Loading...
HomeMy WebLinkAbout2015-127 Contract - Lomakatsi Restoration Project Contract for GOODS AND SERVICES Less than $25,000 C1 T Y OF CONTRACTOR: Lomakatsi Restoration Project -AS H LAND CONTACT: Aaron Nauth 20 East Main Street Ashland, Oregon 97520 ADDRESS: P.O. Box 3084, Ashland, OR 97520 Telephone: 541/488-6002 Fax: 541/488-5311 TELEPHONE: (541) 488-0208 DATE AGREEMENT PREPARED: 3/29/2015 FAX: Nauth@lomakatsi.org BEGINNING DATE: 4/8/2015 COMPLETION DATE: 6/30/2016 COMPENSATION: Up to $25,000 to be paid upon completion of joint City and U.S. Forest Service prescribed underburn units as specified in the attached map. Compensation will be based upon the percentage of City acreage of the total of City and U.S. Forest Service acres burned as one unit. Costs may include personnel, equipment, and supplies to accomplish the burn and subsequent mop-up. GOODS AND SERVICES TO BE PROVIDED: Contractor will provide goods and services necessary to complete prescribed underburning on City of Ashland forestlands burned in conjunction with adjacent U.S. Forest Service burn units that are part of the Ashland Forest Resiliency Stewardship Project, and according to Exhibit C: Technical Specifications and the approved City of Ashland burn plan specific to each burn unit. ADDITIONAL TERMS: In the event of conflicts or discrepancies among the contract documents, the City of Ashland Contract for Goods and Services will be primary and take precedence, and any exhibits or ancillary contracts or agreements having redundant or contrary provisions will be subordinate to and interpreted in a manner that will not conflict with the said primary City of Ashland Contract. 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 27913.220, 2796.225, 279B.230, 2796.235, 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 $20,142.20 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 an losses, expenses, claims, subro ations, actions, costs, Contract for Goods and Services Less than $25,000, Revised 07/08/2014, Page 1 of 9 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, 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 Contract for Goods and Services Less than $25,000, Revised 07/08/2014, Page 2 of 9 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 $2.000.000 for each occurrence for Bodily Injury and Property Damage. 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 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. Contract for Goods and Services Less than $25,000, Revised 07/08/2014, Page 3 of 9 Contractor. City of Ashland n By _ E By , Signature Department Head Print Name Print Name } Title Date W-9 One copy of a W-9 is to be submitted with the signed contract. Purchase Order No. Contract for Goods and Services Less than $25,000, Revised 07/08/2014, Page 4 of 9 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 purchased for the business. (3) Telephone listing is used for the business separate from the personal residence listing. 'r (4) Labor or services are performed only pursuant to written contracts. s (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 07/08/2014, Page 5 of 9 CITY • ASHLAND, OREGON EXHIBIT B City of Ashland LIVING WAGE per hour effective June 30, 2014 (Increases annually every June 30 by the Consumer Price Index) • - . - • . portion of business of their 401 K and IRS eligible employer, if the employer has cafeteria plans (including ten or more employees, and childcare) benefits to the has received financial amount of wages received by For all hours worked under a assistance for the project or the employee. y business from the City of service contract between their Ashland in excess of Y Note: "Employee" does not employer and the City of $20,142.20. include temporary or part-time Ashland if the contract employees hired for less than exceeds $20,142.20 or more. y If their employer is the City of 1040 hours in any twelve- Ashland including the Parks month period. For more Y For all hours worked in a and Recreation Department. details on applicability of this month if the employee spends policy, please see Ashland employee's or more of the Y In calculating the living wage, Municipal Code Section employee's time in that month employers may add the value 3.12.020. working on a project or of health care, retirement, For additional information: Call the Ashland City Administrator's office at 541-488-6002 or write to the City Administrator, City Hall, 20 East Main Street, Ashland, OR 