Loading...
HomeMy WebLinkAbout2011-028 Contract - JBR Environmental Consultants - ~"" 'C I T Y 0 F CONTRACTOR: JBR Environmental Consultants, ASHLAND Inc. 20 East Main Street CONTACT: Rebekah Brooks, RG Ashland, Oregon 97520 ADDRESS: 8484 Crater Lake Ave. Telephone: 541/488-6002 Fax: 541/488-5311 White City, OR 97503 TELEPHONE: 541-770-6977 DATE AGREEMENT PREPARED: 1/25/2011 F AJ<:: 541"770-7019 BEGINNING DATE: 2/l/2011 COMPLETION DATE: 21l/2013 * COMPENSATION: Time and materials not to exceed $45,000 (see proposal attached as exhibit C). GOODS AND SERVICES TO BE PROVIDED: Determination of the magnitude and extent of contamination in soil andgtoundwater at 1097'B' Street. (See proposal attached as exhibit C for afull description of the scope of services.) ADDITIONAL TERMS: * Contract limits may be extended depending upon DEQ requirements. NOW THEREFORE, pursuant to AMC 2.50.120 and after considemtion of the mutual covenants contained herein the CITY AND CONTRACTOR AGREE as follows: 1. All Costs by Contmctor: Contractor shall. provide all personal services and shall at its own risk and expense, perform any work, and furnish all labor, equipment and materials required for the work described above and inthe RFP Determination of the Magnitude and Extent of Contamination in Soil and Groundwater at 1097 'B' Street, Project no. 2006-26. 2. Qualified Work: Contractor has represented, and by entering into this contract now represents. thatall personnel assigned to the work required under this contract are fully qualified to perform thewotk 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. Contractor must also maintain a current City business license. 3. Completion Date: Contractor shall provide all goods in accordance with the standards and specifications, no later than the date indicated above.and start performing the. workunder this contract by the beginning date indicated above and complete the work by the completion date indicated above. 4. Compensation: _City shall pay Contractor for the specified goods and for any work performed; including costs and expenses. specified above orin Exhibit ~. Payments shall be made within30 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. Compensation under this contract, including all costs and expenses of Contractor, is limited to $45,000.00, unless a separate written contract is entered into by the City. Contract for Personal Services G:\pul>wrl<sleng\ll6.26 B 51 Yan! Tank Closure'admIRFP'/J6 26 JBR Contracldoc 5. Ownership of Documents: All documents prepared by Contractor pursuant to this contract shall be the property of City. 6. Statutory Requirements: ORS 2798.020,2798.220.2798.225. 2798.230. 2798.235, ORS Chapter 244 andORS670.600 are made part ofthis contract. Contractor shall comply with these and all other federal,. state and local laws and regulations applicable to the work under this Contract. 7. Living Wage Requirements: If contractor is providing services under this contract and the amount of this contract is $18;703 or more. Contractor 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 coritractand to any subcontractor who performs 50% or more of the work under this contract. Contractor is also required to post the notice attached hereto asExhibit Bpredominantly in areas where it will be seen by all employees. 8, Indemnification: Contractor agrees to defend. indemnify and save City, its officers, employees and agents harmless from any and all losses, claims, actions, costs, expenses, judgments. subrogations, or other damages resulting from injury to any person (including injury resulting in death), or damage (including loss or destruction) to property. of whatsoever nature arising out of or incident to the performance ofthis contract by Contractor (including but not limited to, Contractor's employees. agents, and others designated by Contractor to perform work or services attendant to this contract). Contractor shall not be held responsible for any losses, expenses. claims, subrogations, actions, costs. judgments. or other damages. directly, solely. and proximately caused by the negligence of City. 9. Termination: 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 whole or in part. effective upon delivery of written notice to Contractor, 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 seniices 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 lawor regulation to be held by Contractor to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d. For Default or Breach. 10 Either City or Contractor 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 G:lpub-wrl<slenglO6-26 B SI Yard Tank CklsureladmIRFP\o6 26 JBR Contracldoc 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 Contractor's performance of each and every obligation and duty under this contract. City by written notice to Contractor of default or breach may at any time terminate the whole or any part of this contractif Contractor 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. ObligationlLiability of Parties. Termination or modification of this contract pursuant to subsections a. b, orc 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, Contractor shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Contractor shall deliver to City all contract documents, information, works-incptogress and. other property thatare or would be deliverables had the contract been completed. City shall pay Contractor for. work performed prior to the termination date if such work was performed in accordance with the Contract. 10. Independent Contractor Status: Contractor is an independent Contractor and not an employee of the City. Contractor shall.have the complete responsibility for the performarice of this contract and for any federal or state taxes applicable to payments under this contract. Contractor will not be eligible for any federal Social Security, state Worker's Compensation, unemployment insurance or. Public Employees Retirement System benefits from this contract payment, except as a self-employed individual. 11. Non-discrimination Certification: The undersigned certifies that the undersigned Contractor has not discriminated against minority, women or emerging small businesses enterprises in obtaining any required subcontracts. Contractor further certifies that it shall not discriminate in the award of such subcontracts, ifany. The Contractor understands and acknowledges that it may be disqualified from bidding on this contract, including but not limited to City discovery of a misrepresentation or sham regarding a subcontract or that the Bidder has violated any requirement of ORS 279A.l ) 0 or the administrative rules implementing the Statute. 12. Asbestos Abatement License: If required under ORS 468A.71O, Contractor or Subcontractor shall possess an asbestos abatement license. 13. Assignmentand Subcontracts: Contractor shall not assign this contract or subcontract any portion ofthe work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Contractor 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. 