Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1996-188 Contract - Carollo Engineers
ENGINEERING SERVICES CONTRACT Engineering services contract made on the date specified below in Recital 'A' between the City and Engineer as follows: Recitals: CITY: CITY OF ASHLAND City Hall 20 E. Main St. Ashland, Oregon 97520 (503) 482-3211 FAX: (503) 488-5311 Date of this agreement: November 5, 1996 ~[2.3. Contracting Officer: The following information applies to this contract: ENGINEER: CAROLLO ENGINEERS 5100 Southwest Macadam Ave. Suite 440 Portland, OR 97201 (503) 227-1885 FAX: (503) 227-1747 IB: Proposal date: August 22, 1996 Assistant City Administrator ~12.4. Project: Phase I of WWTP Upgrade Project ~[6.1. Engineer's representative: Robert B. Elmstead ~[8.3. Maximum contract amount: $836,849 B. City issued a request for proposals (RFP) for engineering services needed by City for the project described above. Engineer submitted a proposal in response to the RFP on the date noted above. C. After. reviewing Engineer's proposal and proposals submitted by other offerors, City selected Engineer to provide the services covered by the RFP. City and Engineer agree as follows: 1. Relationship between City and Engineer: Engineer accepts the relationship of trust and confidence established between Engineer and City by this contract. Engineer covenants with the City to perform services and duties in conformance to and consistent with the standards generally recognized as being employed by professionals of engineer caliber in the locality of the project. Engineer further covenants to cooperate with City, City's representatives, contractors, and other interested parties in furthering the interests of City with respect to the project. In order to promote successful completion of the project in an expeditious and economical manner, Engineer shall provide professional engineering services for City in all phases of the project to which this contract applies, serve as City's professional engineering representative for the project, and give professional engineering consultation and advice during the term of this contract. PAGE 1-ENGINEERING SERVICES AGREEMENT - ww"rP Phase I Improvements Engineer acknowledges that City is relying on Engineer to provide professional engineering services in a manner that is consistent with the interests of City. 2. Definitions: Generally words, terms and phrases used in this contract shall have the meaning ascribed to them in the construction industry, unless the context clearly indicates otherwise. As used in this contract: 2.1. "Contract documents" shall mean this contract, written authorizations under subsection 5.4, written assignments under subsection 5.2, written amendments to this contract, schedules established under subsection 5.4 and exhibits incorporated in other contract documents. 2.2. "City" means the City of Ashland, Oregon. 2.3. "Contracting Officer" means the person specified in Recital 'A' above or that person's designee. 2.4. "Project" means the project described in Recital 'A'. 2.5. "Work" or "Services" shall mean all labor, materials, plans, specifications, construction contract documents, opinions, reports, and other engineering services and products which Engineer is required to provide under this contract. 3. Term: The term of this contract shall commence on the date specified in Recital 'A' above and end on completion of all services required by this contract unless sooner terminated as provided in this contract. 4. Authority of Contracting Officer: The Contracting Officer shall have the authority to act on behalf of City in the administration and interpretation of this contract. Subject to the limitations on authorization of assignments under subsection 5.2, the Contracting Officer shall have complete authority to authorize services, the contracting Officer shall have complete authority to authorize services, transmit instructions, receive information, interpret and define City's policies and make other decisions with respect to Engineer's services. 5. Engineering Services: 5.1. Engineer shall provide services to City that are described in Exhibit '1' which is attached to and incorporated in this contract. 5.2. In addition to the services described in Exhibit '1', the parties may agree to have Engineer provide other discrete services that are necessary for completion of the project. Such services will be initiated by written assignments as follows: PAGE 2-ENGINEERING SERVICES AGREEMENT - WWTP Phase I Improvements 5.2.1. Assignments under this subsection should be used only for services that are beyond the scope of the services described in Exhibit 1. No assignment is necessary to authorize services that are customarily provided in conjunction with, or are ancillary to, the services described in Exhibit 1. 5.2.2. Assignments which cover services that will cost less than $15,000 or are listed as Optional Services in Exhibit '1' may be initiated by the Contracting Officer. Assignments that cover services which will cost more than $15,000 and are otherwise not listed as Optional Services, must be approved by the City Administrator. 5.2.3. Each assignment shall specify the duties of Engineer, the objective of the assignment, the scope of the assignment and the estimated cost of the services. 5.2.4. Each assignment shall be signed by both parties. 5.2.5. Each assignment shall incorporate and be subject to the provisions of the contract documents unless the assignment specifically provides otherwise. 5.3. In connection with the services described in Exhibit '1' and services authorized by assignments under subsection 5.2, Engineer shall: 5.3.1. Consult appropriate representatives of City to clarify and define City's requirements relative to the services. 5.3.2. Review available data relative to the services. 5.3.3. Identify data which is not available and is needed to fulfill the services, and act as City's representative in obtaining such data. 5.3.4. Prepare monthly progress reports to the Contracting Officer on the status of services. 5.3.5. exchange of project. Cooperate with other consultants retained by City in the information needed for completion of the services and the 5.4. The services described in Exhibit '1' are divided into discrete work elements. Engineer shall commence performance of services within five days after receiving written authorization from the Contracting Officer for work elements described in Exhibit T or assignments made under subsection 5.2. Engineer shall perform the services as expeditiously as is consistent with professional skill and care and the orderly progress of the project. Upon request of City, Engineer shall submit for City's approval, a schedule PAGE 3-ENGINEERING SERVICES AGREEMENT - VWVTP Phase I Improvements for the performance of work elements described in Exhibit '1' and assignments made under subsection 5.2. Each schedule shall include allowance for periods of time required for City's review and approval of Engineer's services. Each schedule, approved by City, shall become a part of this contract. 