Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2014-160 Contract - Rogue Valley Heating
Contract for GOODS AND SERVICES Less than $25,000 CITY OF CONTRACTOR: Rogue Valley Heating ASHLAND CONTACT: Eric Armstrong 20 East Main Street Ashland, Oregon 97520 ADDRESS: 2820 Foothill Blvd., Grants Pass, OR 97526 Telephone: 541/488-6002 Fax: 541/488-5311 TELEPHONE: 541-476-3211 DATE AGREEMENT PREPARED: June 11, 2014 FAX: 541-476-2964 BEGINNING DATE: June 16, 2014 COMPLETION DATE: Jul 15, 2014 COMPENSATION: $2,950.00 GOODS AND SERVICES TO BE PROVIDED: Replace existing ductless heat pump with new efficient unit. Location: Plaza Kiosk. Per proposal COA 006 attached as Exhibit C. ADDITIONAL TERMS: NOW THEREFORE, pursuant to AMC 2.50.090 and after consideration of the mutual covenants contained herein the CITY AND CONTRACTOR AGREE as follows: 1. All Costs by Contractor: Contractor shall, provide all goods as specified above and shall at its own risk and expense, perform any work described above and, unless otherwise specified, furnish all labor, equipment and materials required for the proper performance of such work. 2. Qualified Work: Contractor has represented, and by entering into this contract now represents, that any personnel assigned to the work required under this contract are fully qualified to perform the work to which they will be assigned in a skilled and worker-like manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded. Contractor must also maintain a current City business license. 3. Completion Date: Contractor shall provide all goods in accordance with the standards and specifications, no later than the date indicated above and start performing the work under this contract by the beginning date indicated above and complete the work by the completion date indicated above. 4. Compensation: City shall pay Contractor for the specified goods and for any work performed, including costs and expenses, the sum specified above. Payments shall be made within 30 days of the date of the invoice. Should the contract be prematurely terminated, payments will be made for work completed and accepted to date of termination. Compensation under this contract, including all costs and expenses of Contractor, is limited to $25,000.00, unless a separate written contract is entered into by the City. 5. Ownership of Documents: All documents prepared by Contractor pursuant to this contract shall be the property of City. 6. Statutory Requirements: ORS 279B.220, 279B.225, 279B.230, 27913.235, ORS Chapter 244 and ORS 670.600 are made part of this contract. 7. Living Wage Requirements: If contractor is providing services under this contract and the amount of this contract is $19,825 or more, Contractor is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any subcontractor who performs 50% or more of the work under this contract. Contractor is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 8. Indemnification: Contractor agrees to defend, indemnify and save City, its officers, employees and agents harmless from any and all losses, claims, actions, costs, expenses, judgments, subrogations, or other damages resulting from injury to any person (including injury resulting in death), or damage (including loss or destruction) to property, of whatsoever nature arising out of or incident to the performance of this contract by Contractor (including but not limited to, Contractor's employees, agents, and others designated by Contractor to perform work or services attendant to this contract). Contractor shall not be held responsible for any losses, expenses, claims, subrogations, actions, costs, judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 9. Termination: a. Mutual Consent. This contract may be terminated at any time by mutual consent of both parties. b. City's Convenience. This contract may be terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. C. For Cause. City may terminate or modify this contract, in whole or in part, effective upon delivery of written notice to Contractor, or at such later date as may be established by City under any of the following conditions: i. If City funding from federal, state, count or other sources is not obtained and continued at levels Contract for Goods and Services Less than $25,000, Revised 06/13/2013, Page 1 of 5 sufficient to allow for the purchase of the indicated quantity of services; ii. If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this contract or are no longer eligible for the funding proposed for payments authorized by this contract; or iii. If any license or certificate required by law or regulation to be held by Contractor to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d. For Default or Breach. i. Either City or Contractor may terminate this contract in the event of a breach of the contract by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and intent to terminate. If the party committing the breach has not entirely cured the breach within 15 days of the date of the notice, or within such other period as the party giving the notice may authorize or require, then the contract may be terminated at any time thereafter by a written notice of termination by the party giving notice. ii. Time is of the essence for Contractor's performance of each and every obligation and duty under this contract. City by written notice to Contractor of default or breach, may at any time terminate the whole or any part of this contract if Contractor fails to provide services called for by this contract within the time specified herein or in any extension thereof. iii. The rights.and remedies of City provided in this subsection (d) are not exclusive and are in addition to any other rights and remedies provided by law or under this contract. e. Obligation/Liability of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b, c or d of this section, Contractor shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Contractor shall deliver to City all contract documents, information, works-in-progress and other property that are or would be deliverables had the contract been completed. City shall pay Contractor for work performed prior to the termination date if such work was performed in accordance with the Contract. 10. Independent Contractor Status: Contractor is an independent Contractor and not an employee of the City. Contractor shall have the complete responsibility for the performance of this contract. 11. Non-discrimination Certification: The undersigned certifies that the undersigned Contractor has not discriminated against minority, women or emerging small businesses enterprises in obtaining any required subcontracts. Contractor further certifies that it shall not discriminate in the award of such subcontracts, if any. The Contractor understands and acknowledges that it may be disqualified from bidding on this contract, including but not limited to City discovery of a misrepresentation or sham regarding a subcontract or that the Bidder has violated any requirement of ORS 279A.110 or the administrative rules implementing the Statute. 12. Asbestos Abatement License: If required under ORS 468A.710, Contractor or Subcontractor shall possess an asbestos abatement license. 13. Assignment and Subcontracts: Contractor shall not assign this contract or subcontract any portion of the work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Contractor shall be fully responsible for the acts or omissions of any assigns or subcontractors and of all persons employed by them, and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. 14. Use of Recyclable Products: Contractor shall use recyclable products to the maximum extent economically feasible in the performance of the contract work set forth in this document. 15. Default. The Contractor shall be in default of this agreement if Contractor: commits any material breach or default of any covenant, warranty, certification, or obligation it owes under the Contract; if it loses its QRF status pursuant to the QRF Rules or loses any license, certificate or certification that is required to perform the work or to qualify as a QRF if Contractor has qualified as a QRF for this agreement; institutes an action for relief in bankruptcy or has instituted against it an action for insolvency, makes a general assignment for the benefit of creditors; or ceases doing business on a regular basis of the type identified in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 16. Insurance. Contractor shall at its own expense provide the following