Loading...
HomeMy WebLinkAbout2012-005 Contract - Beaver Tree Service Ashland Parks S Recreation - Contract for Tree Pruning CITY OF CONTRACTOR: Beaver Tree Service ASHLAND CONTACT: Clarence V. Wangle 20 East Main Street Ashland, Oregon 97520 ADDRESS: 270 Wilson Road, Central Point, OR 97502 Telephone: 541/488-6002 Fax: 541/488-5311 TELEPHONE: 541-779-7072, Cell 541-821-8733 DATE AGREEMENT PREPARED: December 21, 2011 FAX: BEGINNING DATE: January 2, 2012 COMPLETION DATE: February 16, 2012 COMPENSATION: $5,850.00 per proposal form attached as Exhibit C. GOODS AND SERVICES TO BE PROVIDED: Contractor to prune trees in accordance with RFP_including _ Addendum #1 and Specifications. Tree Pruning List is attached as Exhibit D. Note: Contractor to coordinate and reviews ecific and individual pruning requirements for each tree in advance with the Parks Horticulturist ADDITIONAL TERMS: NOW THEREFORE, pursuant to AMC 2.50.090 and after consideration of the mutual covenants contained herein the CITY AND CONTRACTOR AGREE as follows: 1. All Costs by Contractor: Contractor shall, provide all goods as specified above and shall at its own risk and expense, perform any work described above and, unless otherwise specified, furnish all labor, equipment and materials required for the proper performance of such work. 2. Qualified Work: Contractor has represented, and by entering into this contract now represents, that any personnel assigned to the work required under this contract are fully qualified to perform the work to which they will be assigned in a skilled and worker-like manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded. Contractor must also maintain a current City business license. 3. Completion Date: Contractor shall provide all goods in accordance with the standards and specifications, no later than the date indicated above and start performing the work under this contract by the beginning date indicated above and complete the work by the completion date indicated above. 4. Compensation: City shall pay Contractor for the specified goods and for any work performed, including costs and expenses, the sum specified above. Payments shall be made within 30 days of the date of the invoice. Should the contract be prematurely terminated, payments will be made for work completed and accepted to date of termination. Compensation under this contract, including all costs and expenses of Contractor, is limited to $25,000.00, unless a separate written contract is entered into by the City. 5. Ownership of Documents: All documents prepared by Contractor pursuant to this contract shall be the property of City. 6. Statutory Requirements: ORS 27913.220, 27913.225, 27913.230, 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 $18,890 or more, Contractor is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any subcontractor who performs 50% or more of the work under this contract. Contractor is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 8. Indemnification: Contractor agrees to defend, indemnify and save City, its officers, employees and agents harmless from any and all losses, claims, actions, costs, expenses,judgments, subrogations, or other damages resulting from injury to any person (including injury resulting in death), or damage (including loss or destruction)to property, of whatsoever nature arising out of or incident to the performance of this contract by Contractor(including but not limited to, Contractor's employees, agents, and others designated by Contractor to perform work or services attendant to this contract). Contractor shall not be held responsible for any losses, expenses, claims, subrogations, actions, costs, judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 9. Termination: a. Mutual Consent. This contract may be terminated at any time by mutual consent of both parties. b. City's Convenience. This contract may be terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. C. For Cause. City may terminate or modify this contract, in whole or in part, effective upon delivery of written notice to Contractor, or at such later date as may be established by City under any of the following conditions: Contract for Tree Pruning, Page 1 of 5 i. If City funding from federal, state, county or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services; ii. If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this contract or are no longer eligible for the funding proposed for payments authorized by this contract; or iii. If