5.5 Engineer shall perform the services as an independent contractor in accordance with generally accepted standards in Engineer's profession. Engineer shall be responsible for the professional quality, technical accuracy and the coordination of all services performed by Engineer. Engineer shall, without additional compensation, correct or revise any error or deficiencies in the services that are caused by Engineer's negligence. City's review, approval, acceptance of, or payment for, any of the services shall not be construed to waive any of City's rights under this contract or of any cause of action arising out of Engineer's services. In the event of any breach of this contract by Engineer or negligent performance of any of the services, City's cause of action against Engineer shall not be deemed to accrue until City discovers such breach or negligence. The preceding sentence shall not be contrued, however, to allow City to prosecute an action against Engineer beyond the maximum time limitation provided by Oregon law. 5.6. Construction cost estimates provided by Engineer shall be developed on the basis of practical engineering experience and best professional judgement. While Engineer will endeavor to ensure that such estimates are accurate, there is no guarantee that future bids or actual project construction costs will not vary from such estimates. 5.7. Construction documents shall include a provision which indemnifies City and Engineer, to the fullest extent permitted by law, for all claims, damages, losses and expenses, including attorney's fees, arising out of, or resulting from Contractor's site except for the sole negligence of City or Engineer. Both Owener and Engineer shall be named as additional primary insured(s) by Contractor's General Liability and Builder's All Risk insurance policies, without offset. 5.7.1. Engineer assumes full responsibility for including provisions in the construction contract documents requiring the Contractor to provided the insurance policies required in subsection 5.7. 5.7.2. Engineer is not responsible for the means, methods, techniques, sequences, or procedures of construction selected by contractor, including safety precautions and programs incident to the work of Contractor. 6. Assignment of Engineer's Personnel: 6.1. The services covered by this contract shall be rendered by, or under the supervision of the person specified in Recital 'A' above, who shall act as Engineer's representative in all communications and transactions with City. PAGE 4-ENGINEERING SERVICES AGREEMENT - WWTP Phase I Improvements 6.2. Engineer will endeavor to honor reasonable specific requests of City with regard to assignment of Engineer's employees to perform services if the requests are consistent with sound business and professional practices. 7. Responsibilities of City: 7.1. City will cooperate fully with Engineer to achieve the objectives of this contract. 7.2. City will provide information, documents, materials and services that are within the possession or control of City and are required by Engineer for performance of the services. 7.3. City will arrange for access to, and make all provisions for Engineer to enter upon, public and private property as required for Engineer to perform the services. 7.4. City will provide all permits necessary for completion of the project. 7.5. The Contracting Officer will act as liaison between City, Engineer, public agencies, and others involved in the project. 7.6. City shall perform such other functions as are required by written assignments under subsection 5.2. 8. Payment: 8.1. City shall pay Engineer for services and reimburse Engineer for expenses incurred by Engineer in performance of services in accordance with a payment schedule to be submitted by Engineer and accepted by City. No reimbursement will be made for expenses that are not specifically itemized in this payment schedule without prior approval by the contracting officer. 8.2. Engineer shall submit monthly invoices to City for Engineer's services within ten days after the end of the month covered by the invoice. 8.3. Total payments under this contract shall not exceed the sum specified in Recital 'A' above unless authorized by assignments under subsection 5.2.. 9. Compliance with Law: 9.1. This contract will be governed by and construed in accordance with laws of the State of Oregon. Engineer shall promptly observe and comply with all present and future laws, orders, regulations, rules and ordinances of federal, state, City and city governments with respect to the services including, but not limited to, provisions of ORS 279.312, 279.314, 279.316 and 279.320. PAGE 5-ENGINEERING SERVICES AGREEMENT - WWTP Phase I Improvements 9.2. Pursuant to ORS 279.316(2) any person employed by Engineer who performs work under this contract shall be paid at least time and a half pay for all overtime in excess of 40 hours in any one week, except for persons who are excluded or exempt from overtime pay under ORS 653.010 to 653.261 or under 29 U.S.C. Sections 201 to 209. 9.3. Engineer is a "subject employer" as defined in ORS 656.005 and shall comply with ORS 656.017. Prior to commencing any work, Engineer shall certify to City that Engineer has workers' compensation coverage required by ORS Chapter 656. If Engineer is a carrier insured employer, Engineer shall provide City with a certificate of insurance. If Engineer is a self-insured employer, Engineer shall provide City with a certification from the Oregon Department of Insurance and Finance as evidence of Engineer's status. 9.4. The following provisions concerning equal opportunity in federally assisted construction projects shall apply to the performance of services under this contract: 9.4.1. Engineer shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. Engineer shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Engineer agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of the nondiscrimination (Federally Assisted Construction) clause. 9.4.2. Engineer shall, in all solicitations or advertisements for employees placed by or on behalf of engineer state that all qualified applicants will receive consideration for employment without discrimination because of race, color, religion, sex, or national origin. 9.4.3. Engineer shall send to each labor union or representative of workers, with which it has a collective bargaining agreement or other contract or understanding, a notice advising the labor union or worker's representative of Engineer's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 9.4.4. Engineer shall comply with all applicable provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. 9.4.5. Engineer shall furnish all information and reports required by the amended Executive Order and by the rules, regulations, and orders of the PAGE 6-ENGINEERING SERVICES AGREEMENT - VWVTP Phase I Improvements (g:tr~sh~¢ar clio) Secretary of Labor, and shall permit access to its books, records, and accounts by the Bureau of Reclamation and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 9.4.6. In the event of Engineer's noncompliance with the nondiscrimination clauses of this contract or with any of the rules, regulations, or orders, this contract may cancelled, terminated, or suspended, in whole or in part, and Engineer may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized in the Executive Order 11246, as amended, and such other sanctions may be imposed and remedies invoked as provided in the Executive Order, or by rule, regulation, or other of the Secretary of Labor, or as otherwise provided by law. 9.4.7. Engineer shall include the provisions of subsections 9.4.1 through 9.4.7 in every subcontract or purchase order unless exempted by the rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of the amended Executive Order 11246 so that such provisions will be binding upon each subcontractor or vendor. Engineer will take such action with respect to any subcontract or purchase order as the Bureau of Reclamation may direct as a means of enforcing such provisions, including sanctions for noncompliance: provided however, that in the event Engineer becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the Bureau of Reclamation, Engineer may request the United States to enter into such litigation to protect the interests of the United States. 