14. Use ofRecvclable Products: Contractor shall use recyclable products to the maximum G:\pul>-wrI<s\eng\06-26 B St Yard Tank CIosureladmIRFP\o6 26 JBR Conlracldac extent economically feasible in the performance of the contract work set forth in this document; 15. Default. The Contractor shall be in default of this agreement if Contractor: commits any material breach or default of any covenant, warranty. certification, or obligation it owes under the Contract; ifit loses its QRF status pursuant to the QRF Rules or loses any license, certificate or certification that is required to perform the work or to qualify as a QRF if Contractor has qualified as a QRF for this agreement; institutes an action for relief in bankruptcy or has instituted againstitan action for insolvency; makes a general assignment for the benefit of creditors; or ceases doing business on a regnlar basis of the type identified in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 16. Insurance. Contractor shall at its own expense provide and maintain the following insurance: a, Worker's Compensation insurance ill compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers b. General Liability insurance with a combined single limit, or the equivalent, of not less than $ I ,000;000, for each occurrence for Bodily Injury and Property Damage. It shall include contractual liability coverage for the indemnity provided under this contract. c. Automobile Liability insurance with a combined single limit, or the equivalent, of not less than $1,000,000, for each accident for Bodily Injury and Property Damage, including coverage for owned, hired or non "owned vehicles, as applicable. d. Notice of cancellation or change. There shall be no cancellation, material change, reduction ofIimits or intent nolto renew the insurance coverage(s) without 30 days' written notice from the Contractor or its insurer(s) to the City. e. Additional Insured/Certificates of Insurance. Contractor 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 Contractor's services to be provided under this Contract. As evidence of the insurance coverages required by this Contract, the Contractor shall furnish acceptable insurance certificates prior to commencing work under this contract. The contractor's insurance is primary and non-contributory. The certificate will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. Ifrequested, complete copies of insurance policies; trust agreements, etc. shall be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self-insurance. 17. 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 cOhflictoflaws, 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 Contractor 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 ilshall be brought and conducted solelv and exclusivelv within the United States District Court for the District of G:\pub-wrf<s\englO6-26 B SlYart! Tank CIosureladmIRFP\lJ6 26 JBR Contractdoc Oregon JiIed.in Jac:kson County, Oregon. Contractor, 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 thejurisdiction. 18. Arbitration. If any disputes. disagreements, or controversies arise between the parties pertaining to the interpretation, validity, or enforcement of this Agreement, the parties shall,uponthe request of either party. submit such dispute to binding arbitration. Except as otherwise provided in this contract, arbitration shall be requested by delivering to the other party a written request for arbitration. Within five (5) days of receipt of such request, the parties shall select a mutually agreeable arbitrator and designate mutually agreeable rules of arbitration. Ifthe parties cannot agree upon an arbitrator within five (5) days, an arbitrator may be appointed by the presidingjudge, Jackson County Circuit Court, upon .the request of either party submitted in accordance with ORS 36.310. If the parties have not designated mutually agreeable rules ofilrbitration at such time as the arbitrator is appointed, the arbitrator shall adopt rules for the arbitration. The arbitrator's decision shall be binding upon the parties. The City and Contractor agree to a consolidated arbitration of such claims, disputes and other matters in question between themselves regarding the project, with claims, disputes and other matters in question regarding the project between and among the City, Contractor and the, City's third parties designees and contractors and anyone else under contract with the City or any other party to perform work or services related to the project. Notwithstanding any dispute under this Agreement, whether before or during arbitration. Contractor shall continue to perform its work pending resolution ofa dispute. and the City shall make payments as required by the Agreement for the undisputed portions of the work. 19; Attorney Fees. If either party commences any arbitration, legal action, suit, or proceeding against the other to rescind, interpret or enforce the terms of this Agreement; the parties agree thatthe prevailing party shall be awarded reasonable attomey'sfees and costs incurred in any such arbitration, action, suit or proceeding and in any later appeals filed as a consequence thereof. Such costs shall bear interest at the maximum legal rate from the . date incurred, until the date paid by the losing party. 20. Severability. Ifanypart, term ot clause of this Agreement.is held by a court or arbitrator to be unenforceable. of no effector in conflict with any law, the validity of the remaining provisions and clauses shall notbeaffected and the rights and obligations of the parties shall be construed and in force as if the Agreement did not contain the particular part, term or clause held to be unenforceable. 21. THIS CONTRACT AND ATTACHED EXHffiITS CONSTITUTETHE ENTIRE AGREEMENT BETWEEN lHE PARTIES. NO WAIVER, CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS CONTRACT SHALL BIND EIlHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES. SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, 1F MADE, SHALL BE EFFECTIVE ONLY IN lHE SPECIFIC INSTANCE AND FOR THE SPECIFIC PURPOSE GIVEN. THERE ARE NO UNDERSTANDINGS, AGREEMENTS, OR G:\PUb-wrksleng\06-26 B Sl Yard Tank CIosureladmIRFPI06 26 JBR Contrnctdoc REPRESENT A nONS, ORAL OR WRiTTEN, NOT SPECIFiED HEREIN REGARDING THIS CONTRACT. CONTRACTOR, BY SIGNATURE OF ITS AUTHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS CONTRACT, UNDERSTANDSJT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 22. Nonappropriations Clause. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to iinance the costs of this contract within the City's fiscal year budget. Contractor 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 sufticient 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 Contractor. with no further liability to Contractor. 23. Prior Approval Required Provision. Approval by the City of Ashland Councilor the Public Contracting Officer is required before any work may begin under this contract. 