Loading...
HomeMy WebLinkAbout2009-092 Contract - Reid Middleton ,--,'. Contract for AVIATION ENGINEERING SERVICES CONTACT: Kurt Addicott, PE ADDRESS: 728134'" Street SW, Suite 200 Everett, WA 98204 TELEPHONE: (425) 741-3800 / Direct (425) 741-5031 DATE AGREEMENT PREPARED: 6/22/2009 FAX: (425) 741-3900 BEGINNING DATE: 6/22/2009 COMPLETION DATE: 6/30/2011 COMPENSATION: Time and materials not to exceed $195,399 SERVICES TO BE PROVIDED: Provide engineering services for the design of the runway 12130 rehabilitation at Ashland Municioal Airoort, see attached Exhibit C. ADDITIONAL TERMS: Contract mav be amended to include construction enaineerina services for this oraiect. FINDINGS: Pursuant to AMC 2.52.040E and AMC 2.52.060, 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. CITY OF ASHLAND 20 East Main Street Ashland, Oregon 97520 Telephone: 541/488-6002 Fax: 541/488-5311 CONSULTANT: Reid Middleton NOW THEREFORE, in consideration of the mutual covenants contained herein the CITY AND CONSULTANT AGREE as follows: 1. Findings I Recitations. The findings and recitations set forth above are true and correct and are incorporated herein by this reference. 2. All Costs by Consultant: Consultant shall, at Its own risk and expense, perform the personal services described above and, unless otherwise specified, furnish all labor, equipment and materials required for the proper performance of such service. 3. 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 Oate: 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, induding 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 279B.220, ORS 279B.225, ORS 279B.230, ORS 279B.235, ORS 279C.505, ORS 279C.515, ORS 279C.520, ORS 279C.530, ORS Chapter 244, and ORS 670.600 are hereby incorporated and made part of this contract. 8. Living Wage Requirements: If the amount of this contract is $18,088 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 if will be seen by all employees. g. Indemnification: Consultant agrees to defend, indemnity and save City, its officers, employees and agents harmless from any and all losses, daims, actions, costs, expenses, judgments, subrogations, or other damages resulting from injury to any person (indudlng injury resulting in death), or damage (including loss or destruction) to property, of whatsoever nature arising out of or incident to the performance of this contract by Consultant (including but not Iimifed to, Consultant's employees, agents, and others designated by Consultant to perform work or services attendant to this contract). Consultant shall not be held responsible for any losses, expenses, dalms, subrogations, actions, costs, judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 10. Termination: G:lpub-wrkslengldept-adminIENGiNEERIPROJECT\2008108-62 Reid Middleton Contract.doc Page 1 of 5 , " a. Mutual Consent. This contract may be terminated at any time by mutual consent of both parties. b. City's Convenience. This contract may be terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. c. For Cause. City may terminate or modify this contract. in whoie or in part, effective upon delivery of wriNen notice to Consultant, or at such later date as may be established by Cny 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 wriNen notice of the breach and intent to terminate. If the party commiNing 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 wriNen 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 wriNen 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. Obliaation/Liabili1v 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 shall provide workers' compensation coverage as required in ORS Ch 656 for all persons employed to perform work pursuant to this contract. Consultant is a subject employer that will comply with ORS 656.017. 12. Assignment and Subcontracts: Consultant shall not assign this contract or subcontract any portion of the work without the written consent of City. Any aNempted assignment or subcontract without wriNen 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 ORF status pursuant to the ORF Rules or loses any license, certificate or certification that is required to perform the Services or to qualify as a ORF if consultant has qualified as a ORF 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 benefrt of creditors; or ceases doing business on a regular basis of the type identified in ns obligations under the Contract; or aNempts 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 Comoensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers b. Professional Liabilitv insurance with a combined single limit. or the equivalent, of not less than Enter one: $200,000, $500,000, S1.000.OO0. $2,000,000 or Not Applicable for each claim, incident or occurrence. This is to cover damages caused by error, omission or negligent acts related to the professional services to be provided under this contract. c. General Liabilitv insurance with a combined single limit. or the equivalent, of not less than Enter one: $200.000, $500,000, $1.000.000, $2,000,000 or Not Applicable for each occurrence for Bodily Injury and Property Damage. It shall include contractual liability coverage for the indemnity provided under this contract. d. Automobile Liabilitv insurance with a combined single limit, or the equivalent, of not less than Enter one: $200.000, $500,000, $1.000.000, or