10. Ownership of Documents: All documents prepared by Engineer pursuant to this contract shall be the property of City. To the extent permitted by law, City shall, within the limits of the Oregon Tort Claims Act, defend, indemnify and hold harmless Engineer, its consultants, agents and employees against all damages, claims, expenses and losses arising out of any reuse of plans, specifications and other documents prepared by Engineer without prior written authorization of Engineer. 11. Records: 11.1. Engineer shall develop and maintain complete books of account and other records on the services which are adequate for evaluating Engineer's performance. Engineer shall maintain records in such a manner as to provide a clear distinction between the expenditures and revenues related to the project and the expenditures and revenues related to Engineer's other business. 11.2. Engineer's books and records shall be made available for inspection by City at reasonable times, to verify Engineer's compliance with this contract. City shall have the right to request an audit of Engineer's books and records by a certified public accountant retained by City. . PAGE 7-ENGINEERING SERVICES AGREEMENT - WWTP Phase I Improvements 12. Indemnification: Engineer shall defend, indemnify and save City, its officers, agents, and employees harmless from any and all claims, actions, costs, judgments, damages or other expenses resulting from injury to any person (including injury resulting in death,) or damage to property (including loss or destruction), of whatsoever nature arising out of or incident to the negligent performance of this contract by Engineer (including but not limited to, the negligent acts or omissions of Engineer's employees, agents, and others designated by Engineer to perform work or services attendant to this contract). Engineer shall not be held responsible for any claims, actions, costs, judgments, damages or other expenses, directly and proximately caused by the negligence of City. 13. Insurance: 13.1. Engineer shall, at its own expense, at all times during the term of this contract, maintain in force: 13.1.1. A comprehensive general liability policy including coverage for contractual liability for obligations assumed under this contract, blanket contractual liability, products and completed operations and owner's and contractor's protective insurance; 13.1.2. A professional errors and ornissions liability policy; and 13.1.3. A comprehensive automobile liability policy including owned and non-owned automobiles. 13.2. The coverage under each liability insurance policy shall be equal to or greater than the limits for claims made under the Oregon Tort Claims Act with minimum coverage of $500,000 per occurrence (combined single limit for bodily injury and property damage claims) or $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. 13.3. Liability coverage shall be provided on an "occurrence" basis. "Claims made" coverage will not be acceptable, except for the coverage required by subsection 13.1.2. 13.4. Certificates of insurance acceptable to the City shall be filed with City prior to the commencement of any work by Engineer. Each certificate shall state that coverage afforded under the policy cannot be cancelled or reduced in coverage cannot be made until at least 30 days prior written notice has been given to City. A certificate which states merely that the issuing company "will endeavor to mail" written notice is unacceptable. 14. Default: PAGE 8-ENGINEERING SERVICES AGREEMENT - WWTP Phase I Improvements 14.1. There shall be a default under this contract if either party fails to perform any act or obligation required by this contract within ten days after the other party gives written notice specifying the nature of the breach with reasonable particularity. If the breach specified in the notice is of such a nature that it cannot be completely cured within the ten day period, no default shall occur if the party receiving the notice begins performance of the act or obligation within the ten day period and thereafter proceeds with reasonable diligence and in good faith to effect the remedy as soon as practicable. 14.2. Notwithstanding subsection 14.1, either party may declare a default by written notice to the other party, without allowing an opportunity to cure, if the other party repeatedly breaches the terms of this contract. 14.3. If a default occurs, the party injured by the default may elect to terminate this contract and pursue any equitable or legal rights and remedies available under Oregon law. All remedies shall be cumulative. 14.4. Any litigation arising out of this contract shall be conducted in Circuit Court or District Court of the State of Oregon for Jackson County. 15. Termination without Cause: 15.1. In addition to the right to terminate this contract under subsection 8.4 or subsection 14.3, City may terminate by giving Engineer written notice sixty days prior to the termination date. 15.2. In addition to the right to terminate this contract under subsection 14.1, Engineer may complete such analyses and records as may be necessary to place its files in order and, where considered necessary to protect its professional reputation, to complete a report on the services performed to date of termination. 15.3. If City terminates the contract under subsection 15.2, Engineer shall be paid for all fees earned and costs incurred prior to the termination date. Engineer shall not be entitled to be compensated for lost profits. 16. Notices: Any notice required to be given under this contract or any notice required to be given by law shall be in writing and may be given by personal delivery or by registered or certified mail, or by any other manner prescribed by law. 16.1. Notices to City shall be addressed to the Contracting Officer at the address provided for the City in Recital 'A' above. 16.2. Notices to Engineer shall be addressed to the engineer's representative at the address provided for the Engineer in Recital 'A' above. PAGE 9-ENGINEERING SERVICES AGREEMENT - WWTP Phase I Improvements 7. Assignment: City and Engineer and the respective successors, administrators, assigns and legal representatives of each are bound by this contract to the other party and to the partners, successors, administrators, assigns and legal representatives of the other party. Engineer shall not assign or subcontract Engineer's rights or obligations under this contract without prior written consent of City. Except as stated in this section, nothing in this contract shall be construed to give any rights or benefits to anyone other than City and Engineer. 