Loading...
HomeMy WebLinkAbout2012-156 Contract - Pathway Enterprises Contract for Janitorial Services — Ashland Parks and Recreation CITY OF CONTRACTOR: Pathway Enterprises, Inc. ASHLAND CONTACT: Richard Simpson, Contract Services Director 20 East Main Street Ashland, Oregon 97520 ADDRESS: 1600 Sky Park Drive, Suite 101, Telephone: 541/488-6002 Medford, OR 97504 Fax: 541/488-5311 TELEPHONE: 541-973-2728 DATE AGREEMENT PREPARED: July 9,2012 FAX: 541-973-2729 BEGINNING DATE: July 1, 2012 COMPLETION DATE: June 30, 2013 COMPENSATION: $50,756.14 per pricing proposal and costing workbook attached as Exhibit C. GOODS AND SERVICES TO BE PROVIDED: Janitorial Services for Pioneer Hall and Community Center, Parks Office, Nature Center, Senior Center, Oak Knoll Pro Shop, carpet and hardwood floors per pricing proposal and costing workbook attached as Exhibit C. Approved by Council June 19, 2012. 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, 2798.235, 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 $19,494 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: Contract for Janitorial Services, 07/09/2012, Page 1 of 5 i a i. If City funding from federal, state, county or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services; ii. If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this contract or are no longer eligible for the funding proposed for payments authorized by this contract; or iii. If any license or certificate required by law or regulation to be held by Contractor to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d. For Default or Breach. i. Either City or Contractor may terminate this contract in the event of a breach of the contract by the other. Prior to such termination.the party seeking termination shall give to the other party written notice of the breach and intent to terminate. If the party committing the breach has not entirely cured the breach within 15 days of the date of the notice, or within such other period as the party giving the notice may authorize or require, then the contract may be terminated at any time thereafter by a written notice of termination by the party giving notice. ii. Time is of the essence for Contractor's performance of each and every obligation and duty under this contract. City by written notice to Contractor of default or breach, may at any time terminate the whole or any part of this contract if Contractor fails to provide services called for by this contract within the time specified herein or in any extension thereof. iii. The rights and remedies of City provided in this subsection (d) are not exclusive and are in addition to any other rights and remedies provided by law or under this contract. e. Obligation/Liability of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b, c or d of this section, Contractor shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Contractor shall deliver to City all contract documents, information, works-in-progress and other property that are 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 chan e. There shall be no cancellation, material change, reduction of limits or Contract for Janitorial Services, 07/09/2012, Page 2 of 5 a intent not lo renew the insurance coverage(s)without 30 days' written notice from the Contractor or its insurer(s) to the City. e. Additional Insured/Certificates of Insurance. Contractor shall name The City of Ashland, Oregon, and its elected officials, officers and employees as Additional Insureds on any insurance policies required herein but only with respect to Contractor's services to be provided under this Contract. As evidence of the insurance coverages required by this Contract, the Contractor shall furnish acceptable insurance certificates prior to commencing work under this contract. The contractor's insurance is primary and non-contributory. The certificate will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. If requested, complete copies of insurance policies, trust agreements, etc. shall be provided to the City. The 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. Con or: City of Ashlarp By By (� ignaturre^�". DeZrrrtment Head Print Name / Print Name (�iCO X123 Title Date Date W-9 One copy of a W-9 is to be submitted with O O the signed contract. Purchase Order No. Contract for Janitorial Services, 07/09/2012, 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. y1 (3) Telephone listing is used for the business separate from the personal residence listing. (4) Labor or services are performed only pursuant to written contracts. (5) Labor or services are performed for two or more different persons within a period of one year. (6) 1 assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission. insurance or liability insurance.relating to the labor or services to be provided. Contractor (Dad) Contract for Janitorial Services, 07/0912012, Page 4 of 5 )AZI, � . Pathway COMIS ISSkhqj-.,.,...