Loading...
HomeMy WebLinkAbout2015-059 Contract - RH2 Engineering Inc ORIGINAL,,,~ PAGE NO1-0-F e0-PAGES Contract for PERSONAL SERVICES less than $35,000 CITY OF CONSULTANT: RH2 Engineering, Inc. ASHLAND CONTACT: Jeff Ballard, P.E. 20 East Main Street Ashland, Oregon 97520 ADDRESS: 22922 291h SE Ste. 210 Telephone: 541/488-6002 Bothell WA 98021 Fax: 541/488-5311 TELEPHONE: 4251951-5400 541/665-5233 DATE AGREEMENT PREPARED: February 18 2015 FAX: 425/951-5401 BEGINNING DATE: February 27, 2015 COMPLETION DATE: February 2016 COMPENSATION: Not to Exceed (NTE) $35,000.00 SERVICES TO BE PROVIDED: Alsing Reservoir Water Quality Improvement Analyses per the attached Scope of Work (Exhibit C1). ADDITIONAL TERMS: In the event of conflicts or discrepancies among the contract documents, the City of Ashland Contract for Personal Services will be primary and take precedence, and any exhibits or ancillary contracts or agreements having redundant or contrary provisions will be subordinate to and interpreted In a manner that will not coniBct with the said primary City of Ashland Contract. FINDINGS: Pursuant to AMC 2.50.120, after reasonable inquiry and evaluation, the undersigned Department Head finds and determines that: (1) the services to be acquired are personal services; (2) the City does not have adequate personnel nor resources to perform the services; (3) the statement of work represents the department's plan for utilization of such personal services; (4) the undersigned consultant has specialized experience, education, training and capability sufficient to perform the quality, quantity and type of work requested in the scope of work within the time and financial constraints provided; (5) the consultant's proposal will best serve the needs of the City; and (6) the compensation negotiated herein is fair and reasonable. NOW THEREFORE, in consideration of the mutual covenants contained herein the CITY AND CONSULTANT AGREE as follows: 1. Findings / Recitations. The findings and recitations set forth above are true and correct and are incorporated herein by this reference. V~.v 2. All Costs by Consultant: Consultant shall, at its a n isk arid-e ipeflGei, perform the personal services described above and, unless otherwise specified, fumish all tabor, equipment and materials required for the proper performance of such service. 3. Qualified Work: Consultant has represented, and by entering into this contract now represents, that all personnel assigned to the work required under this contract are fully qualified to perform the service to which they will be assigned in a skilled and worker-like manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded. 4. Completion Date: Consultant shall start performing the service under this contract by the beginning date indicated above and complete the service by the completion date indicated above. 5. Compensation: City shall pay Consultant for service performed, including costs and expenses, the sum specified above. Payments shall be made within 30 days of the date of the invoice. Should the contract be prematurely terminated, payments will be made for work completed and accepted to date of termination. 6. Ownership of Documents: All documents prepared by Consultant pursuant to this contract shall be the property of City. 7. Statutory Requirements: ORS 279C.505, 279C.515, 279C.520 and 279C.530 are made part of this contract. 8. Living Wage Requirements: If the amount of this contract is $20,142.20 or more, Consultant is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any Subcontractor who performs 50% or more of the service work under this contract. Consultant Is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. titre N e-Ir- W2 M eF 9. Indemnification: Consultant agrees to defend; indemnify and save City, its officers, and 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 the harm caused arises arising out of er4nsident-to the negligent acts, or E-Ji errors, or omissions in performance of this contract by Consultant (including but not limited to, Consultant's JL employees, agents, and others designated by Consultant to perform work or services attendant to this contract). Consultant shall not be held responsible for an losses, expenses, claims, subro ations, actions, costs, judgments, or