24. Certification. Contractor shall sign the certification attached hereto as Exhibit A and herein inco orated b reference. ~ deL- SIgnature Susan Kalan Print Name Controller Title W-9 One copy of a W-9 is to be submitted ith the signed contract. urchase Order No. G:\pub-wrkslengI06.26 B SI Yard Tank ClosureladmIRFPIj)6 26 JBR Contract.doc City of Ashland By ~..O Q1;,.~~ DepartmcntIead \'v\.\C..'It-,~1 (<. F~w Print Name ~ I 1011/ Date Funds appropriated for current fiscal year: ~ j.. .Ii?;r Finance Director ?Ie y;;/ Date \ ~ (tltJ~( EXHIBIT A CERTlFICA TIONSfREPRESENT A TlONS: Contractor, under penalty of perjury. certifics that (a) the number shown on the attached W-9 fonn 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 perfonn the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its tcnns, (c) the work under the Contract shall be perfonned in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perfonn the work. Contractor also certifies under penalty of peIjury 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: X- X X- X X -~ (1) [ carry out thc labor or services at a location separate from my residence or is in a specific portion of my residcnce. 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 thc personal residence listing. (4) Labor or services are perfonned only pursuant to written contracts. (5) Labor or services are perfonned for two or more different persons within a period of one ycar. (6) I assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of perfonnance bonds. warranties. errors and omission insurance or liability insurance relating to the labor or services to be provided. ~~. or d-h(lL (Date ~ G:lpub-wrkslengl06-2ii 8 51 Yard Tank CIosureladmlRFP\o6 26 JBR Contract.doc OJBR" Submitted to: City of Ashland Presented December 22,2010 by: JBR Environmental Consultants, Inc. creating solutions for today's environment Specialized Experience of Proposer JBR Environmental Consultants Inc. - Capability and Resources JBR Environmental Consultants, Inc. (JBR) appreciates the opportunity to present this proposal and cost estimate in response to the City of Ashland's (City) Request for Proposal (RFP) for the "Determination of the Magnitude and Extent of Contamination in Soil and Groundwater at 1097 'B' Street". in Ashland, Oregon (the site). JBR is a regional environmental and natural resources consuiting firm providing a broad spectrum of technical services to government and industry since 1985. JBR's staff currently includes more than 125 professionals of diverse education, training, and professional experience in 10 offices located in the westem United States, including our office in Medford, Oregon. Together, our staff of scientists, engineers, and technicians has hundreds of years of collective professional experience designing and conducting environmental Investigations. What sets the JBR Team apart from others in the business is our innovative "environmental business consulting" approach to solving our clients' technical problems. This approach is based on developing solutions to environmental issues that are consistent with our client's business goals and comply with existing regulatory framework. To this end, our primary goal is to work with the City to solve your environmental problems, not study them. and represent the City's interests as environmental business partners and risk managers. JBR, and in particular our Medford staff, has extensive experience investigating, remediating, and closing underground storage tank (UST) sites in Oregon. Over the last 10 years, JBR has completed environmental investigations at over 150 facilities in Oregon. JBR's knowledge of local conditions, coupled with our ability to close sites in a timely, cost-effective manner, provides an essential combination of skills and knowledge for completing this project. JBR has an excellent rapport with Oregon Department of Environmental Quality (DEQ) staff, including Mr. Joe Klemz, the DEQ project manager for this site, and is a strong advocate for our clients when developing future work scopes and regulatory agreements. JBR is an Oregon licensed UST Service Provider (No. 16417) with a suite of technical staff that is intimately familiar with risk-based .assessments and closures, particularly at petroleum contaminated sites. JBR has utilized DEQ's risk-based decision making process to close more than 40 sites in Oregon during the last 1 0 years. Mr. Robert Bayer, JBR's Chief Executive Officer, is authorized to represent JBR in any contract negotiation which may result from this proposal. Qualifications and Experience of Staff Assigned to Perform the Requested Services Proposed Staff and Time Commitments JBR has assembled a team of highly qualified personnel who are fully capable of completing this environmental investigation. JBR believes our innovative approach to this project will allow for the most cost competitive and technically capable solution to the City's requirements. Below is a brief description of our project team including their anticipated project duties and estimated time commitment to this project. Complete resumes for each of the staff listed below are included in Appendix A. It should be noted that the RFP issued by the City indicated that the project team must include an Oregon registered geologist (RG) or professional engineer (PE) who has a current UST Soil Matrix Cleanup Service Provider License issued by DEO. JBR personnel discussed this requirement with both Mr. James Olson from the City and Mr. Joe Klemz from DEO. The intent of the statement in the RFP was to ensure that the contractor is a current UST Service Provider and that all work is to be completed under the supervision of an Oregon RG or PE, which is required by DEQ regulations when any geologic interpretations are being completed. Two of the three staff proposed by JBR on this project are Oregon RGs. While not anticipated to be required based on the scope of work detailed in the RFP, the third member of JBR's project team holds UST supervisor licenses in the State of Oregon for soil matrix cleanup, decommissioning, and heating oil tanks. ~JBR 1 Rebekah Brooks, RG. Project Managerl Senior Hydrogeologist Proposed Time Commitment to this Project 20% Ms. Brooks, a registered geologist in Oregon, has over 21 years of experience conducting environmental investigations in the Pacific Northwest and wiii be the project manager. Ms. Brooks specializes in cleanup and risk-based closures of contaminated sites within Oregon and Washington, Including petroleum facilities, and negotiation with regulatory agencies, including Oregon DEO. Ms. Brooks will be responsible for oversight of project activities, senior technical assistance and senior review of all deliverables, and management discussions with the City and DEO. M.S. Geology (Hydrogeology Emphasis), University of Montana, 1988 B.S. Geology, Georgia Southern University, 1980 Obie Strickler. RG, Task ManagerlProject Geologist Proposed Time Commitment to this Project: 50% Mr. Strickler has over 8 years of experience conducting environmental investigations