Not Applicable for each accident for Bodily Injury and Property Damage, including coverage for owned, hired or non-owned vehicles, as applicable. e. Notice of cancellation or chanae. There shall be no cancellation material channe reduction of limits or G:\pub-wrks\engldept-admin\ENGINEER\PROJECT\2008\08-62 Reid Middleton Contract.doc Page 2 of 5 BY intent not to renew the insurance coverage(s) without 30 days' written notice from the Consultant or its insurer(s) to the City. f. Additionai Insured/Certificates of Insurance. Consullant 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 Ihis Conlract, 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 entitles 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 claim") between the City (and/or any other or department of the State of Oregon) and the Consultant that arises from or relates to this contract shall be brought and conducted soieiy 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 othelWise, 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. Nonapproprlations Clause. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to finance the costs of this contract within the City's fiscal year budget. Consultant understands and agrees that City's payment of amounts under this contract attributable to work performed after the last day of the current fiscal year is conlingent on City appropriations, or other expenditure authority sufficient to allow Ctty in the exercise of tts reasonable administrative discretion, to continue to make payments under this contract. In the event Ctty 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 si n the certification attached hereto as Exhibit A and herein inco CONSULTANT CITY OF ASHLAND: 1<0 /J~~ o. . nat r - Print Name BY FiNANCE DIREC DATE (p- ~ --oq DATE ~ CONTRACT AWARD AND FIN iNGS DETERMiNEo-8' . By: TITLE --ldr~w W-9 One copy of a W-9 is to be submitted with the signed contract and II will be kept on file in the Finance Department. ;26 t'J t'J f!; / P tJ--t) 7 tJ c/ ~ (For City purposes only) PURCHASE OROER # CJ 9 ~ 3 ACCOUNT # G:lpub-wr1<s\engldept-adminIENGINEERIPROJECT\2008108-62 Reid Middleton Contract.doc Page 3 of 5 EXHIBIT A CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of pe~ury, certifies that (a) the number shown on the attached W-9 form is its correct taxpayer 10 (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 Intemal Revenue Service (IRS) that it is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that (a) it has the power and authority to enter into and perform the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, (c) the work under the Contract shall be perfonmed in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of pe~ury 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: f2e lof (Y)idd Ic-h> I 111(... -- -- (1 )-r'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) I 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. 10~ ~r 7?e.td (rJ,J;//'c!rh /nc. (r 2<1-D1 (Date) G:\pub-wrksleng\dept-adminIENGINEERIPROJEClI2008108--62 Reid Middleton Contract.doc Page 4 of 5 Exhibit "c" Engineering Scope of Services CITY OF ASHLAND ASHLAND MUNICIPAL AIRPORT RUNWAY 12/30 REHABILITATION & PAPIINSTALLATION PROJECf UNDERSTANDING Runway 12/30 at the AsWand Municipal Airport is 3,603 feet in length, 75 feet wide, and is comprised of asphalt concrete pavement. The pavement is rated for up to 15,500 pound single wheel gear. The airport has an Airport Reference Code (ARC) of B-1 (small). The Consultant will provide the required professional services for the design of the rehabilitation of Runway 12130. This will include the following work items: l. Pavement rehabilitation of Runway 12/30 is anticipated to include an asphalt overlay to the existing runway pavement (3,603' x 75'), with transition paving extending onlo six existing connecting taxiways to match existing grades. With the grade changes to the runway surface, this will require the re-grading of the adjacent shoulder areas to meet FAA criteria as well as the grade adjustment of the existing runway edge lights and affected taxiway edge reflectors. Runway safety area grades will be designed to meet FAA grade requirements. Currently there are no subdrains installed along Runway 12130. The FAA requires the installation ofsubdrains to provide pt:.Otection for pavement areas from subsurface water. Included in the runway rehabilitation will be the construction of a new subdrain system along eitber side of the runway. Subdrains are not anticipated to be installed along connecting taxiways. Signage adjustments are not anticipated to be necessary as part of this rehabilitation. 2. There is a V ASI system at each end of the runway at the Ashland Muncipal Airport. These systems are outdated and at the end of their design life. This project will include replacing the existing V ASl's with 2-Box PAPI's. We understand from the FAA lhatthis will not trigger a required flight check. City of Ashland Ashland Municipal Airport RW1way 12130 Rehabililation June J, 2009 Scope .of Services Page I of 10 A. PRELIMINARY ENGINEERING. to be provided on a lump sum compensation basis. I. Attend one prc-design tele-conference to establish basic project elements, approximate funding level, and schedule. 2. Gather available existing infonnation and City record drawings of the airport for use during design. 