97520 or visit the city's website at www.ashland,or,us. Notice to Employers: This notice must be posted predominantly in areas where it can be seen by all employees, CITY O F ASHLAND Contract for Goods and Services Less than $25,000, Revised 07/08/2014, Page 6 of 9 EXHIBIT C Technical Specifications Burn Plan, Resources, and Communication In an agreement between the City and the U.S. Forest Service, the City has designated the Forest Service burn boss as the responsible party to implement the City's burn plan for each burn unit. The U.S. Forest Service burn boss will have authority from the City to direct the implementation of the burn on City land in accord with the provisions of the burn plan. Lomakatsi will provide resources for ignition, holding, and mop-up to meet the minimum requirements of the burn plan for the conditions on the day of the burn and for a period thereafter agreed upon by the City and Forest Service. Contractor and any subcontractors will follow all specifications as mandated by the U.S. Forest Service for prescribed underburning and will act at the discretion of the U.S. Forest Service burn boss during any and all operations until such time that the burn boss has released responsibility of the burn unit back to the City. If, during this period, Lomakatsi's representatives are aware of any situation that deviates from the City's burn plan or commonly observed safety standards or operational protocols, he or she will report this situation as quickly as possible to the City representative through a common radio frequency or verbally in person. Fireline Construction and Maintenance All fireline construction shall be performed and maintained in accordance with the following specifications: a. Location - Unless otherwise designated, firelines shall be located adjacent to the unit boundary, within 50 feet outside of actual unit boundary, in locations affording the optimal holding capability, and remain on City property. The City of Ashland may choose to clearly mark the fireline location with colored plastic ribbon. The fireline shall be constructed to follow the flagged line as closely as possible. Variations will be permitted if unforeseen obstacles are found. b. Clearing Limits - Hand fireline shall be cleared to a width of 8 feet and a height of 8 feet. The width shall be measured parallel with the ground (slope distance). The height shall be measured from the side of the line away from the unit. A strip at least 1.5 foot wide to a maximum of 3 feet wide and centered within the cleared area shall be cleared to mineral soil. A strip less than 1.5 foot wide may be designated by the City of Ashland on some units. c. Material to be Cleared - Within the 8-foot line, the following material shall be cut and removed: 1) Ferns, shrubs and other vegetation. Cut to within 18 inches of ground level or as close as possible without damaging tools. Contract for Goods and Services Less than $25,000, Revised 07/08/2014, Page 7 of 9 2) Cut live and dead trees at ground level or as close as possible without damaging tools. No trees larger than 7 inches DBH shall be cut. The fireline shall be located to avoid larger green trees. Pruning of larger trees is acceptable in lieu of cutting the tree and following section a.3. 3) Limbs extending within the fireline shall be cut close to the tree if the point of cutting can be reached from the ground (about 8 feet from the ground). Limbs shall be cut when they enter the fireline clearing limits if they cannot be cut at the tree. Limbs cut close to the tree need not be cut flush but "spike" limbs will not be allowed. 4) Slash and litter shall be removed from the 8-foot (both height and width) fireline clearing strip. Natural ground duff need not be removed except from within the 1.5 to 3 foot strip on the fireline work area. 5) A 3-foot section shall be removed from logs located across the fireline. d. Disposal of Cleared Material - Material cut from within the fireline shall be placed on the unit side (inside) of the fireline and scattered. Soil berms and piles will not be permitted on top of flammable material. Log sections may be rolled downhill and away from the unit provided that they are left outside the fireline and public safety is assured when rolling any materials downhill. e. Snags and High Stumps - Snags or high stumps may be left next to the fireline when designated or approved by the City of Ashland. f. Side Slopes - On side slopes that are