Contract for Personal Services, Revised 07/08/2014 Page 1 of 5 ZABothelTMICOA1S40t2015 Nsing ResemiftContrddlcontract for Personal services less than $35K - Revised 07 08 2014.doc t~ ORIGINAL ,2 PAGE NO~ OF-/Q PAGES other damages, directly, solely, and or proximately caused by the negligence of City. 10. Termination: a. Mutual Consent. This contract may be terminated at any time by mutual consent of both parties. b. City's Convenience. This contract maybe terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. C. For Cause. City may terminate or modify this contract, in whole or in part, effective upon delivery of written notice to Consultant, or at such later date as may be established by City under any of the following conditions: I. If City funding from federal, state, county or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services; ii. If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this contract or are no longer eligible for the funding proposed for payments authorized by this contract; or iii. If any license or certificate required by law or regulation to be held by Consultant to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d. For Default or Breach. I. Either City or Consultant may terminate this contract in the event of a breach of the contract by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and intent to terminate. If the party committing the breach has not entirely cured the breach within 15 days of the date of the notice, or within such other period as the party giving the notice may authorize or require, then the contract may be terminated at any time thereafter by a written notice of termination by the party giving notice. ii. Time is of the essence for Consultant's performance of each and every obligation and duty under this contract. City by written notice to Consultant of default or breach may at any time terminate the whole or any part of this contract if Consultant fails to provide services called for by this contract within the time specified herein or in any extension thereof. iii. The rights and remedies of City provided in this subsection (d) are not exclusive and are in addition to any other rights and remedies provided by law or under this contract. e. Oblication/Liability of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b, c or d of this section, Consultant shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Consultant shall deliver to City all contract documents, information, works-in-progress and other property that are or would be deliverables had the contract been completed. City shall pay Consultant for work performed prior to the termination date if such work was performed in accordance with the Contract. 11. Independent Contractor Status: Consultant is an independent contractor and not an employee of the City. Consultant shall have the complete responsibility for the performance of this contract. Consultant shalt provide workers' compensation coverage as required in ORS Ch 656 for all persons employed to perform work pursuant to this contract. Consultant is a subject employer that will comply with ORS 656.017. 12. Assignment and Subcontracts: Consultant shall not assign this contract or subcontract any portion of the work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Consultant shall be fully responsible for the acts or omissions of any assigns or Subcontractors and of all persons employed by them, and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. 13. Default. The Consultant shall be in default of this agreement if Consultant: commits any material breach or default of any covenant, warranty, certification, or obligation it owes under the Contract; its QRF status pursuant to the QRF Rules or loses any license, certificate or certification that is required to perform the Services or to qualify as a QRF if consultant has qualified as a QRF for this agreement; institutes an action for relief in bankruptcy or has instituted against it an action for insolvency; makes a general assignment for the benefit of creditors; or ceases doing business on a regular basis of the type Identified in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 14. Insurance. Consultant shall at its own expense provide the following