Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout2023-145 PO 20240143- RH2 Engineering Inc CITY C • �' Purchase O rd e r
kr , Fiscal Year 2024 ; Page: 1 of: 1
B City of Ashland — —
I -ATTN: Accounts Payable Purchase
L Ashland, OI 97520 Order# 2.02401 43
L 20 E. Main
T Phone: 541/552-2010
O Email: payable@ashland.or.us
CIO•
Public Works Department
• RH2 ENGINEERING, INC H 5 b rri Way
N 22722 29TH DRIVE SE, SUITE 210 '
D BOTHELL, WA 98021 P Ashland, OR 97520
Phone: 541/488-5347
R Email: AP@RH2.COM T Fax: 541/488-6006• T
•
_uD7a
Scott Fleury
= a e-+C7r�eresi
09/27/2023 1229 FOB ASHLAND OR/NET30 —CRY-Accounts Payable
Engineering.Design ARPA Tap
1 Engineering Design for ARPA Tap Scope 2 1.0 $196,650.00 $196,650.00
Personal Services Agreement(Greater than $35,000.00)
Completion date: June 30, 2025 .
Project Account: E-202113-999
***************GL SUMMARY*************** .
081800-704200 • $196,650.00/ •
•
•
•
•
By:'1,A .1... 1. ALA Date: 0°1 It
Authorized Signat,fi, ',a ._..: $196,650.00
I
ye_x_e___ 1 /9727
` Y FORM #3 CITY OF
( It \SHLAND
A request for a Purchase O(rde`I I � d
REQUISITION Date of request: 09/20/2023
i
Vendor Name RH2 Engineering, Inc..
Address,City,State,Zip 3553 Arrowhead Dr Ste 200 Medford,OR 97504
Contact Name Jeff Ballard
Telephone Number
Email address
SOURCING METHOD
❑ Exempt from Competitive Bidding ❑ Invitation ❑ Emergency
to Bid
❑ Reason for exemption: Date approved by Council: 0 Form#13,Written findings and Authorization
❑ AMC 2.50 _(Attach copy of council communication) 0 Written quote or proposal attached
❑ Written quote or proposal attached _(If council approval required,attach copy of CC)
❑ Small Procurement (] Request for Proposal Cooperative Procurement
Not exceeding$5,000 Date approved by Council:9/19/2023 0 State of Oregon
❑ Direct Award (Attach copy of council communication) Contract#
❑ Verbal/Written quote(s)or proposal(s) 0 Request for Qualifications(Public Works) ❑ State of Washington
Intermediate Procurement Date approved by Council: Contract#
GOODS&SERVICES (Attach copy of council communication) ❑ Other government agency contract
Greater than$5,000 and less than$100,000 ❑ Sole Source Agency
❑ (3)Writtenquotes and solicitation attached Contract#
❑Applicable Form(#5,6,7 or 8)
PERSONAL SERVICES ❑Written quote or proposal attached Form Intergovernmental Agreement
Greater than$5,000 and less than$75,000 0 Form#4, Personal Services>$5K&<$75K Agency
❑Direct appointment not to exceed$35,000 ❑Annual cost to City does not exceed$25,000.
❑ Special Procurement
0(3)Written proposals/written solicitation Agreement approved by Legal and approved/signed by
❑Form#4,Personal Services>$5K&<$75K ❑ Form#9,Request for Approval City Administrator,AMC 2.50.070(4)
❑ Written quote or proposal attached
Date approved by Council: ❑Annual cost to City exceeds$25,000,Council
Valid until: (Date) approval required.(Attach copy of council communication)
Description of SERVICES Total Cost
Engineering Design for ARPA Tap Scope 2 ••
..$(K,650�00 ' -
Item# Quantity Unit Description of MATERIALS Unit Price Total Cost
0 Per attached quote/proposal TOTAL_COST '
Expenditure must be charged to the appropriate account numbers for the financials to reflect the actual expenditures accurately.
Project Number 2021-13b 9/
_ _ _ Account Number 081800 - 704200 $ 196, 650.00
Project Number — — — Account Number - $ ,_ _ —
Project Number -- — — Account Number -
IT Director in collaboration with department to approve all hardware and software purchases:
By signing this requisition form,I certify that the City's public contracting requirements have been satisfied. IT Director Date Support Yes/No
Em to ee\ QA DIZA `6,p)10 Department Hea
�iarcl'2o.23
"� % ftu: 0,, •reaterthan$5
+)
Department ManagerSupervisor: City Administr .liA`iir--
• to or greater than-fz. -'
00)
"
Funds appropriated for current fiscal year: �/ NO I " tl ®I r ( -z_
�—_ Finance Director-(Equ, , greater than$5,000) Date
Comments:
-, Form#3-Requisition
PERSONAL SERVICES AGREEMENT (greater than $35,000.00)
CONSULTANT: RH2 ENGINEERING,INC.
CITY OF
AS H LAN D CONSULTANT'S CONTACT: Jeff Ballard
20 East Main Street ADDRESS: 3553 Arrowhead Dr, STE 200
Ashland,Oregon 97520 Medford, OR 97504
Telephone: 541/488-5587
Fax: 541/488-6006 EMAIL: iballard@rh2.com
This Personal Services Agreement(hereinafter"Agreement") is entered into by and between the City of
Ashland, an Oregon municipal corporation(hereinafter"City") and RH2 Engineering, Inc., a foreign business
corporation("hereinafter"Consultant"), for Engineering Design for ARPA Tap Scope 2.
NOW THEREFORE, in consideration of the mutual covenants contained herein,the City and
Consultant hereby agree as follows:
1. Effective Date and Duration: This Agreement shall become effective on the date of execution on
behalf of the City, as set forth below(the "Effective Date"), and unless sooner terminated as specifically
provided herein, shall terminate upon the City's affirmative acceptance of Consultant's Work as
complete and Consultant's acceptance of the City's final payment therefore, but not later than June 30,
2025.
2. Scope of Work: Consultant will provide Engineering Design for ARPA Tap Scope 2 as more fully set
forth in the Consultant's Scope of Work dated August 2023,which is attached hereto as "Exhibit A"and
incorporated herein by this reference. Consultant's services are collectively referred to herein as the
"Work."
3. Supporting Documents/Conflicting Provisions: This Agreement and any exhibits or other supporting
documents shall be construed to be mutually complimentary and supplementary wherever possible. In
the event of a conflict which cannot be so resolved,the provisions of this Agreement itself shall control
over any conflicting provisions in any of the exhibits or supporting documents.
4. All Costs Borne By Consultant: Consultant shall,perform the Work described above and,unless
otherwise specified in this Agreement, furnish all labor, equipment, and materials required for the proper
performance of such Work.
5. Qualified Work: Consultant has represented, and by entering into this Agreement now represents,that
all personnel assigned to the Work to be performed under this Agreement are fully qualified to perform
the service to which they will be assigned in a skilled and worker-like manner and, if required to be
registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded.
6. Compensation: City shall pay Consultant at the hourly rates and for the amounts actually incurred for
Page 1 of 7: Personal Serivces Agreement between the City of Ashland and RH2 Engineering,Inc.
}
any subcontracting activities as set forth in Consultant's fee schedule entitled"RH2 Engineering, Inc.
2023 Schedule of Rates and Charges"which is attached hereto as "Exhibit C" and incorporated herein
by this reference, as full compensation for Consultant's performance of all Work under this Agreement.
In no event shall Consultant's total of all compensation and reimbursement under this Agreement exceed
the sum of$196,650.00 (ONE HUNDRED NINTY-SIX THOUSAND SIX HUNDRED AND FIFTY
U. S.DOLLARS) as detailed in"Exhibit B"without the express,written approval from the City official
whose signature appears below, or such official's successor in office. Payments shall be made within 30
days of the date of receipt by the City of Consultant's invoice. Should this Agreement be terminated
prior to completion of all Work,payments will be made for any phase of the Work completed and
accepted as of the date of termination.
7. Ownership of Work/Documents: All Work product or documents produced in furtherance of this
Agreement belong to the City, and any copyright,patent,trademark proprietary or any other protected
intellectual property right shall vest in and is hereby assigned to the City. All reuse not occurring as part
of this Work shall be without liability to the Consultant.
8. Statutory Requirements: The following laws of the State of Oregon are hereby incorporated by
reference into this Agreement: ORS 279B.220, 279B.230 and 279B.235.
9. Living Wage Requirements: If the amount of this Agreement is $25,335.05 or more, Consultant is
required to comply with Chapter 3.12 of the Ashland Municipal Code by paying a living wage, as
defined in that chapter,to all employees performing Work under this Agreement and to any
Subcontractor who performs 50%or more of the Work under this Agreement. Consultant is also
required to post the notice attached hereto as "Exhibit E"predominantly in areas where it will be seen by
all employees.
10. Indemnification: Consultant hereby agrees to defend, indemnify, save, and hold 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 to the extent caused by or
arising out of the intentional or negligent acts, errors, or omission in the performance of this Agreement
by Consultant(including but not limited to, Consultant's employees, agents, and others designated by
Consultant to perform Work or services attendant to this Agreement). However, Consultant shall not be
held responsible for any losses, expenses, claims, subrogations, actions, costs,judgments, or other
damages, caused solely by the negligence of City.
11. Termination:
a. Mutual Consent. This Agreement may be terminated at any time by the mutual consent of both
parties.
b. City's Convenience. This Agreement may be terminated by City at any time upon not less than
30 days' prior written notice delivered by certified mail or in person.
c. For Cause. City may terminate or modify this Agreement, in whole or in part, effective upon
delivery of written notice to Consultant,or at such later date as may be established by City under
any of the following conditions:
i. If City funding from federal, state, county or other sources is not obtained and continued at
Page 2 of 7: Personal Serivces Agreement between the City of Ashland and RH2 Engineering,Inc.
}
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
Agreement or are no longer eligible for the funding proposed for payments authorized by this
Agreement; or
iii. If any license or certificate required by law or regulation to be held by Consultant to
provide the services required by this Agreement is for any reason denied,
revoked, suspended, or not renewed.
d. For Default or Breach.
i. Either City or Consultant may terminate this Agreement in the event of a breach of the
Agreement by the other. Prior to such termination the party seeking termination shall give to
the other party written notice of the breach and its intent to terminate. If the party
committing the breach has not entirely cured the breach within fifteen(15) days of the date of
the notice, or within such other period as the party giving the notice may authorize in writing,
then the Agreement 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 Agreement. City by written notice to Consultant of default or breach may at any
time terminate the whole or any part of this Agreement if Consultant fails to provide services
called for by this Agreement within the time specified herein or within 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 Agreement.
e. Obligation/Liability of Parties. Termination or modification of this Agreement 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 Subsection a,b, c, or d
of this section, Consultant shall immediately cease all activities under this Agreement,unless
expressly directed otherwise by City in the notice of termination.Further, upon termination,
Consultant shall deliver to City all Agreement documents, information,works-in-progress and
other property that are or would be deliverables had the Agreement been completed. City shall
pay Consultant for Work performed prior to the termination date if such Work was performed in
accordance with this Agreement.
12. Independent Contractor Status: Consultant is an independent contractor and not an employee of the
City for any purpose. Consultant shall have the complete responsibility for the performance of this
Agreement. Consultant shall provide workers' compensation coverage as required in ORS Chapter 656
for all persons employed to perform Work pursuant to this Agreement. Consultant is a subject employer
that will comply with ORS 656.017.
13. Assignment: Consultant shall not assign this Agreement 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
Page 3 of 7: Personal Serivces Agreement between the City of Ashland and RH2 Engineering,Inc.
subcontract of the Work shall not create any contractual relation between the assignee or subcontractor
and City.
14. 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 under the 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 Agreement; or attempts to assign rights in, or delegate duties under,this
Agreement.
15. Insurance. Consultant shall, at its own expense, maintain 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
$2,000,000 (two million dollars)per claim. This is to cover any damages caused by error, omission
or negligent acts related to the professional services to be provided under this Agreement. "Tail"
coverage will be required at the completion of the Work under this Agreement for the remaining
Term, and for not less than twenty-four(24)months after completion of all Work. Consultant shall
be responsible for furnishing certification of the "tail" coverage as described herein or continuous
"claims made" liability coverage for not less than twenty-four(24)months following completion of
all Work,provided that the continuous"claims made" coverage has a retroactive date on or before
the Effective Date of this Agreement.
c. General Liability insurance with a combined single limit, or the equivalent, of not less than
$2,000,000 (two million dollars)per occurrence for Bodily Injury,Death, and Property Damage.
d. Automobile Liability insurance with a combined single limit, or the equivalent, of not less than
$1,000,000 (one million dollars)for each accident for Bodily Injury and Property Damage, including
coverage for owned, hired or non-owned vehicles, as applicable.
e. Notice of cancellation or change. There shall be no cancellation,material change,reduction of limits
or intent not to renew the insurance coverage(s)without 30 days' prior 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,
excluding Professional Liability and Workers' Compensation, required herein,but only with
respect to Consultant's services to be provided under this Agreement. The consultant's insurance is
primary and non-contributory.As evidence of the insurance coverages required by this Agreement,
the Consultant shall furnish acceptable insurance certificates prior to commencing the Work under
this Agreement. 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.
16. Nondiscrimination: Consultant agrees that no person shall, on the grounds of race, color, religion,
creed, sex,marital status, familial status or domestic partnership, national origin, age, mental or physical
Page 4 of 7: Personal Serivces Agreement between the City of Ashland and RH2 Engineering,Inc.
disability, sexual orientation, gender identity or source of income, suffer discrimination in the
performance of any Work under this Agreement when employed by Consultant. Consultant agrees to
comply with all applicable requirements of federal and state civil rights and rehabilitation statutes,rules
and regulations. Further, Consultant agrees not to discriminate against a disadvantaged business
enterprise,minority-owned business,woman-owned business, a business that a service-disabled veteran
owns or an emerging small business enterprise certified under ORS 200.055, in awarding subcontracts as
required by ORS 279A.110.
17. Consultant's Compliance With Tax Laws:
17.1 Consultant represents and warrants to the City that:
17.1.1 Consultant shall,throughout the term of this Agreement, including any extensions hereof,
comply with:
(i)All tax laws of the State of Oregon, including but not limited to ORS 305.620 and ORS
Chapters 316,317, and 318;
(ii) Any tax provisions imposed by a political subdivision of the State of Oregon applicable
to Consultant; and
(iii) Any rules,regulations, charter provisions, or ordinances that implement or enforce any
of the foregoing tax laws or provisions.