-.EMBER Enterprises, Inc. on Clrrsin�anal y.inl-nrnce June 6,2012 Rachel Dials Recreation Superintendent City of Ashland 340 S. Pioneer Street Ashland, OR 97520 Ms. Dials, I have prepared our Janitorial pricing proposal for the City of Ashland based on the current Living Wage of$13.96 per hour and updated our fringe rates. I have also added a proposal to begin twice annual hard floor stripping and finishing as well as carpet cleaning in all of your facilities except for the Senior Center and the Oak Knoll Pro Shop. I propose that our price increase from$48,607.56 to$50,756.14 for a total annual increase of$2,148.58. The new floor services are$3,941.70 and account for all of this increase. The updated changes for 2012-2013 services are as follows— Monthly 2011 2012 Pioneer Hall&Community Ctr 1675.89 1613.16 Parks Office 432.06 416.21 Nature Center 331.64 319.85 Senior Center - 1338.89 1288.67 Oak Knoll Pro Shop 272.16 263.32 Carpet and Hard Floors 328.48 Difference Total 4,050.64 4,229.69 179.05 Annual _ 2011 2012 Pioneer Hall&Community Ctr 20110.71 19357.9 Parks Office 5184.73 4994.52 Nature Center 3979.63 3838.23 Senior Center - 16066.62 15463.99 Oak Knoll Pro Shop 3265.87 3159.8 Carpet and Hard Floors 3,941.70 Difference Total 48,607.56 50,756.14 1 2,148.58 . Pathway ISSA MEMBER Enterprises, Inc. Tnn rn;nce on C.IrasinS aniJ�izint�n.nce In total we propose a decrease of 3.7%for our current services and the addition of the floor services. Pathway Enterprises, Inc.truly appreciates the partnership we have with you and we hope to continue providing an expanding variety of services to you and the people of the City of Ashland. Sincerely, �iGGi�v�Sx� Richard Simpson Contract Services Director Pathway Enterprises, Inc. 655 Washington Street Ashland, OR 97502 (541)488-1536 (541)601-4550 (541)488-5948 ORO CERTIFICATE OF LIABILITY INSURANCE OP ID DL DATE(MMIDDIYYYY) PATHW-1 05/10/12 THIS PRODUCER R FI CA72 I*1SZIIJIZU Ab A MA I FER ORMATI ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Western States Ina. - Medford HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 38 N. Central Ave Suite 100 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Medford OR 97501 Phone.- 541-779-1321 Fax:541-779-9187 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Philadelphia Ina CO INSURER B: Pathway Enterprises, Inc. INSURER C: 655 Washington St INSURER D: Ashland OR 97520 I INSURER E: COVERAGES 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.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER P LI F EC (MMIODA DATE YTFffE T`V DATE MMIOD/YYMI LIMITS GENERAL LIABILITY FACH OCCURRENCE S 11000,000 ENTED A X COMMERCIAL GENERAL LIABILITY PHPK864677 05/11/12 05/11/13 PREMISESEd ouurance f 100,000 CLAIMS MADE ®OCCUR MED EXP(Any one person) 55000 PERSONAL&ADV INJURY 51,000,000 X Professional Liab GENERALAGGREGATE s3,000,000 GENL AGGREGATE LIMIT APPLIES PER: PROOUCTS-LOMP/OPAGG 53,000,000 X POLICY�PRO- JECT OC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 511000,000 A X ANY AUTO PHPR864677 05/11/12 05/11/13 (Ea accident) ALL OW NED AUTO$ SCHEDULEDAUTOS - BODILY I S (Per personon)) HIRED AUTOS BODILY NON-OWNEDAUTOS (Per accident) S PROPERTY DAMAGE 5 (Per accident) GARAGE LIABILITY I I AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN EA ACC f AUTO ONLY. AGG S EXCESS I UMBRELLA LIABILITY EACH OCCURRENCE 53,000,000 A X OCCUR- QAIL1$MAOE PHIIB382106 05/11/12 05/11/13 AGGREGATE 5 3,000,000 5 DEDUCTIBLE S X RETENTION $1D,000 S - WORKERSCO PENSATION AND EMPLOYERS'LIABILITY YIN TORYLIMIT$ ER ANY PROPRIETORAPARTNEFUEXECUTIV OFFICER CMBER EXCLUDED) EA.EACH ACCIDENT 5 (Mandatory In NH) E.L.DISEASE-FA EMPLOYEE 5 If es,Oesnibe under SPECIAL PROVISIONS below E.L.DISEASE•POLICY LIMIT S OTHER DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS #627, #637 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO$HALL City of Ashland IMPOSE NO OBLIGATION OR LIABILITY OF ANY NDLD UPON THE INSURER ITS AGENTS OR Administrative Services Dept Attn: Bryn Morrison REPRESENTATIVES. 