NT/N�t M�?A-Nr City of Ashland AFt4LLSERVICEAA/NT7mq 2011 i Pieter Smeenk Breakdown of bid items i A) Item# 3—Welders portion—Bid for$14,312.00 includes R&R grip stntts. Add—misc welding repair—cap weld handrail- 12 pi eces,rethread and plug 4 pieces$696.00 Add—Remove, disassemble,powder coat componen ,reassemble and reinstall gate winches- $3,418.00. B) Dam clean by Extreme Access—Original bid as pt r discussion with Pieter- $9.200.00.Add for top and gate clean-$ 1,600.00 (see attached spreadsheets) All subcontractors have a 10%overhead charge added. esp'Ctfu" t J es Sabel 1 i I I I license No.163464 I 3181 Old Stage Road HONE (541)7734555 Jim Sabel Cenral Point,OR 97502 FAX - (541)773-1555 I 1 MAIL sandspaintingco @msn.com �. I f i' . oxxsx xxxxggg - � EF° - I ' XL s.Nsaa.:m°oss. ss °s » c; s = ss JE "$ssc - m 0.68 ss a8sem � ff 18 - E eeg$ as EE 1 E= rc EE g �n IN l - p EEGs 2u'S�il Y7 8u9 go aom _ 4.a6 "O'C'S o� $ 3a - a MOB Oil EC tl Ga E�G� Q y4E gg° E•°°L� ° p. $� i 0q E of � I a a 11geo�o€m€ffi i -t--------- y °as°ate sx a -a =F _ y - a � I - ' I :88 - S a. i = �� aPeEfa4�E 33 .. ECC I i = 99 = =_ . _=°ES 20 ° E 8�2 BE' `me Ems M E>_> 2 �° m9 E° _ 8 s°o w°��� t .� ES9 s:: o, Is ° is ¢ s O d ° C . N•• a _ mp rS <o pe Ui CK0 U a` • Z F =a` i L, ;iii I, 1ii r' ui CITY, OAF -ASH LAN D REQUEST FOR QUOTATIONS is Project is located 2 miles south of Ashland . City:will provide generator for temporary power at the site,but contractor is responsible to provide pressure was er,hose, wand and suction hose as required to draw from the reservoir. Contractor to complete items summarized below. Please indicate your quotation for each of the following items indicated below it I lte»i Description QtY Uni I Unit Price it!Amount 1 Mobilization&Demobilization LS 1 2 Env ironme I al Protection conforming LS to ODOT"Bridge Cleaning" BMP 3 Grip-strut removal&re-installation LS 4 Temporary Scaffolding and safety. LS 13F, f . protection. .5 Preparation&Painting of railings, LS 1 walkway supports, and spillway gates per attache specification or approved attache 6 Moss Removal&Inspection at LS 1 ,ed downstream f ace per EAI attachment TOTAL= , / £ "-shill include all labor,concrete and incidentals(ire,pressure wasllgr,etc.)needed to complete the work. PLEASE RETURN QUOTE BY- 3:00 PM- Friday. Date: October 21,2( By: G ilia Y Zg, c1 4lSF1 Address: �I� oz-/J . f r Phone: 4W —9't'23 er s ski 4�3—r Public works Engineering Tel:541/488-5313 20 1 Mainregent'- I Fax 541/489-6006 As Ashll and,Oregon 97520 TTY 800!/35.2900 . G. ub.n'31 n 10-lgwlllerS it .'l - "1P 8\ P M'aY Upgrades1201-10.17 aFQ.AOc I lit i i • I d 3Y kp � N M s I W {L Ya p m �U N"- LU a Z:F ' Z n.ip 0 U LLI N m N of F ` ° z LL Z.:V Q Js N Q Q . m m Q' J j X W 'CD ;f F- * o m W « . s•V y ' m' O UJO m W w w ian.�z m3 .y_ Q O v Mx 0 0 LU Alf m r s F jt VO g�[7 U I ( .viY m Zn 10 1 Is CERTIFICATE OF LIABILITY INSURANCE OF ID DR DATE(MM DD YYT �..-� 10/24/11 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; the certificate holder Is an ADDITIONAL INSURED,the policy(es)must be endorsed. If SUBROGATION WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. Astatement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER - NAME; Insurance Marketplace, Inc. MC"-,Exl: A/C,No: 1998 Skypark Dr Suite 100 ADDRESS: Medford OR 97504 CUBTOMER IDa: SA13EL-1 Phone:541-779-0177 Fa.B:FAX 772-8235 - INSURER(S)AFFORDING COVERAGE NAIC0 INSURED INSURER A: Liberty Northwest ins Jim Sabel Sabel. Painting Co INSURER B: 3181 Old Stage Rd - INSURER C: Central Point OR 97502 - MSURER 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 POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. " LTR TYPE OF INSURANCE INSR WW POLICYNUMBER MMiDDIY MM DD *) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABIDD' PREMISES Fa Occurrence $ CLAIMSMADE OCCUR MED EXP(Any one person) $ PERSORAL$ADVINJURY- $ GENERALAGGREGATE $ GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $ PoLICY jEc'� LOG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $SOOOOOO (Ea accident) - A ANY AUTO HAS 54758248 04/11/11 04/12/12 BOOILYINJ URY(per person) $ ALL OWNED AUTOS BODILY INJURY(Per accident) S X SCHEDULEDAUTOS PROPERTY DAMAGE . X HIREDAUTOS (Per accident) $ X NONOWNEDAUTOS $ S UMBRELLA LIM OCCUR - - EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION WC STA AND EMPLOYERS'UABILRY YIN TORY LIMITS ER ANY IFFCCEFUMEMBOFR�EXCLUOEED7�GUTN$--1 IA E.L.EACHACCIDENT - $ - (MandaterylnNH) E.L.DISEASE-EAEMPLOYEF $ If yyees.describe under DESCRIPTION OF OPERATIONShal. E.L.DISEASE-POLICYLIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,AddRional Remarks Schedule,R more space Is ragWred) 1990 Chevrolet C2500 PICKUP IGCGC24KXLE262449 CERTIFICATE HOLDER - CANCELLATION SHOULD ANYOF THEABOVE DESCRIBED POLICIES BECANCELLED BEFORE BLANK-1 THEEXP02ATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Aahland all Officers ACCORDANCE WITH THE POLICY PROVISIONS. and Employees Pieter Smeenk AUTHORIZED REPRESENTATIVE 20 E Main St Ashland OR 97520 - Kevin Cope-IM ©1988.2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009109) The ACORD name and logo are registered marks of ACORD Rte® CERTIFICATE OF LIABILITY INSURANCE OP ID DR DATE(MWDD 10/24/11 •' 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 po Icy los must be endorsed. If SUBROGATION IS WAIVED,subject to the temis 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 UUNIAUI NAME: Insurance Marketplace, Inc. A/c No EXt: 1998 Skypark Dr Suite 100 ADDRESS: Medford OR 97504 CUSTOMERIDS: SABEL-1 Phone:541-779-0177 Fax:FAX 772-8235 INSURER(S)AFFORDING COVERAGE NAICC INSURED INSURERA: Baif Co Orati On Sabel Painting Cc INSURER B: Jim Sabel - 3181 Old Stacre Rd INSURERC: Central Point OR 97502 INSURER O: ' INSURER E: - INSURER F: COVERAGES - CERTIFICATE NUMBER: REVISION NUMBER: THIS ISTO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTHE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONOMON OF ANY CONTRACT OR OTHER WCUL04T WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUWECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF MSURANCE INSR VYYD POLICY NUMBER MMIOO/YYYI') (MMND LINKS GENERAL LIABILITY. EACH OCCURRENCE $ COMMERCIAL GENERAL LNBILITY PREMISES Ea occurrence) $ CLAIMS-MADE ❑OCCUR MED EXP(My ane person) $ PERSONAL A ACV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGO $ POLICY PRO- JECT LOG f AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT, $ ANY AUTO (Eaeccldent) .. . BODILY IWURY(Per person) f ALL OWNED AUTOS _ BO DILY IWORY(Pon accidenQ f SCHEDULED AUTOS PROPERTY DAMAGE HIRED AUTOS (Peracadent) $ NON-OWNED AUTOS $ S UMBRELLA LIAR OCCUR EACH OCCURRENCE $EXCESS LAB CLAIMSMADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ fl WORKERS COMPENSATION 97 729 07/01/11 eT/01/tz CSTA - H- . AND EMPLOYERS'LIABI1fTY YIN TORY LIMITS ER ANY PROPRIETOWPARTNER/EXECUTNF� fA E.L.EACH ACCIDENT $500000' OFFICERIMEMBER EXGLUDEDT u - (MandMory lnNH) E.L.DISEASE-EA EMPLOYE $500000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $500000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ANach ACORD 101,Additional Remarks Schedule,if more space h required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITYOFA THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Ashland Pieter Smeenk AUTHORRED REPRESENTATIVE 20 E Main St Ashland OR 86520 Kevin Cope-IM ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009109) The ACORD name and logo are registered marks of ACORD i BLANKET ADDITIONAL INSUREDS- OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE r Policy Number: 36-10153462 Endorsement Effective: 10/24/2011 12:01 AM Named Insured Countersigned By: JAMES PAUL SABEL Sabel Painting Company SCHEDULE . . Name of Person or Organization: Any person or organization that the named insured is obligated by virtue of a written contract or agreement to provide Insurance such as Is afforded by this policy. Location: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as appiicable.to this endorsement) A..Section.