HomeMy WebLinkAbout2013-048 Contract - Portland Engineering l Contract for PERSONAL SERVICES less than $35,000 CITY OF CONSULTANT: Portland Engineering, Inc. ASHLAND CONTACT: Joshua L. Downs 20 East Main Street Ashland, Oregon 97520 ADDRESS: 7675 High Danks Road 1/1, Central Point, OR 97502 Telephone: 541/488-6002 Fax: 541/488-5311 TELEPHONE: 541-664-6200 DA 'I E AGREEMENT PREPARED: 02 /2 812 01 3 FAX: 541-664-9094 - I BEGINNING DATE: 03/01/2013 COMPLETION DATE: 06/30/2013 COMPENSATION: Not to exceed $29,691.00 per proposal attached as Exhibit C. SERVICES TO BE PROVIDED: Install and upgrade Wonderware SCADA software ($12,930) and install new WIN-911 notification software ($1,678.00) per the proposal attached as Exhibit C. Proposal includes ntegration efforts required to install, configure, lest and train on the software (Not to exceed $10.695 for Wonderware SCADA and not to exceed $4,388 for WIN-911). _ ADDITIONAL TERMS: FINDINGS: Pursuant to AMC 2.50.120; 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 not 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 foith above are brie 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, Qualifled 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 toperform the service to'which they will be assigned in a skilled and worker-like mariner and, if required to be registered, licensed or bonded 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 dale 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 sunn 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 279(3.505, 2790.515, 279C.520 and 2790.530 are made part of this contract. 8. Living Wage Requirements: If the amount of this contract is $19,494 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 8 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, subrogations, actions, costs, 'ud menls, or other damages, directly, solely , and proximately caused by the negligence of Cil . Contract for Personal Services, Revised 06130/2012, Page 1 of 5 10. Termination: a. Mutual Consent. This contract may be terminated at any time by mutual consent of both parties. b. Cm'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: 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; i 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 properly 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. 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. 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 Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, 11,000,000, or Not Applicable for each accident for Bodily Injury and Property Damage, Contract for Personal Services, Revised 06/30/2012, Page 2 of 5 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 Stale 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 AU IHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS CONTRACT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 17. Nonapproprlations 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 penally or liability to City, effective upon the delivery of written notice to Consultant, with no further liability to Consultant. j Certification. Consultant shall sign the certification attached hereto as Exhibit A and herein incorporated b reference. onsuItant: Cit shland I e..-- I By BY ( Signature Department Head QA- f S f 1 J rc Print Name Print Name l~~y, MV R,-1 3'(, (i 3 Title Date W-9 One copy of a W-9 is to be submitted with the signed contract. Purchase Order No. f Contract for Personal Services, Revised 06130/2012, Page 3 of 5 EXHIBIT A CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a) the number shown on the attached W-9 form is its correct taxpayer ID (or is waiting for the number to be issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or (ii) it has not been notified by the Internal Revenue Service (IRS) that it is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that (a) it has the power and authority to enter into and perform the work„ (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, (c) the work wader 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 i 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. J (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 j 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. ti a i Contra t r (Date) i t Contract for Personal Seivices, Revised 0613012012, Page .4 of 5 .f 7675 High Banks Road 1/1 / Central Point, OR 97502 /37~E;inaer-in,' In o. (541)664-6200/ FAX (541) 6649094 CC14H 135739 I i 27 Feb 2013 j D ~ David Gies City of Ashland i Wastewater Supervisor RC: X1':1"1'E' R'mndcrrcare 114odenuiznticu Proposal Mr. Gies, Per your request Portland Engineering, Inc. (PEI) is pleased to provide It proposal to procure and integrate the latest versions of your FIMI softwarc as described below: J Will 1 PEI has an existing contract and is currently working-on in phased Automated Control Systems ' Innprovement Plan for the Ashland Wastewater'Frealment Plant. The first phase of this plan recommends upgraded the existing Wonderware SCADA software in use at the plant. The version in-Ilse now at the plant is not supported on the Microsoft Windows 7 platform and the PCs at the plant are in desperate need of replacement. The new software and PCs world provide reliable, sustainable control and historical documentation ofthe plant processes. In addition to thejustilied need for software update, the software manuficturer is offering a limited-time-offer Icrined the "Wonderwae Modernization Program" which provides significant discounts for existing customers to upgrade their soflware. This program offer requires a purchase be made no later thrill 31 March 2013 to participate. i The soflware modernization package includes the fbilowing: (I( o O;ie year standard Wonclerware Support. e One In Touch Development License. o Three lid Pouch Runtime Licenses. PEI proposes to provide the above software within four weeks of notification of award to Portland Engineering. The proposed for this software isI'rvehve Thousand, Nine Hundred T/r/r/r Dollars ($12,930) billable upon soflware delivery to the City of Ashland. This proposal requires a contract commitment No Later Than 31 Mar 2013. Item 2 j The current alarm annunciation software (SCADAlarm) being used by the City at tine W WTP is no longer supported by the manufacturer nor is it available on the Microsoft Windows 7 platform and will not be functional with the upgraded luTouch software. i I. vage 1 of 2 i • f 7675 1-ligh Banks Road 91 / Central Point, Olt 97502 (541)664-6200/ FAX (541) 664-9094 CCBII 135739 PEI proposes to provide a third party alarm notification software. Specter Instruments WIN-911 (see attached data-steel) is considered the industry standard. It is functionally much more useful and reliable than SCADAlarm. The software distributor is also offering a limited=time upgrade offer o6 this software package with significant discounts. This item will be required should the City execute Item I. The new alarm notification package' includes the following: e WIN-91 I/Pro License for one PC. US11 TAPI modem. IT proposes to provide the above software within four weeks of notification of award to Portland Gngincei ing. The proposal for this software is One Thousand, Six Hundred Senenlp Eight Dollars (81,678) billable upon software delivery to the City of Ashland. This proposal requires a contract commitment No Later Than 31 Mar 2013. Estimated integration efforts required to install, configure; test and train on each of the above items are as follows: ltept 1 = 510,695 e Item 2 = $4,388 The above proposals all assume the City of Ashland Information Technology / AFN department will provide new PCs %vith Microsoft Office software. It has been a pleasure providing you with this proposal and we hope that we can be of service to you. If there are any questions or comments, please feel free to contact this office at your convenience. Regards, Signed Joshua L. Downs Portland Engineering, ]lie. jdowlls![lporl landElth i neers.com Cell: 541.282.4767 This Proposal is Will through 31MarI3. Page 2 of 2 I I I I` .I( 5,N 7675 High Banks Road #1 / Central Point, OR 97502 PORTLAND \ Engineering Inc. (541)664-6200/FAX(541) 664-9094 CCB# 135739 27 Feb 2013 D nnn~ n David Gies 1 ~U ~~l O City of Ashland ~J ~~~JJJ ~~~JJJ Wastewater Supervisor RE: WWTP Wonderware Modernization Proposal Mr. Gies, Per your request Portland Engineering, Inc. (PEI) is pleased to provide a proposal to procure and integrate the latest versions of your HMI software as described below: Item 1 PEI has an existing contract and is currently working-on a phased Automated Control Systems Improvement Plan for the Ashland Wastewater Treatment Plant. The first phase of this plan recommends upgraded the existing