any license or certificate required by law or regulation to be held by Contractor to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d. For Default or Breach. i. Either City or Contractor may terminate this contract in the event of a breach of the contract by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and intent to terminate. If the party committing the breach has not entirely cured the breach within 15 days of the date of the notice, or within such other period as the party giving the notice may authorize or require, then the contract may be terminated at any time thereafter by a written notice of termination by the party giving notice. ii. Time is of the essence for Contractor's performance of each and every obligation and duty under this contract; City by written notice to Contractor of default or breach, may at any time terminate the whole or any part of this contract if Contractor fails to provide services called for by this contract within the time specified herein or in any extension thereof. iii. The rights and remedies of City provided in this subsection (d) are not exclusive and are in addition to any other rights and remedies provided by law or under this contract. e. Obligation/Liability of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b, c or d of this section, Contractor shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Contractor shall deliver to City all contract documents, information, works-in-progress and other property that are or would be deliverables had the contract been completed. City shall pay Contractor for work performed prior to the termination date if such work was performed in accordance with the Contract. 10. Independent Contractor Status: Contractor is an independent Contractor and not an employee of the City. Contractor shall have the complete responsibility for the performance of this contract. 11. Non-discrimination Certification: The undersigned certifies that the undersigned Contractor has not discriminated against minority, women or emerging small businesses enterprises in obtaining any required subcontracts. Contractor further certifies that it shall not discriminate in the award of such subcontracts, if any. The Contractor understands and acknowledges that it may be disqualified from bidding on this contract, including but not limited to City discovery of a misrepresentation or sham regarding a subcontract or that the Bidder has violated any requirement of ORS 279A.110 or the administrative rules implementing the Statute. 12. Asbestos Abatement License: If required under ORS 468A.710, Contractor or Subcontractor shall possess an asbestos abatement license. 13. Assignment and Subcontracts: Contractor shall not assign this contract or subcontract any portion of the work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Contractor shall be fully responsible for the acts or omissions of any assigns or subcontractors and of all persons employed by them, and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. 14. Use of Recyclable Products: Contractor shall use recyclable products to the maximum extent economically feasible in the performance of the contract work set forth in this document. 15. Default. The Contractor shall be in default of this agreement if Contractor: commits any material breach or default of any covenant, warranty, certification, or obligation it owes under the Contract; if it loses its QRF status pursuant to the QRF Rules or loses any license, certificate or certification that is required to perform the work or to qualify as a QRF if Contractor has qualified as a QRF for this agreement; institutes an action for relief in bankruptcy or has instituted against it an action for insolvency; makes a general assignment for the benefit of creditors; or ceases doing business on a regular basis of the type identified in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 16. Insurance. Contractor shall at its own expense provide the following insurance: a. Worker's Compensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers b. General Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, $1,000,000, $2,000,000 or Not Applicable for each occurrence for Bodily Injury and Property Damage. It shall include contractual liability coverage for the indemnity provided under this contract. C. Automobile Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, $1,000,000, or Not Applicable for each accident for Bodily Injury and Property Damage, including coverage for