//—.Who.ls.An.Insured is amended to include as an insured the person or organization shown in the Schedule, but only to the extent that the person or organization shown in the Schedule is held liable for your acts or omissions arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added:. 2. Exclusions This insurance does not apply to"bodily injury"or"property damage"occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work,on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed: or (2) That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. The words"you" and"your"refer to the Named Insured shown in the Declarations. D. "Your work"means work or operations performed by you or on your behalf, and materials, parts or equipment fumished in connection with such work or operations. Primary Wording If required by written contractor agreement:Such insurance as is afforded by this policy shall be primary insurance,and any insurance or self-insurance maintained by the above additional insured(s)shall be excess of the insurance afforded to the named insured and shall not contribute to it. Waiver of Subrogation If required by written contract or agreement: We waive any right of recovery we may have against an entity that is an additional insured per the terms of this endorsement because of payments we make for injury or damage arising out of"your work"done under a contract with that person or organization. ANF-ES 043(5/2006) j�O CERTIFICATE OF LIABILITY INSURANCE OP ID DR DATE(MMmonrYY).,' 10/24/].1 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 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 bo 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: 'Insurance Marketplace, Inc. _ AIC,No Ea: AIC,Na: 1998 Skypark Dr Suite 100 ADDRESS: Medford OR 97504 CUSTOMER to o: $ABEL-1 Phone:541-779-0177 Fax:FA% 772-8235 INSURER(S)AFFORDING COVERAGE NAICC INSURED INSURER A: Navigators Ins. CO Sabel Painting CO - INSURERS: Jim Sabel 3181 Old Stage Rd INSURERC: . Central Point OR 97502 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 REDUIREMEW,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BYTHE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS: EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. - - INSR LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MMNDMIYY) (MFVODIYYYY LIMRS GENERAL LIABILITY - EACH OCCURRENCE $ 1060000 A X COMMERCIAL GENERAL LIABILITY 36-10153482 10/07/11 10/07/12 PREMISES Ea occurrence I $ 50,000 CLAIMS-MADE 7OCCUR MED EXP(Any one person) $ 5,000 y, PERSONAL S ADV INJURY $ 1000000 GENERALAGGREGATE . s2000000 GENL AGGREGATE LIMRAPPLIES PER: PRODUCTS-COMPIOPAGG $2000000 POLICY JECT LOC $' AUTOMOBILE LIABILITY COMBINED SINGLE LIMB $ (Ea acddenQ ANY AUTO BODILY INJURY(Per person) S ALLOWNEDAUTOS - BODILY INJURY(Per accident) $ SCHEDULEDAUTOS PROPERTY DAMAGE HIREDAUTOS (Per accident) S NON-OWNED AUTOS $. $ UMBRELLA IJAB OCCUR EACH OCCURRENCE S EXCESS LWe CIAIMS-NADE AGGREGATE $ - DEDUCTIBLE $ RETENTION S $ WORKERS COMPENSATION WC STATU- - AND EMPLOYER s'LIABILITY YIN TORY LIMM3 ER ANY OFFICEWMEMBE PROPRIETORIPARTNEWEXECUTIVF�j� IA E.L.EACH ACCIDENT b R EXCLUDE07 (Mandatory in NH) EX.DISEASE-EA EMPLOYEE $ II ye9,dascMo.v .r DESCRIPTION OF OPERATIONS below EL.