17.1.2 Consultant, for a period of no fewer than six(6) calendar years preceding the Effective Date
of this Agreement,has faithfully complied with:
(i) All tax laws of the State of Oregon, including but not limited to ORS 305.620 and ORS
Chapters 316, 317, and 318;
(ii) Any tax provisions imposed by a political subdivision of the State of Oregon applicable
to Consultant; and
(iii) Any rules, regulations, charter provisions, or ordinances that implement or enforce any
of the foregoing tax laws or provisions.
18. Governing Law; Jurisdiction; Venue: This Agreement 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 the
Consultant that arises from or relates to this Agreement 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 its signature hereon of its authorized representative,hereby consents to the in personam jurisdiction
of said courts.
19. THIS AGREEMENT AND THE ATTACHED EXHIBITS CONSTITUTE THE ENTIRE
UNDERSTANDING AND AGREEMENT BETWEEN THE PARTIES. NO WAIVER, CONSENT,
MODIFICATION OR CHANGE OF TERMS OF THIS AGREEMENT 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
Page 5 of 7: Personal Serivces Agreement between the City of Ashland and RH2 Engineering,Inc.
,
REGARDING THIS AGREEMENT. CONSULTANT,BY SIGNATURE OF ITS AUTHORIZED
REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS
AGREEMENT,UNDERSTANDS IT,AND AGREES TO BE BOUND BY ITS TERMS AND
CONDITIONS.
20. Amendments. This Agreement may be amended only by written instrument executed by both parties
with the same formalities as this Agreement.
21. Nonappropriations Clause. Funds Available and Authorized: The City has sufficient funds currently
available and authorized for expenditure to finance the costs of this Agreement within the City's fiscal
year budget. Consultant understands and agrees that City's payment of amounts under this Agreement
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 Agreement. In the event City has
insufficient appropriations, limitations or other expenditure authority, City may terminate this
Agreement without penalty or liability to City, effective upon the delivery of written notice to
Consultant,with no further liability to Consultant.
22. Certification. Consultant shall sign the certification attached hereto as "Exhibit D"and incorporated
herein by this reference.
CITY OF ASHLAND: RIR ENGINEERING,INC. (CONSULTANT):
By: g
By: 7 !�u"'�J eph ss d, City Manager Signature
47/2-2-A3 Richard L. Ballard
Date Printed Name
Director
/ Title
Purchase Order No. D( September 20, 2023
Date
(W-9 is to be submitted with this signed Agreement)
APPROVED AS TO FORM:
•
1 •
Assistant City Attorney
9.6.23
Date
Page 6 of 7: Personal Serivces Agreement between the City of Ashland and RH2 Engineering,Inc.
EXHIBIT A
Scope of Work
City of Ashland
Talent-Ashland-Phoenix (TAP) Water System Improvements Project
City of Ashland Project No. 2021-13b
August 2023
Background
The Talent-Ashland-Phoenix (TAP) water system initially was developed in the early 2000s and
delivers potable water from the Medford Water Commission to the Cities of Talent, Ashland, and
Phoenix (Cities). The TAP system includes several miles of large diameter transmission lines, three
booster pump stations (BPS), and associated reservoirs. The TAP water system is the only water
source for the City of Talent (Talent) and the City of Phoenix (Phoenix) and is a supplemental water
source for the City of Ashland (Ashland). All three Cities collaborate to manage and maintain the
TAP system for the benefit of the partner Cities.
In 2020, the TAP Water System Master Plan (WMP) was completed and includes a summary of
current management, operations, and maintenance, and identifies specific capital improvement
projects for the system. The water system improvements identified in this Scope of Work are
derived from the WMP. The identified improvements are part of the individual water systems of
the Cities. However, Ashland is administering the contract for the work in coordination with the
other Cities.
RH2 Engineering, Inc., (RH2) was selected through a Request for Proposal solicitation issued by
Ashland in May 2023 to provide professional engineering services for the design and construction
period services for the following improvements:
• Talent BPS seismic study and recommendations to comply with seismic resilience standards.
• Design improvements at Ashland BPS and Talent BPS improvements to allow Ashland to
supply emergency water supply to Talent and Phoenix.
• Phoenix 24-inch pipeline replacement to meet seismic resiliency goals.
This Scope of Work details the tasks that will be performed by RH2. Unless otherwise indicated in a
specific task, RH2 will rely on the accuracy and completeness of any data, materials, or information
generated or provided by the Cities or others in relation to this Scope of Work. RH2 assumes that
the entity providing such information to RH2 is either the owner of such information or has obtained
written authorization from the owner to distribute said information. It is assumed that reviews and
comments required of the Cities will be provided in a timely manner.
All deliverables will be provided in electronic (PDF)format unless otherwise noted.
1
8/15/2023 3:53:26 PM PSA_SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
Task 1— Project Management/Administration Services
Objective: Manage the project scope, budget, and schedule, and coordinate with Cities staff.
Approach:
1.1 Manage the RH2 Protect Team — Manage the RH2 project team to track work elements
accomplished, work items planned for the next phase, labor hours, scope changes, time,
and budget needed to complete the work. Submit monthly invoices summarizing costs
and remaining budget.
1.2 Coordinate with Ashland—Provide correspondence and coordination with the Ashland project
manager and staff. Correspondence will include RH2 and Ashland project manager check-in
calls.
RH2 Deliverables:
• Monthly invoices.
Task 2— Kick-Off Meeting and Data Review
Objective: Review the project information and data, and work with Cities staff to prepare the
design criteria for the improvements at each facility. Attend a kick-off meeting with the Cities.
Approach:
2.1 Perform Data Review — Review provided construction/as-built drawings and records of the
facilities to determine if other information is needed and/or available for the project.
2.2 Attend Kick-Off Meeting— Prepare for and attend one (1) kick-off meeting with the Cities to
determine design criteria. Visit the sites to confirm planned improvements and collect
additional field data.
Assumptions:
• RH2 will perform an evaluation of information provided by-the Cities and others, as needed,
to develop the design criteria. Unknowns, assumptions, and other issues that may impact
the accuracy of the designs will be identified and provided to the Cities for review and
discussion. If additional effort is required to further investigate these issues, a modification
to this Scope of Work may be mutually negotiated between RH2 and the Cities.
• This Task will include site visits to two (2)facilities: Talent BPS, and Ashland BPS. Information
gathered from these visits will be used for the remaining tasks in this Scope of Work.
Provided by Ashland:
• Available construction/as-built documents for the pump stations for use by RH2.
• Construction submittals submitted to the owner during construction or Operations and
Maintenance (O&M) Manuals containing relevant documentation.
2
8/15/2023 3:53:26 PM l:\DATA\COM_BUSDEV\20230620_COA_M230068_TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA_SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
• Identification of current flow parameters and long-term planned design flow parameters for
each facility to aid in equipment selection.
RH2 Deliverables:
• Design criteria.
• Attendance at kick-off meeting and site visits.
Task 3— Topographic Survey
Objective: Acquire up-to-date survey data of the project sites for design purposes, including
topography and existing utilities throughout the pipeline alignment along Highway 99
(approximately 0.6 miles). Subcontract with Pariani Land Surveying LLC (PLS) to survey the site.
Evaluate utility locates and survey limits. Coordinate with PLS for survey standards and AutoCAD
format, and review survey.
Approach:
3.1 Coordinate Survey—Subcontract and coordinate with PLS to perform topographic survey
for the BPS sites and pipelines.
3.2 Attend Site Visit—Attend one (1) site visit to evaluate utility locates and survey limits.
3.3 Review Survey Data—Review survey data for the pipelines.
Assumptions:
• Vertical datum will be based on North American Vertical Datum of 1988 (NAVD 88) as
derived from the Oregon Department of Transportation (ODOT) Oregon Real-Time GNSS
Network.
• PLS will coordinate the on-site utility locates and provide stamped topographic survey
drawings and AutoCAD existing base map files for use in design.
• Survey will be performed with aerial LiDAR data.
• Utilities will be tied with terrestrial survey.
RH2 Deliverables:
• Electronic copies of the AutoCAD survey files (AutoCAD and PDF).
• Attendance at one (1) site visit.
Task 4— Assess Existing Talent BPS/Shop
Objective: Coordinate and assist with identification of key elements in the Talent BPS lateral-load
resistance system, steel building condition, and status of non-structural elements per the Technical
Council on Lifeline Earthquake Engineering (TCLEE) checklists for an Administration, O&M Facility
structure. Information gathered in Task 4 will be used to complete Task 5. Note, RH2 may discover
that the concealed building elements are adequate without retrofit. RH2 also may discover that the
3
8/15/2023 3:53:26 PM 1:\DATA\COA`BUSDEV\20230620_COA_M230068_TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
BPS building cannot be reasonably or economically retrofit (in which case, planning for building
replacement could be recommended).
Approach:
4.1 Coordinate Concrete Non-Destructive Testing— Coordinate with Ashland's Special Inspection
Agency for non-destructive testing to identify the presence and spacing of reinforcement in
the stem wall and footing, floor slab, and piers at the bases of the building frames. It is
assumed that Talent personnel, prior to the special inspector's arrival, will excavate/expose a
3-foot-wide section of exterior stem wall and footing and will remove the panels obscuring
anchorage in two (2) locations: 1) an interior frame; and 2) a corner column. Talent personnel
will reattach those panels and replace and compact excavated soil following the site visit.
4.2 Assess Steel Building Condition — Coordinate with Ashland's steel building contractor to
inspect the condition of the steel building connectors and components.
4.3 Identify Anchorage and Footings—Identify the size, spacing, and side cover of anchors and the
size of pier footings at typical interior frames and at building corners.
4.4 Perform TCLEE Assessment—Evaluate the shop per the TCLEE checklists for an Administration,
O&M Facility structure.
4.5 Flag Elements for Additional Anchorage or Restraint — Mark, with flagging tape or other
means, elements that should be anchored or restrained to meet TCLEE requirements/
recommendations.
Assumptions:
• It is assumed that the generator, which the Talent BPS relies on for post-earthquake
emergency power, will be anchored and/or replaced with a fixed generator as part of a
separate project;therefore, it is not mentioned further in this Scope of Work.
• It is assumed that Ashland will contract directly with a Special Inspection Agency and with a
steel building contractor to complete the non-destructive testing and building assessment,
respectively. RH2 is not responsible for the site safety, means and methods, or direction of
others.
Provided by Talent:
• Before arrival of testing agency, expose the elements that must be inspected, as described
is subtask 4.1.
• Access to the facility during assessment with staff available to respond to questions.
RH2 Deliverables:
• One (1) site visit.
• Review and summary of findings.
4
8/15/2023 3:53:26 PM J:\DATA\COA`BUSDEV\20230620_COA_M230068 TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA_SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
Task 5— Identify Talent BPS Improvements
Objective: Based on the results of Task 2, identify improvements to increase the Talent BPS's
seismic resilience based on the results of Task 4.
Approach:
5.1 Identify Improvements — Prepare brief descriptions of the improvements to be made to the
Talent BPS to improve its seismic resilience and employee safety.
5.2 Prepare Engineer's Opinion of Probable Construction Cost — Prepare Engineer's opinion of
probable construction cost (OPCC) for the Talent BPS seismic improvements.
Assumptions:
• No plans are anticipated to be needed.
• It is assumed that the City will perform all needed services during bidding, contractor
selection, and construction.
RH2 Deliverables:
• List of seismic and/or safety improvements to be made.
• Engineer's OPCC.
Task 6— Ashland and Talent BPS Improvements
Objective: Design and manage the installation of flow control improvements that allow the Cities to
provide water from Ashland to Talent and Phoenix during emergencies through the Ashland and
Talent BPSs. The planned Ashland improvements will be outside of the existing BPS but within the
existing waterline easements between the BPS and Highway 99. The improvements are planned to
include the installation of pressure reducing flow control valves in a vault connecting the suction
and discharge piping from the BPS. The Talent BPS improvements are planned to be within the
existing Talent BPS facility.
Approach:
6.1 Select Pressure Reducing Flow Control Valves — Review flow requirements provided by the
Cities and select valves that match the flow and pressure requirements established. Provide
available options to the Cities for review and comment.
6.2 Design Electrical and Control — Design the modifications necessary to install and operate the
flow control valves. Prepare 60-percent, 90-percent, and bid-ready design submittals for the
Cities' review. Prepare Engineer's OPCC. Control system design will be added to the existing
controls at the facilities. Control System engineering will be provided by RH2's wholly owned
subsidiary, Control Systems NW LLC.
6.3 Design Mechanical Improvements — Design the modifications necessary to install and operate
the flow control valves and meters. Prepare 60-percent, 90-percent, and bid-ready design
submittals for the Cities review. Prepare Engineer's OPCC.
5
8/15/2023 3:53:26 PM 1:\DATA\COA`BUSDEV\20230620_COA_M230068_TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA_SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
6.4 Prepare Specifications — Prepare front-end and technical specifications for use during the
bidding phase. Prepare 60-percent, 90-percent, and bid-ready submittals for the Cities review.
Front-end specifications will be based on the Ashland template to be provided. Technical
specifications will be in RH2's modified Construction Specifications Institute format.
6.5 Provide Services During Construction — Provide engineering services during the construction
phase to facilitate project completion as follows:
a) Prepare Construction Package — Prepare construction plan sets and specifications and
produce PDF version of documents to be provided to the City and the contractor.
b) Correspond with City and Contractor— Maintain ongoing communications with City staff
and the contractor as necessary to facilitate project construction. This subtask is
assumed to span the duration of services during construction.
c) Attend Pre-Construction Meeting — Coordinate and attend one (1) pre-construction
meeting with City staff and the contractor, respond to questions, and prepare meeting
agenda and minutes.
d) Review Construction Documents — Review and prepare responses as appropriate for
submittals (includes shop drawings, catalog submittals, and other data), pay requests,
requests for information (RFIs), and change order requests.
e) Provide On-Site Construction Observation — Provide part-time on-site construction
observations to review whether those elements of construction that are observed by
RH2 conform to the project plans and specifications. Observation services will be
provided on an as-needed basis as requested by the City. Up to sixty (60) hours have
been budgeted for this subtask. Prepare observation reports following on-site
observations.
f) Attend Testing and Startup — Provide technical expertise during testing and startup.
Attend startup to confirm performance. Perform an electrical and controls check.
g) Prepare O&M Manual — Prepare O&M Manual. This manual will build upon and include
existing O&M manual materials.
Assumptions:
• Ashland and Talent will administer and manage all aspects of project construction and
provide full-time on-site inspection, and RH2 will support this effort only as explicitly stated
herein. It is assumed that Ashland will work directly with the contractor regarding
contracting, work progress and schedule, claims, protests, and all other aspects to manage
construction of this project. It also is assumed that Ashland will provide the award letter,
notice to proceed, substantial completion letter, physical completion letter, punch list, and
all other documentation necessary for project administration and completion.