18. Modification: No modification of this contract shall be valid unless in writing and signed by the parties. ENOINEE/~ ,/~ BY -'/~J4 By .~.~G~ry Deis;ar'~.r //Jamel De'mir, Partner Fed. ID #86-0132531 Date Date CITY REVIEWED AS TO CONTENT: Z ,~ ~e~Tnt H~ Date Ciw ~gal Counsel Date CODING: (for City use only) PAGE 10-ENGINEERING SERVICES AGREEMENT- WWTP Phase I Improvements EXHIBIT 1 ENGINEERING S£RVICE$ FOR PHASE 1 OF THF CITY OF ASHLAND WASTI:WATER TREATMENT PLANT UPGRADE PROJECT INTRODUCTION Engineer shall provide the following Phase 1 services rotated to the design and construction management for the upgrade of the City's wastewater treatment plant as generally described in the City's request for proposals dated August 19, 1996. Engineer's services may continue on subsequent phases of work depending upon satisfactory completion of preceding phases. Subsequent work and compensation will be identified in amendments or extension of the odginal engineering services contract. TASK I - Preliminary Design Services The objective of the preliminary design task is to more fully outline the proje6t elements that'have been idenl~fied by the Facilities Plan as Phase 1 project elements. A key component of this effort is to integrate successful aspects of the Demonstration Wetland Project into the treatment plant upgrade design to improve the cost effectiveness of the overall project. There remains several issues that are not fully detined at this time. These items will be refined through engineering evaluations as well as input from the plant operations staff and City staff so that a recommended approach can be established. 1.1 Review Existing Da, ta Engineer shall obtain and review existing data, plant hydraulics, reports, as-built plans, specifications, and other pertinent information thai relates to the project. The objective of this subtask is to gain an understanding of the existing ptant facilities, plant operations and the proposed improvements. 1.2 Finalize Project Elements Engineer shall prepare a series of technical memoranda which shall refine the elements of the Phase 1 project. These memoranda will be consolida. ted into a predesign report which will be submitted to the City in a draft form for review and comment and as a finalized document. Technical Memorandum .No. I . Headworks Improvements. and Odor Control The type of odor control technology (wet scrubbers, carbon scrubbers and biofilters) and the type of mechanical screen (climber screens, continuously cleaned screens and rotating screens) will both be evaluated and the most appropriate and cost effective equipment in both cases shall be determined. G:V~SHLAND\SCOPE.WPD Pg. 1 The aiternatives that are availab!e for containlng odors so that the foul air can be treated shall be evaluated. This evaluation sha',t include constructing a building to enclose the existing headworks structures as wetl as installation of covers over the various channels and basins which comprise ',he headworks. Alternative materials of construction for a building which shall be evaluated shall include masonry block, wood frame, and metal frame buildings. The scope of engineering design services which Engineer shall provide under Task tl is based on the assumption of the installation of a carbon scrubber for foul air treatment, installation of a climber screen and screenings conveyor to a dumpstot, a~d construction of ,3 masonry block building around the existing headworks structures. This basis for the scope of the design effort may require revision depending upon the recommendations put forth in Technical Memorandum No. 1. Technical Memorandum No. 2 - Secondary Treatment Options. Two options for secondary treatment shall be evaluated under this subt~k: utilizing an oxidation ditch process or utilizing an activated sludge process with diffused air technology. Both options shall be evaluated for feasibility, performance, capital cost, operating costs, and ability to satisfy discharge permit limits. Design criteria and s~e layouts shall be developed for both processes. Engineer shall also prepare an analysis of phasing options for incorporating new secondary treatment facilities into the Phase 1 project. This a, nalysis shall evaluate the cost impams, treatment implications and construction requirements relative to phasing options that are available ~o the City. The scape of engineering design services which Engineer shall provide under Task I1 is based on the assumption of the installation of new floating aerators and the construction of a selector zone in one of the existing aeration basins. It is assumed that construction of new secondary treatment facilities recommended by this technical memorandum (oxidation ditch or aeration basins) will be constructed under Phase 2. This basis for the scope of the design effort may require revision depending upon the recommendations put forth in Technical Memorandum No. 2. Techn_i.~:al Memorandum No, 3 - D;sinfect10n Options Engineer shall prepare a technical memorandum evaluating the following disinfection options. U~traviolet light Gaseous Chlorine / SO~ Hypochlorite / Bisulfite The evaluation shall include capital, operations, and maintenance cost'8 and ability to reliably meet e. c01i limits, The evaluation of the gaseous chlorine option shall consider safety issues And the impads associated with compliance with Fire Code requirements. Undertaking a risk analysis relative to the continued use of gaseous chicfine and incorporating this analysis as part of the evaluation is beyond the scope of this technical memorandum. The scope of engineering design services which Engineer shall provide under Task II is based on the assumption of the installation of an ultraviolet disinfection system in one of the existing chlorine contact basin channels. This basis for the scope of the design effort may require revision depending upon the recommendations put forth in Technical Memorandum No. 3. G :",A,~ HLAN D'.,5 C O? E.WP b Pg. 2 Technical Memorandum No. 4 - E-:!ectricat/Instru_.rpenlatio_p Master Plan Engineer shall evaluate the electrical loads for the Phase 1, Phase 2 and Phase 3 projects. Based upon ~.his evaluation, Engineer shall determine the cost effective approach to electrical improvements at the site, such as upsizing the existinc power feed and main switchgear, sizing of motor control centers to accommodate the future loads and sizing of duct banks and electrical manholes. Engineer shall include an evaluation of the standby power needs of the plant which shall incorporate the recommendations provided in Technical Memoranda Nos. 1 - 3. Engineer shall prepare a conceptual plan for upgrading or replacing the existing instrumentation devices at both the treatment plant and the pump stations which are part of the collection system, Engineer shall identify the instrumentation system and devices that will be needed for the future facilities envisioned by the Facilities Plan. This master plan shall be in sufficient detail to allow preparation of the Phase 1 and Phase 2 designs so that construction of the instrumentation systems under future phases will be facilitated. Technical Memorandum No. 5 · Basig of De~iqn This memorandum will consolidate the recommendations of Technical Memoranda Nos. 1 - 4 to establish the basis of design for the Phase 1 project. The memorandum will refine the project e~ements for each phase of the project, establishing the recommended division of project elements based on cost effectiveness, operational considerations, compliance with regulatory issues and constructablity. Design criteria for the Phase 1 project elements w~11 be set forth. Plant layouts developed under Task 1,5 will be included in this memorandum. 