in Oregon and wiii be the primary task manager. Mr. Strickler has been involved in environmental investigations at over 30 facilities in the last 5 years. Mr. Strickler has extensive experience performing surface and subsurface investigations, remediation, and mapping for environmental investigations and has been involved in numerous petroleum-based investigations in his career. Mr. Strickler wiii be responsible for drilling and monitoring well installation oversight, report preparation, coordination of JBR staff and subcontractors, and communication of project activities with the City and DEO. B.S. Geology, Southern Oregon University, 2004 Steve McCray. Field Technician Proposed Time Commitment to this Project: 30% Mr. Steve McCray has over 24 years of experience completing environmental investigations and wiii be responsible for groundwater monitoring well development, groundwater sample collection, and report preparation. Mr. McCray has conducted petroleum UST soil borings and UST removals at over 20 sites for private and public entities throughout Oregon in the last 5 years. Mr. McCray currently holds UST supervisor licenses in the State of Oregon for Soil Matrix Cleanup, Decommissioning, and Heating Oil Tanks. A.A.s., Civil Engineering Technology, Portland Community College, 1994 Project Description and Understanding of Services to be Performed Based on the November 2010 RFP provided by the City, JBR understands the City's wishes to determine the magnitude and extent of contamination in soil and groundwater remaining at the site for purposes of site closure. JBR's proposed scope of work is based on the information provided in the RFP, conversations with Mr. James Olson (City) and Mr. Joe Klemz (DEO), and our own extensive experience regarding the necessary data collection and analysis efforts required to successfully close petroleum contaminated sites in Oregon. We understand the need during these economic times for the City to be concerned with costs. Within our scope of work, we have identified situations that, based on our experience, may arise in dealing with DEQ to obtain a No Further Action (NFA). While these may appear to be additional costs initially, a cost savings can be realized by reducing the DEO review time (which the City has to pay for) and multiple revisions of documents. In working with DEQ (and in particular the DEQ project manager for this site), we know that the process to obtain an NFA determination can be most efficient when you build trust with DEO on your technical approach. This is best done by communicating with them throughout the process and providing DEQ with a scope that is reasonable, but not overly stringent, from the project onset. Our scope of services described herein is based on information available to date from the City and may require modification based on conditions observed during the field investigations. The following sections detail our proposed scope of work. Task 1 - Soil and Groundwater Characterization Final Work Plan Upon award of the contract, JBR will first review the existing information regarding environmental conditions at the site and then update the work plan prepared by Cascade Environmental Services (CES) OJBR 2 to include any modifications or additions to the scope and to provide detail on sampling and analysis procedures used to perform the work. The final work plan will specifically include: 1} pre-field tasks (e.g. utility locate, coordination with City representatives on site access, assessing the need for any permits, etc.); 2} site-specific Health and Safety Plan (HASP), prepared in accordance with the Occupational Safety and Health Administration (OSHA) Code of Federal Regulation (CFR) 1910.120; 3} scope of the subsurface investigation to delineate soil and groundwater contamination; 4} sampling and analysis plan with field procedures; 5} quality assurance/quality control (QNOC) procedures for the field and laboratory in accordance with DEO requirements, and 5} a plan for managing investigation-derived waste. At a cost savings to the City, JBR will utilize the work already completed for the City in the CES reporUwork plan and will employ JBR's standard language for the HASP, field procedures, and ONQC procedures. modified to incorporate site-specific information. This work plan will be submitted to the City Engineer for review and comment. Upon receiving any comments, JBR will then submit the work plan to DEQ for review and comment prior to initiating any site activities. Once any DEQ comments or additional data requests have been incorporated and the work plan has been approved, JBR will commence with field activities. Borehole Drilling/Monitoring Well Installation Based on the DEQ requirements for UST site closure, it has been our experience that DEQ will likely require the installation of groundwater monitoring wells at the site. Generally consistent with the information provided in the CES report and assuming a groundwater flow direction to the north, we propose that four monitoring wells be installed: one well in a hydraulically up-gradient location from the assumed source of contamination: one well hydraulically cross and downgradient of the assumed source of contamination; and one well near the northern property line, located in a hydraulically downgradient location from the assumed source of contamination. The fourth well, Identified as MW-2 on the CES figure, will be shifted to the south, cioser to the former location of UST#2. This monitoring well will provide analyses of groundwater quality closer to the assumed source of contamination at the site. These wells will be necessary to delineate the direction of groundwater flow and to determine the extent of any groundwater contamination. Often, groundwater samples collected from test pits, as conducted for the previous investigations, are biased high due to particulates suspended in the samples; therefore, it will be important to determine if the prior groundwater concentrations are representative of actual conditions. Boreholes for the monitoring wells will be drilled by a licensed Oregon well driller using a direct-push drill rig (Geoprobe ""). During drilling, field screening for the presence of volatile organic compounds (YOCs) in soil will be conducted using a photo-ionization detector (PID). Soil samples, lithology, and field screening will be logged every five feet by an Oregon RG or under the supervision of an Oregon RG. Four soil samples will be collected from each boring, with one soil sample from each boring collected from the interval with the highest PID reading. In the event that there are no VOCs detected by the PID or the PID data are inconclusive, the soil sample will be collected from the capillary fringe, immediately above the soil/water interface. Soil samples to be analyzed for VOCs will be collected directly from the liner using disposable soil syringes by EPA Method 5035A before homogenization and collection of the samples for the other analyses. Soil samples will be