steeper than 30 percent, the fireline shall be cup trenched sufficiently to catch rolling material 6 inches or less in diameter. g. Water Bars - Water bars shall be constructed in all firelines at the time of initial construction. The water bar shall consist of a diagonal ditch across the three-foot wide mineral soil portion of the fireline, but not in excess of the following guidelines. The water bar shall be approximately 6 inches to 10 inches deep and approximately 5 feet long. Unless otherwise directed, drainage shall allow rolling material and drainage into burn unit. Percent of Slopes: 00% - 09% - None Required 10% - 29% - 1 Water Bar Every 300' 30% - 59% - 1 Water Bar Every 150' 60%+ - 1 Water Bar Every 100' Prescribed Burn and Mop-Up The City's preferred burning period is between March and July of each year. Spring burning is preferred over fall in order to minimize impacts on soils and vegetation and the overall emphasis on watershed function. Major control problems can occur during Contract for Goods and Services Less than $25,000, Revised 07/08/2014, Page 8 of 9 a period of frontal passage and strong east wind conditions. Close attention to weather forecasts and securing and patrolling of previously burned units is common practice to eliminate any escaped fires. All prescribed fire operations shall be initiated only when a Prescribed Fire Plan has been approved and signed by the City of Ashland Representative and the burn boss. All elements of the plan shall be followed unless a deviation has been approved in advance by the City of Ashland Representative in conjunction with the U.S. Forest Service burn boss. The City of Ashland Representative will grant final approval to conduct burning. Approval is based on the City of Ashland Representative verifying: 1) unit fuel and weather conditions are within Prescribed Fire Plan parameters and prescribed fire and resource objectives are attainable; 2) Prescribed Fire Plan parameters and objectives for smoke management are attainable based on smoke management instructions and forecast, and weather forecasts for proposed burn date and time; and 3) successful completion of the Go/No Go Checklist and the test fire. During ignition operations, the Contractor's crew supervisor shall maintain contact with the City of Ashland Representative through mutually agreed upon communications system at all times. Do not fell any reserved trees or snags which may have fire in them without approval of the City of Ashland Representative. Mop-up shall be performed in accordance with the U.S. Forest Service burn boss. Contract for Goods and Services Less than $25,000, Revised 07/08/2014, Page 9 of 9 CITY OF FORM #9 -ASH LAN D SPECIAL PROCUREMENT REQUEST FOR APPROVAL To: City Council, Local Contract Review Board From: Chris Chambers, Forest Division Chief, Fire Department Date: April 1, 2015 Subject: REQUEST FOR APPROVAL OF A SPECIAL PROCUREMENT In accordance with ORS27913.085, this request for approval of a Special Procurement is being presented to the City Council for approval. This written request for approval describes the proposed contracting procedure and the goods or services or the class of goods or services to be acquired through the special procurement and the circumstances that justify the use of a special procurement under the standards set forth ORS 279B.085(4). 1. Requesting Department Name: Ashland Fire and Rescue 2. Department Contact Name: Chris Chambers 3. Type of Request: Class Special Procurement X Contract-specific Special Procurement 4. Time Period Requested: From 4/14/2015 To: 6/30/2016 5. Total Estimated Cost: Not to exceed $25,000 6. Short title of the Procurement: City of Ashland and Ashland Forest Resiliency Cross Boundary Burning Supplies and/or Services or class of Supplies and/or Services to be acquired: Lomakatsi Restoration Project, or "Lomakatsi", will provide personnel, expertise, and equipment to conduct prescribed underburnin on City owned forestland in conjunction with burning on adjacent U.S. Forest Service land in the Ashland Forest Resiliency Project (AFR). Services include preparing the unit for burning, monitoring weather conditions, coordination with City representatives, ignition of the unit and mop up and patrol for 72 hours. All actions taken will be under the supervision of a qualified U.S. Forest Service burn boss. Background and Proposed Contracting Procedure: Provide a description of what has been done in the past and the