1.3 DEQ Coordination & NPDES Permit Negotiation Engineer shall intorio. co with DEQ during this phase of the project. Engineer shoji conduct a kickoff meeting with the Department to obtain consensus on the approach to the project, gain an understanding of the DEQ's concerns and outstanding issues, and seek to establish a partnering relationship between the Engineer, the City and DEQ, Engineer shall maintain contact with DEQ during ;:he course of preliminary design. Engineer shall a. ssist the City in negotiation with DEQ and finalization of the NPDES permit for the wastewater treatment plant. This task will Include providing review of draft permits, attendance at up to four meetings to resolve permit issues, provide technical review and input on permit issues, ~tnd general coordination and interface with DEQ by telephone, correspondence and facsimile. The work identified above as part of this subtask 1.3 will be limited to a total of 200 hours. This labor hour estimate does not include hours associated with work to be undertaken by subconsultant Scott Wells, Technical assistance in support of NPDES permit negotiation will be provided by Scott Wells, PhD, who will be a subconsultant to Carolto Engineers. Technical review of draft permits shall include a review of background information on Bear Creek and Ashland Creek including DEQ water quality data, flow date. and characteristics of point a~nd non-point source discharges, A mixing zone model for discharge to Bear Creek shall be constructed using the EPA CORMIX model. The resuit~ of this model shall be utilized to study the dilution effects for ammonia toxicity which will influence the allowable ammonia concentration in the plant effluent. A review of the in-stream modb. I used by DEQ for establishing TMDLs (QUAL2E) will be conducted to evaluate the appropriateness of the application of this model to Bear Creek. G:~$HLAND',SCOPE.WPD Pg. 3 1.4 Public Parlicipation/Education Engineer shall assist the City in undertaking & public participation and education program. Engineer $h¢1 develop the program content and shsll prepare materials such as meeting announcements, project descriptions, fliers, newsletters, and door hangers. Engineer shall assist City in conducting a presentation for neighbors of the treatment plant, City Council members, and other concerned individuaJs and organizations. Up to 3 meetings are anticipated. The presentations shaJI focus on providing information, promoting the project as a positive component of the City's goaJ of protecting water quality, identifying positive improvements and possible negative impacts, and soliciting concerns. Presentations will be coordinated with the demonstration wetlands project. 1.5 Prepare Preliminary Layouts a~d Design Criteria. Engineer shall prepare a preliminary design layout and design criteria for recommended Phase 1 improvements. Layouts shaJI be incorporated into Technical Memorandum No. 5. 1.6 Preliminary Cost Estimate Engineer shall refine the Phase 1 cost estimate identified in the Facilities Plan by preparing a preliminary estimate of the project cost ba~ed upon the layout and design details determined from the preliminary design effort, 1.7 Evaluation of Reuse Options Engtneer shall.assist the City in efforts to evaJuate and pursue viable reuse water options. This task will involve atlendance at meetings with vadous interested parties. Engineer's scope for this task is limited to 100 bourn. 1.8 Landscape Architecture Engineer shaJl develop conceptual landscape layouts for the entire plant site for the purposes of sile screening and blending into 1he wetlands landscape. An architectural subconsulta.nt will be utilized to prepare conceptual layouts, artistic renderings, and other materials that may be needed for public meetings. A preliminary landscape plan specifically for the Phase 1 project wfil be developed. 1.9 Meet with City Staff Engineer shall meet with City staff during the course of the predesign effort to obtain input, report preliminary recommendations and communicate progress and statu~ of the various tasks that are underway. G:~.SH LAND~SCOPE. WP D Pg. 4 Prior to completing the preliminary design effort, Engineer shall conduct a workshop with City staff to present the results of this phase of the work, review the preliminary design recommendations, and obtain input, Meeting notes will be developed and distributed to document this step of the process. Work products developed during preliminary design will be finalized after this meeting by incorporating the review comments and input obtained from this workshop. TASK 2 - Final Design Services Task 2 entails the preparation of final design documents for the Phase 1 plant upgrades, Engineer's scope of work is based on the design of the. project elements listed below whtch a. re the project elements that are anticipated based upon the knowledge of the project to date, The project elements may be revised based upon the outcome of the predesign effort. Headworl~ 1. Remove existing screens and replace with one climber screen and a manual screen in the second ch~tnnel. Instail a conveyor to transpod the screenings to a dumpstar for ha. uling off site. 2. Replace the gdt collector mechanism and drive with new equipment. 3. Enclose the existing structures with a masonry block building and install a carbon scrubber to treat foul air. Primary Cladtier 1. Replace the existing sludge collector mechanism with a new mechanism 8[nd drive. 2. Replace the existing primary sludge pump. Aeration Basin 1, Install three new floating aerators in one of the existing basins and provide electrical power to the third aerator. ,- 2. Inetall a, baffle that will serve as selector basin. Secondary Clarifier 1. Rapid, ca the existing sludge collector mechanism with a new mechanism and drive. 2. Minor rehabilitation to Cladtier No. 2. 3. Modify the existing RASRVAS Pump Station to increase efficiency of flow splitting and install new pumps. Disinfection 1. Modify one channel of the existing chlorine contact basin and install new ultraviolet disinfection equipment. 2. Add scrubbing equipment at the existing chlorine storage room, G.'V~$HLAND~COPE.WPD Pg, 5 Outfall 1. Construct new outfall to Bear Creek within the existing public right-of-way and install diffuser at terminus. Efectrical System 1. Upgrade main power distribution system to accommodate future loads thai are projected. 2. Up, grade existing MCC rooms at the Operations Building and the Headworks. 3. Construct a stand-by power system. Landscapin~ 1. Add landscaping, landscape Irrigation system and site screening as defined by the preliminary landscaping plan developed under task 1.8. 