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ABach ACORD 101,Additional Remarks Schetlule,If mom space Is required) additional insured CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITYOFA THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Ashland Pieter Smeenk AUTHORMED REPRESENTATIVE 20 E Main St Ashland OR 86520 Kevin Cope-IM -- - ©1988-2009 ACORD CORPORATION. All rights reserved. I ACORD 25(2009109) The ACORD name and logo are registered marks of ACORD CITY RECORDER Page 1 / 1 CITY OF ASHLAND DATE,-::. r:ir ":i'PO'NUMBER. ...•r 20 E MAIN ST. 11/4/2011 10542 ASHLAND, OR 97520 (541)488-5300 VENDOR: 011256 SHIP TO: Ashland Public Works SABEL PAINTING CO ' (541)488-5587 3181 OLD STAGE ROAD 51 WINBURN WAY CENTRAL POINT, OR 97502 ASHLAND, OR 97520 FOB Point: Req.No.: Terms: Net Dept.: Req.Del.Date: Contact: Pieter Smeenk Special Inst: Confirming? NO QuantI Unit .. Z. : ' �. `r ':'Descri non Unit Pnce '- ;r Ext.Price.k.?"; :. Hosler Dam Spillgate- Hoist Repairs, 96,545.00 Cleaning, Painting and Structural Inspection per attached contract. Not to exceed $96,545.00. Contract for Goods & Services Beginning date: October 31, 2011 Completion date: January 31,-2944 c901 Insurance required/On file SUBTOTAL 96 545.00 BILL TO:Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2028 TOTAL 96,545.00 ASHLAND, OR 97520 .'Account Ngmbe�.- N'i ..�.rP[ojecfNumber,_„I ”. '. Amount AccounfNumber _ '+' ProjecfNUmber . ". ,a!' Amount. E 670.08.15.00.70420 E 201019.120 96 545.00 Authorized Signature VENDOR COPY FORM #3 CITY OF A request for a Purchase Order ASHLAND REQUISITION Date of request: Ib 2$ 11 Required date for delivery: Vendor Name b Qm Address,City,State,Zip 3 Contact Name&Telephone Number Fax Number /� SOLICITATION PROCESS Sqm S GU I� v /W min . Cbiln LJ Exempt from Competitive Bidding Li Emergency ❑ Written Findings(Form attached) ❑ Invitation to Bid (Copies on file) ❑ Written findings attached ❑ Quote or Proposal attached Date approved by Council: ❑ Quote or Proposal attached LJ Small Procurement Coo-o erativee Procurem—ent Less than$5,000 ❑ Request for Proposal (Copies on file) State oL-u f Oregon Note:Total contract amount,including any Date approved by Council: Contract# amendments may not exceed$6,000 ❑ State of Washington Intermediate Procurement LJ Sole Source Contract# GOODS&SERVICES ❑ Written Findings(Form attached) ❑ Other government agency contract 5 000 to 100 000 El Quote or Proposal attached Agency (3)W tten quotes attached Contract# PERSONAL SERVICES LJ Special Procurement ❑ Intergovernmental Agreement 5 000 to 75 000 ❑ Written Findings(Form attached) Agency Less than$35,000,by direct appointment ❑ Quote or Proposal attached Contract# ❑ (3)Wdtten proposals attached Date ap roved by Council: Date approved by Council: Description of SERV ICES Total Cost S� Mope Item # Quantity Unit Description of MATERIALS Unit Price Total Cost i a �. !ti`L - ❑ Per attached quote/proposal Project Number__ cmber Account Number Account Number 7Q- 50Li od. Account Number -__-_ 'Expenditure must be charged to the appropriate account numbers for the financials to accurately reflect the actual expenditures. IT Director in collaboration with department to approve all hardware and software purchases: ITDirector Date By signing this requisition form,I certify that the information provided above satisfies the City's public contracting requirements,and the docu entahon can be provided upon request. Employee Signature: Department Head Signature: Additional signatures(if applicable): Funds appropriated for current fiscal year YES NO G Fimnc6PmcedureWTonnsTorm%233-Requisi6on.doc updated on:10/26/2011 Finance Director Date Comments: i i i G:FinanceWmcedumW TonnsTonn%233-Requisition.doc Updated on:10126/2011