owned, hired or non-owned vehicles, as applicable. d. Notice of cancellation or change. There shall be no cancellation material change, reduction of limits or Contract for Tree Pruning, Page 2 of 5 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. Contractor: City of Ashland Ba,4 1 c 11 �A^^ �— By i', Signature Department Head e/ Nlc yec V. W It/,) 9 k f= Print Name Print Name v wE.v i-- °1z, [ (3J1L Title Date W-9 One copy of a W-9 is to be submitted with -7 / the signed contract. Purchase Order No. Contract for Tree Pruning, 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. Z Contractor (Date) Contract for Tree Pruning, Page 4 of 5 EXHIBIT C PROPOSALFORM Anne C. Thayer Ashland Parks and Recreation Department 340 So. Pioneer St: Ashland, Or. 97520 Phone (541) 488-5340 Fax (541) 488-5314 RE: Proposal for Tree Pruning The undersigned proposer declares that the RFP and Specifications have been fully examined, the site(s) have been visited, and such investigation has been made as is necessary to determine the character of the materials and the conditions to be encountered in the work, and that if this price proposal is accepted, the undersigned proposer will contract with Ashland Parks and Recreation Department to successfully complete the work specified in the RFP under the following conditions: 1. It is understood that all work will be performed for a lump sum price and that for said lump sum price all services, materials, labor, equipment, and work necessary to complete the project as ' specified in the RFP shall be furnished. 2. In addition to the proposal form, the proposer shall submit the following items: a. Proof of International Society of Arboriculture Certification b. Proof of Contractor's and/or Landscape Contractors license c. Proof of City of Ashland Business License d. Proof(or confirmation) that the required.insurance for General Liability, Auto and Workers' Compensation will be provided e. Provide a minimum of three (3)job references that required a similar scope of pruning work be performed in the local Medford-Ashland area within the last two (2) years. Include a contact name, company name (if applicable), telephone number and specific job site address where the pruning work was performed. References may be contacted and work performed at job sites may be visually inspected by a representative of Ashland Parks and Recreation. 3. The proposer shall commence the work after receiving a notice to proceed, and shall complete all work no later than February 16, 2011. 4. Price proposal is firm for the pruning work specified within this RFP. The firm price being proposed is to be shown in both words and figures. o� Firm price proposed for specified work: $ 5 mo �wL {l of✓x �t,S��.� �.w. �c ( ,�lZ _ Dollars and o4i.o — cents The foregoing price is firm for the specified work and includes all labor, materials, equipment, overhead, profit, insurance and any other incidental expenses required to complete the pruning work as specified within the RFP. Date: Moo. -:')o �)n Name (Print): C.kare.rc-e r r/ Signature: r!� Y Name of Company: pau i r SPr�.c� c Address: C �tZSo Z Telephone (Office): S t1 X7']9 -'70-13 Cell: Su kat- $-l3 Fax: Email: EXHIBIT B Lithia Tree Pruning List Nov . 2011 TREE SPECIES LOCATION SCOPE OF WORK 1 . Big Leaf Maple East Calle Dead wood Acer Guanajuato macrophyllum 2 . Norway Maple Creekside Front Dead wood-top of main Acer of Park stem platanoides . 3. White Alder Winburn Way Reduce end wt . over Alnus Old restaurant parking & sidewalk rhombifolia 4 . Big Leaf Maple Wading area, Top is dead, remove all Acer creekside dead wood macrophyllum 5 . White Alder Corner Nutley & Reduce end wt. over Alnus Winburn parking rhombifolia 6. Big Leaf Maple S. of above Dead wood Acer macrophyllum 7 . Tulip Poplar Behind Rose Dead wood Liriodendron Garden tulipifera 8 . Silk Tree South of Rose Dead wood, check cable Albizia Garden julibrissin 9. Sycamore Bandshell #2, #3, #4 dead wood Acer Eastmost row pseudoplatanus 10 . Sycamore East of above SW Reduce southmost Acer in azaleas leader: Dead pseudoplatanus 11 . Sycamore Gazebo bed Deadwood over gazebo and Acer SW sycamore Lithia Spring pseudoplatanus 12 . Engelmann Bandshell Raise canopy for Spruce Restroom North clearance,dead limbs Picea engelmannii 13. Big Leaf Maple Bandshell Dead wood Acer Restroom North macrophyllum 14 . Norway Spruce Bandshell Dead wood Picea abies Restroom North 15 . Douglas fir N or JSG Path Widow maker, dead limbs Psuedotsuga 5th from