insurance: a. Worker's Compensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers b. Professional Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000,$1,000,000, ' 666,60 or Not Applicable for each claim, incident or occurrence. This is to cover damages caused by error, omission or negligent acts related to the professional services to be provided under this contract. C. General Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000,$1,000,000, + 2 000'000 or Not Applicable for each occurrence for Bodily Injury and Property Damage. It-shall4Re4ude-eontFastual4labi]4y-coverage4or he4i;de{nnity-provided-unde"his-sen#aet- ILA U,,4, d. Automobile Liability insurance with a combined single limit, or the equivalent, of not less than Enter vine: Contract for Personal Services, Revised 07/0812014 Page 2 of 5 Z:1801h91Af)4 e1C0A1S4012015 Alsing Reservoincontracttconvacl for Personal Services less then S35X - Revised 07 08 2014.doc C`P,1 -1N,4 L_,:~ _PAGE N0 OF/ -PAGES $200,000, $500,000, $1,000,000 , or Not Applicable for each accident for Bodily Injury and Propefty Damage, including coverage for owned, hired or non-owned vehicles, as applicable. e. Notice of cancellation or change. There shall be no cancellation, material change, reduction of limits or intent not to renew the insurance coverage(s) without 30 days' written notice from the Consultant or its insurer(s) to the City. f. Additional Insured/Certificates of Insurance. Consultant shall name The City of Ashland, Oregon, and its elected officials, officers and employees as Additional Insureds on any insurance policies required herein but only with respect to Consultant's services to be provided under this Contract. The consultant's insurance is primary and non-contributory. As evidence of the insurance coverages required by this Contract, the Consultant shall furnish acceptable insurance certificates prior to commencing work under this contract. The certificate will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. if requested, complete copies of insurance policies; trust agreements, etc. shall be provided to the City. The Consultant shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self- insurance. 15. Governing Law; Jurisdiction; Venue: This contract shall be governed and construed in accordance with the laws of the State of Oregon without resort to any jurisdiction's conflict of laws, rules or doctrines. Any claim, action, suit or proceeding (collectively, "the clalml between the City (and/or any other or department of the State of Oregon) and the Consultant that arises from or relates to this contract shall be brought and conducted solely and exclusively within the Circuit Court of Jackson County for the State of Oregon. If, however, the claim must be brought in a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon filed in Jackson County, Oregon. Consultant, by the signature herein of its authorized representative, hereby consents to the in personam jurisdiction of said courts. In no event shall this section be construed as a waiver by City of any form of defense or immunity, based on the Eleventh Amendment to the United States Constitution, or otherwise, from any claim or from the jurisdiction. 16. THIS CONTRACT AND ATTACHED EXHIBITS CONSTITUTE THE ENTIRE AGREEMENT BETWEEN THE PARTIES. NO WAIVER, CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS CONTRACT SHALL BIND EITHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES. SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, IF MADE, SHALL BE EFFECTIVE ONLY IN THE SPECIFIC INSTANCE AND FOR THE SPECIFIC PURPOSE GIVEN. THERE ARE NO UNDERSTANDINGS, AGREEMENTS, OR REPRESENTATIONS, ORAL OR WRITTEN, NOT SPECIFIED HEREIN REGARDING THIS CONTRACT. CONSULTANT, BY SIGNATURE OF ITS AUTHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS CONTRACT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 17. Nonappropriations Clause. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to finance the costs of this contract within the City's fiscal year budget. Consultant understands and agrees that City's payment of amounts under this contract attributable to work performed after the last day of the current fiscal year is contingent on City appropriations, or other expenditure authority sufficient to allow City in the exercise of its reasonable administrative discretion, to continue to make payments under this contract. In the event City has insufficient appropriations, limitations or other expenditure authority, City may terminate this contract without penalty or liability to City, effective upon the delivery of written notice to Consultant, with no further liability to Consultant. Certification. Consultant shall sign the certification attached hereto as Exhibit A a herein incorporated b reference. Consultant: City of Ashland By By my.2 alt._ Signature Department Head Richard L. Ballard VvG,ofs ( 4 r_ Print Name Print Name Director _ f s-bi- Title Date W-9 One copy of a W-9 is to be submitted with -7 g the signed contract. Purchase Order No. Contract for Personal Services, Revised 07/08/2014 Page 3 of 5 Z1aofheM1a%C0A%S40t2015 A1sing ReservoieZonlrectlConlracl for Personal services Less than $35K - Revised 07 08 2014.doc EXHIBIT A ORIGINAL PAGE NO CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a) the number shown on the attached W-9 form is its correct taxpayer ID (or is waiting for the number to be issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or (ii) it has not been notified by the Internal Revenue Service (IRS) that it is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that (a) it has the power and authority to enter into and perform the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terns, (c) the work under the Contract shall be performed in accordance with the highest local professiio'nal standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of perjury that its business is not in violation of any Oregon tax laws, and it is a corporation authorized to act on behalf of the entity designated above and authorized to do business in Oregon or is an independent Contractor as defined in the contract documents, and has checked four or more of the following criteria: (1) 1 carry out the labor or services at a location separate from my residence or is in a specific portion of my residence, set aside as the location of the business. (2) Commercial advertising or business cards or a trade association membership are purchased for the business. (3) Telephone listing is used for the business separate from the personal residence listing. ✓ (4) Labor or services are performed only pursuant to written contracts. ✓ (5) Labor or services are performed for two or more different persons within a period of one year. (6) 1 assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. Contractor (Date) Contract for Personal services, Revised 07/0812014 Page 4 of 5 Z.18o1heADa1a1C0A%S40t2015 Alino ReservokTantradlContraci for Personal Services Less than $35H • Revised 07 06 2014.doc ORIGINAL c~ PAGE NO,J_OFW_PAGES CITY OF ASHLAND, OREGON EXHIBIT B City of Ashland LIVING WAGE • per hour effective June 30,2014 (increases annually every June 30 by the :Consumer Price index) - • - • - portion of business of their 401 K and IRS eligible • employer, if the employer has cafeteria plans (including ten or more employees, and childcare) benefits to the has received financial amount of wages received by ➢ For all hours worked under a assistance for the project or the employee. service contract between their business from the City of employer and the City of Ashland in excess of ➢ Note: "Employeen does not Ashland if the contract $24,142.20. Include temporary or part-time exceeds $20,142.20 or more. employees hired for less than If their employer is the City of 1040 hours in any twelve- Ashland including the Parks month period. For more ➢ For all hours worked in a and Recreation Department. details on applicability of this month if the the employee spends 50% or more of the policy, please see Ashland A In calculating the living wage, Municipal Code Section employee's time that month employers may add the value 3.12.020. working on a project or of health care, retirement, 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.orms. Notice to Employers: This notice must be posted predominantly in areas where it can be seen by all employees. CITY OF ASHLAND Contract for Personal Services, Revised 07/0812014 Page 5 of 5 • Re+rised 07 06 201440C Z.1BO1he1Wa1aXC0A1S4W015 Alsing ResomirZantrachConhact for