documented, handled, and submitted to the analytical laboratory using standard JBR QNOC protocols. Following borehole drilling, monitoring wells will be installed in accordance with Oregon Administrative Rule (OAR) 690-240, and will be completed using flush mounting to allow unimpeded traffic access to the well location areas. Based on prior information that the depth of groundwater is approximately 10 feet below ground surface (bgs). the monitoring wells will be advanced to approximately 15 feet bgs with a screened interval from approximately 5 to 15 feet bgs to allow monitoring of groundwater levels during varying seasonal conditions and to allow monitoring of any petroleum product that may be observed floating on the water table surface. The final monitoring well depth and screened interval will depend on field conditions observed during drilling. The monitoring wells will be constructed with 2-inch diameter, schedule 40 polyvinyl chloride (PVC) well casing and pre-packed well screens. At least 24 hours following installation, each monitoring well will be developed using a surging and pumping technique to remove fine materials from around the well screens and filter packs and to maximize the hydraulic conductivity between the monitoring well and the surrounding formation. Soil cuttings and well development water will be placed in 55-gallon drums, labeled, and remain on-site pending analysis to determine the appropriate future treatment and disposal methods. JBR will subcontract with an Oregon licensed professional land surveyor to complete a survey of the newly installed monitoring wells. The top of each groundwater monitoring well PVC casing wiJl"be surveyed vertically to the nearest 0.01-foot vertically and to the nearest 0.1-foot horizontally relative to a ~ JBR 3 known survey marker or reference point. A depth-to-water measuring reference point will be marked on the north side of the top of the PVC casing using a black permanent maker or a notch in the casing. Soil Borings/Monitoring Wells (Optional) While not specified in the RFP, JBR anticipates having to advance up to 4 additional soil borings to adequately characterize current soil quality at the site. This information will be necessary to define source area concentrations if remediation of soil andlor groundwater is required in the future. The most recent soil data were collected in 2000 and are thus over 10 years old. Soil analytical results collected during the investigations in 2000 resulted in concentrations of contaminants above DEO risk-based concentrations (RBCs). In addition, DEO issued new RBCs in September 2009 for which the site will need to comply with and the majority of the soil borings were not analyzed for an adequate suite of potential contaminants, according to DEO requirements. In order to adequately characterize the site soil conditions, JBR anticipates DEO requiring soil borings at the following locations based on the information provided on Figure 2 in the CES Report issued as part of this RFP. . Between UST#1 and UST#3 near the location of Test Pit #1 . West of UST #2: . Near the location of the Center Trench, where previous analytical results detected total petroleum hydrocarbon as gasoline (TPH-g) concentrations at 840 milligrams per kilogram (mg/kg); and . Between the sample locations identified as #2 and #16 on the CES Figure 2. Soil bortngs/monitoring wells advanced as part of this task would be consistent with the methods described above under the monitoring well installation. As this component of the site characterization is not specified in the RFP, JBR has not included the cost associated with this task on the Proposal Form. However, if this effort is necessary to satisfy DEO requirements, the additional cost to complete Task 1 is $2,400. This cost includes labor, subcontractor fees, and analytical costs (analytical testing is discussed under Task 2; the additional cost assumes all petroleum constituents would require analytical testing). Task 2 - Quarterly Groundwater Monitoring At least 48 hours following well development activities, JBR will collect the first of four quarterly rounds of groundwater samples from the newly installed monitoring wells to assess current groundwater quality. After receipt of groundwater data from each quarterly event, the results will be provided to the City for review and then to DEO including a brief letter summary, data tables, and a map showing groundwater elevations and flow direction. The first quarterly groundwater monitoring report will also include a summary of the groundwater monitoring well installation activities. Groundwater Sampling Procedures Groundwater samples will be collected utilizing "low flow" sampling techniques in accordance with the EPA Low-Flow Groundwater Monitortng Procedures (EPN540/S-95/504, Aprt11996) to reduce the amount of purge water generated (and thus requiring disposal) and to minimize volatilization of the sample. Prior to sampling, depth-to-water measurements will be collected to determine the static water level in each well. A pertstaltic pump with new, disposable tubing will be placed in the well so that the pump intake is located at approximately the mid-point of the screened interval. Durtng purging, field parameters including pH, conductivity, temperature, oxidation-reduction potential (ORP), and dissolved oxygen will be measured using a flow-through cell. Groundwater samples will be collected, labeled, handled. and shipped to the analytical laboratory using standard JBR ONOC protocols. All field sampling data will be recorded on field sampling data sheets (FSDSs). Purge water generated during the sampling events will be stored in a 55-gallon drum, labeled, and remain on-site pending analysis to determine appropriate future treatment and disposal methods. Laboratory Analyses For cost estimation purposes, soil and groundwater samples included in this proposal will be shipped to Apex Laboratortes, LLC (Apex) in Tigard, Oregon. The proposal cost assumes all laboratory analyses will be completed on a standard 2-week turnaround time. The RFP provided by the City indicates that only the soil and groundwater samples exhibiting the highest concentrations ofTPH-g will also be analyzed for gasoline range VOCs and total/dissolved lead, and only the soil and groundwater sample exhibiting the highest concentration of total petroleum hydrocarbons as diesel or heavy oil ( TPH-d or TPH-o) will be analyzed for gasoline range VOCs and polynuclear aromatic hydrocarbons (PAHs). JBR's extensive experience working on petroleum-contaminated sites in Oregon and especially sites managed by Mr. Joe Klemz, indicate this screening strategy will not be acceptable C1JBR 4 when attempting to obtain an NFA letter from DEO. The primary reason this screening strategy would not be acceptable is because the detection limits for TPH-g, TPH-d, and TPH-o are typically greater than the maximum RBCs for some of the gasoline range VOCs and/or PAHs (i.e. a sample that is non-detect for TPH-g could still