proposed procedure. The Agency may, but is not required to, also include the following types of documents: Notice/Advertising, Solicitation(s), Bid/Proposal Forms(s), Contract Form(s), and any other documents or forms to be used in the proposed contracting procedure. Attach additional sheets as needed. Background: Lomakatsi Restoration Project has lead implementation and contracting authority for prescribed burning in the AFR project. In order to complete a mutually beneficial burn across City and federal land boundaries, the City needs to contract with Lomakatsi to provide the necessary goods Form #9 - Special Procurement - Request for Approval, Page 1 of 3, 4/1/2015 and services. Lomakatsi uses a Request for Proposal process to solicit qualified contractors for the AFR project, which will then be extended to City lands via approval by the City of a qualified burn contractor, or subcontractor. The proposed contract between the City and Lomakatsi is available for Council and public review. Lomakatsi will operate under an approved Prescribed Fire Burn Plan provided by the City. 8. Justification for use of Special Procurement: Describe the circumstances that justify the use of a Special Procurement. Attach relevant documentation. Due to the unique agreement between the City and its partners in the AFR project, Lomakatsi is the only entity designated in the AFR Master Stewardship Agreement and subsequent Supplemental Project Agreements that has contracting authority for the AFR project prescribed burning. In order for the City to realize the logistical and financial benefit of burning across the City and federal boundary. Lomakatsi will have to contract for the entirety of the joint burn unit area on City and federal land. 9. Findings to Satisfy the Required Standards: This proposed special procurement: X (a) will be unlikely to encourage favoritism in the awarding of public contracts or to substantially diminish competition for public contracts because: The situation of the AFR stewardship agreement partnership, including Lomakatsi, is unique and has served to accomplish work that would likely not have been possible in a standard operating framework. There are no contractors who have this relationship to the AFR project. (Please provide specific information that demonstrates how the proposed Special Procurement meets this requirement.); and x NO) will result in substantial cost savings to the contracting agency or to the public because: Aggregating smaller areas into a larger area for the purpose of prescribed burning is estimated to save the City $10,000 dollars. (Please provide the total estimate cost savings to be gained and the rationale for determining the cost savings); or _ (b)(ii) will otherwise substantially promote the public interest in a manner that could not practicably be realized by complying with the requirements of ORS 27913.055, 279B.060, 279B.065, or 27913.070, or any rules adopted there under because: (Please provide specific information that demonstrates how the proposed Special Procurement meets this requirement.) Form #9 - Special Procurement - Request for Approval, Page 2 of 3, 4/1/2015 Public Notice: Pursuant to ORS 279B.085(5) and OAR 137-047-0285(2), a Contracting Agency shall give public notice of the Contract Review Authority's approval of a Special Procurement in the same manner as a public notice of competitive sealed Bids under ORS 279B.055(4) and OAR 137-047-0300. The public notice shall describe the Goods or Services or class of Goods or Services to be acquired through the Special Procurement and shall give such public notice of the approval of a Special Procurement at least seven (7) Days before Award of the Contract. After the Special Procurement has been approved by the City Council, the following public notice will be posted on the City's website to allow for the seven (7) day protest period. Date Public Notice first appeared on www.ashland.or.us April 7th, 2015 PUBLIC NOTICE Approval of a Special Procurement First date of publication: April 7`)1, 201.5 A request for approval of a Special Procurement was presented to and approved by the City Council, acting as the Local Contract Review Board, on April Tt', 2015. This Special Procurement is a " Contract- specific Special Procuremem The proposed conhractitWprocedure is a direct atii,ard to Lomakatsi Res?oration Project for prescribed binning- on Cityforesdands in conjunction irilh adjacent federal land burningunder