2.1 Prepare Final Design Drawings Final design drawings shall be prellred in sufficient detail to allow competitive bidding and successful construction of the project. Anticipsted design drawings are Identified in the attached table. Emphasis shall be given to coordinating the project design with future project. phases. This coordination will include the wetlands demonstration project and future irrigation system pump station and force main. In addition, piping systems shall be designed and stub-outs provided to facilitate the installation of future piping under subsequent project phases. Likewise, electrical systems shale be sized for future loads when this sizing is determined to be economical and duct banks shall be designed to accommodate future additions. The design shall also include specific provisions. for bypassing flows around structures to allow work within an existing structure to take place. Engineer shall provide descriptions of temporary facilities that the contractor must provide to allow the treatment plant to remain in good working condition while modifications to existing facilities are underway. Design drawings shall be provided to the City and DEQ for review and comment at the 50% and 90% completion stages, Review comments will be incorporated into the drawings. 2.2 Prepare Project Specifications Engineer shall prepare specifications for the project using EJCDC "front end" specifications with Supplementary Conditions developed specifically for this project. Technical specifications shall ba in OSI format. The project specifications shall be submitted to the City and DEQ for review along with the design drawings at 1he 50% and 90% design stages. Review comments shall be incorporated Into the specifications. 2.3 Design Review Meetings Engineer shall conduct review meetings with the City staff during the course ol preparing the final design drawings. Meetings shall be held at least three times, these meetings occurring at the 25%, 50%, and 90% design stages. All meetings will be held at the Ashland Treatment Plant. G :'~AS HLAN DLSCOPE.WP D Pg. 8 2.4 Quality Control Reviews Engineer shall conduct an internal Quality Control review check at the 50 percent design stage. This review will focus on the lechnical aspects of the design, coordination between the new facilities and the existing faciJlties and construct~ility of the new facilities. A second Quality Control review shall be conducted at the 90 percent complete design stage. 2.5 Prepare Final Engineer'8 Cost Estimate The preliminary cost estimate shall be updated based upon the final design of the new facilities. This estimate shall be completed at the 90% complete design stage. 2.6 Prepare DEQ Submittals Engineer shall continue coordination with DEQ during the final design of the project, Engineer shall periodically advise the Department of project status and regulatory interfaces will be Sl:)ecifically addressed. DEQ will be invited to the progress meetings and will be provided with progress submittals of the Drawings and Specifications at the 50% and 90% design completion points. TASK 3 - Construction Services This Task includes the administration of the construction phase of the project. 3.1 Bid Period Services Engineer shall assist the City during bidding of the project by answering questions posed by contractors and. developing addenda to the Contract Documents. Engineer shall assist City staff in conducting a pro-bid conference for interested bidders. Following receipt of bids, Engineer shall assist City staff in evaluating the bids to determine the lowest responsible responsive bidder. 3.2 Construction Period Services Construction period serv/ces are based upon a construction time of 10 months. Engineer shall provide the following services during construction of the plant upgrade project: Work directly with the plant operations manager to provide the proper coordination necessary to maintain plant operation during construction. bo Coordinate with City staff regarding the contractor's activities such as payment requests, change order requests, and construction issues that arise during the course of the project. Provide on-site inspection services to evaluate and monitor the consistency and quality of construction. Identify inconsistencies between the constructed work and the Contract Documents and transmit written documentation to the contractor. G:~SHLAND\SCOPE.WPD Pg. 7 Conduct twice mon[hiy meetings with City staff and the contractor. Provide interpretations of the Contract Documents, issues clarifications and provide field changes as necessary. Coordinate construction reviews with DEQ. Coordinate field changes with the contractor's prepa. ra. tion of as-built drawings and review as-built drawi.qgs for accuracy and comp:eteness. Assist plant staff with start-up of the new facilities. 3.3 Submittal Review Engineer sheri review submittals in sufficient detail to ascertain that the submi~ed items conform generally to the intent of the Contract Documents. Engineer shall develop written responses to submittals which detail the review comments that were generated. Scope of Services under this task is limited to 17,5 individual submittals and 50 resubm~als. 3,4 Contract Record Drawings Prepsre and submit to the City one set of reprodudble drawings and the eleclronic AutoCAD files of drawings reflecting changes made during the course of construction. OPTIONAL SERVICES Because all components of this project cannot be defined at the time of execution of this Contract, expansion of the scope outlined herein may be necessary as the project proceeds. This section describes optional services that the Engineer shall provide if directed by the City of Ashland. Authorization tO'proceed with these services must be issued in writing by the City, Expand Final Design Services Expand the final design services to inciude the design of project elements that are identified in the Facilities Plan as either Phase 2 or Phase 3 elements, The budget allowance for this optional service is establi~h~ at ~tpproxirnately 10 percent of the cost of final design services for the base project ($4o,000). I::xpand Construction Services Engineer shall provide the services outtined under Task 3 herein for the additional time period that may be required for construction of an expanded project. The budget allowance for this optional service has been established at $30,000 which would provide approximately 4 additional months of construction period services beyond the 10 month duration estimated for completion of base project. G:~ASHLAND\SCOPE.WPD Pg. 8 Expand DEQ Coordination Engineer shall provide additional technical support that is beyond the scope outlined under Tasks 1.3 and 2.6. Additional technical support may involve attendance at meetings, development of data that is not a~ticfpated under this scope of services, or resolution of issues that may arise during the project. A budget allowance of $5000 is provided for purposes of estimating the extent of the optional services that may be provided. Expand Involvement In Wster Reuse Issues Engineer shaJl expand involvement in resolution of water reuse issues such ~ attendance at additional meetings over the number of meetings identified in the scope of services or development of additionaJ technical background as may be necessary to resolve reuse Issues. A budget aJlowance of $5000 is provided for purposes of estimating the extent of the optional services that may be provided. MILESTONE COMPLETION DATES Draft Predesign Report Final Predesign Report 50% Drawings and Specifications 90% Drawings and Specifications 90% Cost Estimate Final Drawings and Specifications Submit by January 31, 1997. Submit within 14 days after receiving Ci~s cc~mments on Draft report, Submit by March 3, 1997 Submit by May 30, 1997 Submit by June 10, 1997 Submit by June 30, 1997 DELIVERABLES Engineer sha,'prepare and submit to the City of Ashland the following work products: 2. 