have benzene levels above the maximum allowable RBC). Our cost estimate on the proposal form is based on the analytical testing protocol issued in the RFP. For these costs, all soil and groundwater samples, including a groundwater duplicate (for ONOC purposes), will be analyzed for the following: . TPH-g using DEO Method NWTPH-Gx: . TPH-d and TPH-o using DEO Method NWTPH-Dx: The soil sample exhibiting the highest concentration of TPH-Gx will also be analyzed for: . Total lead using USEPA Method 6020; . Gasoline range VOCs and MTBE using USEPA Method 8260B The soil and groundwater sample exhibiting the highest concentration of TPH-d and TPH-o will also be analyzed for . Gasoline range VOCs and MTBE using USEPA Method 8260B . PAHs using USEPA Method 8270 The groundwater sample exhibiting the highest concentration of TPH-Gx will also be analyzed for: . Dissolved lead using USEPA Method 6020 (all dissolved lead samples will be field filtered using a disposable 45 micron filter); . Gasoline range VOCs using USEPA Method 8260B However, as indicated above, it is unlikely that using TPH-g and TPH-d as a screening method for the other constituents will be acceptable to DEO when requesting closure for the site. Thus, as an optional item cost, if all constituents for each of the soil and groundwater samples are required to be analyzed this will result in an additional analytical cost of $4,1 00 for Task 2. Task 3 - Risk-Based Corrective Action Plan/Closure Report Upon completion of the quarterly groundwater monitoring program (4 quarters), JBR will prepare a risk-based corrective action plan (RBCAP)/closure report. This report will include the following: soil and groundwater investigation results (Task 1); an abbreviated conceptual site model (CSM), which will focus on a groundwater beneficial use survey and the land use designation of the site in order to establish likely applicable contaminant pathways for assessment of risk; quarterly groundwater event data, groundwater elevation and flow direction maps, and contaminant distribution figures. Recommendations for remediation strategies will also be presented, as necessary. Tables summarizing groundwater elevation data and analytical results, with a comparison to applicable DEO RBCs will be prepared, and FSDSs and laboratory analytical reports will be included as appendices. With the RBCAP, JBR anticipates requesting an NFA determination from DEO. Task 4 - Groundwater Monitoring Well Decommissioning and Waste Disposal Upon completion of the project and confirmation from DEO that sufficient information has been collected in order to issue the site a NFA determination, JBR will subcontract a licensed monitoring well decommissioning company to decommission the four on-site monitoring wells. The four monitoring wells will be decommissioned by over drilling with an auger consistent with DEO regulations governing monitoring well decommissioning. The disturbed area will be returned to preconstruction condition and a decommissioning report will be completed. Upon completion of the monitoring well decommissioning, JBR will properly dispose of all purge water and soil cuttings generated as part of the characterization efforts at the site. ~JBR 5 References The following are three examples of JBR's project experience and client references. The first two references are from governmental agencies and the third reference is from a private JBR client. L Street Compound Characterization and Remediation USDA Forest Service, Rogue River-Sisklyou National Forest; Grants Pass, Oregon Contact Name: Mr. Pete Jones. RG. CEG Contact Telephone Numbers: Voice 541.858.2362, Fax 541.618.2148 JBR was contracted in 2007 to characterize and remediate environmental impacts to soil at the L Street Compound, a Forest Service facility located in Grants Pass, Oregon. Work involved the investigation of potential release of petroleum hydrocarbons from an underground hoist and an above ground heating oil tank, remediation of a release from the above ground heating oil tank, characterization of impacts to shallow soil caused by lead-based paint chips around five buildings, and reporting. Additional contract modification work included preparation of an expedited groundwater beneficial use survey to identify domestic wells proximal to the site that might be impacted by lead leaching from shallow soil into groundwater. Results of the beneficial use survey were used to identify potential exposure pathways and to develop site-specific remediation goals. Bus Maintenance Facility, Groundwater Investigation Salem Area Mass Transit District (SAMTD); Salem. Oregon Contact Name: Mr. Allan Pollock, General Manager Contact Telephone Numbers: Voice 503.588.2424, Fax 503.588.7942 JBR personnel conducted a hydrogeological investigation at Salem's bus maintenance facility to identify potential impacts to groundwater quality from activities on the property or from a regional groundwater plume. Project responsibilities included determining groundwater concentrations at upgradient and downgradient locations from the property. installing on-site monitoring wells and collecting groundwater and soil vapor samples for a source evaluation, comparing onsite groundwater data to DEQ risk-based values and to regional ground-water flciw patterns, and negotiating with DEQ on the appropriate level of effort. Through the data collection efforts, JBR was able to convince DEQ that the source of contamination may exist offsite, thereby reducing the level of effort required for the client. In 2010, JBR provided oversight to EPA's consultants during a soil and groundwater investigation at the SAMTD and upgradient properties to assess the possible source of contamination. Results are pending. TOC Holdings Co. (formerly Time Oil Co.) Former Gasoline Service Stations; OR and WA Contact Name: Mr. Mark Chandler. LG. Vice President of Environmental Services Contact Telephone Numbers: Voice 206.285.2400. Fax 206.286.4488 When Time Oil decided to divest the majority of its retail facilities in the Pacific Northwest they chose JBR to conduct the necessary assessments, evaluate the liability, and remediate residual contamination on 19 retail petroleum facilities located in Oregon and Washington. JBR conducted Phase II ESAs at the properties to delineate hydrocarbon impacts in soil and groundwater and to develop conceptual site models for evaluating risk. We also conducted human health and ecological risk assessments to identify exposure pathways, groundwater monitoring and reporting, remediation system design and implementation, and requests for NFA determinations. Project Costs JBR's costs for the tasks defined in the RFP are provided on the attached proposal form. Our total cost estimate for the tasks described in the RFP is $38,990. As described above, we have also included information on optional tasks for the City's consideration. With the optional tasks, the total costs are $45,000. These costs assume that this is a not-to exceed value and costs will be billed on a