3. Provide general project management coordination of sub consultants. 4. Conduct onsite visit to perfonn pre-design field investigation and coordinate sub consultants field work (topo survey, geotech, deflection testing). 5. Review and evaluate sub consultants field investigation data and City's record drawings of the airport facility. 6. Prepare overall site map base from ALP for use on project overview plan sheets. 7. Provide topographic survey and survey map reflecting eltisting grades for the runway rehabilitation, connecting taxiways transitions. and V ASI removal and P API installation. Topographic survey is anticipated to include the following: . Existing runway is 3603' x 75'. Provide topo of existing runway pavement surfaces and 37.5' either side of runway for a total section width of 150' on a 25' grid. The total area will be 36oo'x150'. Key points to pick up are: o Runway CL o Edge of Pavements o Grade breaks o Runway edge lights o Paint markings . Provide topo of 250' beyond both ends of runway for a section width of 150' on 25' grid. The total topo area at either end will be 250'xI50'. City of Ashland Ashland Municipal Airport Runway 12130 Rehabilitation June I, 2009 Scope of Services Page 2 of 10 . Pick up existing utilities that may include: o Electrical features such as vaults, junction boxes, handholes. 0, Storm drainage features such as manholes, catch basins, culverts. o Utility locate markings. . Piek up any coring and test pit locations created by the soils investigation. . There are 6 existing connecting taxiways to the parallel taxiway/ramp, they are approximately 100' long by 30' wide plus lead in fillets and radii. Provide topo of existing connecting taxiway pavement surfaces and 3,7.5' either side of connecting taxiway for a total section width of 105'on a 25' grid at each taxiway. The total area at each taxiway will be 1 oo'x 1 05'. Key points to pick up are: o Taxiway CL o Edge of Pavements o Grade breaks o Taxiway edge reflectors o Paint markings . Provide topo of two 60'x30' areas, location to be detennined. These sites will be for the new P API systems. . Establish horizontal and vertical control based on City provided benclunarks. . Provide control points outside of construction limits for use during conslnlction. . Provide 1 "=50' survey basemap in ACAD with surveyed features, contours, and a 3D existing surface modeVsurface TIN. See attached sub consultants topographic survey scope for further breakdown of work. 8. Prepare base drawings for the project design from topographic survey drawings. City of A,hland A,hIand Municipal Airport Runway 12130 Rehabilitation June 1.2009 Swpe of Services Page 3 of 10 . 9. Conduct geotechnical investigation of existing ground conditions within the limits of this project. The investigation includes the following: . Obtain from Airport and review any past geotechnical infonnation available . Conduct soils investigation of the existing runway at the Ashland Municipal Airport. . On-site investigation will include: o Core the existing runway (3603' x 75') at 5 locations to determine existing pavement section and determine sub grade conditions. o Dig 4 test pits along the pavement edge. . Perform the following laboratory tests on samples taken during the on- site investigation: o CBR test o Atterberg Limits and USC soil classification o Sieve analysis o Determine unit weight and water content o FAA soil classification . Provide soils report and recommendations. See attached sub consultants geotechnical scope for further breakdown of work. 10. Conduct Falling Weight Deflectometer, non-destructive pavement testing, to quantify the ,condition of the existing runway pavement. This data will be used in the pavement rehabilitation design process. The non-<lestructive testing will include be performed on the full length and width of the runway (3603' x 75'). Non-destructive testing (falling weight deflectometer) will be performed on a spacing of 4 longitudinal lines through the center of 4 equal width lanes broken out of the overall runway width. See attached sub consultants deflection testing scope for further breakdown of work. City of Ashland Ashland Municipal Airport Runway 12/30 Rehabilitation June I, 2009 Scope of Services Page 4 ofl 0 .' 11. Provide preliminary PAPllocation layout design for Runway 12 and Runway 30. This preliminary location will be used to determine where to perform the topographic survey for the P API sites. Final P APllocation layout design will be completed in during fmal design. 12. Perform ground survey siting of proposed PAPl obstacle clearance surfaces at both nmway ends. This survey will include set up at each end of the runway on proposed surfaces and determine if the surfaces will be clear of any obstructions. If obstructions are apparent, further field survey to itemize and quantify obstructions would be included on a future contract supplement. Coordination and engineering services for removal of obstructions would also be included on a future contract supplement. 13. Conduct onsile visit to perform PAPI obstruction surface siting field investigation and coordinate sub consultant's PAPI surface survey. 14. Review and evaluate sub consultants P API obstruction surface survey investigation data. 15. Prepare and submit FAA design grant application. 