insurance: a. Worker's Compensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers b. General Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, $1,000,000, $2,000,000 or Not Applicable for each occurrence for Bodily Injury and Property Damage. It shall include contractual liability coverage for the indemnity provided under this contract. C. Automobile Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, $1,000,000, or Not Applicable for each accident for Bodily Injury and Property Damage, including coverage for owned, hired or non-owned vehicles, as applicable. d. Notice of cancellation or change. There shall be no cancellation, material change, reduction of limits or intent not to renew the insurance coverage(s) without 30 days' written notice from the Contractor or its insurers to Contract for Goods and Services Less than $25,000, Revised 0611312013, Page 2 of 5 the City. e. • Additional Insured/Certificates of Insurance. Contractor shall name The City of Ashland, Oregon, and its elected officials, officers and employees as Additional Insureds on any insurance policies required herein but only with respect to Contractor's services to be provided under this Contract. As evidence of the insurance coverages required by this Contract, the Contractor shall furnish acceptable insurance certificates prior to commencing work under this contract. The contractor's insurance is primary and non-contributory. The certificate will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. If requested, complete copies of insurance policies, trust agreements, etc. shall be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self- insurance. 17. Governing Law; Jurisdiction; Venue: This contract shall be governed and construed in accordance with the laws of the State of Oregon without resort to any jurisdiction's conflict of laws, rules or doctrines. Any claim, action, suit or proceeding (collectively, "the claim") between the City (and/or any other or department of the State of Oregon) and the Contractor that arises from or relates to this contract shall be brought and conducted solely and exclusively within the. Circuit Court of Jackson County for the State of Oregon. If, however, the claim must be brought in a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon filed in Jackson County, Oregon. Contractor, by the signature herein of its authorized representative, hereby consents to the in personam jurisdiction of said courts. In no event shall this section be construed as a waiver by City of any form of defense or immunity, based on the Eleventh Amendment to the United States Constitution, or otherwise, from any claim or from the jurisdiction. 18. THIS CONTRACT AND ATTACHED EXHIBITS CONSTITUTE THE ENTIRE AGREEMENT BETWEEN THE PARTIES. NO WAIVER, CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS CONTRACT SHALL BIND EITHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES. SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, IF MADE, SHALL BE EFFECTIVE ONLY IN THE SPECIFIC INSTANCE AND FOR THE SPECIFIC PURPOSE GIVEN. THERE ARE NO UNDERSTANDINGS, AGREEMENTS, OR REPRESENTATIONS, ORAL OR WRITTEN, NOT SPECIFIED HEREIN REGARDING THIS CONTRACT. CONTRACTOR, BY SIGNATURE OF ITS AUTHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS CONTRACT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 19. Nonappropriations Clause. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to finance the costs of this contract within the City's fiscal year budget. Contractor understands and agrees that City's payment of amounts under this contract attributable to work performed after the last day of the current fiscal year is contingent on City appropriations, or other expenditure authority sufficient to allow City in the exercise of its reasonable administrative discretion, to continue to make payments under this contract. In the event City has insufficient appropriations, limitations or other expenditure authority, City may terminate this contract without penalty or liability to City, effective upon the delivery of written notice to Contractor, with no further liability to Contractor. 20. Prior Approval Required Provision. Approval by the City of Ashland Council or the Public Contracting Officer is required before any work may begin under this contract. 