• The number of hours estimated to perform Services During Construction is based on similar
projects with similar complexity and depend in part on the contractor awarded the project.
The number of hours spent may vary depending on the completeness, responsiveness, and
6
8/15/20233:53.26 PM J:\DATA\COA\BUSDEV\20230620 COA_M230068 TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA_SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
clarity of each document provided by the contractor,field conditions encountered, and other
factors. These services shall be performed up to the level included in the attached Fee
Estimate.
• RH2 is not responsible for site safety, means and methods, or for directing the contractor in
their work.
• O&M Manual will rely on information within existing O&M manuals provided by the Cities.
Information within the new O&M Manual will build upon, refer to, and/or modify the
existing O&M manual materials.
Provided by Cities:
• Redline markups to 60-percent and 90-percent design deliverables received within
two (2) weeks of submission.
• Construction administration and management.
• Attendance at the pre-construction meeting.
• Construction contract execution, construction inspection, letters, and all other
documentation needed for project administration and closeout.
RH2 Deliverables:
• Valve options for Cities review and comment.
• Design plans and specifications at 60-percent, 90-percent, and bid-ready.
• Engineer's OPCC.
• Conformed for construction plan sets and specifications.
• Correspondence with Cities' staff and the contractor as required.
• Attendance at the pre-construction meeting and meeting agenda and minutes.
• Submittal review responses, recommendations for payment, RFI responses, and change
orders.
• Observation reports following on-site observations via email.
• Attendance at startup and testing.
• O&M Manual.
7
8/15/2023 3:53:26 PM J:\DATA\COA\BUSDEV\20230620_COA_M230068_TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA_SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
Task 7— Phoenix Pipeline Design
Objective: Prepare design plans and bid documents for the installation of approximately
2,900 linear feet of 24-inch ductile iron waterline to replace seismically susceptible infrastructure.
Approach:
7.1 Prepare 50-Percent Design: Develop 50-percent design level plans and an OPCC for the
installation of 24-inch ductile iron waterline. Provide plans for the City for review and
comment.
7.2 Prepare 100-Percent Design: Develop 100-percent design level plans, technical specifications,
and an OPCC based on comments received on the 50-percent design. Provide plans to the City
for review and comments.
7.3 Develop Bid-Ready Design: Develop the bid-ready design package, including front-end
documents.
Assumptions:
• No geotechnical investigations are included in this Scope of Work. RH2 will review geological
information available from the United States Department of Agriculture, the Oregon
Department of Geology and Mineral Industries, and any geological data provided by the City
relevant to the project area.
• Technical specifications will be prepared as special provisions to the Oregon Standard
Specifications for Construction, 2021 Edition, as published by ODOT and the American Public
Works Association.
• Front-end documents will be prepared by RH2 on a City-supplied template.
Provided by City:
• Redline markups to 50-percent and 100-percent design deliverables received within
two (2) weeks of submission.
• Front-end construction contract templates.
RH2 Deliverables:
•
• 50-percent plans and OPCC.
• 100-percent plans, technical specifications, and OPCC.
• Bid-ready plans,technical specifications,front-end documents, and OPCC.
Task 8— Services During Bidding and Award
Objective: Provide engineering services during the bidding phase of the project to assist the City
with securing a qualified contractor to construct the project.
8
8/15/2023 3:53:26 PM 1:\DATA\COA'LBUSDEV\20230620_COA_M230068_TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
Approach:
8.1 Respond to Bidder Questions and Prepare Addendum: Respond to questions from bidders and
clarify, revise, or change construction plans, technical specifications, or construction contract
conditions during the bidding process. Prepare up to one (1) addendum, if determined
necessary, during the bidding process. It is assumed that up to one (1) addendum may be
needed.
8.2 Assist with Bid Opening and Bidder Evaluation: Review specialty contractor prequalification
applications as part of the bid review process. Review subcontractors, suppliers, and others
proposed by the prime contractor, if required by the bidding documents. Develop bid
tabulation and provide a letter of recommendation for award.
Assumptions:
• The City will be responsible for advertising the project for bids, producing and distributing
the bidding documents, and paying any applicable fees. RH2 will refer interested bidders
with questions to the City.
• The City is responsible for construction contract execution.
Provided by City:
• Bid advertisement and payment of any associated fees.
• Fielding bidder questions and referring technical questions to RH2.
• Construction contract execution.
RH2 Deliverables:
• Up to one (1) addendum.
• Responses to contractor or supplier questions via telephone or email.
• Tabulation of bids received during bid opening.
• Letter of recommendation for award.
Task 9— Services During Construction
Objective: Provide limited construction contract administration services during project
construction to support the City. RH2 will provide periodic observation of the construction to review
whether those elements of construction that are observed by RH2 conform to the project plans and
specifications.
Approach:
9.1 Prepare for and Attend Pre-Construction Conference: Prepare for and attend one (1)
pre-construction conference with the contractor, City, RH2, and impacted or adjacent utilities.
Prepare an agenda and meeting minutes for the pre-construction conference.
9
8/15/2023 3:53:26 PM l:\DATA\COA'BUSDEV\20230620_COA M230068_TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DDCX
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
9.2 Review RFIs and Change Order Proposals: Review written RFIs and change order proposals
and provide written responses to the City.
9.3 Review Submittals: Review contractor submittals, shop drawings, and field testing per the
project documents. Coordinate with the City regarding substitute and "or-equal" items
proposed for use by the contractor.
9.4 Provide Periodic Field Observation and Attend Construction Meetings: Provide part-time
observation of the construction work in progress, including construction observation reports
for each visit. It is assumed that part-time construction observation includes, on average,
approximately four (4) hours per day for four (4) weeks of construction observation. RH2 will
coordinate with the contractor and City inspectors to provide construction observation at
critical stages of construction. Meet with the City and contractor weekly to review the
contractor's progress. Prepare weekly meeting agenda and minutes. Assist the City with
project closeout services, including the production of a punch list and review of punch list
completion. Prepare a recommendation letter for project acceptance.
9.5 Prepare Record Drawings: Provide record drawings representative of the as-constructed
project. Record drawings will be completed based upon contractor and City inspector redlined
markups to as-bid drawings.
Assumptions:
• Submittal review is assumed to be five (5)submittals with 25-percent resubmittal, including
the project schedule and schedule updates.
• RH2 is not responsible for site safety, means and methods, or for directing the contractor in
their work.
• The contractor will be responsible for providing construction survey and staking for field
control and as-built surveying for use in preparing record drawings.
• Construction phase services defined in this Task are variable in nature and depend in part on
the contractor that is awarded the project. RH2's estimate is based upon an experienced and
reasonable contractor being awarded the construction contract. RH2 recommends the City
budget the amount shown in the Fee Estimate in addition to a contingency amount. This
contingency could cover additional services if a more intensive level of observation and
construction support is necessary.
Provided by City:
• Contractor selection and construction management.
• Correspondence with contractor and RH2.
• Construction monitoring.
• Issuing required notifications to contractor.
10
8/15/2023 3:53:26 PM l:\DATA\COA\BUSDEV\20230620_COA_M230068_TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA_SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
RH2 Deliverables:
• Pre-construction conference administration and documentation, including pre-construction
conference meeting agenda and minutes.`
• Submittal review and documentation.
• RFI and change order review and documentation, if required.
• Construction meeting agendas and minutes.
• Construction observation and correspondence with the City and contractor, as needed,
within the budgeted hours authorized.
• Construction observation reports from site visits.
• Punch list.
• Letter recommending project acceptance.
• Record drawings in PDF and AutoCAD DWG format, including external references, prepared
in accordance with City standards.
Project Schedule
The schedule for this project will be determined after execution of the contract. RH2 is aware of
the funding time constraints and will endeavor to work within these requirements. Project
completion is anticipated to occur by 2027 or sooner. The order in which the separate projects will
be completed will be at the discretion of the Cities.
11 -
8/15/2023 3:53:26 PM J:\DATA\COA`BUSDEV\20230620_COA M230068_TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA_SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
•
•
EXHIBIT B
Fee Estimate
City of Ashland
Talent-Ashland-Phoenix(TAP)Water System Improvements
Aug-23
Total Total Labor Total Subconsultant TotalExpense - Total Cost
Description Hours
(Task 1 Project Management/Administration Services I 60 I $ 14,576 1$ -I $ 419 I $ 14,995
Task 2 Kick-Off Meeting and Data Review I 10 I $ 2,358 I $ -I $ 79 I $ 2,437
(Task 3 Topographic Survey I 11 I $ 2,299 I$ 6,325 I $ 153 I $ 8,777 I
Task4 Assess Existing Talent BPS/Shop I 20 I $ 4,320 I $ -I $ 938I $ 5,258
ITask 5 Identify Talent BPS Improvements I 9 I $ 1,970 I $ -I $ 187 I $ 2,157 I
Task 6 Ashland and Talent BPS Improvements I 272 I $ 49,504 I $ -I $ 4,207 I $ 53,711
Task 7 Phoenix Pipeline Design I 394 I $ 71,892 I $ -I $ 6,690 I $ 78,582
Task 8 Services During Bidding and Award I 8 I $ 1,900 I $ -I $ 95 I $ 1,995
Task 9 Services During Construction I 144 I $ 25,878 I $ -I $ 2,860 I $ 28,738
PROJECT TOTAL " ` ' „ .928 $ 174,697 I$ 6,325 $. 15,628 $ 196,650
J:IData1COAI_BusDev120230620 COIt_M230066 TAP Wafer System lmprovementsiContrectlPSA_Fea TAP Water System Improvements 811512023 3:55 PM
•
EXHIBIT C
RH2 ENGINEERING, INC.
2023 SCHEDULE OF RATES AND CHARGES
RATE LIST RATE UNIT
Professional I $162 $/hr
Professional II $176 $/hr
Professional III $198 $/hr
Professional IV $216 $/hr
Professional V $229 $/hr
Professional VI $247 $/hr
Professional VII $263 $/hr
Professional VIII $275 $/hr
Professional IX • $275 $/hr
Technician I $124 $/hr
Technician II $137 $/hr
Technician III $154 $/hr
Technician IV $169 $/hr
Technician V $183 $/hr
Technician VI $201 $/hr
Technician VII $218 $/hr
Technician VIII $228 $/hr
Administrative I $83 $/hr
Administrative II $97 $/hr
Administrative III $114 $/hr
Administrative IV $137 $/hr
Administrative V $160 $/hr
CAD/GIS System $27.50 $/hr
CAD Plots-Half Size $2.50 price per plot
CAD Plots-Full Size $10.00 price per plot
CAD Plots-Large $25.00 price per plot
Copies(bw)8.5"X 11" $0.09 price per copy
Copies(bw)8.5"X 14" $0.14 price per copy
Copies(bw)11"X 17" $0.20 price per copy
Copies(color)8.5"X 11" $0.90 price per copy
Copies(color)8.5"X 14" $1.20 price per copy
Copies(color) 11"X 17" $2.00 price per copy
Technology Charge 2.50% %of Direct Labor
price per mile
Mileage $0.6550 (or Current IRS Rate)
Subconsultants 15% Cost+
Outside Services at cost
Rates listed are adjusted annually.
EXHIBIT D
CERTIFICATIONS/REPRESENTATIONS: Consultant,by and through its authorized representative,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) Consultant 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. Consultant further represents and warrants to City that: (a)it has the power and authority
to enter into and perform the Work, (b)the Agreement,when executed and delivered, shall be a valid and binding
obligation of Consultant enforceable in accordance with its terms,(c)the work under the Agreement shall be performed in
accordance with the highest local standards,and(d)Consultant is qualified,professionally competent, and duly licensed
(if applicable)to perform the Work. Consultant also certifies under penalty of perjury that its business is not in violation
of any Oregon tax laws, it is an independent contractor as defined in the Agreement,it is authorized to do business in the
State of Oregon,and Consultant has checked four or more of the following criteria that apply to its business.
RLB (1) Consultant carries out the work or services at a location separate from a private residence or is in a
specific portion of a private residence, set aside as the location of the business.
RLB (2)Commercial advertising or business cards or a trade association membership are purchased for the
business.
RLB (3)Telephone listing is used for the business separate from the personal residence listing.
RLB (4)Labor or services are performed only pursuant to written contracts.
RI R (5)Labor or services are performed for two or more different persons within a period of one year.
(6) Consultant assumes financial responsibility for defective workmanship or for service not provided as
evidenced by the ownership of performance bonds,warranties, errors and omission(professional liability)
insurance or liability insurance relating to the Work or services to be provided.
September 20, 2023
Consultant Date
EXHIBIT E
CITY OF ASHLAND, OREGON
City of Ashland
LIVING
ALL employers described WAG E
below must comply with City
of Ashland laws regulating
payment of a living wage. , _ -
$18.12 per-hour; effective June 30, 2023:
The Living Wage.is adjusted,annually every
June :30'by the.`Consumer Price index:
Employees must be paid a portion of business of their of health care, retirement,
living wage: employer, if the employer has 401K and IRS eligible
ten or more employees, and cafeteria plans(including
has received financial childcare) benefits to the
assistance for the project or amount of wages received by
➢ For all hours worked under a business from the City of the employee.
service contract between their Ashland in excess of
employer and the City of $25,335.05. > Note: For temporary and
Ashland if the contract part-time employees,the
exceeds$25,335.05 or more. > If their employer is the City of Living Wage does not apply
Ashland, including the Parks to the first 1040 hours worked
> For all hours worked in a and Recreation Department. in any calendar year. For
month if the employee spends more details, please see
50%or more of the > In calculating the living wage, Ashland Municipal Code
employee's time in that month employers may add the value Section 3.12.020.
working on a project or
For additional information:
Call the Ashland City Administrator's office at 541-488-6002 or write to the City Administrator,
City Hall, 20 East Main Street, Ashland, OR 97520, or visit the City's website at www.ashland.or.us.
Notice to Employers: This notice must be posted predominantly in areas where it can be
seen by all employee
CITY OF
ASHLAND
Exhibit F
ARPA/SLFRF Required Contract Clauses
Purpose: The purpose of this reference is to assist ARPA grant award recipients by
summarizing required contract clauses consistent with the federal Uniform Guidance
requirements that are applicable to the State and Local Fiscal Recovery Funds (SLFRF)
program as part of the American Rescue Plan Act(ARPA).
As described in this document a"recipient"is a recipient of an APRA funded grant award
from Business Oregon.