Wonderware SCADA software in use at the plant. The version in-use now at the plant is not supported on the Microsoft Windows 7 platform and the PCs at the plant are in desperate need of replacement. The new software and PCs would provide reliable, sustainable control and historical documentation of the plant processes. In addition to the justified need for software update, the software manufacturer is offering a limited-time-offer termed the "Wonderware Modernization Program" which provides significant discounts for existing customers to upgrade their software. This program offer requires a purchase be made no later than 31 March 2013 to participate. The software modernization package includes the following: • One year standard Wonderware Support. • One InTouch Development License. • Three InTouch Runtime Licenses. PEI proposes to provide the above software within four weeks of notification of award to Portland Engineering. The proposal for this software is Twelve Thousand, Nine Hundred Thirty Dollars (812,930) billable upon software delivery to the City of Ashland. This proposal requires a contract commitment No Later Than 31 Mar 2013. Item 2 The current alarm annunciation software (SCADAlarm) being used by the City at the W WTP is no longer supported by the manufacturer nor is it available on the Microsoft Windows 7 platform and will not be functional with the upgraded InTouch software. Page 1 of 2 I PORTLAN`J 7675 High Banks Road #I /Central Point, OR 97502 Engineering inc. (541) 664-6200 / FAX (541) 664-9094 CCB# 135739 PEI proposes to provide a third party alarm notification software. Specter Instruments WIN-911 (see attached data-sheet) is considered the industry standard. It is functionally much more useful and reliable than SCADAlarm. The software distributor is also offering a limited-time upgrade offer on this software package with significant discounts. This item will be required should the City execute Item 1. The new alarm notification package includes the following: • WIN-911/Pro License for one PC. • USB TAPI modem. PEI proposes to provide the above software within four weeks of notification of award to Portland Engineering. The proposal for this software is One Thousand, Sir Hundred Seventy Eight Dollars ($1,678) billable upon software delivery to the City of Ashland. This proposal requires a contract commitment No Later Than 31 Mar 2013. Estimated integration efforts required to install, configure, test and train on each of the above items are as follows: • Item 1= 510,695 • Item 2 = $4,388 The above proposals all assume the City of Ashland Information Technology / AFN department will provide new PCs with Microsoft Office software. It has been a pleasure providing you with this proposal and we hope that we can be of service to you. If there are any questions or comments, please feel free to contact this office at your convenience. Regards, Signed Joshua L. Downs Portland Engineering, Inc. idowns@portlandengineers.com Cell: 541.282.4767 This Proposal is Valid through 31Mar13. Page 2 of 2 ,,www.salf.com OREGON WORKERS COMPENSATION + sai F CERTIFICATE OF INSURANCE corporation i CERTIFICATE HOLDER: CITY OF ASHLAND WWTP 1295 OAK STREET ASHLAND, OR 97520 The policy of insurance listed below has been issued to the insured named below for the policy period indicated. The insurance afforded by the policy described herein is subject to all the terms, exclusions and conditions of such policy. POLICY NO. POLICY PERIOD ISSUE DATE 959635 07/01/2012 to 07/01/2013 02/28/2013 INSURED: BROKER OF RECORD: PORTLAND ENGINEERING INC ELLIOTT POWELL BADEN & BAKER 7675 HIGH BANKS RD STE 1 1521 SW SALMON CENTRAL POINT, OR 97502-9521 PORTLAND, OR 97205 LIMITS OF LIABILITY: Bodily Injury by Accident $1,000,000 each accident Bodily Injury by Disease $1,000,000 each employee Body Injury by Disease $1,000,000 policy limit DESCRIPTION OF OPERATIONS/LOCATIONS/SPECIAL ITEMS: Project: WWTP Wonderware Mondernization. IMPORTANT: The coverage described above is in effect as of the issue date of this certificate. It is subject to change at any time in the future. This certificate is issued as a matter of information only and confers no rights to the certificate holder. This certificate does not amend, extend or alter the coverage afforded by the policies above. This certificate does not constitute a contract between