the Ashland F01VS1 Resiliency Project. It has been determined based on written findings that the Special Procurement will be unlikely to encourage favoritism in the awarding of public contracts or to substantially diminish competition for public contracts, and result in substantial cost savings or substantially promote the public interest in a manner that could not be realized by complying with the requirements that are applicable in ORS 27913.055, 2798.060, 279B.065, or 279B.070. r~ An affected person may protest the request for approval of a Special Procurement in accordance with ORS 27913.400 and OAR 137-047-0300. A wrio-en protest shall be ' delivered to the following address: City of Ashland, Kari on, Purchasing'_%~ Representative, 90 N. Mountain, Ashland, OR 97526..°The seven (7) day protest period , will expire at 5:00pm on April 14x', 2015. This public notice is being published on the City's Internet World Wide Web site at least seven days prior to the award of a public contract resulting from this request for approval- - f of a Special Procurement. < al, Page 3 of 3,411/2015 aco °R I CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) F5/22/2015 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 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 endorsements . PRODUCER FE-MAIL T Kendall Yeaw Protectors Insurance, LLC AX No. P.O. Box 4669 Medford OR 97504 S: INSURERS AFFORDING COVERAGE NAIC # INSURERA:SAIF Corporation INSURED LOMAK-1 INSURERB:FerSt National Insurance Co 24724 Lomakatsi Restoration Project INSURER C:AMeraCan StateS Of Texas Justin Cullumbine PO Box 3084 INSURER D Ashland OR 97520 INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: 691576448 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR IN R WVD POLICY NUMBER (MMIDDIYYYY) MM/DD/YYYY LIMITS B GENERAL LIABILITY 25CC1600449 /17/2015 /17/2016 EACH OCCURRENCE $1,000,000 MERCIAL GENERAL LIABILITY PREMISEDAMAGES (EaRENoccTED unence $1,000,000 CLAIMS-MADE ~ OCCUR MED EXP (Any one person) $10,000 P71 0 PERSONAL& ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 POLICY PRO- LOC Loggers Broad Form $1,000,000 C AUTOMOBILE LIABILITY 04CC2285275 /17/2015 /17/2016 Ea accident $1,000,000 ANY AUTO BODILY INJURY (Per person) $ ALL OWNED X SCHEDULED BODILY INJURY (Per accident) $ AUTOS AUTOS X HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident $ D UMBRELLA LIAR X OCCUR 01SU43335510 /17/2015 /17/2016 EACH OCCURRENCE $2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ DIED X RETENTION $10,000 $ A WORKERS COMPENSATION 992153 /1/2015 /1/2016 X WC STATU- OTH- AND EMPLOYERS' LIABILITY Y / N I ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ N / A E.L. EACH ACCIDENT $500,000 OFFICER/MEMBER EXCLUDE[ (Mandatory In NH) E.L. DISEASE - EA EMPLOYE $500,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) As additional insured per policy endorsement CG7635(0207): CERTIFICATE HOLDER CANCELLATION 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 East Main St Ashland OR 97520 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD C0763S 02 02 07 07 the claims Insurance COMMERCIAL GENERAL LIABILITY jb) ~y Injury, property dam, against wrl Insured aOego a no0gence or age' erts out of the side reg4 other aa0n ag In the supervision, filling. of othom ganfA of or such perm ar by that t. Praised, the OCQAf cdWdrO o' whkh agatdubOn, rimed iM loody Ir(ory' or 'Property THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ R CAREFULLY. (4) Paths Issued by AN slate a poddal damage Involved Da ow tr%Np maInte- i eubdWlstm WWI leaped to operations manta, use or entrustment to others of arry LIABILITY PLUS ENDORSEMENT performed by you or on your betas, elcrWL *auto- or watercraft that Is owned subject to the fosawing add lfenal pro- or operated by or rented or bared to any In, awed villon; This endorsement mo9hes kdwana provided under the foliow41g: This Insurance does not apply to •bodly This exclusion out rot apply to: COMfAERC(AL GENERAL LIABIUTY COVERAGE PART I W ~0 ge' on (1) A watercraft htso ashore on Promises 'parwrul end adnarffshg hh+tY' asIn9 you carts or renC SCHEDULE ow of tperatlors p,Nlamed for the sMte Or qy. (2) A wkeruaft you do rot wan that b: Name of Persona Organhation: c. P. yeumnoe with r"peet to arm/ archRoCL (a) 1033 Nan 52 fact long: arid 0ngheer, a surveyor added as an Insured (b) Plot bang used to tarty persons or by This endorsement does not efWN to property for a sharps; Uody 'property damage'. a