The SLFRF awards are generally subject to the requirements set forth in the The Office of
Management and Budget's(OMB)Uniform Administrative Requirements.Cost Principles.
and Audit Requirements for Federal Awards (commonly called"Uniform Guidance"). The
"Uniform Guidance"is the set of federal rules (administrative requirements,cost
principles,and audit guidelines)that apply to federal money. This includes requirements
such as the treatment of eligible uses of funds,procurement,and reporting requirements.
Please see the SLFRF Compliance and Reporting Guidance page 12 for full Award terms
and conditions.
It is the recipient's responsibility to ensure all SLFRF award funds are used in compliance
with these requirements. In addition,recipients should be mindful of any additional
compliance obligations that may apply —for example,additional restrictions imposed
upon other sources of funds used in conjunction with SLFRF award funds,or statutes and
regulations that may independently apply to water and sewer infrastructure projects.
Contract Clause Checklist
Directions:
Appendix II of 2 CFR 200 (The Uniform Guidance) outlines the contract provisions that
you must place in contracts with your contractors,and in contracts with subrecipients (if
any). The checklist below contains these standard clauses for inclusion in contracts
needed to utilize ARPA funds.
Clauses for All Contracts:
Creating a contract that complies with ARPA requirements must include the below
sections as verbatim:
❑ Contractor must be registered in SAM.gov. -The Contractor shall register in the
System for Award Management(SAM),which is the primary registrant database for the
U.S. Federal Government and shall update the information at least annually after the
initial registration and maintain its status in the SAM through the Term of this
Agreement.Information regarding the process to register in the SAM can be obtained at
Sam.gov
❑ Whistleblower-Contractor receiving ARPA funds shall under or through this contract
post notice of the rights and remedies provided to whistleblowers under No Fear Act Pub.
L. 107-174. 29 CFR§ 1614.703 (d).
❑ Inspections;Information - Contractor shall permit,and cause its subcontractors to
allow the State of Oregon,the federal government and any party designated by them to:
• Examine,visit and inspect,at any and all reasonable times,the property,if any,
constituting the Project.
• Inspect and make copies of any accounts,books and records,including,without
limitation,its records regarding receipts,disbursement,contracts,and any other
matters relating to the Project,and to its financial standing,and shall supply such
reports and information as reasonably requested.
• Interview any officer or employee of the Contractor,or its subcontractors,
regarding the Project.
❑ Equal Opportunity-Contractor shall comply with Executive Order 11246 of September
24, 1965,entitled"Equal Employment Opportunity,"as amended by Executive Order 11375
of October 13,1967,and as supplemented in Department of Labor regulations (41 CFR
chapter 60).
❑ Copeland"Anti-Kickback"Act-Contractor shall comply with the Copeland"Anti-
Kickback"Act(40 U.S.C.3145),as supplemented by Department of Labor regulations (29
CFR Part 3,"Contractors and Subcontractors on Public Building or Public Work Financed
in Whole or in Part by Loans or Grants from the United States"). The Act provides that
each contractor or subrecipient must be prohibited from inducing,by any means,any
person employed in the construction,completion,or repair of public work,to give up any
part of the compensation to which he or she is otherwise entitled. The non-Federal entity
must report all suspected or reported violations to the Federal awarding agency.
❑ Debarment and Suspension(Executive Orders 12549 and 12689) -A contract award(see
2 CFR 180.220)must not be made to parties listed on the governmentwide exclusions in
the System for Award Management(SAM),in accordance with the OMB guidelines at 2
CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp.,p. 189) and 12689
(3 CFR part 1989 Comp.,p. 235),"Debarment and Suspension."SAM Exclusions contains
the names of parties debarred,suspended,or otherwise excluded by agencies,as well as
parties declared ineligible under statutory or regulatory authority other than Executive
Order 12549.
❑ Prohibition on purchasing telecommunications or surveillance equipment, services,or
systems.As required by 2 CFR 200.216,federal grant or loan recipients and subrecipients
are prohibited from obligating or expending loan or grant funds to procure or obtain;
extend or renew a contract to procure or obtain;or enter into a contract(or extend or
renew a contract)to procure or obtain equipment,services,or systems that use covered
telecommunications equipment,video surveillance services or services as a substantial or
essential component of any system,or as critical technology as part of any system.As
described in Public Law 115-232,section 889,covered telecommunications equipment is
telecommunications equipment produced by Huawei Technologies Company or ZTE
Corporation(or any subsidiary or affiliate of such entities). Prohibitions extend to the use
of Federal funds by recipients and subrecipients to enter into a contract with an entity
that"uses any equipment,system,or service that uses covered telecommunications
equipment or services"as a substantial or essential component of any system,or as
critical technology as part of any system. Certain equipment,systems,or services,
including equipment,systems,or services produced or provided by entities subject to the
prohibition are recorded in the System for Award Management exclusion list.
❑ Preference to United States made goods. -As appropriate and to the extent consistent
with law,the contractor should,to the greatest extent practicable under a Federal award,
provide a preference for the purchase,acquisition,or use of goods,products,or materials
produced in the United States (including but not limited to iron,aluminum,steel,cement,
and other manufactured products). The requirements of this section must be included in
all subawards including all contracts and purchase orders for work or products under this
award. For purposes of this section:
(1) "Produced in the United States"means,for iron and steel products,that all
manufacturing processes,from the initial melting stage through the application of
coatings,occurred in the United States.
(2) "Manufactured products"means items and construction materials composed in whole
or in part of non-ferrous metals such as aluminum;plastics and polymer-based products
such as polyvinyl chloride pipe;aggregates such as concrete;glass,including optical fiber;
and lumber.
Additional Clauses for Contracts Over$10,000:
Creating a contract over$10,000 that complies with ARPA requirements must include the
additional below sections as verbatim:
❑ Procurement of recovered materials over$10,000. - The Contractor must comply with
section 6002 of the Solid Waste Disposal Act,as amended by the Resource Conservation
and Recovery Act. The requirements of Section 6002 include procuring only items
designated in guidelines of the Environmental Protection Agency(EPA)at 40 CFR part
247 that contain the highest percentage of recovered materials practicable,consistent
with maintaining a satisfactory level of competition,where the purchase price of the item
exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year
exceeded$10,000;procuring solid waste management services in a manner that
maximizes energy and resource recovery;and establishing an affirmative procurement
program for procurement of recovered materials identified in the EPA guidelines.
❑ Termination for cause and for convenience - Contractor shall address termination for
cause and for convenience,including the manner by which it will be affected and the
basis for settlement.
The Contract Owner shall have the option,in its sole discretion,to terminate this
Agreement,at any time during the term hereof,for convenience and without cause. The
Contract Owner shall exercise this option by giving Contractor written notice of
termination. The notice shall specify the date on which termination shall become
effective.
Additional Clauses for Contracts Over$100,000:
Creating a contract over$100,000 that complies with ARPA requirements must include
the additional below section(s) as verbatim:
❑ Certification form located in Appendix I.Byrd Anti-Lobbying Amendment(31 U.S.C.
1352) - Contractors that apply or bid for an award exceeding$100,000 must file the
required certification.Each tier certifies to the tier above that it will not and has not used
Federal appropriated funds to pay any person or organization for influencing or'
attempting to influence an officer or employee of any agency,a member of Congress,
officer or employee of Congress,or an employee of a member of Congress in connection
with obtaining any Federal contract,grant or any other award covered by 31 U.S.C. 1352.
Each tier must also disclose any lobbying with non-Federal funds that takes place in
connection with obtaining any Federal award. Such disclosures are forwarded from tier to
tier up to the non-Federal award.
❑ Note:Only include for contracts that involve the employment of mechanics or
laborers.The Contract Work Hours and Safety Standards Act requires all contractors—
prime and sub—to pay laborers and mechanics performing on a federal service contract
and federal and federally assisted construction contract over$100,000,1.5 times their
basic rate of pay for all hours worked over 40 in a workweek.Employers are liable to
employees for these unpaid wages. The failure of a contractor to comply with this Act
may also result in liability under the False Claims Act.Employees who are due unpaid
wages under the Contract Work Hours and Safety Standards Act may file a complaint
with the Wage and Hour Division within the U.S.Department of Labor.The DOL may then
enforce the provisions of the Act against violators.
Additional Clauses for Contracts Over$150,000:
Creating a contract over$150,000 that complies with ARPA requirements must include the
additional below section(s) as verbatim:
❑ Contractor shall comply with all applicable standards,orders,or requirements issued
under section 306 of the Clean Air Act(42 U.S.C. 1857(h)),section 508 of the Clean Water
Act(33 U.S.C. 1368),Executive Order 11738,and Environmental Protection Agency
regulations (40 CFR part 15).
Additional Clauses for Contracts Over$250,000 (the simplified acquisition
threshold as of 2022):
Creating a contract over$250,000 that complies with ARPA requirements must include
the additional below section(s) as verbatim:
❑ Contracts for more than the simplified acquisition threshold,which is the inflation
adjusted amount determined by the Civilian Agency Acquisition Council and the Defense
Acquisition Regulations Council(Councils)as authorized by 41 U.S.C. 1908,must address
administrative,contractual,or legal remedies in instances where contractors violate or
breach contract terms,and provide for such sanctions and penalties as appropriate.
Upon any breach of this Agreement by Contractor,the Contract Owner shall have all
remedies available to it both in equity and/or at law.
Appendix I
Certification Regarding Lobbying
(Awards to Contractors and Subcontractors in Excess of$100,000)
The undersigned certifies,to the best of his or her knowledge and belief,that:
(1) No Federal appropriated funds have been paid or will be paid,by or on
behalf of the undersigned,to any person for influencing or attempting to
influence an officer or employee of any agency,a Member of Congress,an
officer or employee of Congress,or an employee of a Member of Congress in
connection with the awarding of any Federal contract,the making of any
Federal grant,the making of any Federal loan,the entering into of any
cooperative agreement,and the extension,continuation,renewal,
amendment,or modification of any Federal contract,grant,loan or
cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to influence an officer or
employee of any agency,a Member of Congress,an officer or employee of
Congress,or an employee of a Member of Congress in connection with this
Federal contract,grant,loan,or cooperative agreement,the undersigned
shall complete and submit Standard Form-LLL,"Disclosure Form to Report
Lobbying,"in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be
included in the award documents for all subawards at all tiers (including
subcontracts,subgrants,and contracts under grants,loans,and cooperative
agreements) and that all subrecipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed
when this transaction was made or entered into. Submission of this certification is a
prerequisite for making or entering into this transaction imposed by section 1352,title 31,
U.S. Code.Any person who fails to file the required certification shall be subject to a civil
penalty of not less than$10,000 and not more than$100,000 for each such failure.
Signed:
Title:
Date:
FORM #3 CITY OF
A request for a Purchase Order ASHLAND
REQUISITION Date of request: 09120/2023.
Vendor Name RH2 Engineering,Inc.
Address,City,State,Zip 3553 Arrowhead Dr Ste 200 Medford,OR 97504
Contact Name Jeff Ballard
Telephone Number
Email address
SOURCING METHOD
0 Exempt from Competitive Bidding ❑ Invitation to Bid ❑ Emergency
❑ Reason for exemption: Date approved by Council: ❑ Form#13,Written findings and Authorization
❑ AMC 2.50 _(Attach copy of council communication) ❑ Written quote or proposal attached
❑ Written quote or proposal attached _(If council approval required,attach copy of CC)
❑ Small Procurement ❑■ Request for Proposal Cooperative Procurement
Not exceeding$5,000 Date approved by Council:9/19/2023 ❑ State of Oregon
❑ Direct Award (Attach copy of council communication) Contract#
❑ Verbal/Written quote(s)or proposal(s) 0 Request for Qualifications(Public Works) ❑ State of Washington
Intermediate Procurement Date approved by Council: Contract#
GOODS&SERVICES (Attach copy of council communication) 0 Other government agency contract
Greater than$5,000 and less than$100,000 0 Sole Source Agency
❑ (3)Written quotes and solicitation attached ❑Applicable Form(#5,6,7 or 8) Contract#
PERSONAL SERVICES ❑Written quote or proposal attached Form Intergovernmental Agreement
Greater than$5,000 and less than$75,000 ❑ Form#4, Personal Services>$5K&<$75K Agency
❑Direct appointment not to exceed$35,000 ❑Annual cost to City does not exceed$25,000.
❑ Special Procurement
0(3)Written proposals/written solicitation Agreement approved by Legal and approved/signed by
❑Form#4,Personal Services>$5K&<$75K ❑ Form#9,Request for Approval City Administrator.AMC 2.50.070(4)
0 Written quote or proposal attached
Date approved by Council: ❑Annual cost to City exceeds$25,000,Council
Valid until: (Date) approval required.(Attach copy of council communication)
Description of SERVICES Total Cost
Engineering Design for ARPA Tap Scope 2 •
$ 19.6,P$0E00
Item# Quantity Unit Description of MATERIALS Unit Price Total Cost
0 Per attached quotelproposal ..,'TOTAL COST
Expenditure must be charged to the appropriate account numbers for the financials to reflect the actual expenditures accurately.
Project Number 2021-13b _ _ _ Account Number 081800 - 704200 $ 196,650.00 .
Project Number _ _ _ Account Number - $ , ,
Project Number -_ _ Account Number - $ ,- - -3_ _ _
IT Director in collaboration with department to approve all hardware and software purchases:
By signing this requisition form,l certify that the City's public contracting requirements have been satisfied. IT Director Date Support Yes/No
Employee: Department Head:
(Equal to or greater than$5,000)
Department Manager/Supervisor: City Administrator:
(Equal to or greater than$25,000)
•
Funds appropriated for current fiscal year: YES / NO
Finance Director-(Equal to or greater than$5,000) Date
Comments:
Form#3-Requisition
vasCouncil Business Meeting
September 19,2023
Agenda MGR Professional Services Contract for TAP Intertie System Improvements
(Scope 2)
Jason Strait Project Manager
Scott Fleury PE Public Works Director
Contact jason.strait@ashland.or.us
Scott.fleury@ashland.or.us
[iii ,U • Requested by Council 0 Update 0 Request for Direction® Presentation 0
SUMMARY
Before the Council is a request to award of a professional services contract(PSC)to RH2 Engineering Inc.
for the design of TAP Intertie system improvements defined in the TAP Master Plan.Ashland,Talent and
Phoenix were awarded three million dollars in grant funding via American Rescue Plan Act(ARPA)to fund
defined projects within the TAP Master Plan.Per the grant agreement the ARPA funds must be expended by
2026.