16. Develop preliminary planning level opinion of probable construction costs. The FAA will be evaluating stimulus grant availability for this project in July and is requiring a preliminary estimate be submitted to determine stimulus funding allocation. B. DESIGN ENGINEERlNG - to be provided on a lump sum compensation basis. 1. Project Administration a. Manage projecl- internal coordination and administration to move project lhrough the design process. A period of 8 weeks has been asswned for the preliminary engineering and design process budgets. b. Coordinate with FAA. c. Coordinate with the City of Ashland (City). d. Coordinate with design sub consultant. City of Ashland Ashland Municipal Airport Runway 12130 Rehabilitation June 1,2009 Scope of Services Page 5 of 10 .' e. Develop a DBE plan, evaluate the DBE environment within the project's bidding radius, and establish a project DBE goal. f. Prepare and submit FAA grant reimbursement requests. Two requests have been assumed during the preliminary and design period. g. Prepare and submit FAA construction grant application 2. Engineer Design Report - Consultant will prepare an Engineer's Design Report, including: a. Scope of proposed project b. Design rationales c. List of Advisory Circulars, Design and Construction Standards d. Develop all improvements in accordance with all applicable FAA advisory circulars incloding but not limited to: AC 150/5300-13 AC 150/5370-2C AC 150/5320-5B AC 150/5320-6C AC 150/5340-IH AC 150/5370-10B Airport Design Construction Phasing and Safety Airport Drainage Pavement Design Marking Standards for Specifying Construction e. . Modifications to Standards f. Phasing and scheduling recommendations g. Project quantities and construction cost estimates City of Ashland Ashland Municipal Airport Runway 12/30 ReI1abiIitation Iune t, 2009 Scope of Services Page 6 of 10 3. Consultant will perform Design of the various project elements per FAA Advisory Circulars and City requirements. Major design elements include the following: . Asphalt runway pavement rehabilitation design. . Runway and taxiway transitions, profile and grade designs. Shoulder and runway safety area grade design adjustments to transition new pavement grades to surrounding grades is included. . Runway subdrain design . Runway edge light and taxiway reflector elevation design to adjust to elevated shoulder grades. . Runway and Taxiway pavement marking design. . P API location and layout design and V ASI removal design. . Electrical design for V ASI removals and 2-Box P API installation on Runway 12 and 30. Installation of new conduit and cable to connect the existing power and controllers to the new P API units themselves is included in this scope. . Electrical design for grade adjustments to runway edge lights. . Project safety and phasing design. 4. Prepare plans for the project in AutoCAD, which tentatively will include the following sheets: I) Cover 2) Project Layout 3) Project Safety & Phasing Plan 4) Erosion Control Plan 5) Runway Plan and Profile scale 1";50' 6) Runway Plan and Profile scale 1";50' 7) Runway Plan and Profile scale 1";50' 8) Connecting Taxiway Plan and Profile scale ]";50' 9) Connecting Taxiway Plan and Profile scale ]";50' 10) Connecting Taxiway Plan and Profile scale ]";50' II) Typical Runway Cross Sections 12) Typical Connecting Taxiway Cross Sections 13) Details 14) Runway Marking Plan 15) Taxiway Marking Plan 16) Pavement Marking Details 17) P API Layout Plan - Runways ]2 & 30 City of Ashland Ashland Municipal Airport RlUlway 12130 Rehabilitation June 1,2009 Scope of Services Page 7 of 10 " 18) Electrical Overview Layout Plan 19) Electrical P API Plan Runway 12 20) Electrical P API Plan Runway 30 21) Electrical system Line Drawings 22) Electrical Details 23) Electrical Details 5. Intermediate 50% Design Review Documents a. Develop intennediate level project specifications (using Advisory Circular 150/5370-1 DC, Standards for Specifying Construction of Airports, as amended) and drawings. b. Prepare intermediation level construction quantities and costs. c. Perform intennediation level internal quality assurance review. d. Attend a review meeting at the City, and perform field review of intermediate design. e. Incorporate 50"10 design review comments. 6. Final 100% Design Review Documents a. Develop final project specifications (using Advisory Circular 150/5370- I DC, Standards for Specifying Construction of Airports. as amended) and drawings. b. Prepare fmal construction quantities and costs. c. . Perform final internal quality assurance review. d. Attend a teleconference review meeting with the City and FAA. e. Incorporate 100% design review comments. 7. Coordinate final printing of bid ready documents and furnish the City with 20 sets of plans and specifications for distribution to bidders. 8. Furnish the City with project descriptions for use in advertising for bids. City of Ashland Ashland Municipal Aitport Runway 12/30 Rehabilitation June 1,2009 Scope or Services Page 80f10 , C. ASSUMPTIONS The scope of services and estimated fees are based on the following asswnptions: I. Additional services not included in the scope of services and fee estimate and requested by the City will be included in a subsequent engineering supplement. 