per- BLANKET -PER CERTIFICATE OF INSURANCE saw and acivertsirg Injtxy ashg oat of (3) ParkkV an 'auto" an, or on the hays the rendering of or ft fa6we to randar any, not to, ji a ilses you ash or rank pro- rofosslorW sorvkes by or fa you. hclud- Ndod lye •neo' Is not owned by or P remed w banod b you ce the hswad: (1) The prepedng. eppmvIV. or Pelting to (4) lsbgmy asnzned wider any "wed prepare or epprova maps, drseingc, control' for the omarsh-ry. mahno- nonce a use of aircraft or watarcraft; or Op'vdons, rep-Its. aurvoys. Change a- che, designs a spacifinlbns: and (3) 'Body Injury' or propem/ A+- g--ADDITIONAL INSURED - BY WRITTEN lease or occur'/, sW)ao to The l.WMng CONTRACT, AGREEMENT OR PERMIT, OR sddtiorndprovslns: (2) Supervisory, Inspection w anglraeh9 orlskp ow 01; (a) to opeathn of machinery or services. SCHEDULE (a) This Insworoo door not apply to equtpmanl that Is clutched for, or The 1olawing paragraph Is added to WHO IS AN am baunenee• wtBCh taxes place d. This Insurance das not apply to -body W of. a land vellcb Nat would NSURED Season 11): after you me" to be a tenant h "wy or'propeny damage' hdudedwahh W ceder the dcfvJ7on of ( lorry ptaNses leasedto"sorted to tha products-cornpteted openlons has- •mob4o equipment- s It were not a. My person or orgardzatim shwrm In the Schad- yol0 ad". aimed to a compukory or rea nclal ula or for %bom you we regtdrmd by written oar (b) This insurance does not apply to msponslotG,y Ira or otharmotor va- trad, egreemnt or permit to Provide Insurance any structural excretions, new con- A person's or orgaMzadon's status as an Imured Ion- Hcb hswanee law In the stab Is an enured, subject to the Iollowtng additional structio+ or daro6don oparations der Via endorsement ends ashen your operation for whom it H licensed a pol lpa!y p(oviislons performed by or on behalf of the that Insured we comp•oted pumped: or e, The comrect. agreement or permit mast be ponon or oega~ason added as an (b) the operation of crony of the madtxr in affed dufng the policy period storm In hewed: No coverage vM be provided a. In the absence of Ws cry a equipment listed h Paragaph Ua Declarations, and runt have been exe• (2) Your ongft operations for that In- endorsement no liability swufd be Imposed by To. on f{2) or f{3) of ft de'ImJon of you. igoroo fault acbae dux g W Uw In~btte of i%cwF mobAa eO dpmem'. owed prior to the 'bodly Igsay, Wopa+N awed. hfiather the twee is performed n dama_ge•, a 'personal and adrafding by you or for you; Ales of corrPIM100 faun (6) An aircraft you do not own proY,dad It Is h ' (3) The malnlnanes, cpenSon or use by net Operated trj vy hswad. b. 7Mw Mm Orgy don added in, you of equipmoil based to you by sucFt NON-0WNEO WATERCRAFT AND NON-OWNED TENANTS' PROPERTY DAMAGE LIABILITY Insured only person or orgaNsason, sub'oet to the AIRCRAFT LIABILITY to the extent you as bold gobto duo to: i00owing adddarsal pmvss0nc (1) The owoersNp, maintenance or use of (a) Tuts Insurance does net apply to Exclusfori Q. of DO'VERAGE A (SactWi 9 s replaced Wien h amagedarar0ans.oExcxalon jo louwamge that part of premis" you awn, rank any •ocaarerta'sMldt LL<es prate by the I00oairg: A, Section 1 Is repUoed by the 1olfoatrg: after the equipment base captres: g. •BoORy Injury" or 'property damage' adding but of the mranhip, mdntena rA, use a I• Damage To Property enhwenent to others of any aVeralk 'awo' property damage b: w wstarcraft awned or oW.W by Or remed 41cxdes Copyrighted Material of hswart00 Services Office, lye, wily bs pOmmsslm or leaned to any Insured. Use Includes cm- - (1) Property you owe rant, or occupy. Ilcludila Copyr'Ahk Inswana 6ervlas, 2001 atfon ard 'Ioadbg or wiloadsg-, ay costs or expend" Incurred try you, or sea .tl t. L'n ace as ~ M.wu tlS4e c ~a alt sl dD Ppa Ida EP en stir CG7635(020T).pol CG7635(0207).Pdl any other parson, organization or entity, for WHO IS AN INSURED - MANAGERS EXTENDED DEFINITION OF BODILY INJURY hternryted only by a street roadway. waterway, or repair. replawmatt alhancemant ("Para. tight-ofof a railroad tion a maltenance of such property for arc/ The loltahhg is added to Paagraph 2.a. of WHO IS Paragraph 3. of DEFINUMNS (Section V) IS replaced reason. IrobxTug preveMon of Injury to a AN LNSUHEO (Section Up by the 100oatrlg: INCREASED MEDICAL EXPENSE LIMIT Parson or dining. to anther's pmpony, (2) Pren*JsGs sell, axon or Otandon, I Paragraph (1) does not apply to exaoutim officals, or 3. 