POLICIES,PLANS&GOALS SUPPORTED
City Council Goals:
Essential Services
• Drinking Water System
Enhance Value Services:
• Water Conservation
• Address Climate Change
CEAP Goals:
Natural Systems:Air,water,and ecosystem health,including opportunities to reduce emissions and
prepare for climate change through improved resource conservation and ecosystem management.
Department Goals:
• Maintain existing infrastructure to meet regulatory requirements and minimize life cycle costs
• Deliver timely life cycle capital improvement projects.
• Maintain and improve infrastructure that enhances the economic vitality of the community.
• Evaluate all city infrastructure regarding planning management and financial resources.
PREVIOUS COUNCIL ACTION
The City Council has taken numerous actions over the past three decades in relation to the TAP system
with the most recent being adoption of the TAP System Master Plan as the guiding planning document for
TAP(Staff Report).
The Council also approved the supplemental budget resolution accepting the three million dollars in grant
funding at the January 4,2022 Council Business Meeting (Staff Report).
Page 1of3
ma
adtezvt,
•
raCouncil Business Meeting
A previous PSC for a portion of this work scope came before the council on January 03,2023,and was
subsequently awarded to RH2.
BACKGROUND AND ADDITIONAL INFORMATION
The purpose of this project is to develop the engineering plans,specifications and estimates for
improvements to the TAP system as defined in the TAP Master Plan and covered by the ARPA grant.Talent,
Ashland and Phoenix have entered into an Intergovernmental Agreement(IGA)for Ashland to manage the
projects and ARPA funding.
The project was formally solicited on the OregonBuys on May 16,2023 and a response was received on
June 20,2023.A single proposal was submitted by RH2 Engineering Inc.for the project.The proposal was
graded by Jason Strait(Project Manager),Karl Johnson(Associate Engineer),and Scott Fleury(Public'
Works Director).
The results of the scoring are as follows:
CONSULTANT - TOTAL SCORE RANK
RH2 Engineering Inc. 262(87.3 avg) 1
After scoring was completed,RH2 Engineering Inc.was notified of the City's intent to begin scope and fee
negotiations for the project.Through several discussions a final scope and fee was agreed upon in
concept by Talent,Ashland,Phoenix and RH2 Engineering Inc.The scope and fee is part of the professional
services contract,reference attachment#1.In addition,the contract and scope have been approved by
Business Oregon as required through the ARPA funding mechanism.
Project Description:
This contract supports the development of plans,specifications,bid packages and estimates for the
following improvements:
1. Building Seismic Study-Talent Booster Pump Station(BPS)
a. Investigate and assess the design and construction of the Talent Booster Pump
Station building for structural seismic resilience and recommend design changes.
2. Bi-Directional Flow Connection-Ashland to TAPS
b. Modifications to allow potable water flow from Ashland to TAPS. Work is likely to
include modifications to the Ashland BPS bypass piping and to a back flow vault as
well as the installation of a new pressure reducing valve. In the City of Phoenix the
_work is likely to include the installation of a new vault,meter and pressure reducing
valve. Changes to control systems at the various pumps stations may also be
required.
3. Water Main Seismic Design-Main TAPS Pipeline in Phoenix
Page 2 of 3
Fi
8ellet-`Tigclhe
•
• v
.A Council. Business Meeting
c. Modifications to approximately 1800 lineal feet of the 24"TAPS water pipeline running
through a potential area of seismic instability to reduce risk of failure in the event of an
earthquake.
FISCAL IMPACTS
The proposed fee for the engineering and construction administration for the project is$196,650 and is
funded 100%from the ARPA grant received.Construction cost estimates will be updated during the design
process and staff will bring forward future construction contracts arising from this PSC for award by the
City Council.If the grant amount is exceeded in the construction phase then each community will pay
their appropriate share based on the TAP Master Plan cost allocation basis.
DISCUSSION QUESTIONS
Does the Council have any questions about the professional services contract for TAP improvements?
SUGGESTED NEXT STEPS
Next steps include issuing a notice to proceed after award of contract and begin coordinating the schedule of
work activities with RH2.
Staff will coordinate design development and review with the TAPS partner cities.
ACTIONS,OPTIONS&POTENTIAL MOTIONS
■ I move to approve a Legal Department approved professional services contract with RH2
Engineering Inc.for TAP system improvements in the amount of$196,650.
• I move to request Public Works perform a new solicitation for the project.
REFERENCES&ATTACHMENTS
Attachment#1:Professional Services Contract with RH2 Engineering
Page 3 of 3
cr.Tro
PERSONAL SERVICES AGREEMENT(greater than$35,000.00)
CONSULTANT: RH2 ENGINEERING,INC.
CITY OF CONSULTANT'S CONTACT: Jeff Ballard
ASHLAND
20 East Main Street ADDRESS: 3553 Arrowhead Dr,STE 200
Ashland,Oregon 97520 Medford,OR 97504
Telephone: 541/488-5587
Fax: 541/488-6006 EMAIL: jballard@rh2.com
This Personal Services Agreement(hereinafter"Agreement")is entered into by and between the City of
Ashland,an Oregon municipal corporation(hereinafter"City")and RH2 Engineering,Inc.,a foreign business
corporation("hereinafter"Consultant"),for Engineering Design for ARPA Tap Scope 2.
NOW THEREFORE,in of the mutual covenants contained herein,the City and
Consultant hereby agree as follows:
1. Effective Date and Duration: This Agreement shall become effective on the date of execution on
behalf of the City,as set forth below(the"Effective Date"),and unless sooner terminated as specifically
provided herein,shall terminate upon the City's affirmative acceptance of Consultant's Work as
complete and Consultant's acceptance of the City's final payment therefore,but not later than June 30,
2025.
2. Scope of Work: Consultant will provide Engineering Design for ARPA Tap Scope 2 as more fully set
forth in the Consultant's Scope of Work dated August 2023,which is attached hereto as"Exhibit A"and
incorporated herein by this reference. Consultant's services are collectively referred to herein as the
"Work."
3. Supporting Documents/Conflicting Provisions: This Agreement and any exhibits or other supporting
documents shall be construed to be mutually complimentary and supplementary wherever possible. In
the event of a conflict which cannot be so resolved,the provisions of this Agreement itself shall control
over any conflicting provisions in any of the exhibits or supporting documents.
4. All Costs Borne By Consultant: Consultant shall,perform the Work described above and,unless
otherwise specified in this Agreement,furnish all labor,equipment,and materials required for the proper
performance of such Work.
5. Qualified Work: Consultant has represented,and by entering into this Agreement now represents,that
all personnel assigned to the Work to be performed under this Agreement are fully qualified to perform
the service to which they will be assigned in a skilled and worker-like manner and,if required to be
registered,licensed or bonded by the State of Oregon,are so registered,licensed and bonded.
6. Compensation: City shall pay Consultant at the hourly rates and for the amounts actually incurred for
Page 1 of 7: Personal Serivces Agreement between the City of Ashland and RH2 Engineering,Inc.
any subcontracting activities as set forth in Consultant's fee schedule entitled"RH2 Engineering,Inc.
2023 Schedule of Rates and Charges"which is attached hereto as"Exhibit C"and incorporated herein
by this reference,as full compensation for Consultant's performance of all Work under this Agreement.
In no event shall Consultant's total of all compensation and reimbursement under this Agreement exceed
the sum of$196,650.00(ONE HUNDRED NINTY-SIX THOUSAND SIX HUNDRED AND FIFTY
U.S.DOLLARS)as detailed in"Exhibit B"without the express,written approval from the City official
whose signature appears below,or such official's successor in office. Payments shall be made within 30
days of the date of receipt by the City of Consultant's invoice. Should this Agreement be terminated
prior to completion of all Work,payments will be made for any phase of the Work completed and
accepted as of the date of termination.
7. Ownership of Work/Documents: All Work product or documents produced in furtherance of this
Agreement belong to the City,and any copyright,patent,trademark proprietary or any other protected
intellectual property right shall vest in and is hereby assigned to the City.All reuse not occurring as part
of this Work shall be without liability to the Consultant.
8. Statutory Requirements: The following laws of the State of Oregon are hereby incorporated by
reference into this Agreement: ORS 279B.220,279B.230 and 279B.235.
9. Living Wage Requirements: If the amount of this Agreement is$25,335.05 or more,Consultant is
required to comply with Chapter 3.12 of the Ashland Municipal Code by paying a living wage,as
defined in that chapter,to all employees performing Work under this Agreement and to any
Subcontractor who performs 50%or more of the Work under this Agreement. Consultant is also
required to post the notice attached hereto as"Exhibit E"predominantly in areas where it will be seen by
all employees.
10. Indemnification: Consultant hereby agrees to defend,indemnify,save,and hold 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 to the extent caused by or
arising out of the intentional or negligent acts,errors,or omission in the performance of this Agreement
by Consultant(including but not limited to,Consultant's employees,agents,and others designated by
Consultant to perform Work or services attendant to this Agreement). However,Consultant shall not be
held responsible for any losses,expenses,claims,subrogations,actions,costs,judgments,or other
damages,caused solely by the negligence of City.
11. Termination:
a. Mutual Consent. This Agreement may be terminated at any time by the mutual consent of both
parties.
b. City's Convenience. This Agreement may be terminated by City at any time upon not less than
30 days'prior written notice delivered by certified mail or in person.
c. For Cause. City may terminate or modify this Agreement,in whole or in part,effective upon
delivery of written notice to Consultant,or at such later date as may be established by City under
any of the following conditions:
i. If City funding from federal,state,county or other sources is not obtained and continued at
Page 2 of 7: Personal Serivces Agreement between the City of Ashland and RH2 Engineering,Inc.
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
Agreement or are no longer eligible for the funding proposed for payments authorized by this
Agreement;oriii. If any license or certificate required by law or regulation to be held by
Consultant to provide the services required by this Agreement is for any reason denied,
revoked,suspended,or not renewed.
d. For Default or Breach.
i. Either City or Consultant may terminate this Agreement in the event of a breach of the
Agreement by the other. Prior to such termination the party seeking termination shall give to
the other party written notice of the breach and its intent to terminate. If the party
committing the breach has not entirely cured the breach within fifteen(15)days of the date of
the notice,or within such other period as the party giving the notice may authorize in writing,
then the Agreement 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 Agreement. City by written notice to Consultant of default or breach may at any
time terminate the whole or any part of this Agreement if Consultant fails to provide services
called for by this Agreement within the time specified herein or within 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 Agreement.
e. Obligation/Liability of Parties. Termination or modification of this Agreement 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 Subsection a,b,c,or d
of this section,Consultant shall immediately cease all activities under this Agreement,unless
expressly directed otherwise by City in the notice of termination.Further,upon termination,
Consultant shall deliver to City all Agreement documents,information,works-in-progress and
other property that are or would be deliverables had the Agreement been completed. City shall
pay Consultant for Work performed prior to the termination date if such Work was performed in
accordance with this Agreement.
12. Independent Contractor Status: Consultant is an independent contractor and not an employee of the
City for any purpose. Consultant shall have the complete responsibility for the performance of this
Agreement. Consultant shall provide workers'compensation coverage as required in ORS Chapter 656
for all persons employed to perform Work pursuant to this Agreement. Consultant is a subject employer
that will comply with ORS 656.017.
13. Assignment: Consultant shall not assign this Agreement 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
Page 3 of 7: Personal Serivces Agreement between the City of Ashland and RH2 Engineering,Inc.
ti
subcontract of the Work shall not create any contractual relation between the assignee or subcontractor
and City.
14. 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 under the 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 Agreement;or attempts to assign rights in,or delegate duties under,this
Agreement.
15. Insurance. Consultant shall,at its own expense,maintain 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
$2,000,000(two million dollars)per claim. This is to cover any damages caused by error,omission
or negligent acts related to the professional services to be provided under this Agreement. "Tail"
coverage will be required at the completion of the Work under this Agreement for the remaining
Term,and for not less than twenty-four(24)months after completion of all Work. Consultant shall
be responsible for furnishing certification of the"tail"coverage as described herein or continuous
"claims made"liability coverage for not less than twenty-four(24)months following completion of
all Work,provided that the continuous"claims made"coverage has a retroactive date on or before
the Effective Date of this Agreement.
c. General Liability insurance with a combined single limit,or the equivalent,of not less than
$2,000,000(two million dollars)per occurrence for Bodily Injury,Death,and Property Damage.
d. Automobile Liability insurance with a combined single limit,or the equivalent,of not less than
$1,000,000(one million dollars)for each accident for Bodily Injury and Property Damage,including
coverage for owned,hired or non-owned vehicles,as applicable.
e. Notice of cancellation or change. There shall be no cancellation,material change,reduction of limits
or intent not to renew the insurance coverage(s)without 30 days'prior 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,
excluding Professional Liability and Workers' Compensation,required herein,but only with
respect to Consultant's services to be provided under this Agreement.The consultant's insurance is
primary and non-contributory.As evidence of the insurance coverages required by this Agreement,
the Consultant shall furnish acceptable insurance certificates prior to commencing the Work under
this Agreement. 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.
16. Nondiscrimination: Consultant agrees that no person shall,on the grounds of race,color,religion,
creed,sex,marital status,familial status or domestic partnership,national origin,age,mental or physical
Page 4 of 7: Personal Serivces Agreement between the City of Ashland and RH2 Engineering,Inc.
disability,sexual orientation,gender identity or source of income,suffer discrimination in the
performance of any Work under this Agreement when employed by Consultant. Consultant agrees to
comply with all applicable requirements of federal and state civil rights and rehabilitation statutes,rules
and regulations. Further,Consultant agrees not to discriminate against a disadvantaged business
enterprise,minority-owned business,woman-owned business,a business that a service-disabled veteran
owns or an emerging small business enterprise certified under ORS 200.055,in awarding subcontracts as
required by ORS 279A.110.
17. Consultant's Compliance With Tax Laws:
17.1 Consultant represents and warrants to the City that:
17.1.1 Consultant shall,throughout the term of this Agreement,including any extensions hereof,
comply with:
(i)All tax laws of the State of Oregon,including but not limited to ORS 305.620 and ORS
Chapters 316,317,and 318;
(ii) Any tax provisions imposed by a political subdivision of the State of Oregon applicable
to Consultant;and
(iii) Any rules,regulations,charter provisions,or ordinances that implement or enforce any
of the foregoing tax laws or provisions.
17.1.2 Consultant,for a period of no fewer than six(6)calendar years preceding the Effective Date
of this Agreement,has faithfully complied with:
(i) All tax laws of the State of Oregon,including but not limited to ORS 305.620 and ORS
Chapters 316,317,and 318;
(ii) Any tax provisions imposed by a political subdivision of the State of Oregon applicable
to Consultant;and
(iii) Any rules,regulations,charter provisions,or ordinances that implement or enforce any
of the foregoing tax laws or provisions.