the issuing insurer, authorized representative or producer and the certificate holder. AUTHORIZED REPRESENTATIVE O President and CE 400 High Street SE Salem, OR 97312 P: 800.285.8525 F: 503.373.8020 Policy_Batch_CenifcateOFlnsurance ACC U? °O CERTIFICATE OF LIABILITY INSURANCE 2/28/20 DATE (MMIDO1`YYYY) 1111 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 pollcy(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). CONTACT PRODUCER N AME: Kim Schnetzky Ward Insurance Agency PH°~ (541) 667-1117 AIC Not (591)342-8280 P O Box 10167 INSURERS AFFORDING COVERAGE NAIC t Eugene OR 97440 INSURERA:Cincinnati Specialty 3037 INSURED INSURER B :CNA Portland Engineering, Inc. INSURER C: 7675 High Banks Road Suite #1 INSURER D: NSURER E : Central Point OR 97502 INSURERF: COVERAGES CERTIFICATE NUMBER:12/13GL/AL/UMB/PROF LLAB 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. ISR LT TYPE OF INSURANCE ADM SUER POLICY NUMBER MMIDD MMIDD EXP LIMITS GENERAL LIABILITY 500039055 7/01/2012 7/01/2013 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea ocarreae $ 100,000 A CLAIMS- IADE OCCUR X MED EXP Any one Parson) $ Exclude X $1,000 BI/PD DED. PERSONAL B ADV INJURY $ 1,000,000 PER OCCURRENCE STOP GAP LIABILITY GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER. $1,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO LOC $ AUTOMOBILE LIABILITY S00039055 D7/01/2012 D7/01/2013 COMBINED I 1,000,000 MY AUTO BODILY INJURY (Per person) $ A ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per IaNenp $ X HIRED AUTOS X AUTOS OANED PPe,acddmt AfAA $ $i X UMBRELLA LIAR X OCCUR 500039058 7/01/2012 7/01/2013 EACH OCCURRENCE $ 2,000,000 A EXCESS LIAR CLAIMS-MADE AGGREGATE $ 2,000,000 DED RETENTION$ $ WORKERS COMPENSATION - NC STATU- OTH- AND EMPLOYERS'LIABILITY YIN T RV IMI FIR ANY PROPRIETORIPARTNERIFXECUTIVE❑ NIA E L. EACH ACCIDENT $ OFHCERIMEMBER EXCLUDED) (Mandatory In NH) EL DISEASE-EA EMPLOYE $ If yas, dasaiba antler DESCRIPTION OF OPERATIONS bebw EL.DISEASE -POLICY LIMIT 4 B PROFESSIONAL LIABILITY x288379629 7/01/2012 7/01/2013 LIMIT $1,000,000 DEDUCTIBLE $5,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Arta ch ACORD 101, Additional Remarks Schedule, If more space la recut red) Re: WWTP Wonderware Modernization City of Ashland is named as additional insured as respects to work performed by the named insured under written contract agreement and per attached CSIA405-A. Completed operations apply-per attached CSIA405-A. Coverage is primary S non-contributory per attached CSIA405-A. Waiver of subrogation is applicable per attached CSIA405-B. 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. 1295 Oak St Ashland, OR 97520 AUTHORIZED REPRESENTATIVE 'chael Holcomb/CLYNN ACORD 25 (2010105) 11988-2010 ACORD CORPORATION. All rights reserved. INS025 (201005).01 The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY: PLEASE READ IT CAREFULLY. ADDITIONAL INSURED' - OWNERS, LESSEES OR CONTRACTORS AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - OPERATIONS AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. :Section II - Who is an Insured is dated (wrap-up) insurance program has amended to include as an additional insured been provided by the prime contrac- any person or organization when you and for/project manager or owner of the con- such person or organization have agreed in struction project in which you are 'in- writing in a contract or agreement that such volved. person or organization .be added. as an addi- tional insured on, your policy,. but: only to the 3. "Bodily injury", "property damage" or "per: extent that the liability, is caused by 'your sonal and advertising injury" to any em- work' performed for that additional insured ployee of you or to, any obligation of the and only to the extent that such liability is ' additional insured to indemnity another caused by your negligence,. acts or omissions because of damages arising out.of such or the negligence, acts or omissions of those injury. acting on your behalf. 