'Bodily Way rrears bodly e>jwy, elCknesf or The Medical bperse UnrA Is emended to S10,000. N you ga' ertY ` disease sustained by a person, hcxrdvtg mantel of the these prOr pfetymsdaos•, damage' ow of any part to managers el the aupervbay level a above. - \1 a death rw from ary of Photo at a r+~9 KNOWLEDGE OF OCCURRENCE SUPPLEMENTARY PAYMENTS - COVERAGES A any time. (3) Property awned to you: AND 8 - BAIL BONDS - TIME OFF FROM The Ionowlnq Is added to Paragraph 2- Du%. In The (4) Personal property h the tae, custody or WORK TRANSFER OF RIGHTS OF RECOVERY Rem Of OcOUntrv:e, Offense, Claim Or Suit of co, rat of the Insured: r CM961 ACK GENERAL UABIUTY CONDITIONS Pamgaph Co. of SUPPLEMENTARY PAYMENTS - The IoUOwlrq Is added tD Pasg mph IL TrAW-cr Of (Section M: (S) That Patticda Pal of real property on whkh COVERAGES A AND B Is replaced by the follohing Rghts Of Recorory Against Ochre To Us of COLE you of any 00ntrecbra or stbconbectors MERCUL GENERAL LIABILITY CONDITIONS (Sec- Knahlodge or en -bocurrence•, gays or •sfV by wotxhg directly or Iidmetly on your b0talf b. Up to 53,000 for cost of ball bads required tie IV): your agent satin m or employs* shag rot In Itself are Pwlomdng epere6ons, If the property because of accidents or bmlflo law violations consth to laowladga of the named Inured ur less an damage arsass out of those operations, or arising out of the use of eery Woo In which We vmlve any (fghs of recovery he may snn against ot5mr Of the rerned Insured has recaf ed suet no5a the Bodly WM LW)My Coverage sppEes. arty person or organizaSon because of payments win hom the sgenL semoM w employee. (6) That pamaaar pan DI "pnooxpertnr 'hat must W. do not haw to h.mkh these bonds. make for kgwy or darnn. art bug aft al you, -q.V,9 be restored, repaired a repL+oed because Yong at liuk' done under a contract wgh UNINTEN yew work" was Incorracay pedor-d on k Famgraph 1.d. of SUPPLEMENTARY PAYMENTS - that pass ytorganizatin and Included h the HAZARo TIONAL FAILURE TO DISCLOSE ALL Paagraphs (j), 13) ard (4) 01 gds extluslon do COVERAGES A AND B Is replaced by The IolbvAng: products-oor iplelad operations hazard'. Tins wsNer not apply to property damage- (offer fn d. M masombb towns" bx rmd by the h- applies only to a person or Organization for whom you The hewing Is added to Paragraph 0. Repro-t.- damage by Pre) to peanuts, Inaudvg ga con" owed it ow request to assist us In the Ir we regaled by hTho cordrack ageemant or Perm's flons of COIWIERCW. GSVK LNBIl11Y CONDI• taus of ...h prams", ranted m you. A aepara:o ves%alfm or defense of the claim a 'stilt', for waive these rig "a or meovacy. TIONS (Section IV: Emit of hswanoa apples to Damage To Prom- Including actual soas of eamino up to 5504 sae R.WW To You as desalood h Sectlon Ile a day because of time off from wroAt. AGGREGATE LIMITS OF INSURANCE - PER I you Ixdnla lion cy yl to dsclrje wry hazards ex• - Umxs 01 Iiswanee. LOCATION sting at the Inception dab or your pole/, no w01 not Paagrmph (2) of ft aaduslon does net apply s EMPLOYEES AS INSUREDS - HEALTH CARE deny arvemgo cedar Uds Covaega Form became of the rams" we Mori" ard v am never SERVICES For all awns which the Inured beeonas Iege7/ ob0- such fatwa However, Ihs provision does not affect oattpled, reread or hold fa rusk by you - gated to psy m damages tamed by 'oeewrerces' ow rlghl to caned sdddond premium or exercise our Provision 2.a(1)(d) of VHO IS AN INSURED (Sectn undar COVERAGE A (SecCOn 1), arid for all medical right of cancellation or no-anewzl Pasgmphs (3),(4). (5) and (6) of this excxslon y) Is deleted, unless excludad by seporwo ardoma• espenses caused by eoadents urxar COVERAGE C do not apply to liability assumed under a side- mpu (Section 0, wtkh can be atebwod any to operation LIBERALIZATION CLAUSE fr.&egeearn t at a single'tondn•: Paragraph (6) d the exdusl n does not apply to EXTENDED COVERAGE TOR NEWLY ACQUIRED The foMrMg paragraph s eddod to W.NIERCIAL property demaga' 4feiudod In Da 'products. ORGANIZATIONS Paragraphs 2.1. end 2.b. of LirrT,a of insuwnoe (Sac" GENERAL UAgIUTY CONDITIONS (Salim TV): U(. 