N menziesii 16. Douglas fir 2" from N Hanger, Dead limbs Psuedotsuga menziesii 17 . Cal . Black Oak Volleyball Court Dead wood over court Quercus kelloggii 18 . Big Leaf Maple Leaning across Dead wood over path Acer path macrophyllum 19. Big Leaf Maple South of Stringer Dead wood over Acer Bridge path, reduce to live macrophyllum tissue 20 . Madrone (3 Creekside, Dead wood stems) Madrone picnic Arbutus menziesii 21 . Cal . Black Oak UDP turnaround Dead wood over parking Quercus N of Zoo path kelloggii 22 . Big leaf Maple UDP turnaround Raise canopy over Acer South end parking-lowest limbs macrophyllum 23 . Trident Maple Winburn Way/ Dead limbs Acer truncatum UDP turnaround 24 . Big Leaf Maple Across from shop Dead wood Acer park lot macrophyllum 25 . Cal . Black Oak Office, Island Dead wood Quercus leans over lawn kelloggii (2 stems) 26. Madrone (3 South of Office Dead wood over path area trees) Arbutus menziesii 27 . Ca1.Black oak (2 Cotton Pk. Lot Dead wood over path and trees) parking . Quercus kelloggii 28 . Cal . Black Oak North of Cotton Deadwood Quercus kelloggii restroom 29 . Cal.Black Oak (2 Shuffleboard Dead wood over path & trees) court courts Quercus kelloggii 30 . Cal. Black Oak Below Cotton Dead wood over court Quercus Restroom area . kelloggii 31 . Madrone Cotton Picnic REMOVAL Arbutus menziesii 32 . Big Leaf Maple Cotton .Recycle Dead wood Acer cans macrophyllum 33 . Madrone N of above Hanger over path Arbutus menziesii 34 . Cal . Black Oak N of above Dead wood Quercus kelloggii 35 . Cal. Black Oak N Cotton picnic Dead wood (2) table Quercus kelloggii 36. Big Leaf Maple Upper Cotton Dead wood over parking Acer Parking Lot lot exit macrophyllum Additional Trees 37 . Oregon White Oak Park Office NE of Remove stem over Office 2 Stems Main Bldg. Building Quercus garryana 38 . Oregon white Oak NW side of Office North stem: reduce Q. garryana Annex lateral over roof to main stem. Remove deadwood over roof. 39. Cal . Black Oak Park Office SE of Remove Stem over Office 2 Stems Main Bldg. building Quercus kelloggii 10;36 NOV 30, 2011 FAX NO: 772-8235 #73620 PAGE: 2i2 CERTIFICATE OF LIABILITY INSURANCE DATE( /30/1 OP ID DS it 30 11 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. e certificate holder Is an the po Icy les must be endorsed. ,subject o 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 VFOM: Insurance Marketplace, Inc. INC, ILOEM1j 1998 Skypark Dr Suite 100 ADDRESS: Medford OR 97504 CUSTOMERID* BEAVE-1 Phone:541-779-0177 Fax:rAX 772-8235 INSURERS)AFFORDING COVERAGE NAIC0 INSURED INSURERA: Saif Corporation Seaver Tree Service, Inc. INSURER B: Clarence Wangle 270 Wilson Road INSURER C: Central Point OR 97502 INSURER D: INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED SELOW 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. I�TRR TYPE OF INSURANCE INSR SUB POLICY NUMBER (MM POLICY YYYY) (MMNOXNNI LIMITS WVO GENERAL LIABILITY EACH UCC'mJ ENCE T r ,r TO RrN1rn OifMMrRCW GrwRN I IMII ITY I'IttMlSCi lta w0weme) T Ci AIM.MN-If U ocn;R MID I-XP(Nry non Penaui) 1 I'tlt IKAL SAUV IN-U4 Y T firNr-RN Nif+Rf CJTr T GENLAGGIttGAIL LIMII AI%'LIESI'tlt: 1'ItlJLNX;lS-CUM'IfJI'AC<' T F'is 1cY PRO IOC T JECI CVMSINhU VNGLE LIMII AUTOMOBILE LIABILfiY (Ea ac Icefa) T MY AUIU nOnll Y IMII IRY(Pc,Iuu:uuQ T N I OWNrfI N MAI r 011 Y INSIRY(Pry:e:cidm0 T "In IrDI 11 rn N!Tw' FROFrRTY'AMNZr T (Pc::m.ridmi) HIIttV AUIUS T Pk)N OV.MrD N RO T UMBRELLALIAB fN_CUt EACH tJCCUIattNCE S EXCESS LIAB C1 NMS,MMr N;CRrCAT T T nrrA k'Tlrtl r T Itt RS lUN L A WORKERS COMPENSATION 633691 07/01/11 07/01/1] ICtltY 7LIM7,7771z AND EMPLOYERS'LIABILITY YIN ANYI'I tfJl'ItIE 1018I'PItINEIUtXEG!II IVt ❑ rl rn<'IINr.Ir,rNr $ 10000001, Orric;-RRMrMnrF r%[I IF'frn� /A (Mandatory in NH) rl nlArN;r rArMPI OYr T 10D0000 If Ynr.dc:aallrc node, t.L.UIStA:'.t-I'ULICY LIMII s3.000000 nrCCRIPTION Or OFfF'ATIOPLi ucknv DESCRIPTION OF OPERATIpNS/LOCATIONS/VEHICLES (Attach ACORD 101.Additional Remarks Schedule.If more space la required) fax 488-5314/665-5858 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ASHLAND THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Ashland its Officers ACCORDANCE WITH THE POLICY PROVISIONS. and Employees Anne Thayer AUTHORIZED REPRESENTATIVE 20 E Main Ave Ashland OR 97520 O 1998.2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009109) The ACORD name and logo are registered marks of ACORD . NOV/30/2011/WED 10: 20 AM FAX No. P, 001/001 ACORD CERTIFICATE OF LIABILITY INSURANCE 011/3012011 