Loading...
HomeMy WebLinkAbout2011-228 Contract - James McNamara Contract for PERSONAL SERVICES less than $35,000 CITY OF CONSULTANT: McNamara Engineering -1S H LAND CONTACT: James McNamara 20 East Main Street Ashland, Oregon 97520 ADDRESS: 1007 Ashland Street, Ashland, OR 97520 Telephone: 541/488-6002 Fax: 541/488-5311 TELEPHONE: 541-821-1294 DATE AGREEMENT PREPARED: 08/17/2011 EMAIL: mcnamara @mind.net BEGINNING DATE: August 25, 2011 COMPLETION DATE: March 31, 2013 COMPENSATION: Not to exceed $22,000 (1% x $2.2 million projected construction cost). Actual hours worked will be billed at $70.00 per hour. No additional charge for incidental items such as travel, mileage, telephone, copies, etc. Per proposal attached as Exhibit C. SERVICES TO BE PROVIDED: Engineer to act as the Project Manager for the construction of Fire Station #2. Budget allows for an average of 4 hours per week over an 18 month design and construction time period. Per proposal attached as Exhibit C. Special Procurement approved by City Council August 16, 2011. ADDITIONAL TERMS: Workers mpen atio insurance is being waived because the engineer will be msel performing all of the work hif. �u..... FINDINGS: Pursuant to AMC 2.52.040E and AMC 2.52.060, after reasonable inquiry and evaluation, the undersigned Department Head finds and determines that: (1) the services to be acquired are personal services; (2) the City does not have adequate personnel nor resources to perform the services; (3) the statement of work represents the department's plan for utilization of such personal services; (4) the undersigned consultant has specialized experience, education, training and capability sufficient to perform the quality, quantity and type of work requested in the scope of work within the time and financial constraints provided; (5) the consultant's proposal will best serve the needs of the City; and (6) the compensation negotiated herein is fair and reasonable. NOW THEREFORE, in consideration of the mutual covenants contained herein the CITY AND CONSULTANT AGREE as follows: 1. Findings/Recitations. The findings and recitations set forth above are true and correct and are incorporated herein by this reference. 2. All Costs by Consultant: Consultant shall, at its own risk and expense, perform the personal services described above and, unless otherwise specified, furnish all labor, equipment and materials required for the proper performance of such service. 3. Qualified Work: Consultant has represented, and by entering into this contract now represents, that all personnel assigned to the work required under this contract are fully qualified to perform the service'to which they will be assigned in a skilled and worker-like manner and, if required to be registered, licensed or banded by the State of Oregon, are so registered, licensed and bonded. 4. Completion Date: Consultant shall start performing the service under this contract by the beginning date indicated above and complete the service by the completion date indicated above. 5. Compensation: City shall pay Consultant for service 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. 6. Ownership of Documents: All documents prepared by Consultant pursuant to this contract shall be the property of City. 7. Statutory Requirements: ORS 279C.505, 279C.515, 279C.520 and 279C.530 are made part of this contract. 8. Living Wage Requirements: If the amount of this contract is$18,890 or more, Consultant 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 service work under this contract. Consultant is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 9. Indemnification: Consultant 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 Consultant(including but not limited to, Consultant's employees, agents, and others designated by Consultant to perform work or services attendant to this contract). Consultant shall not be held responsible for any losses, expenses, claims, subro ations, Contract for Personal Services, Revised 06/30/2011, Page 1 of 5 actions, costs,judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 10. 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 Consultant, 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 Consultant 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 Consultant 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 Consultant's performance of each and every obligation and duty under this contract. City by written notice to Consultant of default or breach may at any time terminate the whole or any part of this contract if Consultant 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, Consultant shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Consultant 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 Consultant for work performed prior to the termination date if such work was performed in accordance with the Contract. 