2. This scope of work is for preliminary and design engineering through placement of the bid advertisement. This scope has anticipated this effort over an 8 week period assuming the project will be funded by federal stimulus money and bid in August 2009. If stimulus funding is not available for construction in 2009 and the project bidding is postponed beyond August 2009, additional ongoing project management may be necessary until the project is advertised for bid. If additional project management is necessary beyond the 8 week period, this effort will be included on a future contract supplement. 3. Bidding and construction assistance is not included within this scope of work and will be included on a future construction engineering contract supplement. 4. Permits required for construction, such as grading, are not included in the scope of services or fee estimate; they will be made the responsibility of the contractor. 5. The FAA will not require environmental or cultural resource support on this project. The FAA has determined the Runway 12130 rehabilitation and PAPI project to be Categorically Excluded (CAT-X), and will not require a NEPA checklist. 6. The City has an existing 1200-z Oregon Department of Environmental Quality (ODEQ) permit for the airport. No other ODEQ permits are anticipated for this project National Pollutant Discharge Elimination System (NPDES) permits are not included within this scope of work. 7. Impervious surfaces are not being increased and drainage design will maintain existing stonnwatec runoff to shoulders. Any stOmlwater system improvements for retention/detention or water quality are not included within this scope of work. 8. Construction surveying will be provided by the Contractor. City of Ashland Ashland Municipal AilpOn RW1\wy 12130 Rehabilitation JWle I, 2009 Scope of Services Page 9 of 10 , 9. This scope of work includes the removal of the existing V ASI systems and replacement with 2-Box PAPI's at both Runway 12 and 30. This scope of work assumes the existing power source, transfonners, controllcrs, and electrical vault building and other related electrical support components are operating in good condition and are sufficient to power and operate the new PAPI's. It is assumed no modifications or upgrades are necessary on the electrical systems feeding the P API's. Any design modifications or upgrades to existing electrical systems would be ineluded in a future contraet supplement. Installation of new conduit and cable to connect the existing power and controllers to the new P API units themselves is included in this scope. 10. Ground Survey of the P API obstruction clearance surfaces is ineluded within this scope of work. Coordination and removal of any identified obstructions is not included within this scope of work and where necessary would be included within a future contraet supplement. 1 I. An FAA flight check of the new PAPl's is not required. 12. No pavement alternatives Life Cycle Analysis will be prepared for this project. D. CITY PROVIDED DOCUMENTS The City will provide and/or make available the following items to Reid Middleton in support of the project: I. The Airport Master Plan and complete Airport Layout Plan drawing set. 2. City record drawings of Airport facilities and utilities. 3. Any other documents necessary to assist in the design of the planned rehabilitation and improvements. h:doc\23109\9 I 3\0 16 Ashland Runway 12-30 Rehahlcngscope.doc City of Ashland Ashland Munieipal Airport Runway 12130 Rehabililation June 1. 2009 Scope of Servioo; Page 10 of 10 .' AIRPORT: A~bu MulridpaJ Alrp<<I -- PROJECT: R1la.....' 12130 RrIlabWtltloa CLIENT; CityorAShblnd JOB NUMBER: 2)1009.913.016 DATE: ""'109 II:\OtX\1J.A,\OMIJ'D16_.......... P.Vi 12.)0 ~l'JI&rfect.tdMd).mPdim PROJECT SENIOR PROSECT DESIGN CAD PRNPAL ENGR ENGR ENOR ENGR OPER. Cl.F.R. PA TOTAL PROJECT fROJECT TASK 1190.00 $165.00 $lll.OO $105.00 "'.00 $105.00 SIOHIO 135.00 HRS COST KA RH 08 WB/SV vc aM Vf kB A. PRFJJMINARV to:NGINEF.RING "t1ald Pmbign Tcl<<onfereu.:C' 0 0 0 0 0 0 ,m Galhcr City Exiscina In(onnatJon.ad Record Dwgs 0 0 , . . . . . 10 $1,030 COOf'dilYlle with frdimirwy En,rSubcoNLlllanla . . . . . . . . . $1,080 Onsik coonfuwlan (Topo Survey, /Jeol;ech, Dd\cctiort Testing) 0 . I. . . 0 0 . I. II,3SO SilevwtTravel(II2R.tc) . . . 0 . . . . . $270 ~ Suboeot1suhanl [Ma Z , . . , . . . I. $1,"20 R~M:'" City ~ o....ainp (Utilities) . . , . , . . . . S440 Prepare Qv.enall Siu: Map rmm ALP Dra...in, . . . . . . . '900 "'Tapa SutW)I, see Wicks Survey sub below Prepare Tapa SuI'V'CY Bue M:Ipc . . . . 0 . 0 . '84" .G<oo:dIII1't1e1liprion. WI P1cirM: Geoted\mc.al iIIb below .Deflc.clion Tes1ina. ICe hvemcnt Scrvice5 sub below PrctiminatyfAPllocaiionu)'QUllJrctjgn . " " . . . I. S>"'"" "PAPI Obatx:IeSwflll;.e SunC)', _ Wicb Sun-ey Jut! below OasilI:eoordir>>lion IbtPAPIAJlPI'08ChSurvey . . . . . . . " . $1,080 Site ,,!sit Tmoel (In Rate) . . . . . . . . . 127. PAP! Approach SurYey Aalysil , , . . . " . . 20 Sl,6JO 1"rcpI~ "Coord FAA Design Grana Appfiwion Z . . " . . . . . S~lO Dcvdop preli:ninary Consa Cost ntin\ltle for FAA ~imulus FU1V1ina Detcrminatiotl . . . . . . . 20 $2,060 Sub&M:aJ ~ Labot " . .0 J() ,. . 0 I3B 516.175 fiXPENSES: T,..vel: """""', Tn,. "'''' Do,. Airl'a~ 10 City (ROllnd Trip) ..,. Z S800 Vdalclc Renul SIlO , l480 h4ilcaac ToCUy(Rotmd Trip) "W . 1000 so Mikqe To F^A (Roulld Trip) SO." . 7. so LcdaiDc $120.00 , 12'" Per Oiem $3. , S60 Pnx:.essinJFCC' - Pm::cTIta;eo(Cl<pc::nses '''' 1237 Sublobl- t:lpdSa SI,817 SV8CONSULTANTS: Wicb Enalf'lCairc '" Surveyinl (Topo Survey) $10,860 Wieks Encinoeri.naA s-,.;a, CPA"" ~lklc C~ s.