4. "Bodily injury', y ry`, "property damage" or "per- If not specified otherwise in the written con- sonal and advertising injury' for which the tract or agreement, a. person's or organiza- Named Insured is afforded no coverage tion's status as an additional insured under under this policy of insurance. this endorsement. ends one year after your C. With respect to the insurance, afforded to operations for that additional insured are com- these additional insureds, SECTION III - LIM- pleted. The written contract or agreement ITS OF INSURANCE is amended to include: must be currently in effect or become effective during the term of this Coverage Part. The The. limits applicable to the, additional insured contract or agreement must be executed prior are those specified in the written contract or to the "bodily injury", "property damage" or agreement or In the Declarations of this Cov- "personal and advertising injury' to which this erage Part, whichever is less. If no limits are endorsement pertains. specified in. the written contractor agreement, the limits applicable to the additional insured 6. With respect to the insurance afforded to are those specified in the Declarations of this these additional insureds; the following addi- Coverage Part. The limits of insurance are..in- tional exclusions apply: clusive of and not in addition to the limits of This insurance does not apply to:. insurance shown in the Declarations. 1. "Bodily injury', "property damage" or D. With respect to the insurance afforded to "personal and advertising injury' arising these additional insureds SECTION IV - out of the rendering of, or the failure to COMMERCIAL GENERAL LIABILITY COW render, any professional architectural, en- DITIONS, 4. Other Insurance is amended to gineering or surveying services, including: include: A. The preparing, approving, or failing to Any. coverage provided herein will be excess prepare. or approve, maps, shop over any other valid and collectible insurance drawings, opinions, reports, surveys; available to the additional insured whether field orders, change orders or draw- primary, excess, contingent or on any other ings and specifications; or basis unless you have agreed in a. written con. b. Supervisory,. inspection, architectural tract or written agreement executed prior to or engineering. activities. any loss 'that .fhis insurance will be primary. 7. "Bodily Injury+ or "property damage" ans- This insurance will be noncontributory only if ing out.of'yow work` for which a consoli- you have so agreed in a written contract or Includes copyrighted materialof Insurance GSIA405 (08/09)-A Services Office, Inc., with its permission. Page;i of .2 written agreement executed prior to any loss and this.coverage is determined to be primary. Includes copyrighted material of Insurance CSIA405 (08109)-A Services Office, Inc., with its permission. Page2 of 2 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: If you have agreed, in a written contract or agreement, to provide a waiver of any right of recovery against a person or organization, we will waive any right of recovery we may have against that person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to that person or organization for which you have agreed to in a written contract to provide said waiver. Includes copyrighted material of ISO CSIA405 (08/09)-B Properties, Inc., with its permission. Page 1 of 1 / CITY RECORDER Page 1 1 OW ~ CITY OF 11 ASH LAND DATE PO NUMBER 20 E MAIN ST. 3/13/2013 11477 ASHLAND, OR 97520 . (541) 488-5300 VENDOR: 008473 o SHIP TO: Ashland WWTP PORTLAND ENGINEERING (541) 488-5348 7675 HIGH BANKS ROAD STE #1 1295 OAK STREET CENTRAL POINT, OR 97502 ASHLAND, OR 97520 FOB Point: Req. No.: Terms: Net Dept.: Req. Del. Date: contact: David Gies Special Inst: Confirming? Yes quantity Unit ` Description Unit Price Exit. Price Install and upgrade Wonderware SCADA 29,691.00 Software ($12,930) and install new WIN-911 notification software ($1,678.00) per the proposal attached as Exhibit C. Proposal includes integration efforts required to install, configure, test and train on the software (not to exceed $10,695 for Wonderware SCADA and not to exceed $4,388 for WIN-911) Contract for Personal Services Beginning date: 03/01/2013 Completion date: 06/30/2013 Insurance required/On file SUBTOTAL 29 691.00 BILL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2010 TOTAL 29,691.00 ASHLAND, OR 97520 :.Account Number Project Number. Amount Account Number . Project Number Amount E 675.08.19.00.70300 E 000343.300 29,691.00 /gal i~ / A- utF~ iz~gnaLure Signature VENDOR COPY FORM#3 CITY OF A PP asl-" f ASHLAND REQUISITION Date of request: Required date for delivery: Vendor Name Address, City, State, Zip