18. Governing Law;Jurisdiction;Venue: This Agreement 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 the
Consultant that arises from or relates to this Agreement 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 its signature hereon of its authorized representative,hereby consents to the in personam jurisdiction
of said courts.
19. THIS AGREEMENT AND THE ATTACHED EXHIBITS CONSTITUTE THE ENTIRE
UNDERSTANDING AND AGREEMENT BETWEEN THE PARTIES. NO WAIVER,CONSENT,
MODIFICATION OR CHANGE OF TERMS OF THIS AGREEMENT 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
Page 5 of 7: Personal Serivces Agreement between the City of Ashland and RH2 Engineering,Inc.
REGARDING THIS AGREEMENT. CONSULTANT,BY SIGNATURE OF ITS AUTHORIZED
REPRESENTATIVE,HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS
AGREEMENT,UNDERSTANDS IT,AND AGREES TO BE BOUND BY ITS TERMS AND
CONDITIONS.
20. Amendments. This Agreement may be amended only by written instrument executed by both parties
with the same formalities as this Agreement.
21. Nonappropriations Clause. Funds Available and Authorized: The City has sufficient funds currently
available and authorized for expenditure to finance the costs of this Agreement within the City's fiscal
year budget. Consultant understands and agrees that City's payment of amounts under this Agreement
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 Agreement. In the event City has
insufficient appropriations,limitations or other expenditure authority,City may terminate this
Agreement without penalty or liability to City,effective upon the delivery of written notice to
Consultant,with no further liability to Consultant.
22. Certification. Consultant shall sign the certification attached hereto as"Exhibit D"and incorporated
herein by this reference.
CITY OF ASHLAND: RI12 ENGINEERING,INC.(CONSULTANT):
By: By:
Joseph L.Lessard,City Manager Signature
Date Printed Name
Title
Purchase Order No.
Date
(W-9 is to be submitted with this signed Agreement)
APPROVED AS TO FORM:
Assistant City Attorney
9.6.23
Date
Page 6 of 7: Personal Serivces Agreement between the City of Ashland and RH2 Engineering,Inc.
EXHIBIT A
Scope of Work
City of Ashland
Talent-Ashland-Phoenix (TAP) Water System Improvements Project
City of Ashland Project No.2021-13b
August 2023
Background
The Talent-Ashland-Phoenix (TAP) water system initially was developed in the early 2000s and
delivers potable water from the Medford Water Commission to the Cities of Talent, Ashland, and
Phoenix (Cities).The TAP system includes several miles of large diameter transmission lines,three
booster pump stations (BPS), and associated reservoirs. The TAP water system is the only water
source for the City of Talent(Talent)and the City of Phoenix(Phoenix)and is a supplemental water
source for the City of Ashland (Ashland). All three Cities collaborate to manage and maintain the
TAP system for the benefit of the partner Cities.
In 2020, the TAP Water System Master Plan (WMP) was completed and includes a summary of
' current management, operations, and maintenance, and identifies specific capital improvement
projects for the system. The water system improvements identified in this Scope of Work are
derived from the WMP. The identified improvements are part of the individual water systems of
the Cities. However, Ashland is administering the contract for the work in coordination with the
other Cities.
RH2 Engineering, Inc., (RH2) was selected through a Request for Proposal solicitation issued by
Ashland in May 2023 to provide professional engineering services for the design and construction
period services for the following improvements:
• Talent BPS seismic study and recommendations to comply with seismic resilience standards.
• Design improvements at Ashland BPS and Talent BPS improvements to allow Ashland to
supply emergency water supply to Talent and Phoenix.
• Phoenix 24-inch pipeline replacement to meet seismic resiliency goals.
This Scope of Work details the tasks that will be performed by RH2. Unless otherwise indicated in a
specific task, RH2 will rely on the accuracy and completeness of any data, materials, or information
generated or provided by the Cities or others in relation to this Scope of Work. RH2 assumes that
the entity providing such information to RH2 is either the owner of such information or has obtained
written authorization from the owner to distribute said information. It is assumed that reviews and
comments required of the Cities will be provided in a timely manner.
All deliverables will be provided in electronic(PDF)format unless otherwise noted.
1
8/15/2023 3:53:26 PM PSA_SO W_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
Task 1— Project Management/Administration Services
Objective: Manage the project scope, budget,and schedule,and coordinate with Cities staff.
Approach:
1.1 Manage the RH2 Project Team — Manage the RH2 project team to track work elements
accomplished, work items planned for the next phase, man hours, scope changes, time, and
budget needed to complete the work. Submit monthly invoices summarizing costs and
remaining budget.
1.2 Coordinate with Ashland—Provide correspondence and coordination with the Ashland project
manager and staff. Correspondence will include RH2 and Ashland project manager check-in
calls.
RH2 Deliverables:
• Monthly invoices.
Task 2— Kick-Off Meeting and Data Review
Objective: Review the project information and data, and work with Cities staff to prepare the
design criteria for the improvements at each facility.Attend a kick-off meeting with the Cities.
Approach:
2.1 Perform Data Review — Review provided construction/as-built drawings and records of the
facilities to determine if other information is needed and/or available for the project.
2.2 Attend Kick-Off Meeting—Prepare for and attend one (1) kick-off meeting with the Cities to
determine design criteria. Visit the sites to confirm planned improvements and collect
additional field data.
Assumptions:
• RH2 will perform an evaluation of information provided by the Cities and others, as needed,
to develop the design criteria. Unknowns, assumptions, and other issues that may impact
the accuracy of the designs will be identified and provided to the Cities for review and
discussion. If additional effort is required to further investigate these issues, a modification
to this Scope of Work may be mutually negotiated between RH2 and the Cities.
• This Task will include site visits to two(2)facilities:Talent BPS,and Ashland BPS.Information
gathered from these visits will be used for the remaining tasks in this Scope of Work.
Provided by Ashland:
• Available construction/as-built documents for the pump stations for use by RH2.
• Construction submittals submitted to the owner during construction or Operations and
Maintenance(O&M) Manuals containing relevant documentation.
2
8/15/2023353:26 PM J/DATA\COA_BUSDEV\20230620_COA M230058 TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA_SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.000X
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
• Identification of current flow parameters and long-term planned design flow parameters for
each facility to aid in equipment selection.
RH2 Deliverables:
• Design criteria.
• Attendance at kick-off meeting and site visits.
Task 3— Topographic Survey
Objective: Acquire up-to-date survey data of the project sites for design purposes, including
topography and existing utilities throughout the pipeline alignment along Highway 99
(approximately 0.6 miles). Subcontract with Pariani Land Surveying LLC (PLS) to survey the site.
Evaluate utility locates and survey limits. Coordinate with PLS for survey standards and AutoCAD
format,and review survey.
Approach:
3.1 Coordinate Survey—Subcontract and coordinate with PLS for to perform topographic survey
for the BPS sites and pipelines.
3.2 Attend Site Visit—Attend one(1)site visit to evaluate utility locates and survey limits.
3.3 Review Survey Data—Review survey data for the pipelines.
Assumptions:
• Vertical datum will be based on North American Vertical Datum of 1988 (NAVD 88) as
derived from the Oregon Department of Transportation (ODOT) Oregon Real-Time GNSS
Network.
• PLS will coordinate the on-site utility locates and provide stamped topographic survey
drawings and AutoCAD existing base map files for use in design.
• Survey will be performed with aerial LiDAR data.
• Utilities will be tied with terrestrial survey.
RH2 Deliverables:
• Electronic copies of the AutoCAD survey files(AutoCAD and PDF).
• Attendance at one(1)site visit.
Task 4— Assess Existing Talent BPS/Shop
Objective: Coordinate and assist with identification of key elements in the Talent BPS lateral-load
resistance system,steel building condition,and status of non-structural elements per the Technical
Council on Lifeline Earthquake Engineering (TCLEE) checklists for an Administration, O&M Facility
structure. Information gathered in Task 4 will be used to complete Task 5. Note, RH2 may discover
that the concealed building elements are adequate without retrofit. RH2 also may discover that the
3
8/15/2023 3:53:26 PM 1:\DATA\COAL8USDEV\20230620_COA M230068 TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
BPS building cannot be reasonably or economically retrofit (in which case, planning for building
replacement could be recommended).
Approach:
4.1 Coordinate Concrete Non-Destructive Testing—Coordinate with Ashland's Special Inspection
Agency for non-destructive testing to identify the presence and spacing of reinforcement in
the stem wall and footing, floor slab, and piers at the bases of the building frames. It is
assumed that Talent personnel, prior to the special inspector's arrival, will excavate/expose a
3-foot-wide section of exterior stem wall and footing and will remove the panels obscuring
anchorage in two(2)locations:1)an interior frame;and 2)a corner column. Talent personnel
will reattach those panels and replace and compact excavated soil following the site visit.
4.2 Assess Steel Building Condition — Coordinate with Ashland's steel building contractor to
inspect the condition of the steel building connectors and components.
4.3 Identify Anchorage and Footings—Identify the size,spacing,and side cover of anchors and the
size of pier footings at typical interior frames and at building corners.
4.4 Perform TCLEE Assessment—Evaluate the shop per the TCLEE checklists for an Administration,
O&M Facility structure.
4.5 Flag Elements for Additional Anchorage or Restraint — Mark, with flagging tape or other
means, elements that should be anchored or restrained to meet TCLEE requirements/
recommendations.
Assumptions:
• It is assumed that the generator, which the Talent BPS relies on for post-earthquake
emergency power, will be anchored and/or replaced with a fixed generator as part of a
separate project;therefore,it is not mentioned further in this Scope of Work.
• It is assumed that Ashland will contract directly with a Special Inspection Agency and with a
steel building contractor to complete the non-destructive testing and building assessment,
respectively. RH2 is not responsible for the site safety, means and methods, or direction of
others.
Provided by Talent:
•
• Before arrival of testing agency, expose the elements that must be inspected, as described
is subtask 4.1.
• Access to the facility during assessment with staff available to respond to questions.
RH2 Deliverables:
• One(1)site visit.
• Review and summary of findings.
4
8/15/20233:53:26 PM 1:\DATA\COA`BUSDEV\20230620 COA M230068 TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
▪ • City of Ashland Exhibit A
` TAP Water System Improvements Project Scope of Work
Task 5— Identify Talent BPS Improvements
Objective: Based on the results of Task 2, identify improvements to increase the Talent BPS's
seismic resilience based on the results of Task 4.
Approach:
5.1 Identify Improvements— Prepare brief descriptions of the improvements to be made to the
Talent BPS to improve its seismic resilience and employee safety.
5.2 Prepare Engineer's Opinion of Probable Construction Cost — Prepare Engineer's opinion of
probable construction cost(OPCC)for the Talent BPS seismic improvements.
Assumptions:
• No plans are anticipated to be needed.
• It is assumed that the City will perform all needed services during bidding, contractor
selection,and construction.
RH2 Deliverables:
• List of seismic and/or safety improvements to be made.
• Engineer's OPCC.
Task 6— Ashland and Talent BPS Improvements
Objective:Design and manage the installation of flow control improvements that allow the Cities to
provide water from Ashland to Talent and Phoenix during emergencies through the Ashland and
Talent BPSs.The planned Ashland improvements will be outside of the existing BPS but within the
existing waterline easements between the BPS and Highway 99.The improvements are planned to
include the installation of pressure reducing flow control valves in a vault connecting the suction
and discharge piping from the BPS. The Talent BPS improvements are planned to be within the
existing Talent BPS facility.
Approach:
6.1 Select Pressure Reducing Flow Control Valves — Review flow requirements provided by the
Cities and select valves that match the flow and pressure requirements established. Provide
available options to the Cities for review and comment.
6.2 Design Electrical and Control—Design the modifications necessary to install and operate the
flow control valves. Prepare 60-percent, 90-percent, and bid-ready design submittals for the
Cities' review. Prepare Engineer's OPCC. Control system design will be added to the existing
controls at the facilities. Control System engineering will be provided by RH2's wholly owned
subsidiary,Control Systems NW LLC.
6.3 Design Mechanical Improvements—Design the modifications necessary to install and operate
the flow control valves and meters. Prepare 60-percent, 90-percent, and bid-ready design
submittals for the Cities review. Prepare Engineer's OPCC.
5
8/15/2023353x26 PM J/DATA\COA\BUSDEV\20230620 COA_M230068_TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA_SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOC%
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
6.4 Prepare Specifications — Prepare front-end and technical specifications for use during the
bidding phase. Prepare 60-percent,90-percent,and bid-ready submittals for the Cities review.
Front-end specifications will be based on the Ashland template to be provided. Technical
specifications will be in RH2's modified Construction Specifications Institute format.
6.5 Provide Services During Construction — Provide engineering services during the construction
phase to facilitate project completion as follows:
a) Prepare Construction Package — Prepare construction plan sets and specifications and
produce PDF version of documents to be provided to the City and the contractor.
b) Correspond with City and Contractor—Maintain ongoing communications with City staff
and the contractor as necessary to facilitate project construction. This subtask is
assumed to span the duration of services during construction.
c) Attend Pre-Construction Meeting — Coordinate and attend one (1) pre-construction
meeting with City staff and the contractor, respond to questions, and prepare meeting
agenda and minutes.
d) Review Construction Documents — Review and prepare responses as appropriate for
submittals (includes shop drawings, catalog submittals, and other data), pay requests,
requests for information(RFIs),and change order requests.
e) Provide On-Site Construction Observation — Provide part-time on-site construction
observations to review whether those elements of construction that are observed by
RH2 conform to the project plans and specifications. Observation services will be
provided on an as-needed basis as requested by the City. Up to sixty (60) hours have
been budgeted for this subtask. Prepare observation reports following on-site
observations.
f) Attend Testing and Startup — Provide technical expertise during testing and startup.
Attend startup to confirm performance.Perform an electrical and controls check.
g) Prepare O&M Manual—Prepare O&M Manual.This manual will build upon and include
existing O&M manual materials.
Assumptions:
• Ashland and Talent will administer and manage all aspects of project construction and
provide full-time on-site inspection, and RH2 will support this effort only as explicitly stated
herein. It is assumed that Ashland will work directly with the contractor regarding
contracting, work progress and schedule, claims, protests, and all other aspects to manage
construction of this project. It also is assumed that Ashland will provide the award letter,
notice to proceed, substantial completion letter, physical completion letter, punch list, and
all other documentation necessary for project administration and completion.