11. Independent Contractor Status: Consultant is an independent contractor and not an employee of the City. Consultant shall have the complete responsibility for the performance of this contract. Consultant shall provide workers'compensation coverage as required in ORS Ch 656 for all persons employed to perform work pursuant to this contract. Consultant is a subject employer that will comply with ORS 656.017. 12. Assignment and Subcontracts: Consultant 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. Consultant 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. 13. Default. The Consultant shall be in default of this agreement if Consultant: commits any material breach or default of any covenant, warranty, certification, or obligation it owes under the Contract; its QRF status pursuant to the QRF Rules or loses any license, certificate or certification that is required to perform the Services or to qualify as a QRF if consultant 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. 14. Insurance. Consultant shall at its own expense provide the following insurance: a. Workers Compensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers'compensation coverage for all their subject workers b. Professional 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 claim, incident or occurrence. This is to cover damages caused by error, omission or negligent acts related to the professional services to be provided under this contract. C. 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. d. Automobile Liabilltv insurance with a combined single limit, or the equivalent, of not less than Enter one: Contract for Personal Services, Revised 06/30/2011, Page 2 of 5 M0,000, $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. e. 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 Consultant or its insurer(s) to the City. f. Additional Insured/Certificates of Insurance. Consultant 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 Consultant's services to be provided under this Contract. The consultant's insurance is primary and non-contributory. As evidence of the insurance coverages required by this Contract, the Consultant shall furnish acceptable insurance certificates prior to commencing work under this contract. 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 Consultant shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self- insurance. 15. 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 Consultant 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. Consultant, 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. 16. 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. CONSULTANT, 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. 17. 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. Consultant 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 Consultant, with no further liability to Consultant. Certification. Consultant shall sign the certification attached hereto as Exhibit A and herein incorporated by reference. on Itant: City of Ashland 1 n / By By �FaL f" Signature UlDepartment r'H/ead JFtMES rtCNi►M14/2 f� T4qKN W AP.,y S Print Name Print N�amel OWN @2 MCNAttpP-A FN�fNEE21NG (' -°�� — AA /� Title Date W-9 One copy of a W-9 is to be submitted with the signed contract. Purchase Order No. !/ Contract for Personal Services, Revised 06/30/2011, Page 3 of 5 EXHIBIT A CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a) the number shown on the attached W-9 form is its correct taxpayer ID (or is waiting for the number to be issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or (ii) it has not been notified by the Internal Revenue Service (IRS) that it is subject to backup withholding as a result of a failure to report all.interest or dividends, or (iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that (a) it has the power and authority to enter into and perform the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, (c) the work under the Contract shall be performed in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of perjury that its business is not in violation of any Oregon tax laws, and it is a corporation authorized to act on behalf of the entity designated above and authorized to do business in Oregon or.is an independent Contractor as defined in the contract documents, and has checked four or more of the following criteria: (1) 1 carry out the labor or services at a location separate from my residence or is in a specific portion of my residence, set aside as.the location of the business. (2) Commercial advertising or business cards or a trade association membership are purchased for the business. ✓ (3) Telephone listing is used for the business