Personal SeMas Less than 535K ORIGINAL-W7-PAGE NO-4-OF-LaPAGES EXHIBIT C1 Scope of Work City of Ashland Alsing Reservoir Water Quality Improvement Analyses February 2015 Background The City of Ashland's (City) Alsing Reservoir is a 2.1 million gall on tank that serves the Alsing Zones 1 and 2. These pressure zones are relatively small and are located in the higher service areas of the City's water system. The City's 2012 Water Master Plan (WMP) documented the Alsing Reservoir's history of poor water turnover resulting in challenging water quality conditions for City staff to manage. The City has implemented some improvements to expand the reservoir's service area, but has found that excessive recirculation occurs within the system. RH2 Engineering, Inc., (RH2) was asked to provide a Scope of Work to evaluate alternative options for improving the water quality in Alsing Reservoir. The improvements will consider larger scale pressure zone expansions, as well as localized improvements to the reservoir itself. The pressure zone expansion will identify improvements to reduce excessive recirculation. A preferred alternative will be recommended following discussions with the City after the completion of the tasks within this Scope of Work. At the request of the City, a subsequent Scope of Work and Fee Estimate will be provided for the design of the preferred alternative. Task 1- Evaluate Existing System Operation Objective: Update the hydraulic model for use in the analyses. Perform preliminary baseline hydraulic analyses to identifh the existing water quality conditions and pressure/fire floor levels of ser-6ce in the study area. Approach: 1.1 Obtain the current operational setpoints for the Alsing Reservoir, and for the pump stations and pressure reduction valves (PRVs) that are located within the Park Estates, South Mountain, and Alsing service areas. Update the model with the setpoints, as necessary. 1.2 Obtain pump curves for the Park Estates, South Mountain, and Hillview Pump Stations. Review the curves and update the curves to the model if necessary. 1.3 Calculate the existing and future demands of the Alsing Reservoir Service Area and potential expansion of the existing service area by distributing demands in the model using a parcel- consumption database. Identify proposed development within the service areas. 1.4 Update the required storage calculations in the 2012 Water Master Plan (WMP) based on current pressure zone demands calculated in Task 1.3. 1.5 Perform preliminary hydraulic analyses to calculate the existing pressure and fire flow available within the study area and to estimate the existing baseline water turnover rate in the Alsing Reservoir. I 2/17/2(115 131311 P\I 7AN,thc11\Dau\CUA\54n\N15 Alsing Rcsenoir\Cnnmct\PSA-S0V'_C0A Alsing Rcs Analrscs.dme ORIGINAL PAGE NO--~70FJ& AGES City of Ashland Exhibit C1 Alsing Reservoir Water Quality Improvement Analyses Scope of Work Provided by the City: • Setpoints for the PRVs within the Park Estates, South Mountain, and Alsing Service Areas, if different than those listed in the 2012 DUMP. • Operational setpoints and pump curves for the Park Estates, South Mountain, and Miview pump stations. Advise if any of the pumps are equipped with variable frequency drives (VFDs). • Any other operational settings for the Alsing Reservoir or its appurtenances (.e., control valves etc., if any.) • Database containing parcel numbers, addresses, and 2014 annual consumption rates for all service connections in the Park Estates, South Mountain, Alsing, and Crowson Service Areas. • Description of any known proposed developments in the Park Estates, South Mountain, Alsing, and Crowson service areas. • Topographical contours and GIS data for the water service area. Assumptions: • The hydraulic model, provided by the City in March 2014 for the TAP Emergency Supply project, will be utilized for these analyses. • Calibration of the hydraulic model will not be performed. RH2 Deliverables: • Updated hydraulic model for the Park Estates, South Mountain, and Alsing Service Areas. Task 2 - Alternatives Analyses and Letter Report Objective: Prepare an alternatives analyses and letter report that identifies solutions for improving the water quality in Alsing Reservoir. Approach 2.1 Perform hydraulic analyses to evaluate the feasibility of modifying the Hillview Booster Pump Station (BPS) settings to reduce water age in the Alsing Reservoir. Analyses will consider lowering the drawdown level that prompts the BPS, and/or lowering the maximum fill level of the reservoir. Analyses will be performed to establish that pressure and fire flow goals can be maintained with the suggested improvements. 