Loading...
HomeMy WebLinkAbout2015-292 Contract - Weldons Enterprises Contract for WELDON"S ENTERPRISES, INC CITY OF CONTRACTOR: Weldons Enterprises, Inc. -1S H LAND CONTACT: Steve Weldon 20 East Main Street Ashland, Oregon 97520 ADDRESS: PO Box 4008, Medford, OR 97501 Telephone: 541/488-6002 Fax: 5411488-5311 TELEPHONE: (541) 772-7973 DATE AGREEMENT PREPARED: FAX: (541) 857-2077 BEGINNING DATE: September 1, 2015 COMPLETION DATE: June 30, 2016 COMPENSATION: Prices for cleaning and pressing uniform clothing items are included in the proposal attached as Exhibit C. GOODS AND SERVICES TO BE PROVIDED: Uniform Laundry Services to be provided as required in the ITB attached as Exhibit D. 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 C' 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 2798.220, 2798225, 2798.230, 279B.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 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 maybe terminated at anytime by mutual consent of both parties. b. City's Convenience. This contract maybe terminated at anytime 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 art, effective upon delivery of Contract for Goods and Services Less than $25,000, Revised 0610212015, Page 1 of 5 Z a6ed 98tiZZ99 L,VS PUe14sv }o X;1D WV8 L;8 g [OF Lo day 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; fl. 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, .,M or Not Applicable 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 Enter one: $200,000, $500,000, $1,000,000, or Not Applicable for each accident for Bodily Injury and Property Contract for Goods and Services Less than $25,000, Revised 06/0212015, Page 2 of 5 F a6ed gEv?zg5 6trS pueiysy }o X;!D WVE l,:8 5 602 60 daS 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. 1 B. 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 - City of Ashland By rt~ By signature ( epartment 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 0610212015, Page 3 of 5 abed 9£~ZZSS l ~S pUel4sV }o Xl!:) WVE 6:8 S 60Z 60 daS 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. (5) Labor or services are performed for two or more different persons within a period of one year. ✓ (6) I assume financial responsibility for defective workmanship or for service not provided as.evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. Contractor (Date) Contract for Goods and Services Less than $25,000, Revised 06/0212015, Page 4 of 5 g abed 9EVZEgg IVS puelysy }o l;iJ WV-Vt:8 S LOZ L0 day From Shane McDonough 1.541.608.2840 Wed Sep 9 13:41:24 2015 MDT Page 2 of 2 A~CC~ @ OATE(MMfDDIYYW( CERTIFICATE OF LIABILITY INSURANCE 09/0912015 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(les) 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). PRODUCER NCONTACT AME: David Osborn e(7301387) PHONE . 541-245-4056 ac. Nor 541-608-2840 1301 Poplar Or Ste 200 p°DRIESS: closborneWaimersagenl,corn _ INSURER(S) AFFORDING COVERAGE NAIC M Medford OR 97504.5219 INSURER A: Truck Insurance Exchange 21709 INSURED INSURERS: Farmers Insurance Exchange 21852 WELDONS ENTERPRISES INC misuNERc : Mid Century Insurance Company 21687 711 W STEWART AVE INSURER D : INSURER E MEDFORD OR 97501 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE 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 ADO SL dVQ POLICY NUMBER MMfDDmYY MMJDDN NY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 " X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence S 75,000 CLAIMS-MADE FX10CCUR MEDEXP An one person) 5 5,000 B 606228817 0411512015 04115/2016 PERSONAL BAOVINJURY 5 1,000,000 GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP(OP AGG S 1,000,090 X POLICY PRO- LOD S AUTOMOBILE LIABILITY CEa acdOMBINdenlED SINGLE LIMIT ANY AUTO BODILY INJURY (Per person) S _ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS AUTOS NON-OWNCO HIREDAUTOS AUTOS PROPERTY DAMAGE S Peraccident) ERTY 5 UMBRELLA LIAR OCCUR EACH OCCURRENCE EXCESS ILIAD CLAIMS-MADE AGGREGATE DED RETENTION $ S WORKERS COMPENSATION WC STATU- OTH- ANDEMPLOYERS'LUIBILITY Y TO YI PATS ER ANY PROPRIETORIPARTNEWEXECUTIVE ❑ NIA E. L. EACH ACCIDENT S OFFIC£RA,IEMBER EXCLUDED? (Mandatoryin NH) EL. DISEASE - EA EMPLOYE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT S DESCRIPTION OF OPERATIONS ILOCATIONS I VEHICLES (Attach ACORD tot, Additional Remarks Schedule, If more apace Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Ashland THE EXPIRATION DATE THEREOF, NOTI% WILL BE DELIVERED IN 20 E. Main ACCORDANCE WITH THE POLICY PR ISIO S. Ashland, Oregon 97520 A ORIZ REPRE ENTATIVE G ACORD 25 (2010105) ©1988-2010 ACO D CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD WELDON'S ENTERPRISES, INC. P. 0. BOX 4008 MEDFORD OREGON 97501 541-772-7973/FAX 541-857.2077 August 14, 2015 Official bid proposal for laundry services for the City of Ashland This bid proposal is for the period from September 1, 2015 to October 31, 2016. Shirts (men's button up the front, cotton/cotton blend) $6.00 Shirts (pullovers) $6.00 Pants $6.00 Sweatshirts (any pullover type with/without buttons at neck) $6.00 Jackets $6.00 These prices will remain in effect for the period stated above. Itemized pickup statements will be provided if requested. Itemized billing statements along with invoices are provided the first of every month. Pickup and delivery is on Mondays and Thursdays. Weldon's Enterprises, Inc. agrees to provide these services from September 1, 2015 to October 31, 2016 and provide insurance certificates for general liability, automobile and Workers' Compensation, including the City of Ashland as the additional insured. Steve Weldon Date CITY OF FORM' #2 ASHLAND INVITATION TO BID