00 pO aeparao you. each of yaw 'IOadems- CanptaW operations hazard'. Provslon 3.a of WHO IS AN INSURED (Section a) Is awned by a rented to you. 10, If a rsvsbn to the W %it a Park vd6on would pro- Paragraph 6. of UxsTS OF INSURANCE (Sidon PO rapisced by the Pont"" g: mium. cannge wain no policy Period -Location- moans praTds.a W4" the sane or mlum, becomes; etleuh+ durtng the pdity pared Is replaced by the following, a Coverage wider 1ms provision Is $fielded co-vdrQ lots, Or pmmi4ea whose conneMon is in the sate shown In the Dedmbors, Yaw Poi- B. Swlject to S. above, the Damage To Promises only wok gee end of the poky period. Iq wig automalically Provide this 06:01orvtf 071- Ronted To You Lana Is the most we wml pay ur D(TENOEO 'PROPERTY DAMAGE' sage on the effective dale of the ra*Won. da Coverage A for domagoe became of 'property d-oc• to any one pa`nes' whdo Ekduston a- or COYERAOE A (Secton 0 Is replaced rated to you, at In the case N damage by tiro, by the IoUOhirg: while rented to you Or tempomigy occupied by you with permission of the ai ac ar IWly Injtxy" or 'property damage" expected Ten Damage To Prsmta" Rnted To You artx Is tlw or Intended from the standpoint of the hewed. 9o Tins oxrAdlon dos not apply to loft Injury" HoPw of as Each Occurrence Una alawn In the or property donsgs' i-Eng from M min of Declarations or uro amt shown In On DecUrstlens 141AWMNA 10(00 to Protect PRICIls Of property. as Damage To Promises Remold To You Link 7Kr / ti t [0 )e 11 N W PC. 3". IF CG7635(0207)pdf C07635(0207) POP Page 1 / 1 CITY OF . ASHLAND DATE PO NUMBER 20 E MAIN ST. 5/7/2015 12856 ASHLAND, OR 97520 (541) 488-5300 VENDOR: 006637 SHIP TO: Ashland Fire Department LOMAKATSI RESTORATION PROJECT (541) 482-2770 PO BOX 3084 455 SISKIYOU BLVD ASHLAND, OR 97520 ASHLAND, OR 97520 FOB Point: Ashland, Oreqon Req. No.: Terms: Net Dept.: Req. Del. Date: contact: Chris Chambers Special Inst: Confirming? No Quantity Unit Description Unit Price Ext. Price THIS IS A REVISED PURCHASE ORDER Lomakatsi will provide work crews to 12,000.00 implement prescribed underburninq on City of Ashland forestlands adjacent to and concurrent with the AFR project on US Forest Service land over a two year period. Lomakatsi will act under the direction of a USFS burn boss unless directed oterhwise by City representative. Services include fireholdinq and ignition resources including personnel and equipment. Not to exceed $25,000.00 Approved by Council April 7, 2015 Contract for Goods and Services Beqinninq date: 04/08/2015 Completion date: 06/30/2016 Processed change order 05/19/2015 Estimated amount of $12,000.,00 to be expensed in FY 2015. Remaininq balance of $13,000 will be added in July, 2015 for FY 2016. SUBTOTAL 12 000.00 BILL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2010 TOTAL 12, 000.00 ASHLAND, OR 97520 Account Number Project Number Amount Account Number Project Number Amount E 670.07.29.00.60416 E 000199.400 12 000.00 Authorized Signature VENDOR COPY FORM #3 CITY OF y ASHLAND °v U?~ t fOr I PL-Irr u,~~~-Se Order REQUISITION Date of request: 04.29.15 Required date for delivery: 05.01.15 Vendor Name Lomakatsi Restoration Project Address, City, State, Zip P.O. Box 3084 Ashland, OR 97520 Contact Name & Telephone Number Aaron Nauth (541) 488-0208 Fax Number nau oma a si.org 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 quote or proposal 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 # ❑ Verbal/Written 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: April 7, 2015 (Date) ❑ Form #4, Personal Services $5K to $75K Valid until:6/30/2016 Description of SERVICES Total Cost Lomakatsi will provide work crews to implement prescribed underburning on City of Ashland lands adjacent to and concurrent with the AFR project on U.S. Forest Service land over a two year period. Lomakatsi will act under the direction of a USFS burn boss unless directed otherwise by $25,000 the City representative. Services include fire holding and ignition resources including personnel and equipment. Item # Quantity Unit Description of MATERIALS Unit Price Total Cost TOTAL COST ❑ Per attached quote/proposal $25,000 Project Number 000199.400 Account Number 670.07.29.00.604160 '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: IT Director Date Support -Yes /No By signing this requisition form, I certifytat the City's public contracting requirements have been satisfied. Employee: artment Head: -(Equalio orbreater.than $5,000) Department Manager/Supervisor: City Administrator: - (Equal to or greater than $25,000) f T Funds appropriated for current fiscal year., YES / ONO Finance Director- (Equal to orgre rthan $5,000) Date Comments: Staff estimates that up to $10,000 will be spent in the current fiscal year, FY2015. 1 2e-~~ `i'U-k (T u~~2 ~N c u-w~~ r3 y ~ 31, S-3(, Fu ~ d tJ1 ~sS cam --c-oz- - Form #3 -Requisition ~O - ,lJfl- 1511 l