• The number of hours estimated to perform Services During Construction is based on similar
projects with similar complexity and depend in part on the contractor awarded the project.
The number of hours spent may vary depending on the completeness, respohsiveness, and
6
8/15/2023 3:53:26 PM 1:\DATA\COA`DUSDEVL20230620_COA_M230068TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
•
clarity of each document provided by the contractor,field conditions encountered,and other
factors. These services shall be performed up to the level included in the attached Fee
Estimate.
• RH2 is not responsible for site safety, means and methods, or for directing the contractor in
their work.
• O&M Manual will rely on information within existing 0&M manuals provided by the Cities.
Information within the new O&M Manual will build upon, refer to, and/or modify the
existing O&M manual materials.
Provided by Cities:
• Redline markups to 60-percent and 90-percent design deliverables received within
two(2)weeks of submission.
• Construction administration and management.
• Attendance at the pre-construction meeting.
• Construction contract execution, construction inspection, letters, and all other
documentation needed for project administration and closeout.
RH2 Deliverables:
• Valve options for Cities review and comment.
• Design plans and specifications at 60-percent,90-percent,and bid-ready.
• Engineer's OPCC.
• Conformed for construction plan sets and specifications.
• Correspondence with Cities'staff and the contractor as required.
• Attendance at the pre-construction meeting and meeting agenda and minutes.
• Submittal review responses, recommendations for payment, RFI responses, and change
orders.
• Observation reports following on-site observations via email.
• Attendance at startup and testing.
• O&M Manual.
7
8/15/20233.53:26 PM J:\DATA\COA' BUSDEV\20230620 COA_M230068 TAP WATER SYSTEM IMPROVEMENTS\CONTRACI\PSA SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS D00(
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
Task 7— Phoenix Pipeline Design
Objective: Prepare design plans and bid documents for the installation of approximately
2,900 linear feet of 24-inch ductile iron waterline to replace seismically susceptible infrastructure.
Approach:
7.1 Prepare 50-Percent Design: Develop 50-percent design level plans and an OPCC for the
installation of 24-inch ductile iron waterline. Provide plans for the City for review and
comment.
7.2 Prepare 100-Percent Design: Develop 100-percent design level plans,technical specifications,
and an OPCC based on comments received on the 50-percent design. Provide plans to the City
for review and comments.
7.3 Develop Bid-Ready Design: Develop the bid-ready design package, including front-end
documents.
Assumptions:
• No geotechnical investigations are included in this Scope of Work. RH2 will review geological
information available from the United States Department of Agriculture, the Oregon
Department of Geology and Mineral Industries,and any geological data provided by the City
relevant to the project area.
• Technical specifications will be prepared as special provisions to the Oregon Standard
Specifications for Construction,2021 Edition, as published by ODOT and the American Public
Works Association.
• Front-end documents will be prepared by RH2 on a City-supplied template.
Provided by City:
• Redline markups to 50-percent and 100-percent design deliverables received within
two(2)weeks of submission.
• Front-end construction contract templates.
RH2 Deliverables:
• 50-percent plans and OPCC.
• 100-percent plans,technical specifications,and OPCC.
• Bid-ready plans,technical specifications,front-end documents,and OPCC.
Task 8— Services During Bidding and Award
Objective: Provide engineering services during the bidding phase of the project to assist the City
with securing a qualified contractor to construct the project.
8
8/15/20233:53.26 PM J:\DATA\COA`BUSDEV\20230620 COA_M230068 TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
• City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
Approach:
8.1 Respond to Bidder Questions and Prepare Addendum: Respond to questions from bidders and
clarify, revise, or change construction plans,technical specifications,or construction contract
conditions during the bidding process. Prepare up to one (1) addendum, if determined
necessary, during the bidding process. It is assumed that up to one (1) addendum may be
needed.
8.2 Assist with Bid Opening and Bidder Evaluation: Review specialty contractor prequalification
applications as part of the bid review process. Review subcontractors, suppliers, and others
proposed by the prime contractor, if required by the bidding documents. Develop bid
tabulation and provide a letter of recommendation for award.
Assumptions:
• The City will be responsible for advertising the project for bids, producing and distributing
the bidding documents, and paying any applicable fees. RH2 will refer interested bidders
with questions to the City.
• The City is responsible for construction contract execution.
Provided by City:
• Bid advertisement and payment of any associated fees.
• Fielding bidder questions and referring technical questions to RH2.
• Construction contract execution.
RH2 Deliverables:
• Up to one(1)addendum.
• Responses to contractor or supplier questions via telephone or email.
• Tabulation of bids received during bid opening.
• Letter of recommendation for award.
Task 9— Services During Construction
Objective: Provide limited construction contract administration services during project
construction to support the City.RH2 will provide periodic observation of the construction to review
whether those elements of construction that are observed by RH2 conform to the project plans and
specifications.
Approach:
9.1 Prepare for and Attend Pre-Construction Conference: Prepare for and attend one (1)
pre-construction conference with the contractor,City, RH2,and impacted or adjacent utilities.
Prepare an agenda and meeting minutes for the pre-construction conference.
9
8/15/2023153:26 PM J:\DATA\COA\_,RUSOEV\20230620_COA_M230068 TAP WATER SYSTEM IMPROVEMENTS\CONTRACT PSA SOW_TALENT,ASHLAND ANO PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
City of Ashland Exhibit A
TAP Water System Improvements Project Scope of Work
9.2 Review RFIs and Change Order Proposals: Review written RFIs and change order proposals
and provide written responses to the City.
9.3 Review Submittals: Review contractor submittals, shop drawings, and field testing per the
project documents. Coordinate with the City regarding substitute and "or-equal" items
proposed for use by the contractor.
9.4 Provide Periodic Field Observation and Attend Construction Meetings: Provide part-time
observation of the construction work in progress, including construction observation reports
for each visit. It is assumed that part-time construction observation includes, on average,
approximately four(4) hours per day for four(4) weeks of construction observation. RH2 will
coordinate with the contractor and City inspectors to provide construction observation at
critical stages of construction. Meet with the City and contractor weekly to review the
contractor's progress. Prepare weekly meeting agenda and minutes. Assist the City with
project closeout services, including the production of a punch list and review of punch list
completion.Prepare a recommendation letter for project acceptance.
9.5 Prepare Record Drawings: Provide record drawings representative of the as-constructed
project. Record drawings will be completed based upon contractor and City inspector redlined
markups to as-bid drawings.
Assumptions:
• Submittal review is assumed to be five(5)submittals with 25-percent resubmittal, including
the project schedule and schedule updates.
• RH2 is not responsible for site safety, means and methods, or for directing the contractor in
their work.
• The contractor will be responsible for providing construction survey and staking for field
control and as-built surveying for use in preparing record drawings.
• Construction phase services defined in this Task are variable in nature and depend in part on
the contractor that is awarded the project.RH2's estimate is based upon an experienced and
reasonable contractor being awarded the construction contract. RH2 recommends the City
budget the amount shown in the Fee Estimate in addition to a contingency amount. This
contingency could cover additional services if a more intensive level of observation and
construction support is necessary.
Provided by City:
• Contractor selection and construction management.
• Correspondence with contractor and RH2.
• Construction monitoring.
• Issuing required notifications to contractor.
10
8/15/2023353.26 PM J:\DATA\COA\BUSDEV\20230620 COA M230068 TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA_SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
• City of Ashland Exhibit A
• TAP Water System Improvements Project Scope of Work
RH2 Deliverables:
• Pre-construction conference administration and documentation, including pre-construction
conference meeting agenda and minutes.
• Submittal review and documentation.
• RFI and change order review and documentation,if required.
• Construction meeting agendas and minutes.
• Construction observation and correspondence with the City and contractor, as needed,
within the budgeted hours authorized.
• Construction observation reports from site visits.
• Punch list.
• Letter recommending project acceptance.
• Record drawings in PDF and AutoCAD DWG format, including external references,prepared
in accordance with City standards.
Project Schedule
The schedule for this project will be determined after execution of the contract. RH2 is aware of
the funding time constraints and will endeavor to work within these requirements. Project
completion is anticipated to occur by 2027 or sooner.The order in which the separate projects will
be completed will be at the discretion of the Cities.
11
8/15/20233.53:26 PM 1:\DATA\C0A 8USDEV\20230620 COA M230068_TAP WATER SYSTEM IMPROVEMENTS\CONTRACT\PSA SOW_TALENT,ASHLAND AND PHOENIX(TAP)WATER SYSTEM IMPROVEMENTS.DOCX
•
•EXHIBIT B
Fee Estimate
City of Ashland
Talent-Ashland-Phoenix(TAP)Water System Improvements
Aug-23
Total. Total Labor ' Total Subconsaltant• Total Expense Total Cost
- ... • • Descilption Hours _ ..
ITask 1 Project Management/Administration Services ) 60 I$ 14,576 I$ -I$ 419 I$ 14,995
Task 2 Kick-Off Meeting and Data Review ) 10 I$ 2,358 I$ -I$ 79 I$ 2,437
'Task 3 Topographic Survey I 11 I$ 2,299 I$ 6,325 I$ 153 I$ 8,777 I
'Task 4 Assess Existing Talent BPS/Shop I 20 )$ 4,320 $ -I$ 938 I$ 5,258 I
'Task 5 Identify Talent BPS Improvements I 9 I$ 1,970($ -I$ 187 I$ 2,157 I
(Task 6 Ashland and Talent BPS Improvements I 272 I$ 49,504 I$ -)$ 4,207)$ 53,711 I
'Task7 Phoenix Pipeline Design I 394 I$ •71,892 I$ -I$ 6,690 I$ 78,582
(Task 8 Services During Bidding and Award ) 8 )$ - 1,900 I$ -I$ 95 I$ 1,995
'Task9 Services During Construction I 144 )$ 25,878 I$ -I$ 2,860 I$ 28,738
PROJECT TOTAL _ ,' 928 '$ 174,697. $ 6,325.'$' 15,628 I $ 196,650
•
J.10zbYAAUnDeJ20230620 COtiN730069_TM Water System MpmareM\fmtrmWSA_Fee TAP Water System MPrrnareib 511550233:55 PM
EXHIBIT C
RH2 ENGINEERING,INC.
2023 SCHEDULE OF RATES AND CHARGES
RATE UST RATE UNIT
Professional I $162 $/hr
Professional Il _ $176 $/hr
Professional III $198 $/hr
Professional IV $216 $/hr
Professional V $229 $/hr
Professional VI $247 $/hr
Professional VII $263 $/hr
Professional VIII $275 $/hr
Professional IX $275 $/hr
Technician I $124 $/hr
Technician II $137 $/hr
Technician III $154 $/hr
Technician IV $169 $/hr
Technician V $183 $/hr
Technician VI $201 $/hr
Technician VII $218 $/hr
Technician VIII $228 $/hr
Administrative I $83 $/hr
Administrative II $97 $/hr
Administrative III $114 $/hr
Administrative IV $137 $/hr
Administrative V $160 $/hr
CAD/GIS System $27.50 $/hr
CAD Plots-Half Size $2.50 price per plot
CAD Plots-Full Size $10.00 price per plot
CAD Plots-Large $25.00 price per plot
Copies(bw)8.5"X 11" $0.09 price per copy
Copies(bw)8.5"X 14" $0.14 price per copy
Copies(bw)11"X 17" $0.20 price per copy
Copies(color)8.5"X 11" $0.90 price per copy
Copies(color)8.5"X 14" $1.20 price per copy
Copies(color)11"X-17" $2.00 price per copy
Technology Charge 2.50% %of Direct Labor
price per mile
Mileage $0.6550 (or Current IRS Rate)
Subconsultants 15% Cost+
Outside Services at cost
Rates listed are adjusted annually.
•
EXHIBIT D
CERTIFICATIONS/REPRESENTATIONS: Consultant,by and through its authorized representative,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)Consultant 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. Consultant further represents and warrants to City that: (a)it has the power and authority
to enter into and perform the Work,(b)the Agreement,when executed and delivered,shall be a valid and binding
obligation of Consultant enforceable in accordance with its terms,(c)the work under the Agreement shall be performed in
accordance with the highest local standards,and(d)Consultant is qualified,professionally competent,and duly licensed
(if applicable)to perform the Work. Consultant also certifies under penalty of perjury that its business is not in violation
of any Oregon tax laws,it is an independent contractor as defined in the Agreement,it is authorized to do business in the
State of Oregon,and Consultant has checked four or more of the following criteria that apply to its business.
(1)Consultant carries out the work or services at a location separate from a private residence or is in a
specific portion of a private 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)Consultant assumes financial responsibility for defective workmanship or for service not provided as
evidenced by the ownership of performance bonds,warranties,errors and omission(professional liability)
insurance or liability insurance relating to the Work or services to be provided.
Consultant Date
•
EXHIBIT E
CITY OF ASHLAND, OREGON
City of Ashland
LIVING
ALL employers described WAG E
below must comply with City
of Ashland laws regulating
payment of a living wage.
' $18.12 per hour, effective.June 30, 2023.
11/11The.Living;Wage is adjusted annually every
June.30 by the.Consumer Price index.
Employees must be paid a portion of business of their of health care,retirement,
living wage: employer,if the employer has 401K and IRS eligible
ten or more employees,and cafeteria plans(including
has received financial childcare)benefits to the
assistance for the project or amount of wages received by
> For all hours worked under a business from the City of the employee.
service contract between their Ashland in excess of
employer and the City of $25,335.05. > Note: For temporary and
Ashland if the contract part-time employees,the
exceeds$25,335.05 or more. > If their employer is the City of Living Wage does not apply
Ashland,including the Parks to the first 1040 hours worked
> For all hours worked in a and Recreation Department. in any calendar year. For
month if the employee spends more details,please see
50%or more of the > In calculating the living wage, Ashland Municipal Code
employee's time in that month employers may add the value Section 3.12.020.
working on a project or
For additional information:
Call the Ashland City Administrator's office at 541-488-6002 or write to the City Administrator,
City Hall,20 East Main Street,Ashland,OR 97520,or visit the City's website at www.ashland.or.us.
Notice to Employers: This notice must be posted predominantly in areas where it can be
seen by all employee •
CITY OF
ASHLAND
Exhibit F
ARPA/SLFRF Required Contract Clauses
Purpose: The purpose of this reference is to assist ARPA grant award recipients by
summarizing required contract clauses consistent with the federal Uniform Guidance
requirements that are applicable to the State and Local Fiscal Recovery Funds(SLFRF)
program as part of the American Rescue Plan Act(ARPA).
As described in this document a"recipient"is a recipient of an APRA funded grant award
from Business Oregon.