-c,.) 'Z.OOO PacifIC GCQCCdlnk.II (GcotedmicallnYeltiption) $11,ol'~ Pavcmr;m Services (Def\cetion Testing) ..."'" Handlina fee . ftrccnuae ofSubconsutt.ms IS" s.4.32S Subtotal _ Sabco.saIlulJ W,I60 TOTAL PRELIMINARY ENGINEERING (lump Sam) 551,852 Page , '. AIRPORT: ""Iud M.~ "..,..... ... PROJECT: ~a)'IZlJOIltUN!l&t'" ClIENT: C"nygrAdllaM JOe NUMBER; HlOO').tIJ.Olb DA.TE; ..,'" '.~I}\QI'A""""'12.J1l~f...,so.~.",pn.. I"ROJ1:CT W<lO<< ,PIl:OIECf DES",N CAD """AI. ","R ENGR ","R ENGR orER. CUR PA roTAI. PROJECT Pll.OJECTT"SK SI9000 SIU.oo SUS.DO SI~.OO SlS.OO 'U05.00 SI~.OO 'U., ,..., CO'T .. RIl 00 W""" vc eM VF .. .. DESIGN ENGINEERING ProtKt Adn'lkolAoItIo..../Tnb Pnt}tctMm.ll~{lInl"'''O'I"",I...'h) . 0 " 0 0 0 0 , " ,,-"" Coordbw.iocI.-idlfAA(I...v.'kovw...-u) 0 0 I 0 0 0 0 0 I SI,OIO COClftfilwionwidlOI)fllws1wk_a.b) 0 0 I 0 0 0 0 0 I ".., COM'dizWion...ilbD=ipl~ants 0 0 I 0 0 0 0 0 . ".... DfI;EI'lIn.ao.J~ 0 0 l . .. 0 I 0 " >l)" ~FAA~Rcquesb(A_1) 0 0 I 0 0 0 0 0 I ".., PttpIrc"CoonlFMCOftIICn"'~ion l 0 . 0 0 0 0 0 . .920 S.lM.w~.4ddII " .. 0 ,>0 SIU~.OO ""'""- AnmWIle i:laiJll Rrpl>f'l h;:Uce " 0 0 .. 56.110 s.lIt.IatDalp1U.,.n II 0 0 .. S6)IIlOG ",.,.. h_ ReWNIArlM De&Icn 0 . . 0 0 0 0 0 " 11.1<40 ......,...xI Tp;tw.y TtIIlSitiOll Pro1llc.a Gndc Dcsipw 0 l . " 0 0 . 0 " SI,11O R_.,~iaDcdp 0 , . " 0 0 0 0 1I "-'" R_*1 Edcc lJPl" Taxi~ Ren_ Clnck Adjultlnent Dui&n 0 0 2 , . 0 0 0 " ".... bt..,..lt;Tar..y ~ I-bltinc Oedp 0 0 l 0 , 0 0 0 . "" F"Niz:t:PAPlIouliaolt.a,-.DaipAVA$I..-ak l 0 . 0 0 0 . " ".... .ElcdriealPAf"l"Edpl..iPf[)c$ip._~~l:JdcIow lcrirwBkcSWP,,"S~A RWf.dceL.Ja.bl~rrICIllDaip 0 0 0 , . . . I - ~S.lCly/~Da.icn l . 0 . 0 . . " SI..c60 S.bf.t.l Dnla. .. " 12 . '" S'6)IS.00 ~~Ing. .C- 0 . l . 0 . . . " $I,HO 2~~"""" 0 . I I . 12 0 0 21 IJ,IIO 3Pro;cdWdy.~"" , 0 " . . " . 0 1I SI'>O 4 EroAcnCOftIJoII'l_ . . . 12 . 12 . . " U,06O 5 ar........PbaA PTonkllClolt; ....W} . . I I . " . . " "... e R._-r"-'''' Prorok C_k '"-$a) . . I I . " 0 . 22 "... ., boI...a)'....... f'a)rllc (_Ie ,....W) . . . . . " 0 0 " ".... a C_daa fu;...yl'bll. holtlc (Ktie ,....SO') . 0 I I 0 " 0 . " ".... 8 C~Tft;....,PbnA'n"Ue{lnllt '".oW) 0 0 I . . 10 0 0 II "... 10~T..I....,..P!J:aItProftkfKakl"..tO') 0 0 . . 0 10 0 0 " "... 11 T)'lliu.!bml.'.,.Crv.SodioIII . 0 . " 0 20 0 0 .. ",,'" 12 1)pIu1 C_1na T..;...ay CIUt, Sw... . 0 . " 0 20 0 0 .. SI.... """"" 0 . . 0 " 0 0 " ",... 14~,.Markillll"" 0 . 0 . 10 0 . 21 ".... 1 S T..;.....1 N.d.... ... 0 . 0 . 10 . . 21 51.900 18 ...-... MMki"l DebDt . 0 l 0 . " 0 . 21 51.630 t7 ,,,I'IL1,....P'bftIl.......yo:U..lO l , " I . " 0 . II ".... 18 ~o..cmcwl.,wlPt.t(IUof~) 0 . l . 0 . 0 0 , "" l~ Etemic:al'AI'll'la.1Wnwar12(kM~, 0 0 , . l . . 0 . .... 2OEkcfrio:..,."".....R....,.)O(ItM~J . 0 2 0 , 0 0 . . .... 21 FJearic.alS)"lOIIUMr.a.'-cr(Jt.MI'Orin<I . 0 l . l 0 . 0 .... 22 E1lIdn.:.l Daalh(RU .......) . 0 l 0 , . 0 . .... 23~"'~(IUC~) 0 0 , 0 , . 0 0 .... --.... '" "0 " ,.. 0 '" "'-"'> ....-....... 5O'4l.nd !;P<<:Sf'rafed MauJI) . . II . 0 0 I 0 .. ".no jO% ~ o-.;IM:I A COWl . 0 . " . . , 0 " S',IOO $O%l.n-dQA Drdpaev;.... . . 0 . . I . . 10 ,,-'" RC'Y;e.~inc.C-II1a.Field~,"" 0 . I I 0 0 0 0 10 SI,970 ~~TfM~(lf2"*'J . 0 . . 0 . 0 . .... '~SO%~COllWl:nTS 0 0 , 0 I . , " SI,10t0 kbtMIlISt%OeolI_.l..MIIH " " " '" SI4,1)1O.oo ....' ~ AJRPQRT: AddudM..~Alr1-t ~ PROJECT: 1tiI..J,'I1IJOItN~_ Cl.IfNT: CityofAmI:rn.1 JOB NUM6fR; 232<109.913.016 MTE: ..,'" 1l;~\2lA1>'Cl'1"'lt4II"_~_Ylt:._1Q<<.W>_~~t-"'-'J",~ I""'Dnit.~.... lOO".t.Levd Sp:a (P<ojra Manual) 0 . II 0 0 0 . 0 .. SUlO 10000.l.eo.el Qualltilics a ('NU 0 , . Il 0 0 0 0 16 II.... 100% Ltffi Q^ [k:Iip Jl.("fit'oo . 0 0 0 . 0 0 " RJ60 Rn>inrr....eetillJrdc:ctwofen:~ , , , , 0 0 0 0 . .... 11lC'afJlOlUe1~LfvtlC~1I 0 , , . 0 . 0 0 16 51,740 s..1M.uIJto'- Dt11p-uber . '" 0 16 .. $12,0410.00 BWA.dnl1....... C~FiNl noc-l'riAli"8 0 0 0 0 0 .... ~..dCoord;"'ICAd'U\~nlrorBid 0 0 0 0 0 .... SlrInl:.181d ~"-'n. r.u..r 0 0 0 0 0 S'IllO.OO Toc...I..abwF.... " " ,.. '" " "" " '''' tU.l,1JS EXPENSES: Trwd; CQUIUIIll '... MiHJ """ Airf_1O CMy(RDonl Trip) .... 1 .... Vdliclc~l "'" 1 "'" MilNpTIlCily(aoo..:ITripl "" 0 '''' " MilnteToFM(R.oGodTripl SMS 0 70 " """" $120.00 I " ....- '" 0 " Prinliq o. Pl..-.s 20Scufi SJS ".. - SpecirlWiom "'S<u@ SJ' "" ~f<<=. ~c.(r:~ Il% "" SoobI<<al.ts~ n.... SUOCOl'tSUL T ANTS: E'konlElcclriealDeallnl SU.:103 lIondlin.FlIC-p(:f<<'I1"C"OrS~I'MU Il% II.... kblOlltl.S.k-u.." 111~ TOlllOesJed r..c1nftrinc (I.-.pSl"", 51.0,547 Tal.IPrelllDhaaryF..I:lglnCflinl; tlun.Su"'1 551,152 TOTAL PRELIMINARY AND DESIGN ENGINEERING SI9~99 -..., A.CORD," CERTIFICATE OF LIABILITY INSURANCE I DATE (MMJDDIYYYY) 06/22/09 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Kibble & Prentice, a USI Co. ONLY ANO CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Box 370 HOLDER. THIS CERTIFICATE DOES NOT AMENO, EXTEND OR ALTER THE COVERAGE AFFOROEO BY THE POLICIES BELOW. Seattle, WA 98111 206 441-6300 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A:. Continental Casualty Company 20443 Reid Middleton, Inc. INSURER B: U. S. Specialty Insurance Company 29599 728 134th SI. SW, Suite 200 INSURER c: Continental Insurance Company 35289 Everett, WA 98204-7332 INSURER 0: INSURER E: Client#. 