20 E Main St AUTHORIZED PRESENTATIVE Ashland OR 97520 ACORD 25(2009107) TION. All rights reserved. The ACORD name and logo are registered marks of ACORD 07/09/2012 15: 13 FAX 5418579883 ASHLAND INS-MEOFORD 191001/001 CERTIFICATE OF LIABILITY INSURANCE 7/9/2012�Y' 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! it the certificate holder is an ADDITIONAL INSURED, the POlicy(ies) must he 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 endomement(s). PRODUCER NAME- MaxCene Forney Ashland Insurance Inc PHONE (541) B57-0679 FA -(541)857-9953 801 O'Hare Parkway, Ste 101 E.o AIL ,marcenefe ashlandinsurance.com INSURER(S)AFFORDING COVERAGE NAIC p Medford OR 97504 INSURERA:SAIF CO Oration INSURED INSURER e Pathway Enterprises, Inc. , DBA: See various INSURER C: 1600 Skypark Drive, Suite #101 INSURER D: INSURER E: Medford OR 97504 INSURER F: COVERAGES CERTIFICATE NUMBER-CL127 903 65 6 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. INTRR TYPE OF INSURANCE POLICY EFF POLICY E%P POLICYNUMEER MMIDONYYY mmtD UNITS GENERAL LIABILITY' EACH OCCURRENCE S COMMERCIAL GENERAL LIABILITY PREMISES Ea pccurr nr S CLAIMS-MADE ❑OCCUR MEDEXP(AnYoneper5m) 3 PERSONAL d ADV INJURY 5 GENERAL AGGREGATE S GENT AGGREGATE LIMIT APPLIES PER; PRODUCTS-COMPIOP AGG 3 POLICY PRO- LOG S JPCT -7 AUTOMOBILE LIABILITY C 'LE LIMB rdenl y ANY AUTO BODILY INJURY(Per penon) S ALL AUTOS NED SCHEDULED - BODILY INJURY(Per pcodenl) S HIRED AUTOS AUTOS PR PERT`(DAMAGE $ AUTOS Per ACCiden, 5 UMBRELLA 41AB OCCUR EACHOCCURRENCE S EXOESSLIAB CLAIMS-MADE AGGREGATE S DEC) I I RETENTIONS $ A WORKERS COMPENSATION WC$TAN- DTH- ANOEMPLOTEFlS'LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTWE E.L.EACH ACCIDENT $ 500,000 OFFIOER/MEMEER EXCLUOED7 ❑ NIA IMandaloryln NH) 24679 /1/2012 /1/2013 E.L.DISEASE-EA EMPIUOYEE $ 500,000 C SCRIP Hyy ' 4CpTION OF OPERATIONS Ecriba under alpw E1,DISEASE-POLICY LIMIT S 500 Q E DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ANACP ACORD 101,Addirienal Ra arks Schad,].,N more apace Ie reouired) CERTIFICATE HOLDER CANCELLATION (541) 486-5320 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Ashland ACCORDANCE WITH THE POLICY PROVISIONS. 20 E. Main St. Ashland, OR 97520 AUTHORIZED REPRESENTATIVE Harcene Forney/MARC ACORD 25(2010/05) ©1988.2010 ACORD CORPORATION. All rights restlrved. _1.,mom CITY i IlEco n JER Page 1 / 1 Ashland Park Commission DATE PO NUMBER 20 E MAIN ST. 7/27/2012 00124 ASHLAND, OR 97520 (541)488-5300 VENDOR: 003566 SHIP TO: PATHWAY ENTERPRISES INC 1600 SKY PARK DR STE 101 MEDFORD, OR 97504 FOB Point: - Req.No.: Terms: net Dept.: Req. Del.Date: Contact: Rachel Dials Special Inst: Confirming? No Quantity Unit - Description Unit Price Ext.Price Janitorial Services- FY 2013 50,756.14 QRF - Exempt from competitive biddinq Approved bV Council 06/19/2012 SUBTOTAL 50 756.14 BILL TO: TAX 0.00 FREIGHT 0.00 TOTAL 50,756.14 I Account Number Project Number Amount Account Number Project Number Amount E 211.12.02.06.60416 50 756.14 Authetiized Signature VENDOR COPY FORM #3, CITY OF ASHLAND REQUISITION Date of request: - �l Required date for delivery: Vendor Name Q Address,City,State,Zip Contact Name&Telephone Number Fax Number SO&IRCING METHOD Exem tfromCom etitive dj �^ ❑ Emergencv [*`Reason for exemption: f34K. �` lion to Bid (Copies on file) ❑ Form#13,Written findings and Authorization ❑ AMC 2.50 ate p r ed by Council: ❑ Written quote or proposal attached ❑ Wmienquoteorproposal d ❑ Small Procurement / Cooperative Procurement Less than$5,000- 6 t Request for Proposal (Copies on file) El State of Oregon El Direct Award Date approved by Council: Contract# ❑ Verbal/Written quote(s)or proposal(s) ❑ Slate 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 attached ❑ Special Procurement - Contract# PERSONAL SERVICES ❑ Form#9,Request for Approval Intergovernmental Agreement $5,000 to$75,000 ❑ Written quote or proposal attached ❑ Agency ❑ Less than$35,000,by direct appointment Date approved by Council: Date original contract approved by Council: ❑ 3)Written proposals attached Valid until: Date (Date) Description of SERVICES Total Cost V - A-G Item# Qu tity Unit Description of MATERIALS Unit Price Total Cost ❑ Per attached quotelproposal �-�c`�'/g'rs c�>_ C $TOTAL COST l Project Number______-___ Account Number___-__-_ - - Account Number___-__•__• -______ 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 l/ Date Support-Yes/No By signing this requisition form,I certify that the City's public contracting requirements have bee tisfie, d. Employee Signature: Department Head Signature: C� --- Additional signatures(if applicable): (Equal to or greater than$5,000) Funds appropriated for current fiscal year: (!Rs / NO Finance Director-(Equal to orgre man$5,000) Date Comments: Form#3-Requisition