time and materials basis. Schedule JBR is prepared to begin work on this project immediately upon the City's approval to proceed. .JBR will submit quarterly letter reports to DEQ within 4 weeks of receiving final analytical results from Apex. A draft RBCAP/Closure Report will be submitted to the City for review within 6 weeks of receiving the final groundwater analytical. results for the site. JBR will then submit the RBCAP/Closure Report to DEQ following receipt and response to the City on the draft report. OlJBR 6 Estimated Project Budget Site Assessment Activities City of Ashland 1097 'B' Street Ashland, Oregon Estimated Project Costs ffiR Environmental Consultants. Inc. City of Ashland - 1097 "B" Street, Soil and Groundwater Contamination Investigation Task JBR JBR Direct Subs! Total Hours Labor Costs Outside Services (1) Work Plan 9 $ 892 $ - $ - $ 892 (2) HASP 3 $ 282 $ - $ - $ 282 (3) Monitoring Well Installaiion 24 $ 2.328 $ 162 $ 8.758 ' $ 11.248 (4) Soil Borings (OPTIONAL) 4 $ 388 $ 10 $ 1.848 $ 2.246 (5) GW Monitoring (4 quarters) 38 $ 3.278 $ 1.340 $ - $ .4.618 (6) Lab Analyses (RFP) 3 $ 291 $ - $ 4,488 b $ 4,779 (7) Lab Analyses (OPTIONAL) 0 $ - $ - $ 3,762 $ 3.762 (8) Reporting 102 $ 9.942 $ - $ - $ 9.942 (9) Project Management 22 $ 2,284 $ - $ - $ 2.284 (10) Decommissioning 7 $ 595 $ - $ 4.356 ' $ 4.951 Proiect Totals 208 $ 19,892 $ 1.502 $ 17.602 $ 38,996 Pro;ect Totals (with optional tasks) 212 $ 20.280 $ 1.512 $ 23,212 $ 45,004 Notes: , Includes drilling subcontractor costs (Major Drilling). surveyor costs, and utility locate costs b Includes laboratol)' analytical services (Apex Laboratories) C Includes well decommissioning and subcontractor costs for waste disposal City of Ashland Bud~I_RevisedO] 1211 (4).xl,X/SUMMARY SHEET ...----, OP 10: JN ACORD' CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDDfYYYYJ ~ 02/09/11 THIS CERTIFICATE IS ISSUED /oS 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(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the teRnS and conditions of the policy, certain policies may require an endorsemenL A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsementls"t PRODUCER 801-486-1373 CONTACT NAME: o~mpus Insurance Agency 801-485-6943 P^~~N~t "'... : I r:'~ Nol: P Box 65608 Salt lake City. UT 84165-0608 E-MAIL ADDRESS: F. David Child, Jr. ~~~~~~~ID,:JBRC010 INSURERI51 AFFORDING COVERAGE NAIC# INSURED JBR Environmental Consultants, INSURER A : Hartford Insurance Company 22357 Ine INSURER B: Westchester Surplus Lines Ins. 10172 8160 South Highland Drive A-4 INSURER C : Sandy. UT 84093 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER' 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 ~~~.,L ~~ POLICY EFF II~OLlCY EXP LIMITS LTR POLICY NUMBER MMIDDNYYY MMIDDNYYY GENERAL LIABILITY EACH OCCURRENCE , 2,OOO,OOC - B X COMMERCiAl GENERAL LIABIUTY X X G22062815007 08/04/10 08/04111 PREM~ES YE~~[:~nce\ , 50,OOe I CLAIMS-MADE W OCCUR MED EXP (Any ooa persool , 5.00e B X Pollution Liab. G22062815007 08/04/10 08/04111 PERSONAL & Am; INJURY , 2,OOO.00C ~ B X Prof L1ab elms Ma G22062815007 08/04110 08/04/11 GENERAL AGGREGATE , 2.000.00C ~ 2.000.00C ~~ AGG~ErilE LIMIT APPnS PER: PRODUCTS - COMPKlP AGG , POLICY X ~~g. LOC , AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT , 1.000,OOC - (Eaaccidanl) A 1<. ANY AUTO 34UECNJ7738 08/04/10 08/04111 BODILY INJURY (Per person) , - AlL OWNED AUTOS BODILY INJURY (Per accident) , - SCHEDULED AUTOS PROPERTY DAMAGE , - HIRED AUTOS (Peracddenl) - NON-OWNED AUTOS , , UMBRELLA LlAB H~UR EACH OCCURRENCE , - EXCESS LlAB CLAIMS-MADE AGGREGATE , - DEDUCTIBLE , RETENTION , , WORKERS COMPENSATION I T~S>T~L~<: I IOJ~- AND EMPLOYERS' UABlUTY YON ANY PROPRIETORJPARTNERlEXECUTlVE 0 N/A E.L. EACH ACCIDENT , OFACERlMEMBER EXCLUDED? (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $ ~~;~~rtfr~ 'bn~~PERATIONS below E.L. DISEASE - POLICY LIMIT , DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remar1c$ Schedule, If more space is required) The City of Ashland, OR and its elected officials, officers and employees are listed as additional insured as per written contract Insurance is primary & non-contributo~ as per written contract. Waiver of subrogation ap~li~~;~~er writter c~on"cAract. The1g~~~~Y aRrees to give 30 d~Ynsr.:~~n no . ce . event of ellation. 1 s no ice for nnn_nav ca ~inn CERTIFICATE HOLDER CANCELLATION CITYASH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Ashland THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 20 E. Main Street ACCORDANCE WITH THE POLICY PROVISIONS. Ashland, OR 97520 AUTHORIZED REPRESENTA T1VE ,?-,()...;I dLf/ F. David Child. Jr. ACORD 25 (2009/09) @1988-2009ACOROCORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Named Insured Endorsement Number JBR Environmental Consultants, Inc. Policy Symbol I Policy Number I Policy Period Effective Dale of Endorsement EPW G22062815 007 08/04/2010 TO 08/04/2011 Issued By (Name of Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequenllo the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEMENT - OWNERS, LESSEES OR CONTRACTORS (PRIMARY AND NON-CONTRIBUTORY) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE CONTRACTOR'S POLLUTION LIABILITY COVERAGE SCHEDULE: Name of Person or Oraanization: Any person or organization that is an owner of real property or personal property on which you are performing operations, or a contractor on whose behalf you are performing operations. and only at the specific written request of such person or organization to you. wherein such request is made prior to commencement of operations. (If no entry appears above, infonnation required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) SECTION II - WHO IS AN INSURED is amended to include: A. SECTION II - WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule. but only with respect to liability arising out of your ongoing operations perfonned for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to bodily injury or property damage occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. The coverage provided hereunder shall be primary and not contributing with any other insurance available to those designated above under any other third party liability policy. ENV-3101 (08-04) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 1 Named Insured Endorsement Nlmoor JBR Environmental Consultants. Inc. Polley Symbol I paley Number I PollcyPerloc:1 Effectiv8 Dalo ofEndorsemenl EPW G22062815 007 08/04/2010 TO 08/04/2011 I"uad By (Name of Insurance CClmpany) Westchester Surplus Lines Insurance Company Insert tho policy number. The remainder of the InformaUon Is to be completed only when UlIs endorsement is Issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEMENT OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE CONTRACTOR'S POLLUTION LIABILITY COVERAGE SCHEDULE: Name of Person or Oroanlzallon' Any person or organization that Is an owner of real property or personal property on which you are performing operations, or a contractor on whose behalf you are