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION RKI INC. Cart#53289 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O.BOX 157 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR LEBANON,OR 97355 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (541)451.1313 FAX:(541)259-1092 INSURERS AFFORDING COVERAGE, NAIC# INSURED IN$URERA: OHIO SECURITY INS.CO. NPP BEAVER TREE SERVICE,INC. INSURERS: OHIO SECURITY INS.CO. NPP INSURERC: 270 WILSON RD NSURER D CENTRAL POINT, OR 97502 V!URER 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. IN 001 LTR POLICYNUMBER POLICYEFFECTIVE POUCYEXPIRATION LIMBS SURANCE TYPE OF IN GENERAL LIASILITY EACH OCCURRENCE $ 1.000,000 X COMMERCIAL GENERAL LABILITY BKS(12)54779670 52611 52612 '11�T 1,000,000 A CLAIMS MADE 7 OCCUR MED EXP An one PBMeA $ 15,000 PERSONAL&AOV PIJURY $ 1,000,000 GENERALAGGREGATE $ 2,000,000 GENL AGGREGATE LIMIT APPLIES PER PRODUCTS-OOMPIOPAGO $ 2,000,000 POLICY 7 PRO- LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMB X ANYAUTO BAS(12)54779670 MAY 26 11 5 26 12 (Es accldmO $ 1000,000 ALL OWNED AUTOS BODILY INJURY SCHEOULEDAUTOS _ (For Pareon) $ B HREOAUTOS BODILY INJURY S NONdWNEAAUTOS (PUscddeeq PROPERTYOAMAGE $ (Puaceident) GARAGE LIABILITY AUTO ONLY.EAACCIDENT $ ANYAUTO OTHER THAN EAACC $ AUTO ONLY: AGO $ IXCESS(UMBRELLA LIABILITY EACH OCCURRENCE S OCCUR F—I CLNMS MADE AGGREGATE $ S DEDUCTIBLE $ RETENTpN S $ WC WORKERS COMPENSATION AND STATU- 0TH. EMPLOYERS'LIABILITY E.L EACH ACCIDENT ANY PROPRIETORPARTNER ECU lVE I S Off ICERMEMBER EXCLUDED? - E.L.DISEASE-EA EMPLO $ SPECAL PROVISIONS below E.L.DISEASE-POLICY LIMO I S OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS REF: FOR CERTIFICATE HOLDER'S INSURANCE FILE. CERTIFICATE HOLDER CANCELLATION CITY OF ASHLAND SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION ATTEN: ANNE THAYER DATE THEREOF,THE ISSUING WSUPER WILL MblEAVOR TO MAIL 10 DAYS w TEN 20 EAST MAIN STREET- NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL ASHLAND, OREGON 97520 IMPOSE 00 OBLIOATION OR LABILITY OF ANY IOND UPON THE INSURER,ITS AGENTS OR REPRESENTATWES. F#541-438-5314 AUTHORUMO REPRESENTATIVE ACORD 25(2001108) ©ACORD CORPORATION 1988 CITY RECORDER Page 1 / 1 Ashland Park Commission - DATE :....PONUMBER 20 E MAIN ST. 1/9/2012 00071 ASHLAND, OR 97520 (541)488-5300 VENDOR: 001167 SHIP TO: BEAVER TREE SERVICE 270 WILSON RD MEDFORD, OR 97502 FOB Point: Req.No.: Terms: Net 30 days Dept.: Req.Del. Date: Contact: Bruce Dickens-Anne Thayer Special Inst: Confirming? No i;.Quanb Unit-, -r "-' - Descri tion .: Unit Price Ext.Price. Lithia Park Tree Pruning - Per attached 5,850.00 specifications and tree pruning list. Contract for Tree Pruninq Beginning date: January 2, 2012 Completion date: February 16, 2012 Insurance required/On file SUBTOTAL 5 850.00 BILL TO: TAX 0.00 FREIGHT 0.00 TOTAL 5,850.00 Account Numtfer Project Number'.: . Amount .Account Number . : Project Number - Amount E 211.12.02.06.604105 5,850.00 i Authorized ignature VENDOR COPY FORM #3 CITY OF s 1 f ; � �fps4 r mf; iai, ASHLAND REQUISITION Date of request: Required date for delivery: Vendor Name Address,City,State,Zip P-7 O Contact Name&Telephone Number �-,r- V Fax Number SOLICITATION PROCESS ❑ Exempt from Competitive Bidding ❑ Ememencv ❑ Reason for exemption: ❑ Invitation to Bid (Copies on file) ❑ W tten f ridings attached ❑ Quote or Proposal attached Date approved by Council: ❑ Quote or Pro sal attached ❑ Small Procurement Cooperative Procurement Less than$5,000 ❑ Request for Proposal (Copies on file) ❑ Slate of Oregon Note:Total contract amount,including any Dale 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 M'00 000 ❑ Quote or Proposal attached Agency tten quotes attached Contract# PERSONAL SERVICES ❑ Special Procurement ❑ Intergovernmental Agreement $5.000 to$75.000 ❑ Written Findings(Form attached) Agency ❑ Less than$35,000,by direct appointment ❑ Quote or Proposal attached Contract# ❑ 3 Written proposals attached Dale approved by Council: Date approved by Council: Description of SERVICES Total Cost Item # Quantity Unit Description of MATERIALS Unit Price Total Cost TOTAL COST Per attached quotelproposal $. Project Number______- AccountNumbera-1 I -1.3-. jbZb6- &0glos 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 Signaturet- � �N� / Department Head Signature<:qCJ Additional signatures(if applicable): — Funds appropriated for current fiscal year..( YESt / NO Finance Director bate Comments: G:Finance\Procedure%APTormsTon#3-Requisition.doc Updated on:12/21/2011