INTERMEDIATE PROCUREMENT Release date: August 13, 2015 Requested by: Mary McClary, Administrative Assistant, Electric Department Tel: 541-552-2305 Fax: 541552-2436 mcclarym@ashland.or.us Bids are due by: 2:00 PM, Thursday, August 27, 2015 Project name: UNIFORM LAUNDRY SERVICES Pickup/Delivery location: Electric Department, 90 N. Mountain, Ashland, OR 97520 Bids may be faxed, entailed or hand delivered. Vendors shall submit their bid on company letterhead. Informal email bids and/or late bids will not be accepted. Terms or discounts which are conditioned upon payment within a certain time will not be considered for purposes of comparison of bids. The successful contractor will be required to enter into a contract with the City for the services and provide insurance certificates in their own name for General Liability. Automobile and Workers' Compensation. Subcontracting will not be permitted. SCOPE OF SERVICES The Electric Department is requesting proposals for laundry services for employee uniforms and firm prices for these services to be guaranteed from September 1, 2015 to October 31, 2016. This contract may be extended for an additional two years, for a maximum term of three years. Uniforms (shirts, pants, sweatshirts and jackets) for approximately 14 employees are to be professionally cleaned and pressed as needed in accordance with the American Society for Testing and Materials (ASTM), Standard Guide Designation: F1449-08. Laundry services will require biweekly pickup and delivery checked in and out with a City staff member accompanied by itemized pickup and billing statements. Please provide an official proposal on your company letterhead, including the following information: 1) Firm prices for cleaning and pressing each of the following items in accordance with ASTM standards: a. Shirts b. Pants c. Sweatshirts d. Jackets 2) Requirements or limitations for identifying individual pieces of clothes 3) Written confirmation that itemized pickup and billing statements will be provided and prices will be guaranteed until October 31, 2016. 4) Proposed pickup and delivery schedule (Note: Any changes to the actual schedule will need to be agreed to by both parties) 5) Written confirmation that you are willing to enter into a contract to provide these services from September 1, 2015 to October 31, 2016 and provide insurance certificates for general liability, automobile and Workers' Compensation, including the City of Ashland as the additional insured. r, Form #2 - Intermediate Procurement, Invitation to Bid/Equipment, Page I of 2, 8/12/2015 Due date and time for submitting quotes is 2:00 PM, Thursday, August 27, 2015. Late quotes will not be considered. If you have any questions and/or need additional information, please contact Marv at 541-552-2305. Thank-you. Method ofAward. ORS 279B.070 Intermediate Procurements. (4) If a contract is awarded, the contracting agency shall award the contract to the offeror whose quote or proposal will best serve the interests of the contracting agency, taking into account price as well as considerations including, but not limited to, experience, expertise, product functionality, suitability for a particular purpose and contractor responsibility under ORS 279B.110. G:AShared City Files\ELEC IT AMPurchasing - ALL\Weldons\Form #2 - 08 12 15.doc 2 Page 1 / 1 CITY OF ASHLAND DATE PO NUMBER ,l 20 E MAIN ST. 10/16/2015 13200 ASHLAND, OR 97520 (541) 488-5300 VENDOR: 013103 SHIP TO: Ashland Electric Department WELDON'S ENTERPRISES, INC, WELDON'S CLE/ (541) 488-5354 PO BOX 4008 90 N MOUNTAIN MEDFORD, OR 97501 ASHLAND, OR 97520 FOB Point: Ashland, Oreqon Req. No.: Terms: Net Dept.: Req. Del. Date: Contact: Mary MCClarv Special Inst: Confirmini,l? NO Quantity Unit Description Unit Price Ext. Price Uniform Laundry Services 5,000.00 Contract for Uniform Laundry Services Beqinninq date: 09/01/2015 Completion date: 06/30/2016 i SUBTOTAL 5,000.00 BILL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2010 TOTAL 5,000.00 ASHLAND, OR 97520 Account Number Project Number Amount Account Number Project Number Amount E 690.11.18.00.60135 5,000.00 /od VENDOR COPY Authori Signature /sue / rte, FORM #3 CITY OF V ASHLAND REQUISITION Date of request: 10/14/15 Required date for delivery: Vendor Name WELDONS ENTERPRISES, INC Address, City, State, Zip PO BOX 4008, MEDFORD, OR 97501 Contact Name & Telephone Number STEVE WELDON 541.772.7973 Fax Number 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 Attach co of council communication If council approval required, attach co of CC ❑ Small Procurement Cooperative Procurement Less than $5,000 ❑ Request for Proposal (Copies on file) ❑ State of Oregon Date approved by Council: ❑ Direct Award -(Attach copy of council communication) 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: (Date) ❑ Form #4, Personal Services $5K to $75K Valid until: Date - (Attach copy of council communication) Description of SERVICES Total Cost Uniform laundry Services to be provides as required in the ITB attached as Exhibit D. $5,000.00 September 1, 2015 to October 31, 2016. Item # Quantity Unit Description of MATERIALS Unit Price Total Cost TOTAL COST ❑ Per attached quotelproposal 690.11.18.00.601350 $5,000.00 *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 certify that the City's public contracting requirements have been satisfied. ~n! Employee: ~~x/` / Department Head: / `(Equal to or greater than $5,000) Department Manager/Supervisor: City Administrator: (Equal to or greater than $25,000) Funds appropriated for current fiscal year YES / NO 16L9 `07 Finance Director- (Equal to greak~ than $5,000) Date Comments. Form #3 - Requisition