3. 4. 5. 6. 7. 8. 9. Predesign Memoranda Preliminary Layouts Preliminary Cost Estimate Meeting Notes 5 sets of 50% complete and 90% complete Drawings and Specifications for review. 20 sets of Final Design Drawings 20 sets of Final Project SpecJfications One full set of mylar reproducible drawings Engineer's Cost Estimate @ 50% and 90% G:~.SHLAND\SCOPE.WPD Pg. 9 ~0. 11. 12. Copies of construct[on-related correspondence As-built drawings Monthly progress reports SERVICES NOT INCLUDED IN ENGINEERS SCOPE OF WORK The following services are not within the Engineer's scope of services. If desired by the City, additional services wiJl be provided as pa]t of subsequent revisions to this Contract, 1, The cost of permit fees. 2. Administration of State Revolving Loan Fund. 3. Design of project elements not specificaJJy noted herein. 4. ©&M Manual revisions to incorporate new facilities. 5. Materials ~esting during construction. 6. Services during two year warranty period. G:~ASHLANI~SCOPE.WPD Pg. 10 CAROLLO ENGINEERS CITY OF ASHLAND, OREGON SERWCES FOR THE WAST~m, VA TE:R TREA T/VlENT PLANT UPGRADES ESTIblA TE OF NUMBER OF DESIGN DRA WINGS Drawing No Title Hours 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 24 25 26 · 27 30 31 32 35 36 37 38 39 40 41 Cover General- Plant Schematic, Design Criteria General- Hydraulic Profile General - Plar~t Layout Typical Details - Line Work & Abbrev Typical Details - Architectural & MeWs Typical Details - Civil Typical Details - Civil Typical Details - Electrical Typical Details- Electrical Typical Details - Mechanical Typical Details - Mechanical Typical Details - Piping Typical Details - Piping Typical Details - Piping Typical Details - Structural Typical Details - Structural Typical Details - Structural Civil - Yard Layout (North) Civil - Yard Layout (South) Civil - Process Pipihg (North) Civil - Process Piping (South) Civil- Piping Profiles Civil - Piping Profiles Civil- Misc Details Civil- Misc Details Civil - Effluent Pipeline to Bear Creek Civil - Effluent Pipeline to Bear Creek Civil - Effluent Pipeline to Bear Creek Civil - Effluent Pipeline to Bear Creek Landscaping - Planting Plan Landscaping - Irrigation System Landscaping- Details Structural - Headworks Plan & Section Structural - Headworks Section & Details Structural - Aeration Basin Structural - RAS/WAS Pump Station Structural - Chlorine Basin Modifications Mechanical - Headwork~ Improvements Mechanical - Headwork~ Improvements Mechanical - Primary Cladtier Mechanism 3O 4O 60 75 25 25 25 25 25 25. 25 25 25 25 25 25 25 25 4O 4O 48 48 65 6O 6O '60 6O 6O 6O 20 2O 2O 75 75 6O 60 6O 60 60 30 Page CAROLLO ENGINEERS CITY OF ASHLAND, OREGON SERVICES FOR THE WASTEWATER TREATMENT PLANT UPGRADES ESTIMATE OF LEVEL OF EFFORT FOR PRELIMINARY DESIGN TASK Design TASK DESCRIPTION PIC PM PE Engineers Electrical Slruc[ural Process Peer Engineer Engineer Engineer Rbvtow CAD WP I Preliminary Design 1.1 Review Existing Plant Data 2 4 12 4 1.2 FlnaJize Project Elements 8 16 50 100 60 1.3 DEQ Coordination 20 32 Finalize NPDES Perrn~t 8 32 40 1.4 Pubtic Par~dpatlon 8 28 40 1.5 Prellmlnary Layouts 8 12 24 40 40 1,6 Pretlmlna~y Cost Estimate 12 24 ' ' 20 1,7 Evaluate Reuse OplJons 6 24 48 1.8 Landscape Architecture 1 4 8 1.9 Meetings with City 8 12 24 Subtotals 39 130 270 216 124 Fee Schedule Rale ($/hr) 150 128 116 t 11 93 Subtotal - Estimated Fee ($) 5850 16640 31320 23976 11532 S~x~:~nsultant Costs Scott Wells, PhD (TMDL Issues) AKI Landscape Architects Other Direct Costs CAD Equipment Travel Expenses MaJl/FedEx~e~ephone Pfina-~g Nlowance 4 12 0 38 12 32 28 18 10 24 16 12 8 8 8 8 64 8 4 12 16 6 12 8 16 112 20 136 0,,4 93 128 128 80 40 1488 14336 2560 10~80 3360 TOTAL ESTIMATED FEE, PRELIMINARY DESIGN TASKS Cons[ruc[ion Inspoclor TOTAL 344 !20 96 220 72 100 1~47 0 $121,942 COST ,i.';~,j:i 8,97¢ 13,648 -3,992 7,248 11,060I 1,590 7,376! 121,942i $23,000 $2,500 $1,o0o $3,000 $300 $1,000 $152,7q2 CAROLLO ENGINEERS CITY OF ASHLAND, OREGON SERVICES FOR THE WASTEWATER TREATMENT PLANT UPGRADES ESTIMATE OF LEVEL OF EFFORT FOR CONSTRUCTION SERVICES TASKS Design TASK DESCRIPTION PIC PM PE Engineers Electrical Structural Process Peer Engineer Engineer Engineer Review I11 Construction Services 3.1 Bid Pedocl Services 1 4 12 20 18 3,2 ConslTucdon Management 30 45 300 40 3.3 SubmiEN Review 40 80 ! 10 3.4 Contract Record Drawings 2 ~l 12 12 Subtotals 33 49 360 1 t 2 180 Fee Schedule Rate ($/hr) 150 128 116 111 93 Subtotal - Estimated Fee ($) 4950 6272 . 41760 12432 16740 Subconsultant Costs AKI Land~...ape Architects O~er Direct Costs CAD Equipment MobtlLzal~n Io~ ConsO'ucdon MaJFFedEx/Tetephone Pdntlng Allowance 8 12 8 4 32 2976 0 0 128 128 o 0 TOTALESTIMATED FEE CAD 12 24 30 240 306 8O 24480 WP 16 8 24 48 40 1920 Co[~s[ruction Inspector 1800 1800 82 TOTAL 91 2259 292 278 292O 147600 $259,130 TASK COST 8,292 199,7~61 27,8~4I 23,2481 259,130! Si,oo0 S~,00O $~0,000 $400 $500 $272,530 EXHIBIT 2 PAYMENT SCHEDULE FOR PHASE 1 OF THE CITY OF ASHLAND WASTEWATER TREATMENT PLANT UPGRADE PROJECT INTRODUCTION The payment schedule herein has been developed in support of Article 8 Payment of the Engineering Services Agreement between the City of Ashland and Carollo Engineers dated November 8, 1996. DEFINITIONS Direct labor rate is defined as an employee's actual pay rate without benefits. Direct labor rates are revised annually on March 1st to reflect changes that may occur in employee compensation. Direct costs are defined as those costs incurred by the Engineer for project specific materials and services. Direct costs include: Costs for subconsultants hired to assist in the execution of the work. Reproduction services such as photocopying, production of blueline drawings, printing and binding. Communications which can be directly associated with the project such as telephone charges, express deliver charges and postage. Living and travel expenses of employees when away from the Portland office of Carollo Engineers on business directly applicable to the project. Automobile mileage directly applicable to the project. Mileage will be billed at $0.35 per mile. COMPENSATION Compensation for services provided under Exhibit 1 shall be in accordance with the following schedule. Task 1 - Preliminary Design Services Compensation for completion of Task 1 services shall be on a basis of direct labor rate times a multiplier of 3.15 for each hour of labor spent undertaking the work plus direct costs. Subconsultants shall be invoiced at the Engineer's cost plus ten (10) percent. All other direct costs will be invoiced at the actual COSt. Hours spent on Subtasks 1.3 DEQ Coordination and NPDES Permit Negotiation and Subtask 1.7 Evaluation of Reuse Options will be tracked separately due