separate from the personal residence listing. ✓ (4) Labor or services are performed only pursuant to written contracts. (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. vGv S- 2L 20 11 C actor (Date) Contract for Personal Services, Revised 06/30/2011, Page 4 of 5 McNamara 1007 Ashland Street Ashland,OR 97520 Engineering _ Telephone: (541)821-1294 Email: mcnamara @mind.net August 11,2011 Chief John Karns Ashland Fire and Rescue 455 Siskiyou Boulevard Ashland,Oregon 97520 i Re: Station#2 Proposal Dear Chief Kams: Thank you for the opportunity to submit this proposal for Owner's representative services at the new AFR Station#2. Over the past 35 years,I have had the opportunity to provide project management and Owner's representative services for Southern Oregon University,Medford School District,Ashland School District,City of Ashland,Jackson County,City of Grants Pass,Oregon Shakespeare Festival,Rogue Community College,Ashland Community Hospital and other local clients. I have fond memories from working with your department during the planning and construction of Station#1 in 2002-2003. I would hope that the knowledge gained from that project,plus the more recent lessons learned from the new Parkway and Redwood Stations in Grants Pass,will prove useful for the Station#2 project. I•always tailor my services to the client's needs and to the specific project requirements. My goal is to provide all the services the client requires while avoiding costly duplication of the architect's or contractor's efforts. I always get prior approval from the client before expending any billable hours on a project. Based on my understanding of your needs for Station#2,you may require some of these services: Design Phase • Review drawings and specifications for completeness and change order potential • Value engineering opportunities/suggestions • Project budgeting • Constructability analysis • Develop construction phasing plans • Coordinate submittals for Planning and Building Department approval Bidding Phase • Draft bid packages • Bid advertisements • Bid clarifications,Instructions to bidders,Pre-bid meetings • Review and evaluate contractor bids and proposals • Assist with negotiating and drafting contracts Construction Phase • Pre-construction meetings • Construction schedule review and monitoring !' • On-site observations • Quality assurance • Coordinate materials testing and special inspection program • Enforce contract provisions and represent the Owner's interests on site • Coordinate work between separate contractors • Coordinate furnishings and equipment provided by Owner • Review submittals and shop drawings • Represent the Owner in construction meetings and prepare conference reports • Negotiate and document any required change orders • Review and analyze contractor claims Construction Phase(continued) • Review and authorize applications for payment • Help to resolve conflicts or discrepancies in the documents • Interface with State and Local Building Officials • Project cost accounting • LEED documentation Closeout Phase Compile detailed construction records(Record Drawings,Operation/Maintenance Manuals) • Punchlist coordination and follow-up • Coordinate building commissioning • LEED certification • Follow upon warranty work Fee Proposal For the Station#2 project, I propose a not-to-exceed fee of$22,000(1% x$2.2 million projected construction cost). Actual hours worked would be billed at$70.00 per hour.A$22,000 budget would allow for an average of 4 hours per week over an,1.8 month design and construction time period. All services would be authorized by the Department in advance. I always submit detailed monthly invoices documenting work tasks completed each day with billing hours tracked in 30 minute increments. I do not charge for incidental items such as travel,mileage,telephone,copies,etc. I very much enjoyed working with your department when Station 41 was built and would welcome the opportunity to collaborate with you,your staff and Peck Smiley Ettlin on this new Station. Please do not hesitate to call or email if I can provide more information. I have attached a resume'and a list of recent completed projects. Sincerely, James McNamara,P.E. McNamara Engineering Cell 541-821-1294 Email:mcnamara@mind.net Page 2 of 2 DATE(MWDDNYYY) AC M. CERTIFICATE OF LIABILITY INSURANCE 8/22/2011 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Paul W Volz Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4 y HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 450 Siskiyou Blvd Ste 5 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Ashland OR 97520 541-482-8463 INSURERS AFFORDING COVERAGE NAIC# INSURED JAMES MCNAMARA INSURER A: FARMERS INSURANCE EXCHANGE DBA: MCNAMARA ENGINEERING INSURER B: FARMERS