320284 REIDMID COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLlCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I p'?...lJ!i;~Jt~RE!E P~~I~/~X:~~N LTR NS' TYPE OF INSURANCE POLICY NUMBER LIMITS A ~NERAl LIABILITY 3011014358 11/01/08 11/01/09 EACH OCCURRENCE $1 000 000 X. OMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $1 000 000 - CLAIMS MADE [!] OCCUR MED EXP (Anyone person) $10000 - PERSONAL & ADV INJURY .1 000 000 - GENERAL AGGREGATE .2 000 000 ~l. AGG~E~EIL1MIT APP!~tIPER: PRODUCTS. COMP/OP AGG .2 000 000 POLICY X I ~tw; LOC C ~TOM08llE LIABILITY 3011014375 11/01/08 11/01/09 COMBINED SINGLE LIMIT X. ANY AUTO (Eaaccident) '1,000,000 - ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) - X. HIRED AUTOS BODILY INJURY . .1L NON-QWNED AUTOS (Peracddenl) - PROPERTY DAMAGE . (Per accident) =rGE UABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC . AUTO ONLY: AGG . ~ESSNMBRELLA LIABilITY EACH OCCURRENCE . OCCUR 0 CLAIMS MADE AGGREGATE . ~ DEDUCTIBLE . . RETENTION . . A WORKERS COMPENSATION AND 3011014358 11/01/08 11/01/09 WC STATU- I X IOJ;l- EMPLOYERS' L.IABIUTY ( WA Stop Gap) .1 000 000 ANY PROPRIETORlPARTNERlEXECUTIVE E.L EACH ACCIDENT OFFICER/MEMBER EXCLUDED? E.L. DISEASE. EA EMPLOYEE .1 000 000 ~~~~,~~~~~~1~~s below E.l. DISEASE - POLICY LIMIT .1 000 000 B OTHER Professional US081154704 09/17/08 09/17/09 $1,000,000 per claim Liability $1,000,000 annl aggr. DESCRIPTION OF OPERATIONS I lOCATIONS 1 VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Re: RM Project No. 232009.012, Ashland Airport RW 12/30 Rehab. Design, Project No. 2008-62 (AlP proj No. 3-41-0002-(08). The City of Ashland, Oregon, and Its elected officials, officers and employees are named as Additional Insureds on the General Liability (See Attached Descriptions) - CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF mE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Ashland DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAll --45...- DAYS WRITTEN Attn: Scott Fleury NOTICE TO THE CERTIFICATE HOLDER NAMED TO mE lEFT, BUT FAilURE TO DO SO SHAll 20 East Main Street IMPOSE NO OBLIGATION OR LIABilITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Ashland, OR 97520 REPRESENTATIVES. AumORIZEO REPRESEN~~ 0. rr ACORD 25 (2001/08) 1 of 3 #S3894316/M3094592 MXTJU @ ACORO CORPORATION 1988 DESCRIPTIONS (Continued from Page 1) Policy, with respects to operations of the Named Insured. Coverage is primary and non..contributory. AMS 25.3 (2001/08) 3 of3 #S3894316/M3094592 CNA SB-146968-A (Ed. 01106) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT, SEE PARAGRAPH C., OF THIS ENDORSEMENT FOR THESE DUTIES. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE & BLANKET WAIVER OF SUBROGATION Architects, Engineers and Surveyors This endorsement modifies insurance provided under the following: - BUSINESSOWNERS LIABILITY COVERAGE FORM BUSINESSOWNERS COMMON POLICY CONDITIONS A. WHO IS AN INSURED (Section C.) of the Businessowners Liability Coverage Fonm is amended to include as an insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement; but the written contract or written agreement must be: 1. Currently in effect or becoming effective during the tenm of this policy; and 2. Executed prior to the "bodily injury," "property damage," or "personal and advertising injury." B. The insurance provided to the additional insured is limited as follows: 1. That person or organization is an additional insured soiely for liability due to your negligence spedfically resulting from "your work" for the additional insured which is the subject of the written contract or written agreement. No coverage applies to liability resulting from the sole negligence of the additional insured. 2. The Limits of Insurance applicable to the additional insured are those spedfied in the written contract or written agreement or in the Declarations of this policy, whichever is less. These Limits of Insurance are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations. 3. The coverage provided to the additional insured within this endorsement and section tiUed LIABILITY AND MEDICAL EXPENSE DEFINITIONS - "Insured Contract" (Section F.9.) within the Businessowners Liability Coverage Fonm, does not apply to "bodily injury" or "property damage" arising out of the "products-compieted operations hazard" unless required by the written contract or written agreement. - - - iiiiiiii = SB~ 146968-A (Ed. 01/06) 4. The insurance provided to the additional insured does not apply to "bodily injury." "property damage." "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders. change orders or drawings and specifications by any architect, engineer or surveyor perfonming services on a project of which you serve as construction manager; or b. Inspection, supervision, quality control, engineering or architectural services done by you on a project of which you serve as construction manager. 5. This insurance does not apply to "bodily injury." "property damage," or "personal and advertising injury" arising out of: a. The construction or demolition work while you are acting as a construction or demolition contractor. This exclusion does not apply to work done for or by you at your premises. C. BUSINESSOWNERS GENERAL LIABILITY CONDITIONS - Duties In The Event of Occurrence. Offense. Claim or Suit (Section E.2.) of the Businessowners Liability Coverage Fonm is amended to add the following: An additional insured under this endorsement will as soon as practicable: 1. Give written notice of an occurrence or an offense to us which may result in a claim or "suit" under this insurance; Page 1 of2 2. Tender the defense and indemnity of any claim or "suit" to us for a loss we cover under this Coverage Part; 3. Tender the defense and indemnity of any claim or "suit" to any other insurer which also has insurance for a loss we cover under this Coverage Part: and 4. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. D. OTHER INSURANCE (Section H. 2. & 3.) of the Businessowners Common Poiicy Conditions are deleted and replaced with the following: 2. This insurance is excess over any other insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing to the additional insured's own coverage. This insurance is excess over any other insurance to which the additional insured has been added as an additional insured by endorsement. 3. When this insurance is excess, we will have no duty under Coverages A or B to defend the additional insured against any "suit" if any other insurer has a duty to defend the additional insured SB-146968-A (Ed. 01/06) SB-146968-A (Ed. 01/06) against that "suit" If no other insurer defends, we will undertake to do so, but we will be ent~led to the additional insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (a) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (b) The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to appiy in excess of the Limits of insurance shown in the Declarations of this Coverage Part. E. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (Section K.2.) of the Businessowners Common Policy Conditions is deleted and replaced with the following: 2. We waive any right of recovery we may have against any person or organization against whom you have agreed to waive such right of recovery in a written contract or agreement because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included within the "products-completed operations hazard." Page 2 of 2 ~ITVAeCORDER Page 1/1 ~~, CITY OF ASHLAND, 20 E MAIN ST. ASHLAND, OR 97520 (541) 488-5300 ;,::~r;,;;<['?'~JDt,\TEj~'f,"~ :~:elF.!01Nl!.IMBER2u:.:::l 6/26/2009 09003 VENDOR: 014269 REID MIDDLETON 728 134TH STREET SW SUITE 200 EVERETT, WA 98204 SHIP TO: Ashland Public Works (541) 488-5587 51 WINBURN WAY ASHLAND, OR 97520 FOB Point: Terms: Net Req. Del. Date: Speciallnst: Req. No.: Dept.: PUBLIC WORKS Contact: Michael Faught Confirming? No ~Quantitt1i.~ fililHli~ ~:lI;r~1f.3&~~r;!:~r1'~~Y~p~~!2~lBescffiltiOn1!Z2~~fI~~::~E~4;~~3t11f'3~J&1ff;@iQ b:~IWi1Rrr~5 ~~~i1E1ti1f?"iC'e'R51 Provide engineering services for the design of the runway 12130 rehabilitation - Project #2008-62, Approved by Council 06/16/2009. Contract for Aviation Engineerinq Services - Beginning date: 06/22/2009, Completion date: 06/30/2011, Insurance required/On file 195,399.00 BILL TO: Account Payable 20 EAST MAIN ST 541-552-2028 ASHLAND, OR 97520 SUBTOTAL TAX FREIGHT TOTAL 195 399.00 0.00 0.00 195,399.00 ~>:!gc1:9iJ~nt1&umbE{rg~2' ~~.~FIroje:ctffiu'Wiberr~" 31Ll ~Tft{;~'j~'Amoullt'~~;:~<i grf;iKccou'rmNTimHer0~~~ ~ti}~T~r6jecf~~umoe~f~~ ~fAmount~f!iE E 260.08. 12.00.70420 E 200862. 1 00 1 95 399.00 U-.~- 6' _ - ~.?' AutH~-ried Signature VENDOR COPY CITY OF ASHLAND REQUISITION No. PW - FY 2009 Department PUBLIC WORKS Vendor Reid Middleton 728 134th St. SW Ste. 200 Everett, W A 98204 Account No. 260.08.12.00.704200 Date June 25, 2009 Requested Delivery Date Deliver To Via 1000/0 (* Note: Please allow approximately two(2) weeks fOf delivery on items not generally caried in stored, and approximately two (2) months on printing jobs.) Item No. Quantity Unit Description Use of purchasing Office Only Unit Price Total Price PO No. Provide engineerig services for the design of the runway 12130 rehabilitation project No. 2008-62 $ 195,399.00 Approved by Council 6/16/09 for Kari: BID IRFP 1 EXEMPT: Contract Start Date: 22-Jun-09 Contrac1 Completion Date: 30-Jun-11 Insurance on file: IYES INO Proiect No: Job No. Unit No. I hereby certify that the above items are necessary for the operation of this department and are budgeted ~...Il..~\c......L-- Department Head or Authorized Person Issued By Date Received By r.l' G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2008\08-62 Reid Middleton Requisition.xls CITY OF ASHLAND PROJECT ACCOUNTING WORKSHEET PROJECT NUMBER (YEAR XX) PROJECT TITLE PROJECT DESCRIPTION Department Project Manager Department Head BUDGET INFORMATION IdenUfy fiscal year I potential splits Identify Funding Codes and Funding Code names DESIGN .100 Engineer Name PO COST , Change Orders 1 2 3 4 CONSTRUCTION .120 contractor name PO budget estimate bid I contract total changes total CONSTRUCTION .120 contractor name PO budget estimate bid I contract total changes total PERMIT COSTS (Building Depl) .170 budget estimate final costs 12008-62 IAShland Municipal Airport Project Number 3-41-002-008 Reconstruct runway 12130 and install PAPI system. Public WorkslEngineering Scott Fluerry/Jim Olson Mike Faught 1200g-10 12010-11 AlP Grant (100%) for approx FAA Entitlement Grant Max $1,100,000 for construction. avail. $199.371 Pendina FAA allocation). Reid Middleton Pending $195,399 Miscellaneous Costs: Daily Tidings Advertising Daily Journal of Commerce ~:., G:Pub-wrks/engfdepl-adminfengineerfprojectfOS-62 proj Acel Work.sheel.x[s