2.2 Perform hydraulic analyses to evaluate the feasibility of expanding the Alsing Service area to include all or portions of the Park Estates, South Mountain, and Crowson Service Areas without excessive recirculation of water between pressure zones. Evaluate the expanded service area with and without modifications to the Hillview BPS operational setpoints. Analyses will be performed to establish that pressure and fire flow goals can be maintained with the suggested improvements. 2.3 Identify the preliminary planning-level improvements required to expand the Alsing Service area and prepare a figure identifying the proposed improvements and pressure zone conversion areas. Improvements may include watermain, booster pump station, PRVs, and check valves to facilitate the pressure zone conversions without reducing the level of service provided by the existing system. 2.4 Evaluate the feasibility of installing reservoir improvements to increase water quality in the Alsing Reservoir Service Areas. Improvements will consider active reservoir mixing devices, inlet/oudet modifications, and rechlorination systems. 2 2/17/15 1:55 PM Z:\1luthc8\Dan\C0A\5411\21115 Ahing Rmmc)ir\Cnntract\PSA_S()\N_COA Alsing Ra An21r4c;.doa ORIGINAL PAGE NQ ~ GFLO-PAGES City of Ashland Exhibit C1 Alsing Reservoir Water Quality Improvement Analyses Scope of Work 2.5 Evaluate up to one (1) additional alternative to reduce the water age in the Alsing Reservoir. 2.6 Prepare storage calculations for the proposed system configuration and comment on the impact to the City's overall storage needs for each alternative evaluated. 2.7 Perform hydraulic analyses to calculate the pressure, fire flow, and water turnover rate with the proposed improvements for each alternative evaluated. 2.8 Prepare preliminary cost estimates, and identify advantages and disadvantages for each alternative evaluated. 2.9 Summarize the results of the analyses in a letter report. Include hydraulic analysis results and figures in the report and transmit to the City for review. 2.10 Meet with the City to discuss the results of the analyses, review any comments on the letter report, and select the preferred alternative. 2.11 Update the report based on City comments and document the preferred alternative. Transmit the final report to the City. RH2 Deliverables: • Alternatives analyses letter report. Fol/outing the selection of tbe pmfen-ed alternative, RH2 mill provide a Scope of Fork and Fee E.rhmate for the design of the improirments, if requested by the City. 3 ?/17/15 1;55 PM 7z\Bmhcg\Dat2\COA\S41)\21115 Alsing Rcsennir\Cuntmct\PSA_SO%C_CDA Aivng Res Analpsmdtxs ExMIBrTC2- O IGINAL City of Ashland ~PAGE NQ--©Fj~-PAGES Alsing Reservoir Water Quality Improvement Analyses Estimate of Time and Expense Description Hos Total Labor Subconsuttant Total Expense Total Cost Task 1 Evaluate Existing System Operation 1.1 Obtain operational setpoints 4 5 653 $ S 71 $ 724 498 $ S 67 $ 555 1.2 Obtain pump curves 3 $ 1.3 Calculate demands 12 S 1,704 S _ S 318 $ 2,022 1.4 Update storage calculations 6 $ -996 $ $ 107 $ 1,103 is Perform preliminary hydraullc analyses 13 S 2,111 $ S 229 $ 2,340 Subtotal 38 $ 5,962 S $ 792 $ 6,754 Task 2 Alternatives Analyses and Letter Report 2.1 Perform hydraulic analyses 8 1,328 $ $ -.143 $ 1,471 2.2 Evaluate pressure zone expansion 16 $ 2,656 $ $ 286 $ 2,942 11 11 - T--- - _ - - 2.3 Identify zorreexpansion alemadve 24 $ 3,386 - S 607 $ 3,993 2,4 Evaluate reservoir mixing and rerhlorination systems 21 $ - 3,193 $ $ _ 410 $ _ 3,593 2.5 Evaluate up to one (1J additional alternative - - 12 $ 1,992 $ $ 215 $ y 2,207 2.6 Prepare storage calculations 8 $ 1,328 5 $ 33 $ 1,361 2.7 Perform pressure, fire flow, and water turnover analyses 24 $ 3,984 $ - $ 430 $ _ 4,414 2.8 Prepare preliminary cost estimates 11 $ 1,793 $ - 5 45 $ 1,838. 