The SLFRF awards are generally subject to the requirements set forth in the The Office of
Management and Budget's(OMB)Uniform Administrative Requirements.Cost Principles,
and Audit Requirements for Federal Awards(commonly called"Uniform Guidance").The
"Uniform Guidance"is the set of federal rules(administrative requirements,cost
principles,and audit guidelines)that apply to federal money.This includes requirements
such as the treatment of eligible uses of funds,procurement,and reporting requirements.
Please see the SLFRF Compliance and Reporting Guidance page 12 for full Award terms
and conditions.
It is the recipient's responsibility to ensure all SLFRF award funds are used in compliance
with these requirements.In addition,recipients should be mindful of any additional
compliance obligations that may apply—for example,additional restrictions imposed
upon other sources of funds used in conjunction with SLFRF award funds,or statutes and
regulations that may independently apply to water and sewer infrastructure projects.
Contract Clause Checklist
Directions:
Appendix II of 2 CFR 200(The Uniform Guidance)outlines the contract provisions that
you must place in contracts with your contractors,and in contracts with subrecipients(if
any).The checklist below contains these standard clauses for inclusion in contracts
needed to utilize ARPA funds.
Clauses for All Contracts:
Creating a contract that complies with ARPA requirements must include the below
sections as verbatim:
❑Contractor must be registered in SAM.gov.-The Contractor shall register in the
System for Award Management(SAM),which is the primary registrant database for the
U.S.Federal Government and shall update the information at least annually after the
initial registration and maintain its status in the SAM through the Term of this
Agreement.Information regarding the process to register in the SAM can be obtained at
Sam.gov
❑Whistleblower-Contractor receiving ARPA funds shall under or through this contract
post notice of the rights and remedies provided to whistleblowers under No Fear Act Pub.
L.107-174.29 CFR§1614.703(d).
❑Inspections;Information-Contractor shall permit,and cause its subcontractors to
allow the State of Oregon,the federal government and any party designated by them to:
• Examine,visit and inspect,at any and all reasonable times,the property,if any,
constituting the Project.
• Inspect and make copies of any accounts,books and records,including,without
limitation,its records regarding receipts,disbursement,contracts,and any other
matters relating to the Project,and to its financial standing,and shall supply such
reports and information as reasonably requested.
• Interview any officer or employee of the Contractor,or its subcontractors,
regarding the Project.
❑Equal Opportunity-Contractor shall comply with Executive Order 11246 of September
24,1965,entitled"Equal Employment Opportunity,"as amended by Executive Order 11375
of October 13,1967,and as supplemented in Department of Labor regulations(41 CFR
chapter 60).
❑Copeland"Anti-Kickback"Act-Contractor shall comply with the Copeland"Anti-
Kickback"Act(40 U.S.C.3145),as supplemented by Department of Labor regulations(29
CFR Part 3,"Contractors and Subcontractors on Public Building or Public Work Financed
in Whole or in Part by Loans or Grants from the United States").The Act provides that
each contractor or subrecipient must be prohibited from inducing,by any means,any
person employed in the construction,completion,or repair of public work,to give up any
part of the compensation to which he or she is otherwise entitled.The non-Federal entity
must report all suspected or reported violations to the Federal awarding agency.
❑Debarment and Suspension(Executive Orders 12549 and 12689)-A contract award(see
2 CFR 180.220)must not be made to parties listed on the governmentwide exclusions in
the System for Award Management(SAM),in accordance with the OMB guidelines at 2
CFR 180 that implement Executive Orders 12549(3 CFR part 1986 Comp.,p.189)and 12689
(3 CFR part 1989 Comp.,p.235),"Debarment and Suspension."SAM Exclusions contains
the names of parties debarred,suspended,or otherwise excluded by agencies,as well as
parties declared ineligible under statutory or regulatory authority other than Executive
Order 12549.
❑Prohibition on purchasing telecommunications or surveillance equipment,services,or
systems.As required by 2 CFR 200.216,federal grant or loan recipients and subrecipients
are prohibited from obligating or expending loan or grant funds to procure or obtain;
extend or renew a contract to procure or obtain;or enter into a contract(or extend or
renew a contract)to procure or obtain equipment,services,or systems that use covered
telecommunications equipment,video surveillance services or services as a substantial or
essential component of any system,or as critical technology as part of any system.As
described in Public Law 115-232,section 889,covered telecommunications equipment is
telecommunications equipment produced by Huawei Technologies Company or ZTE
Corporation(or any subsidiary or affiliate of such entities).Prohibitions extend to the use
of Federal funds by recipients and subrecipients to enter into a contract with an entity
that"uses any equipment,system,or service that uses covered telecommunications
equipment or services"as a substantial or essential component of any system,or as
critical technology as part of any system.Certain equipment,systems,or services,
including equipment,systems,or services produced or provided by entities subject to the
prohibition are recorded in the System for Award Management exclusion list.
❑Preference to United States made goods.-As appropriate and to the extent consistent
with law,the contractor should,to the greatest extent practicable under a Federal award,
provide a preference for the purchase,acquisition,or use of goods,products,or materials
produced in the United States(including but not limited to iron,aluminum,steel,cement,
and other manufactured products).The requirements of this section must be included in
all subawards including all contracts and purchase orders for work or products under this
award.For purposes of this section:
(1)"Produced in the United States"means,for iron and steel products,that all
manufacturing processes,from the initial melting stage through the application of
coatings,occurred in the United States.
(2)"Manufactured products"means items and construction materials composed in whole
or in part of non-ferrous metals such as aluminum;plastics and polymer-based products
such as polyvinyl chloride pipe;aggregates such as concrete;glass,including optical fiber;
and lumber.
Additional Clauses for Contracts Over$10,000:
Creating a contract over$10.000 that complies with ARPA requirements must include the
additional below sections as verbatim:
O Procurement of recovered materials over$10,000.-The Contractor must comply with
section 6002 of the Solid Waste Disposal Act,as amended by the Resource Conservation
and Recovery Act.The requirements of Section 6002 include procuring only items
•
designated in guidelines of the Environmental Protection Agency(EPA)at 40 CFR part
247 that contain the highest percentage of recovered materials practicable,consistent
with maintaining a satisfactory level of competition,where the purchase price of the item
exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year
exceeded$10,000;procuring solid waste management services in a manner that
maximizes energy and resource recovery;and establishing an affirmative procurement
program for procurement of recovered materials identified in the EPA guidelines.
❑Termination for cause and for convenience-Contractor shall address termination for
cause and for convenience,including the manner by which it will be affected and the
basis for settlement.
The Contract Owner shall have the option,in its sole discretion,to terminate this
Agreement,at any time during the term hereof,for convenience and without cause.The
Contract Owner shall exercise this option by giving Contractor written notice of
termination.The notice shall specify the date on which termination shall become
effective.
Additional Clauses for Contracts Over$100,000:
Creating a contract over$100.000 that complies with ARPA requirements must include
the additional below section(s)as verbatim:
❑Certification form located in Appendix I.Byrd Anti-Lobbying Amendment(31 U.S.C.
1352)-Contractors that apply or bid for an award exceeding$100,000 must file the
required certification.Each tier certifies to the tier above that it will not and has not used
Federal appropriated funds to pay any person or organization for influencing or
attempting to influence an officer or employee of any agency,a member of Congress,
officer or employee of Congress,or an employee of a member of Congress in connection
with obtaining any Federal contract,grant or any other award covered by 31 U.S.C.1352.
Each tier must also disclose any lobbying with non-Federal funds that takes place in
connection with obtaining any Federal award.Such disclosures are forwarded from tier to
tier up to the non-Federal award.
❑Note:Only include for contracts that involve the employment of mechanics or
laborers.The Contract Work Hours and Safety Standards Act requires all contractors—
prime and sub—to pay laborers and mechanics performing on a federal service contract
and federal and federally assisted construction contract over$100,000,1.5 times their
basic rate of pay for all hours worked over 40 in a workweek.Employers are liable to
employees for these unpaid wages.The failure of a contractor to comply with this Act
may also result in liability under the False Claims Act.Employees who are due unpaid
wages under the Contract Work Hours and Safety Standards Act may file a complaint
with the Wage and Hour Division within the U.S.Department of Labor.The DOL may then
enforce the provisions of the Act against violators.
•
•
Additional Clauses for Contracts Over$150,000:
Creating a contract over$150,000 that complies with ARPA requirements must include the
additional below section(s)as verbatim:
❑ Contractor shall comply with all applicable standards,orders,or requirements issued
under section 306 of the Clean Air Act(42 U.S.C.1857(h)),section 508 of the Clean Water
Act(33 U.S.C.1368),Executive Order 11738,and Environmental Protection Agency
regulations(40 CFR part 15).
Additional Clauses for Contracts Over$250,000(the simplified acquisition
threshold as of 2022):
Creating a contract over$250,000 that complies with ARPA requirements must include
the additional below section(s)as verbatim:
❑Contracts for more than the simplified acquisition threshold,which is the inflation
adjusted amount determined by the Civilian Agency Acquisition Council and the Defense
Acquisition Regulations Council(Councils)as authorized by 41 U.S.C.1908,must address
administrative,contractual,or legal remedies in instances where contractors violate or
breach contract terms,and provide for such sanctions and penalties as appropriate.
Upon any breach of this Agreement by Contractor,the Contract Owner shall have all
remedies available to it both in equity and/or at law.
Appendix I
Certification Regarding Lobbying
(Awards to Contractors and Subcontractors in Excess of$100,000)
The undersigned certifies,to the best of his or her knowledge and belief,that:
(1) No Federal'appropriated funds have been paid or will be paid,by or on
behalf of the undersigned,to any person for influencing or attempting to
influence an officer or employee of any agency,a Member of Congress,an
officer or employee of Congress,or an employee of a Member of Congress in
connection with the awarding of any Federal contract,the making of any
Federal grant,the making of any Federal loan,the entering into of any
cooperative agreement,and the extension,continuation,renewal,
amendment,or modification of any Federal contract,grant,loan or
cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to influence an officer or
employee of any agency,a Member of Congress,an officer or employee of
Congress,or an employee of a Member of Congress in connection with this
Federal contract,grant,loan,or cooperative agreement,the undersigned
shall complete and submit Standard Form-LLL,"Disclosure Form to Report
Lobbying,"in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be
included in the award documents for all subawards at all tiers(including
subcontracts,subgrants,and contracts under grants,loans,and cooperative
agreements)and that all subrecipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed
when this transaction was made or entered into.Submission of this certification is a
prerequisite for making or entering into this transaction imposed by section 1352,title 31,
U.S.Code.Any person who fails to file the required certification shall be subject to a civil
penalty of not less than$10,000 and not more than$100,000 for each such failure.
•
yAlco5 CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDl1YYY)
V' 05/18/2023
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT Jona Bolin
NAME:
Sammamish Insurance,Inc. HOONo,EXU (425)B98-8780 Fnrc,No): (425)836-2865
704 228th Ave NE,PMB 373 E-MAIL JonaBolin@msn.com
ADDRESS:
INSURER(S)AFFORDING COVERAGE NAIC P
Sammamish WA 98074 INSURER A: Ohio Security Insurance Company 24082
INSURED INSURERS: The Ohio Casualty Insurance Company 24074
RH2 Engineering Inc INSURER C: Rated by Multiple Companies 00914
22722 29th Dr SE Ste 210 INSURER 0: Continental Casualty Company 20443
INSURER E:
Bothell WA 98021 INSURER F:
COVERAGES CERTIFICATE NUMBER: CL2351804071 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADDLSUBR POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INS!) WVD POLICY NUMBER (MMIDDIYYYY) (MM/DD/YYYY) LIMITS
X COMMERCIAL GENERAL LIABILITYEACH OCCURRENCE $ 2,000,000
CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ 2.000,DAMAGE TO RENTED 000 -
MED EXP(Any one person) $ 15,000
A Y BZS57962270 05/29/2023 05/29/2024
PERSONAL&ADV INJURY $ 2,00 0,000
GEN'LAGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 4,000,000
X POLICY PRO1-1
LOC PRODUCTS-COMP/OPAGG $ 4,000,000
JECT
OTHER: STOP GAP-WA $ 2,000,000
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000
_ (Ea accident)
X ANY AUTO BODILY INJURY(Per person) $
A OWNED SCHEDULED Y BAS57962270 05/29/2023 05/29/2024 BODILY INJURY(Per accident)^S
AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE $
AUTOS ONLY _ AUTOS ONLY - (Per accident) •
BACEE 5
X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000
B EXCESS LIAB CLAIMS MADE Y US057962270 05/29/2023 05/29/2024 AGGREGATE 5,2,000,000
DED X RETENTION s 10,000 $
WORKERS COMPENSATION PER �/ OTH-
AND EMPLOYERS'LIABILITY STATUTE ER
Y/N 1,000,000
C ANY CER/MEMBPROPRIETOR/PARTNER/EXECUTIVE N N/A 52WECDL6432 10/14/2022 10/14/2023 E.L.FACHACCIDENT 5
(Mandatory
NH) EXCLUDED? 1,000,000
(Mandatory in NH) E.L.DISEASE-FA EMPLOYEE 5
If yes,describe under1,0 ,
00000
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
Per Claim $3,000,000
Professional Liability
D Claims Made AEH004312321 05/29/2023 05/29/2024 Aggregate $5,000,000
Deductible $ 200,000
DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may he attached If more space is required)
The City of Ashland,Oregon and its officials,officers and employees are named as additional Insured automatically where required by contract as respects
General Liability,Automobile Liability and Umbrella liability Coverage is Primary and Non-Contributory.
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.
20 East Main Street
AUTHORIZED REPRESENTATIVE
Ashland OR 97520 ,_,,C1.24-.,--e,
I
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD
I"
Memo
TO: Joseph L. Lessard, City Manager
FROM: Tami De Mille-Campos, Administrative Analyst
DATE: 9/20/2023
RE: City Manager Signature Needed for RH2 contract
Background: This item is coming to you for signature after Council approval on 9/19/23,please see the
attachments for more info.
Council Action: Approved 9/19/2023
Signatures Required: fetr
1. Finance Director on Form 3
2. City Manager on Form 3
3. City Manager on page 6 of agreement
Other Relevant Information: None
Insurance waived or reduced? No
Who to return to if different from sender?
Are all other signatures required collected?Yes
If no,please collect before sending them to the City Manager.
Are all attachments listed included? Yes
CITY OF ASHLAND
20 East Main Street Tel:541-488-6002
Ashland,Oregon 97520 Fax:541-488-5311 ram TTY: 800-735-2900