INSURANCE GROUP 1007 ASHLAND ST INSURERC: CONTINENTAL CASUALTY CO ASHLAND OR 97520 NN URER D: PH 541-482-0346 FX 541-482-2101 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. IRSR DD•L POLICY NUMBER DAL MEWDEDNY E PDATE(WDD/Y ON LIMBS LTR NERD TYPE FINSURANCE GENERAL LIABILITY EACH OCCURRENCE $ 1 ,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea..nce $ 50 000- CLAIMSMADE �I OCCUR MED EXP(Any one person) $ 5,000 A 03494-59-21 01-25-11 01-25-12 PERSONAL&ADV INJURY $ 1_'0_0_0_ '0_0_0- GENERAL AGGREGATE $ 2.000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $ X POLICY JE� LOG AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANYAUTO (Eaac dent) $ X ALLOWNEDAUTOS BODILYINJURY SCHEDULED AUTOS (Per person) $ 250,000 B HIRED AUTOS 18988-71-26 - 08-05-11 02-05-12 BODILYINJURV NONOWNEDAUTOS (Peramident) $ 500,000 PROPERTY DAMAGE $ 100,000 GARAGE LIABILITY AUTO ONLY-EAACCIDENT $ ANYAUTO OTHERTHAN EAACC $ AUTOONLY: AGO $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CI CLAIMSMADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WC TATU- WORKERSCOMPENSATIONAND TORYLIMDS ER EMPLOVERS'LIABILITY E.L.EACH ACCIDENT $ q PROPRIETOP ARTNERIEJ(ECVrlV OFFIDERIMEMSER EXCLUMDa E.L.DISEASE-EA EMPLOYE $ Ifyes,desaibeur er SP ECIAL PROVISIONS belm E.L.DISEASE-POLICY LIMIT $ OTHER C PROFESSIONAL SFH 11-407-01-49 07-05-11 07-05-12 1,000,000 PER CLAIM LIABILITY 2,000,000 AGGREGATE DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION CITY OF ASHLAND - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION 9O N MOUNTAIN DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL IO DAYS WRITTEN ASHLAND OR IN AVE A ' NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ATTN: KARI OLSON REPRESENTATIVES. AUTHORIZED REPRESENTATI I tt,L �A cv VoIz ACORD25(2001108) ©ACORD CORPORATION 1988 Page 1 / 1 C I T Y O F CITY RECORI �. ASHLAND `%! 1/201 :.�..'€G "�-:PtrNUMBER 20 E MAIN ST. 9/1/2011 10430 ASHLAND, OR 97520 (541)488-5300 VENDOR: 003645 SHIP TO: Ashland Fire Department MCNAMARA, JAMES A., DBA MCNAMARA ENGIN (541)482-2770 1007 ASHLAND STREET 455 SISKIYOU BLVD ASHLAND, OR 97520 ASHLAND, OR 97520 FOB Point: Req.No.: Terms: Net Dept: Req.Del.Date: Contact: John Karns special Inst: - Confirming? NO ,t'_Ouanti '` Unit .,. '. +. ul` _ ,Description ``., ,`-:`_f _.�. : ,'z Unit Pnce„ ” ` .Ezt:Pnce` .:� 22,000.00 Engineer to act as Project Manager for the construction of Fire Station 2 Special Procurement Approved by Council 08/16/2011 Contract for Personal Services Beginning date: August 25, 2011 Completion date: March 31, 2013 Insurance required/On file SUBTOTAL 22 000.00 BILL TO:Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2028 TOTAL 22,000.00 ASHLAND OR 97520 - _ _. .., _ AccounF;Number ,: �-�A'ccoun{Numtier��E `.Frolect:rJumber�, .� ' E 410.08.24.00.70420 E 000175.150 22 000.00 VENDOR COPY Authorized Signature FORM #3 CITY OF A request for a Purchase Order ASHLAND REQUISITION Date of request: �8: ( Required date for delivery: Vendor Name Address,City,State,Zip Contact Name&Telephone Number Fax Number SOLICITATION PROCESS ❑ Exempt from Competitive Bidding ❑ Emergency ❑ Written Findings(Form attached) ❑ Invitation to Bid (Copies on file) ❑ Written findings attached ❑ Quote or Proposal attached Date approved by Council: ❑ Quote or Proposal attached ❑ Small Procurement Cooperative Procurement Less than$5.000 ❑ Request for Proposal (Copies on file) ❑ State of Oregon Note:Total contract amount,including any Date approved by Council: Contract# amendments may not exceed$6,000 ❑ State of Washington Intermediate Procurement ❑ Sole Source Contract# GOODS&SERVICES ❑ Written Findings(Form attached) ❑ Other government agency contract $5.000 to$100.000 ❑ Quote or Proposal attached Agency ❑ (3)Written quotes attached Contract# PERSONAL SERVICES rSpeclal Procurement ❑ Intergovernmental Agreement $5,000 to$75.000 [E Written Findings(Form attached) Agency ❑ Less than$35,000,by direct appointment Q'Quote or Proposal attached Contract# ❑ 3 Written proposals attached Date approved by Council: h 16 // Date approved by Council: Description of SERVICES Total Cost Item # Quantity Unit Description of MATERIALS Unit Price Total Cost � v Q� � /� TOTAL�COST ❑ Per attached quotelproposal —v�Project Number B175150 CkccoUnt Number___•_-: — d O7O i 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: IT Director Date By signing this requisition form,I certify that the information provided above satisfies the City's public contracting requirements,and the documentation can be provided upon request. Employee Signature: Department Head Signature: Additional signatures(if applicable): Funds appropriated for current fiscal year. (YES / NO Finance Director Date Comments:. G Finance%ProoedurelAPIFormslFonn#3-Requisition.doc Updated on:8242011