performing operations, and only at the specific writlen request of such person or organization to you. wherein such request is made prior to commencement of operations. (If no entry appears above. information required to complete this endorsement will be shown In the Declarations as applicable to this endorsement.) A. SECTION II - WHO IS AN INSURED Is amended to Include as an Insured the person or organization shown In the Schedule, but only with respect to liability arising out of your ongoing operations performed for that Insured. B. With respect to the Insurance afforded to these additional Insureds, the following exclusion is added: 2. Exclusions This Insurance does not apply to bodily Injury or property damage occurring after: (1) All work, including materials. parts or equipment furnished in connection with. such work. on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of your work out of which the injury or damage arises has been put to its Intended use by any person or organization other than another contractor or subcontractor engaged In performing operations for a principal as a part of the same project. ENV-3100 (O8-04) Includes copyrighted materIal of Insurance Services Office, Inc. with Its permissIon Page 1 of1 Named Insured Endorsement Number JBR Environmental Consultants, Inc. Policy Symbol I Policy Number I ~~;IO;i~~1 0 TO Effective Dale of Endorsemenl EPW G22062815 007 08/04/2011 Issued By (Name of Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Oraanization' Any person or organization that is an owner of real property or personal property on which you are performing operations, or a contractor on whose behalf you are performing operations, and only at the specific written request of such person or organization to you, wherein such request is made prior to commencement of operations. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or your work done under a contract with that person or organization and included in the products-completed operations hazard. This waiver applies only to the person or organization shown in the Schedule above. All other terms and conditions remain the same. ENV-3143 (03-05) Includes copyrighted material of Insurance Services Office, Jnc. with its permission Page 1 of 1 ~ -cER'1 ACORcr Tt: UI- I III ITY ::lIA ~' THIS CERTIFICATE IS ISSUED A:5 A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. T II CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELC'" THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S). AUTHORIZED REPRESENTATI I OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to , tenns and conditions of the policy, certain policies may require an endorsemenL A statement on this certificate does not confer rights to I> certificate holder In lieu of such endorsement(s). PRODUCER CONTACT NAME ATIENTION: GAIL BLOXHAM ~~~. exu: - I~AJ( Ale No.1: RJ AHMAN COMPANY E-MAIL ADDRESS 7555 MARKET PLACE DR PRODUCER EDEN PRAIRIE MN 55344 CUSTOMER 10.. INSURER(S1 AFFORDINQ COVERAGE HAle, INSURED INSURER A: Advantage WOlken Compensation Insurance Company 10033 ffiR ENVIRONMENTAL CONSULTANTS INe INSURER B: 8160 S HIGHLAND DR SANDY, UT 84093 INSURER c: INSURER D: INSURER E: INSURER F: " COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIQ[ INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDIT10N OF ANY CONTRACT OR OTHER DOCUMENTWlTH 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. """ ADOL SUBR POUCY EFF POUCY EXP Lm TYPE OF INSURANCE INSR WVD POUCY MJMBER (MMlDDIYYYY) (MMJDDIYYYY) U"ITS GENERAL UABlUTY EACH OCCURRENCE . j~RCIAL GENERAL LLO.B'LITY ~~~~iE~~e~~ncet . CLAIMS MADE D OCCUR MED EJ(p rAm one DenOlll . PERSONAL & M:N INJURY . GENERAl. AGGREGATE . GE~LAG~~~~~~~PER PRODUCTS-COM~OPAGG . IF PRO- POLICY JECT LOC AUTOMOBILE UABIUTY COMBINED SINGLE LIMIT (E. accident) . ANYAtlTO BOOlL Y INJURY Per . All OWNED AUTOS SOotL Y INJURY (Per accident) . SCHEDULED AUTOS PROPERTY DAMAGE . HIRED AUTOS {Per accident) NON-QWNEO AlITOS . . UMBRELlA LIAB H ~CUR EACH OCCURRENCE . EXCESS LIAS CLAIMS MADE AGGREGATE . DEDUCTIBLE . RETENTION . . WORKERS COMPENSATION I.WCSTATU-, I 10TH AND EMPLOYER'S UABIUTY ~ TORY LIMITS -cR /IJolY PROPRIETORIPARTNERI EXECVTIVE " A OFFICERlMEMBER NlA 2163626 07/01/2010 07/01/2011 EXCLUDED? El EACH ACCIDENT $1.000,000 (Mandatory In NHI. EL DISEASE - EACH EMPLOYEE $1,000,000 If yes, describe under -- DESCRIPTION OF OPERATIONS below EL DISEASE - POLlCY UMIT 51.000,000 DESCRIPTION OF OPERATIONS I LOCATIONS f VEHICLES (Attach ACORD 101, AddItional Remarks Schedule, Ifmore space Is required) Oregon CERTIFICATE HOLDER CANCELLATION CITY OF ASHLAND SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 20 E MAIN STREET THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ASHLAND, OR 975.20 ACCORDANCE WITH THE PDLlCY PROVISIONS. .." AUTHORlZEDR&~~Y J?~ ~_ --- -~ ~ II f!j.., ACORD 25 (2009J09) C1988-2009 ACORD CORPORATION, All rfghts r8S8rved. The ACORD name and logo are registered malb of ACORD. , ~, CITY RECORDER Page 1 /1 . ,~, CITY OF ASHLAND 20. E MAIN ST. ASHLAND, OR 97520. (541) 488-530.0. ::;::;j'Li:i'DATE~J~"ii1f 2/23/2011 ~.~~ P.O"NUMBER';Tiit1J 10041 VENDOR: 015886 JBR ENVIRONMENTAL CONSULTANTS 8484 CRATER LAKE AVENUE WHITE CITY, OR 97503 SHIP TO: Ashland Public Works (541) 488-5587 51 WINBURN WAY ASHLAND, OR 97520 FOB Po' ,to Ter.. " Net Req. Del. Date: Speciallnst: Req. No.: Dept.: Contact: Jim Olson Confirming? No C::-~Quanfitv .;. (:~ Unit 11"., . .. "be?.crlotiOn ....':;.... ::;,':l."';':::')!.'N'_ RlTInitPHce~ifti ~~~if'ExmiffiC~~i&in ",'... Contract to conduct soil and 45.000.00 g(QJJndw8ter monitoriog_QJl.Clty_OWo.ed property at 1097 B Street. Approved by City Council 02101/2011 Contract for Personal Services Beginning date: 02/01/2011 Completion date: 02101/2013 Insurance required/On file - SUBTOTAL 45 000.00 31LL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2028 TOTAL 45.000.00 ASHLAND. OR 97520 r,~;:~'Accoum:N_um'ber:;r if :i., -J?,roject Numb'er Amourittfri~ \'_, ',..:: 'Ac_c'oun(NumberB IB1P.rOjectm~ ~oTiOiint~ , E 260.08.17.00.70420 E 200626.100 45 000.00 ~ '1 ~ /.2 .1Yz',..;~ .l- / // Authorited S;~lnature VENDOR COPY CITY OF ASHLAND REQUISITION No. PW_ -FY2011 Department PW ENGINEERING Vendor JBR Environmental Consultants 8484 Crater Lake Ave. White City. OR 97503 Account No. 260.08.17.00.704200 Date February 22, 2011 Requested Delivery Date Deliver To Jim Olson Via (* Note: Please allow approximately two(2) weeks for 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 TotaIPrice PO No. Contract to conduct soil and groundwater monitoring on City owned property at 1097 B St. (Approved by CounciI2/I/2011) $45.000 $ 45,000.00 for Kari: BID IRFP I EXEMPT: Contract Start Date: I-Feb-ll Contract Completion Date: I-Feb-13 Insurance on file: IYES INO Proiect No: 2006-26 Job No. Unit No. I hereby certifY that the above items are necessmy for the operation of this department and are budgeted ~ ~ftJ!L_ Issued By Date Received By ria' G:\pub-wr1<s\eng\06-26 B 5t Yard Tank Closureladm\06-26 JBR Environmental Requisition.xls