21. Certification. Contractor shall sign the certification attached hereto as Exhibit A and herein incorporated by reference. Contractor: City of Ashland ~n1 By By 1V~w c.. 4 Q•~ i( Signature Department Head RaUtkf Print Name( / Print Name Title Date W-9 One copy of a W-9 is to be submitted with j the signed contract. Purchase Order No. Contract for Goods and Services Less than $25,000, Revised 06/13/2013, Page 3 of 5 EXHIBIT A CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a) the number shown on the attached W-9 form is its correct taxpayer ID (or is waiting for the number to be issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or (ii) it has not been notified by the Internal Revenue Service (IRS) that it is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that (a) it has the power and authority to enter into and perform the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, (c) the work under the Contract shall be performed in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of perjury that its business is not in violation of any Oregon tax laws, and it is a corporation authorized to act on behalf of the entity designated above and authorized to do business in Oregon or is an independent Contractor as defined in the contract documents, and has checked four or more of the following criteria: (1) 1 carry out the labor or services at a location separate from my residence or is in a specific portion of my residence, set aside as the location of the business. _ (2) Commercial advertising or business cards or a trade association membership are purchased for the business. (3) Telephone listing is used for the business separate from the personal residence listing. (4) Labor or services are performed only pursuant to written contracts. _7 (5) Labor or services are performed for two or more different persons within a period of one year. (6) 1 assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. Contractor (Date) Contract for Goods and Services Less than $25,000, Revised 06/13/2013, Page 4 of 5 ne OGU E HVAC BID-PROPOSAL VALLEY - Heating & Air Conditioning 282U -oo[mnl Blvd. un mis Pass, UK 9/Dz8 turn to the expert 541-476-3211,541-779-8333 Fax 541-4762984 CCR 114839 DATE - PHCPOSALNO www.roauevallevheat-aiccom COA 006 O.NNERRWER NAME OWNERS City of Ashland 20 E. Main OWNED S CrN, STATE A POSTAL CODE ONNER' S HOME PHONE GWNER S WORN PHONE Ashland OR 97520 541-552-2292 PRWECTNAME PRQRCTADORESS Visitor Center Kiosk Downtown Square PROJECT CITY. STATE 6 POSTAL CCOE PROJECT PHONE TAX Same as Owner's Address CWSTRUCTM TOSEGW CONTRACT COMPIETIOY DAT£ DATE OF PtANS ESTPAATOR Eric We hereby propose to furnish the following work. Replace existing Ductless Heat Pump with new high efficiency Ductless Heat Pump. New heat pump to be Daikin 9,000 Btu LV series, 24.5 SEER -12.5 HSPF. Outdoor unit to be installed on custom roof support. l ._1 PROPOSED PAYMENT: Owner agrees to pay Contractor a PROPOSED total cash price of $ Amount here Dollars. OWNER represents that this agreement is a cash transaction wherein no financing is contemplated and contractor acts in reliance on said representation. THE PAYMENT SCHEDULE WILL BE AS FOLLOWS: 1. Down payment of $ 2,950.00 2. Payment schedule as follows: Due in full upon completion Express Limited Warranty One Year Parts and Labor Compressor Wananry Ten Years Part Only Manufacture's Parts Warranty 7 Years Heat Exchanger Warranty N/A Part Only NOTE: This proposal may be withdrawn by us if not accepted within 30 days. Company Authorized Sionature Initialing here _ indicates you have received: Consumer Protection Notice, Notice of Procedure and Information Notice to Owner ' about Construction Uens. Initialing only verifies that you have received this information OWNER'S ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are satisfactory and hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. prr,erR3wnrNMUmeE SgruWrt DM QvarRwar A.. S.,.. DM P.n(N.me PnM Nan. O MiT 0 5~p,.oeemn.M MI.C .N+Yw~ 1/GV 1J G.JCI.lI caa Lv♦ •a ' DATE (MIN/DWYYYY) CER`T'IFICATE OF LIABILITY INSURANCE F rHIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the =ertificate holder in lieu of such endorsement(s). ODUCER Beecher Carlson Insurance Agency, LLC CONTACT