Contact Name & Telephone Number /f c)SG Fax Number /Fa /c cv . G2 SOURCING METHOD ❑ Exempt from Competitive Bidding ❑ Emergency ❑ Reason for exemption: ❑ Invitation to Bid (Copies on file) ❑ Form #13, Witten 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 Dale approved by Council: Contract If ❑ 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 1 Written quote or proposal attached Agency ❑ (3) Written quotes attached ❑ Form #4, Personal Services $5K to $75K Contract # PERSONAL SERVICES ❑ Special Procurement Intergovernmental Agreement $5,000 to $75,000 ' ❑ Form #g, 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 attached Date approved by Council: (Date) ❑ Form #4, Personal Services $5K to $75K Valid until: Date Description of SERVICES Total Cost U~-.:;o of A, t 1 ! 1L' /bars SG,irz.c(~ , Item # Quantity Unit Description of MATERIALS Unit Price Total Cost '.'XOTAL.'COST ❑ Per attached quotelproposal $ ProjectNumbe&Q3-3c'7 L)jCOd Account Number- /y_• ' Account Number Account Number fe7~ '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 signin this requisite form, l certify that the City's public contracting requirements have been satisfied. Employee Signature: ~ cr t-f7- Department Head Sig ature: (Eq al to orAreater than $5,000) City Administrator: (Equal oorgreaterthan$ ,000) Funds appropriated for current fiscal year "E NO l X L 3 Finance Director- (Equal to or gr ter than $5,000) Date . Comments: Form #3 - Requisition CITY OF ASHLAND SOLE-SOURCE DETERMINATION AND WRITTEN FINDINGS GOODS AND SERVICES Less than $100,000 To: City Council, Local Contract Review Board From: David Gies, Wastewater & Water Reuse Supervisor Date: February 22, 2013 Re: Sole Source Determination and Written Findings for Personal Services In accordance with AMC 2.50.090(F), the Department Head shall determine in writing that there is only one provider of a product or service of the quality and type required available. Estimated total value of contract: $29,691.00 Project name: Wonderware Modernization Proposal Description of project: Portland Engineering to purchase and install latest versions of Wonderware (SCADA control software) and Win-911 (Emergency call out software). Background: The City of Ashland WWTP utilizes Wonderware to operate its SCADA System which controls the automated day to day Wastewater Treatment Plant Processes. Win-911 is Wonderwares upgraded version for calling out an alarm after hours to the operator on duty call. Findings: Me findings below must include factual information supporting the determinationl. Market Research Overall finding: N/A [ n accordance with ORS 279B.075, these are the examples of findings that should be addressed. Select at least one of the findings and prepare the determination as it specifically relates to the goods or services being procured. More than one finding can be addressed The findings are as follows. Pursuant to ORS 279B.075 (2)(a): Provide findings supporting your determination that the efficient utilization of existing goods requires the acquisition of compatible goods or services from only one source. The City of Ashland has Wonderware on its SCADA computers now. Microsoft Windows 7 Platform will not support the existing software. An upgrade in the software is required to function on our existing SCADA System. The Win-911 software will prevent false alarms. Which in turn will save overtime by not calling an operator in when it is not required? Pursuant to ORS 279B.075 (2)(b): Provide findings supporting your determination that the goods or services required for the exchange of software or data with other public or private agencies are available from only one source. N/A Pursuant to ORS 27913.075 (2)(c): Provide findings supporting your determination that the goods or services are for use in a pilot or an experimental project. N/A Pursuant to ORS 279B.075 (2)(d): Any other findings that support the conclusion that the goods or services are available from only one source. This upgrade will help the wastewater plant by providing reliable, sustainable control and historical documentation of the plant processes. The current alarm annunciation software (SCADAlarm) being used at the WWTP is no longer supported by the manufacture nor is it available on the Microsoft Windows 7 Platform and will not be functional with the upgraded InTouch software.