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.