to the hour limits place on these subtasks in Exhibit 1, Engineering Services. Total compensation for labor, direct costs and subconsultant fees associated with Preliminary Design Services shall not exceed a limit of $152,742. G:\4411 A10\EXHIBIT2.WPD 1 Task 2 - Final Design Services Compensation for Engineer's services performed during final design shall be on a lump sum basis. Compensation for labor, direct costs and subconsultant fees shall not exceed a lump sum of $411,577 for completion of all services identified under Task 2 of Exhibit 1. Monthly invoices will be submitted based on Engineers estimate of the percentage of completion for Task 2. Percentage of completion shall be calculated for each individual subtask to arrive at a percentage of completion for the overall Task. Calculations shall be submitted with each invoice transmitted to the City. The City will retain 10 percent of the invoiced amount. Retained monies will be released to Engineer upon final acceptance of the completed specifications and drawings. Task 3 - Construction Services Compensation for Task 3 services shall be on a basis of direct labor rate times a multiplier of 3.15 for each hour of labor spent undertaking the work plus direct costs. Costs directly related to temporary relocation of Engineer's employee to the geographic vicinity shall be considered a direct cost. Total compensation for labor, direct costs and subconsultant fees associated with Construction Period Services shall not exceed a limit of $272,530. Optional Services Compensation to Engineer for pedorming Optional Services shall be made only for those services which City has provided written approval to proceed. Authorization of Optional Services will include payment provisions for those services. ACCEPTANCE This Exhibit 2 is made part of the Engineering Services Contract between the City of Ashland and Carollo Engineers dated November 8, 1996 and is accepted by the both parties. ENGINEER BY GaVels, Partne~J~~r ' Date / CITY ~,,~ir~Administrator G:\4411A10\EXHIBIT2.WPD 2 cal'Ol.l.O engineers Task I 1.1 1.2 1.3 1.4 1.,5 1.6 1.g Preliminary Design Review Fxisting Data Finalize Project Elements DEQ Coordination Public Participation Prepare Preliminary Layouts Cost Estimate Meetings Submit Draft Predesign Report II Final Design 2.1 Final Design Drawings 2.2 Prepare Specifications 2.3 Meetings 2.4 Quality Review 2,5 Final Cost EsLimaLe 2.6 DEQ Coordination III Construction Services 3.1 Bid Period Services 3.2 Construction Services 3.3 Submittal Reviews ASHS96S1 .CDR6 8/14,'96 1996 N D J F PROJECT SCHEDULE FOR THE CITY OF ASHLAND M M Fo'!c',%p Mererag Wastewater Treatment Plant Upgrades Phase ! 1997 J J Meetrg ' '"~.,.~ , ' ~ Pmsor,,ad0n !~ e · A i ~ 505 Des..e,r, Su:~m:ttal' 90% ~si~p SJbi31iilal ~ !0 Mcq:h · Notme ~o Proc,~ -' : F'hase I 3omplete June 30, RRODUCER CERTIFICATE" OF Poe & Brown of Arizona 4041 N. Central Avenue INSURANCE · ,SSUE, ATE 11126196 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY UE 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. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE :POLICY EXPIRATION LIMITS LTR DATE (MM/DD/YY) DATE (MM/DD,'YY) i GENERAL LIABILITY C006696767 12/31/96 : 12/31/97 GENERAL AGGREGATE $ 1,000,000 X i COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. :$ 1,000,000 CLAIMS MADE X OCCUR. PERSONAL & ADV. INJURY iS 1,000,000 i OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE i$ 1,00o, 000 X i PER PROJECT/PER LOCATION FIRE DAMAGE (Any one fire) iS 500,000 GENERAL AGGREGATE : MED, EXPENSE (Any one person) $ 20,000 R ! AUTOMOBILE LIABILITY BUA806696780 12/31/96 12/31/97 COMBINED SINGLE X :: ANY AUTO LIMIT $ I, 000~ 000 ALL OWNED AUTOS : BODILY INJURY ! SCHEDULED AUTOS (Per person) iS X ~ HIRED AUTOS BODILY INJURY : X i NON-OWNED AUTOS (Per accident) $ i GARAGE LIABILITY PROPERTY DAMAGE $ C EXCESS LIABILITY BE9324698 12/31/96 12/31/97 EACH OCCURRENCE i$ 1,000,000 'D X ! UMBRELLA FORM : OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY OTHER NBEK7060/WBEK7061TX DESCRIPT~N OF OPERAT~NS~LOCAT~NSNEHIC~SPECIALITEMS CarolLo Job: #4411A.10, #4411A.30 & #4411B.10 12/31/96 I2/31/97 AGGREGATE iS 1,000,000 X :: STATUTORY LIMITS EAcH ~CC~Dr-~T :~ ~,000,000 ...?~..~.:..??~..~!~!~ ............:~ ............!.~.?~.~? DISEASE - EACH EMPLOYEE iS 1,000,000 Project: Phase 1 of WWTP Upgrade City of Ashland, City Hall Attn: Assistant City Admn 20 E. Main Street Ashland OR 97520 ACORD 25-5 (1190) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ~E]~]~J~k'~O~X~XXXXXX MAIL 30 * DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 'FXCEPT 10 DAYS FOR ~,~N,,PAYMFNT OF PREMIUM ~i~11~iAUTHORIZED REPRESENTAT4t/E ' //~;~ .: ' 9ACORB 'CORPORATION A4;d)ltll :,. CERTIFICATEOFINSURANCE O2106.~97 PRODUCER THIS CER~FICATE IS ISSUED AS A MA~ER OF INFORMA~ON ONLY AND CONFERS NO RIGHTS UPON THE CER~FICATE HOLDER. THIS CER~FICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE Poe & Brown of ~izona POLICIES BELOW. 4041 N. Central Avenue ......................................................................................................................... ~ ................................ Suite 1400 COMPANIES AFFORDING CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SU~ECT TO ALL THE TERMS, ~CLUSIONS AND CONDITIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID C~IMS. CO ~ OF ~R~CE ~L~Y NUM~ ~Y ~CT~ ~Y ~PI~T~ : ' : L~: DA~ (MM~D~ DA~ (M~D~ ~ENEm~ L~L~ C006696767 ~ 12/]1/96 12/31/97 : G~E~ Aee~EeA~ S 1,000,000 A X ~ CO~MERCI~ ~ENE~ UAalU~ :: ,~ODUCTmCo~P~ ACe. ~S 1,000,000 :'" "']~ ........C~IMS MA~ X OCCUR, ~ ~ PE~ & ADV, I~RY ::$ 1,000,000 ; O~ER'S & CON~CT~'S PROT, ~ ~CH OCCURRENCE ~$ 1,000,000 ~ .......~ : ................................................; ........................................ : X ::PER PROJECT/PER LOCATION ~ F~RE D~AGE (~y one ~re) ~t 500,000 : GENERAL AGGREGATE ~ED, ~ENSE (~y one ~rm,)~S 20,000 B AUT~B~ L~L~ BUA806696780 12/51/96 12/~1/97 C~B~NED S~Ne~ X :: ~Y AUTO LIMIT ~$ 1,000,000 : ~L O~ED AUTOS BODILY INJURY ~ SCHEDULED AUTOS ~ (Per ~r~n) X : HIRED AUTOS BODILY INJURY X ~ N~-O~ED AUTOS ~ (Per accOertl) ~ G~GE LI~ILI~ PRO~R~ D~AGE ...... ~ .......: ....................................................... ..................................................................~ ....................................................................................................................: ........................................ C ~CE~ L~L~ BE9~24698 12/51/96 12/]1/97 ~CH OCCUR~N~ ~S 5,000,000 ~ ~. UMBREL~ FORM AGGREGA~ ~$ ~,000,000 ~ .........~ · ~O~ER ~ UMBREL~ FORM ~KER'S COMPEN~T~ X STA1UT~Y t MiTS DIS~E - P~ICY LIM~ ~$ 500,000 EMPLO~RS' L~IL~ DIS~ - ~CH EMPLO~ ~S 500,000 Additienal insured does 7/ Compensation Policy Caro[Lo Job: ~4411A.10, ~4411A.~0 & ~4411B.10 Project: Phase 1 of ~TP Upgrade City of Ashland, City Hall Attn: Assistant City Admn 20 E. Main Street Ashland OR 97520 ACORD 25-S (7:90) ~!ii![!iii! SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ~::~!!!i::: EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ,'[~~XXX ::::::::' 30 * iiiii!i!i MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED 40 THE iii::iiii LEFT, E~3ee<3o(x~a~ce~,ee~mzmee~a~x~a~J~c~a~go~xxxxxxxxxx ~]~i EXP, FPT 10 DAYS FOR NON Pl~l#'l~lCNT OF PREM UM ,,'gAOORD CORPORATION 19go CIB