NAME: (El JG~ Sue Noakes 2911 Tennyson Ave., Suite 304 PHONE WC No Eall- - ac Na Eugene, OR 97408 E-MAIL ADDRESS: SUE kes a erca s o INSURERS AFFORDING COVERAGE NAIC0 /w.beechercadson.com INSURERA, American Hallmark In% Co of Texas 4.14q4 WIRED INSURERS: rogue Valley Heating-& Air Conditioning Co. wsuRERC: 2820 Foothill Blvd. 3rants Pass OR 97526 NsuRERD: INSURER E: INSURER F: OVERAGES CERTIFICATE NUMBER: 16490165 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ADDL SUER FGUCYEFF PDUCY E%P R TYPE OF INSURANCE WSR WND POUCYNUMBER MM/DDIYYYY MMIDD/YYYY LIMITS GENERALLIHBILPY 44CL465175 71112013 7/1/2014 EACH OCCURRENCE $ 1,000,000 0 V COMMERCIAL GENERAL LIABILITY DAMAGE PREMISES TO aoc RENTED TED $ 100,00 CLAIMS WADE F__1OCCUR - MED EXP My one parson) $ 5.000 PERSONAL 6 ADV INJURY $ 1,000,000 GENERALAGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGO $ 2,000,000 POLICY J 1 LOC $ AUTOMOBILE LIABILITY 44CL465175 711/2013 7/1/2014 COMBIN 0SINGLE LIMIT 0 fEe soci and $ 1,000.00 ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS NON-OWNED uEryenl AMAGE Parac $ J HIRED AUTOS J AUTOS E $ UMBRELLA LIAS OCCUR 44CU465176 7/1/2013 711/2014 EACH OCCURRENCE $ 1,000,000 Excess UAB CLAIMSWADE AGGREGATE $ 1,000,000 OED J RETENTION$10,000 - $ $ WORKERS COMPENSATION WCTORSTATU- LIMITS AND EMPLOYERS' LIABILITY Y I N ' E.L EACH ACCIDENT $ ANY PROPRIETOR/ R/FXECUtNE El NIA OFFICEIDMEMBER EXCLUDED? (Mantlalery I. NH) E.L. DISEASE - EA EMPLOYEE $ DESCRIPTIO NOFO EA. DISEASE -POLICY LIMIT $ "Yes ,"ca SunderPERATIONSI, o JRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Allach ACORD 101, Additional Remarks Schedule, it mare Ppace is required) eneral Liability Policy provides Additional Insured on a Prim aryand Non Contributory basis per the attached MP9767 10/10 endorsement eneral Liability policy also provides Waiver of Subrogation per the attached MP9767 10110 endorsement. his form is subject to policy terms, conditions and exclusions. ERTIFICATE HOLDER CANCELLATION SHOULD ANY OFTHEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Ashland ACCORDANCE E EXPIRATION TDATE HE POLICY PROVISIONSNOTICE WILL BE DELIVERED IN 90 N Mountain Ave. Ashland OR 97520 AURIORI ED REPRESENTATIVE EUG Sue Noakes C 1988-2010 ACORD CORPORATION. All rights reserved. CORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD n0.: 16490165 (EUGI Sue Noakes 5/20/2013.2:51:11 PM Page 1 of 6 1/Glr1a cyan u• cva 1. ® _ F DATE IM MI ' ® CERT9FBCATE OF LIABILITY 9 I iVSl19~AP9CE ODMYYY) S THIS CERTIFICATE S 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 3ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). ODUCER Beecher Carlson Insurance Agency, LLC CONTACT NAME: (EUG) Skis Noakes 2911 Tennyson Ave., Suite 304 PHONE No E,11- 541-284-3096 FAx A/c No), 541-284-3196 Eugene, OR 97408 E-MAIL ADDRESS: sue noakes(d)beecherearlso o INSURERS AFFORDING COVERAGE NAIL ii /W.beechercadson.Lom INSURER A: American Hallmark Ing Co of Take.% 43494 'URED INSURERS: Ro ,Ue Valley Heating-& Air Conditioning Co. Nsuaeac: 2820 Foothill Blvd. urants Pass OR 97526 INSURERG: INSURER E INSURER F: OVERAGES CERTIFICATE NUMBER: 16490165 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. E%P R TYPEOF,NISUR.ANCE ADDLSUB POLICYEFF POLICY INS MD POUCYNUMBER MMMD/YYYY MMMD/YYYY LIIRITS GENERALLUIBILITY / J 44CL465175 7/1/2013 711/2014 EACH OCCURRENCE 'f 1,000,000 PRAEM I,ESO aocMCUD, E 100'000 J COMMERCIAL GENERAL LIABILITY CLAMS-MADE D OCCUR MED EXP (my one Person) $ 5,000 PERSONAL 6 ADV INJURY $ 1,000,000 GENERALAGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY F,/ PRO LOC $ AUTOMOBILE LIABILITY 44CL465175 711/2013 7/1/2014 (Ea arc) CO"a.,fSINGLE LIMIT ant) E 1,000,000 J ANY AUTO BODILY INJURY (Per person) E ALL OWNED SCHEDULED BODILY INJURY (Par accidanL) AUTOS NON S NEO -OW FeOPE.RJ.Y AMAG $ J HIRED AUTOS J AUTOS $ J UMBRELLA LIAR J OCCUR 44CU465176 7/1/2013 711/2014 EACH OCCURRENCE $ 1,000,00 EXCESS LIAR CLAIMSWADE AGGREGATE $ 1,000,000 DED J RETENTION$ 10,000 - $ E $ OET~i- WORKERS COMPENSATION - TWOCR STAIN ANDEMPLOYERVLIABILITY YIN MIT, ANY PROPRIETOR/PARTNER/FJIEOUrME ❑ NIA E.L EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED] (Mantlarery in NH) E.L DISEASE - EA EMPLOYEE $ Il yes, 4esube under E.L DISEASE - POLICY LIMIT $ R OF bebw 1E1 