2.9 Prepare letter report 21 $ 3,293 $ - S 98 $ 3,391 2.10 One iii meeting with the qty A 5 -642 s - S 33 $ 675 2.11 Update and fkuaifze report 6 925 $ -T S 94 $ 1,019 subtotal 155 $ 24,510 - $ 2,393' S 26,903 ,PROJECLTOTAL 193 $ 30,472 $ - $ 3,186 $ 33,658. Z:.WI NAatMCOANSQMIS Ahfnp ReswvakZmnhuOPSA_Fee COA Mstna Res Amlyssidst V17=15 i ST PM rIR!GNA PAGES EXHIBIT C3 RM ENGINEERING, INC., SCHEDULE OF.RATES AND CHARGES_:5 HOURLY RATFS. ; CLASSWICATION RATE CI.A6SI£ICATION RATE Professional IX $189.00 Technician IV S87.OD Professional Vill S189.00 Technician III S80.00 Professional VII S179.00 Technician 11 $73.00 Technician 1 566.00 Professional VI $166.00 Professional V $155.OD Administrative V 5119.00 Professional IV S146.OD Administrative IV 599.00 Administrative III 583.00 Professional 111 $135.00 Adnnistrative II 56700 Professional II 5130.00 Administrative I S56.00 Professional 1 5120.00 INHOUSE SERVICES .a3 t 1 52500 In-!rouse copies (each) 83" X 11" " - $0.09 CAD Plots Large Ira-twose copies (each) 83" X 14" 50.14 CAD Plots Full She 510.00 e } hrbotse copies (each) I I" X 17" $0.20 CAD Plots Half Size 5230 c: ltr- xnm copies (color) (each) 83" X 11" $0.90 CAD System Per How S3730 ' In-house copies (color) (each) 8.5" X 14" $1.20 GIs System Per How S W.50 , s IL la-house copies (color) (each) If X 17" $3.00 Technology Charge 23"0 of Direct Lnitor Mileage Current IRS Rate }ri _OUTSIDESERVICES _ _ _ _ . ~t.,, n€'C Atasidt dirrxt;costs f x perm[ f"w, tcpts, rt nP?OBmPines ,COt p6nge, rand non ~Ylaat rdatcd trait! c pca+~s that are rcocrnery ; ± a . fortlle cae[ ition oCrlieprojccl a d are rrgt specifically l entlfial clxwhcre to the contrict wdI be Invorcrd ai cosL x All Subcotui lta u stmccs are tolled at cost plus 15% CHANGES IN RAM t Rata lured bm ore ad~intctl nnnuallyNThe tvrrtnt sche~ule:of rata tux! charges is i+sed for bi Iling prcpasci PayraerK for work seen ipiisficd shill be baled on the hourly rotes nnd.ezpe ucs,iti effect at the time of billing as stated io t)us Eihibie rwn.ryw zswrwrrnu+rsn urcro-....x..."sn~r..rna ~sRwn v.q. v. 1 A` °RO® CERTIFICATE OF LIABILITY INSURANCE 1/26/ DATE (MM/DDNYYY) 15 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 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 Allen Fu itt CPCU NAME: g Sammamish Insurance, Inc. PHONE (425) 898-8780 NC No: (425) 836-2865 704 228th Ave NE, PMB 373 AbDARe S:Allen Fugitt@msn.com INSURER(S) AFFORDING COVERAGE NAIC # Sammamish WA 98074 INSURERA:Hartford Casualty Ins. Co. 9424 INSURED INSURERB:Sentinel Insurance Co. , Ltd 11000 RH2 ENGINEERING INC INSURERC:Continental Casualty Company 22722 29TH DR SE STE 210 INSURER D: INSURER E : BOTHELL WA 98021 INSURER F: COVERAGES CERTIFICATE NUMBER:CL1471702444 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 TYPE OF INSURANCE INSR ADWVD E)LISUBR POLICY NUMBER MMIDDY/YEYYY POLICY EXP LIMITS LTR GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 DAMAGE RENTED X COMMERCIAL GENERAL LIABILITY PREM SESOEa occurrence $ 300 , 000 A CLAIMS-MADE FxIOCCUR X 2SBANM5475 8/16/2014 8/16/2015 MED EXP (Any one person) $ 10 , 000 PERSONAL 8 ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4,000,000 GEML AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 4,000,000 RO LOC $ X POLICY P JFCT F-] AUTOMOBILE LIABILITY CO, aB"d.nISINGLE LIMIT 1 000,000 ANY AUTO BODILY INJURY (Per person) $ B ALLOWNED SCHEDULED 2UECHY3821 8/16/2014 8/16/2015 AUTOS X AUTOS BODILY INJURY (Per accident) $ N- PROPERTY Pena cid ntDAMAGE $ UUTN08 VVNED X HIRED AUTOS X A Medical payments $ 10,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 A EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2,000,000 DED RETENTIONS 2SBANM5475 8/16/2014 8/16/2015 $ A MQ~ X~ - WC STATU- X OTH-_IM ,)M EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN E.L. EACH ACCIDENT $ 1 000 000 OFFICER/MEMBER EXCLUDED? N N/A 52SBANM5475 8/16/2014 8/16/2015 (Mandatory in NH) E.L. DISEASE - EA EMPLOYE $ 1,000,000 If yes, describe under , DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1 000 000 C Professional Liability H004312321 /29/2014 5/29/2015 Per Occurrence $3,000,000 Claims Made Deductible $150,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) The City of Ashland is named as additional insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Ashland ACCORDANCE WITH THE POLICY PROVISIONS. 