C IPTION OPERATIONS i3LRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (Allech AeoftG 101, Atltlllional Remarks Schetlu)e, IT mem spa<e is requiretl) eneral Liability Policy provides Additional Insured on a Primary and Non Contributory basis per the attached MP9767 10110 endorsement eneral Liability policy also provides Waiver of Subrogation per the attached MP9767 1d/10 endorsement. his farm is subject to policy terms, conditions and exclusions. ERTIFICATE HOLDER CANCELLATION SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Ashland THE EXPIRATION ATE THEREOF, PROVISIONS. WILL BE DELIVERED IN 90 N Mountain Ave. .Ashland OR 97520 AUTHORIZED REPRESENTATIVE EUG Sue Noakes ©1988-2010 ACORD CORPORATION. All rights reserved. CORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD NO.: 1619QI65 (EUG) Sue Noakes 5/24/2013.2:51:11 FN Page 1 of 6 Page 1 / 1 CITY OF CITY RECD CITY C c ~ t' DATE r'S.PO NUMBER ASHLAND 20 E MAIN ST. 6/25/2014 712323 ASHLAND, OR 97520 (541) 488-5300 VENDOR: 001239 SHIP To: Ashland Building Maintenance ROGUE VALLEY HEATING & AIR (541) 488-5358 2820 FOOTHILL BLVD 90 N MOUNTAIN AVENUE GRANTS PASS, OR 97526 ASHLAND, OR 97520 FOB Point: Req. No.: Terms: Net Dept: Req. Del. Date: Contact: Dale Peters Special Inst: Confirming? NO Quantity Unit Description* = d - - ,.Unit Price `Ezt Price Replace existing ductless heat pump 2,950.00 with new efficient unit. Location: Plaza Kiosk Contract for Goods and Services Beginninq date: June 16, 2014 Completion date: July 15, 2014 SUBTOTAL 950 00 BILL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2010 TOTAL 2,950.00 ASHLAND, OR 97520 Account Number ;°-•Project Number, - Amount Account Number . Project Number - .'Amount E 410.08.24.00.60240 E 000078.999 2,950.00 VENDOR A~uthoriz mat COPY FORM #3 CITY OF A nla]u--CSt'lor at Purchase Order ~1SH LAN D REQUISITION Date of request: s lvrr t4 Required date for delivery: Vendor Name ROG,I IF VAI I FY ucaTINO Address, City, State, Zip 2820 FOOTI911 I al vn Contact Name & Telephone Number Fax Number GRANTS PASS OR 97528 541 476 3911 FAX 541 476 2964 FRIG ARMSTRONG SOURCING METHOD ❑ Exempt from Competitive Bidding ❑ Emergency ❑ Reason for exemption: ❑ Invitation to Bid (Copies on file) ❑ Form #13, Written findings and Authorization ❑ AMC 2.50 Date approved by Council: ❑ Written quote or proposal attached ❑ Written note or ro osal attached Small Procurement Cooperative Procurement Less -than $5.000 ❑ Request for Proposal (Copies on file) ❑ State of Oregon ❑ Direct Award Date approved by Council Contract # ❑ VerbalMdtten quote(s) or proposal(s) ❑ State of Washington Intermediate Procurement ❑ Sole Source Contract # GOODS & SERVICES ❑ Applicable Form (#5,6, 7 or 8) ❑ Other government agency contract $5.000 to $100.000 ❑ Written quote or proposal attached Agency ❑ (3) Written quotes and solicitation attached ❑ Form #4, Personal Services $5K to $75K Contract # PERSONAL SERVICES ❑ Special Procurement Intergovernmental Agreement $5,000 to $75.000 ❑ Form #9, Request for Approval ❑ Agency Less than $35,000, by direct appointment ❑ Written quote or proposal attached Date original contract approved by Council: ❑ (3) Written proposals/written solicitation Date approved by Council: (Date) ❑ Form #4, Personal Services $5K to $75K Valid until: Date Description of SERVICES Total Cost f=~~ woc2- //E~fr.~~x t STt w+G "!-I)Lkar-t -CSS hFEA-r t~t'f't"?j L~ FA L- LA VC tT Y950.60' Item # Quantity Unit Description of MATERIALS Unit Price Total Cost E] Per attached quotelproposal TOTAL COST. Project Number- 000078.999__ Account Number 410.08.24.00.602400 Account Number - Account Number 'Expenditure must be charged to the appropdate account numbers for the financials to accurately reflect the actual expenditures. IT Director in collaboration with department to approve all hardware and software purchases: IT Director Date Support-Yes/No By signing this requisition fo d' at the City's public contracting requirements have been satisfied. Employee: Department Head: 4 2~-ilr Department Manager/Supervisor: City Administrator: (Equal to or reater than $5,000) (Equal to or greater than $25,000) Funds appropriated for current fiscal year YES / NO Finance Director- (Equal to orgreaterthan 55,000) Date Comments: Form #3 - Requisition