520 N Main St. Ashland, OR 97520 AUTHORIZED REPRESENTATIVE A Fugitt CPCU/JONA ACORD 25 (2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025 onion-) n1 Tha Arr)P 1 nnma and Innn mra ranictararl marlrc of Arr)Pn Page 1 / 1 u~ ~r, e + y CITY OF . ASHLAND DATE PO NUMBER 20 E MAIN ST. 3/13/2015 12768 ASHLAND, OR 97520 (541) 488-5300 VENDOR: 018543 SHIP To: Ashland Public Works RH2 ENGINEERING, INC (541) 488-5587 22722 29TH DRIVE SE 51 WINBURN WAY SUITE 210 ASHLAND, OR 97520 BOTHELL, WA 98021 FOB Point: Ashland, Oreqon Req. No.: Terms: Net Dept.: Req. Del. Date: Contact: Scott Fleury Special Inst: Confirming? NO Quantity Unit Description Unit Price Ext. Price Alsinq Reservoir Water Quality 35,000.00 Improvement Analysis per the attached scope of work. Contract for Personal Services Beqinninq date: February 27, 2015 Completion date: February, 2016 SUBTOTAL 35 000.00 BILL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2010 TOTAL 35,000.00 ASHLAND, OR 97520 Account Number Project Number Amount Account Number Project Number ' Amount E 670.08.18.00.60410 35,000.00 3 Author d Signature VENDOR COPY -6,", ---2 ~4~t #3 ayoa-.,$ Gca- CITY OF FORM' ASHLAND REQUISITION Date of request: ~IIS Required date for delivery: Vendor Name 1?+~Z E~t~~~2~ntc~ trsc _ Address, City, State, Zip 229 2-2- 2`t•4r SS SM . 2t o r-miMcL - , WA -19074 Contact Name & Telephone Number 3t~~ 6NA Ag-7 t>, C- - S41-WC - 5233 Fax Number 42s --151 -SRN SOURCING METHOD ❑ Exempt from Competitive Bidding ❑ Emergency ❑ Reason for exemption: ❑ Invitation to Bid (Copies on file) ❑ Form #13, Written findings and Authorization ❑ AMC 2.50 Date approved by Council: ❑ Written quote or proposal attached ❑ Written quote or proposal attached ❑ Small Procurement Cooperative Procurement Less than $5,000 ❑ Request for Proposal (Copies on file) ❑ State of Oregon ❑ Direct Award Date approved by Council: Contract # ❑ Verbal/Written quote(s) or proposal(s) ❑ State of Washington Intermediate Procurement ❑ Sole Source Contract # GOODS & SERVICES ❑ Applicable Form (#5,6, 7 or 8) ❑ Other government agency contract $5,000 to $100,000 ❑ Written quote or proposal attached Agency ❑ (3) Written quotes and solicitation attached ❑ Form #4, Personal Services $5K to $75K Contract # El Special Procurement Intergovernmental Agreement PERSONAL SERVICES $5,000 to $75,000 ❑ Form #9, Request for Approval ❑ Agency Less than $35,000, by direct appointment ❑ Written quote or proposal attached Date original contract approved by Council: (3) Written proposals/written solicitation Date approved by Council: (Date) ❑ Form #4, Personal Services $5K to $75K Valid until: Date Description of SERVICES Total Cost d UI--4N rP M I tic I K c, Zcr~lC,- CA-"Y5 t s Item # Quantity Unit Description of MATERIALS Unit Price Total Cost TOTAL COST Per attached quote/proposal $ Project Number Account Number___-__-__- Account Number `?0-Cg-13 6d -(OTA'00- Account Number___-__-__- - - *Expenditure must be charged to the appropriate account numbers for the financials to accurately reflect the actual expenditures. 1T Director in collaboration with department to approve all hardware and software purchases: IT Director Date Support - By signing this requisition form, I certify that the City's public contracting requirements have been satisfied. Employee: Department Head: 116 (Equal to or/greater than $5 Department Manager/Supervisor City Administrator: c % (Equal t 'greater than $25,000) Funds appropriated for current fiscal year YES N Finance Director- (Equal to or greater than $5,000) Date Comments: Form #3 - Requisition CITY OF ASHLAND NOTICE OF TRANSMITTAL TO: Legal DATE: 2-18-2015 PROJECT: JOB NO.: SUBJECT: THE FOLLOWING ITEMS ARE BEING SENT TO YOU: ENCLOSED x UNDER SEPARATE COVER REMARKS: Professional services contract (preliminary) altered by RH2 Engineers. This is the same alteration that was previously approved for the TAP project and the transportation system plan estimate analysis. Department of Public Works By: Scott A. Fleury Title: Engineering Services Manager EEB 18 2015 p - ~ -5 ~Z4' I cis -4c, BY: C:~ a,~~ L PUBLIC WORKS Tel: 541.488-5587 20 E. Main Street Fax: 541-488-6006 I 1 Ashland, Ore on 97520 TTY: 800-735-2900 \l www.ash~and.or.us •