Loading...
HomeMy WebLinkAbout2004-068 Contract - David Evans CONSULTANT SERVICES CONTRACT Consultant services contract made on the date specified below in Recital A between the City and Consultant as follows: Recitals: A. The following information applies to this contract: CITY: CITY OF ASHLAND Public Works Departmentl 20 E. Main St. Ashland, Oregon 97520 (541) 488-5347 FAX: (541) 488-6006 Consultant: Address: DAVID EVANS & ASSOCIATES, INC. 1128 NORTHEAST SECOND STREET STE 201 CORVALLIS OR 97330 Telephone: 541/754-0043 FAX: 541/754-7649 Date of this agreement: ¶ B: RFP date: NOVEMBER 20, 2003 MARCH 2004 Proposal date: DECEMBER 12, 2003 ¶2.2. Contracting officer: PAULA C. BROWN, PE, CITY ENGINEER/PUBLIC WORKS DIRECTOR ¶2.4. Project: ASHLAND MUNICIPAL AIRPORT IMPROVEMENT PROJECT NO. 3-41-0002-06 ¶6. Consultant's representative: ROB L. NORTON, PE ¶8.3. Maximum contract amount: $121,017.95 B. On the date noted above, City issued a request for proposals (RFP) for consulting services needed by City for the project described above. Consultant submitted a proposal in response to the RFP on the date noted above. C. After reviewing Consultant's proposal and proposals submitted by other offerors, City selected Consultant to provide the services covered by the RFP. City and Consultant agree as follows: 1. Relationship between City and Consultant: Consultant accepts the relationship of trust and confidence established between Consultant and City by this contract. Consultant 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 consultant's caliber in the locality of the project. Consultant 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, Consultant shall provide professional consulting services for City in all phases of the project to which this contract applies, serve as City's professional consulting representative for the project, and give professional consultation and advice during the term of this contract. Consultant CONSULTANT SERVICES CONTRACT G:\pub-wrks\eng\dept-admin~ENGINEER/PROJECT~2000\00-18 DEA Engineering Contract 2 04,doc acknowledges that City is relying on consultant to provide professional consulting 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. "City" means the City of Ashland, Oregon. 2.2. "Contracting officer" means the person specified in Recital A above or that person's designee. 2.3. "Project" means the project described in Recital A. 2.4. "Work" or "Services" shall mean all labor, materials, plans, specifications, opinions, reports, and other consulting services and products which Consultant 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. 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 Consultant's services. 5. Consultinq Services: Consultant shall provide services to City that are described in the RFP. 5.1. In connection with the services described in the RFP, Consultant shall: 5.1.1. Consult appropriate representatives of City to clarify and define City's requirements relative to the services. 5.1.2. Review available data relative to the services. 5.1.3. Identify data which is not available and is needed to fulfill the services, and act as City's representative in obtaining such data. 5.1.4. Prepare monthly progress reports to the contracting Officer on the status of services. 5.1.5. Cooperate with other consultants retained by City in the exchange of information needed for completion of the services and the project. 5.2. Consultant shall commence performance of services within five days after receiving written authorization from the contracting officer for work described in the RFP. Consultant 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, Consultant shall submit for City's approval, a schedule for the performance of work elements described in the RFP. Each schedule shall include allowance for periods of time required for City's review and approval of Consultant's services. Each schedule, approved by City, shall become a part of this contract. 5.3. Consultant shall perform the services as an independent contractor in accordance with generally accepted standards in Consultant's profession. Consultant shall be responsible for the professional quality, technical accuracy and the coordination of all services performed by Consultant. Consultant shall, without additional compensation, correct or revise any error or deficiencies in the services that are caused by Consultant'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 Consultant's services. In the event of any breach of this contract by Consultant or negligent performance of any of the services, City's cause of action against Consultant shall not be deemed to accrue CONSULTANT SERVICES CONTRACT G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~000\00-18 DEA Engineering Contract 2 04.doc until City discovers such breach or negligence, or should have, with reasonable diligence, discovered such breach or negligence. The preceding sentence shall not be construed, however, to allow City to prosecute an action against Consultant beyond the maximum time limitation provided by Oregon law. 6. Assi.qnment of Consultant'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 Consultant's representative in all communications and transactions with City. 6.2. Consultant will endeavor to honor reasonable specific requests of City with regard to assignment of Consultant'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 Consultant 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 Consultant for performance of the services. 7.3. City will arrange for access to, and make all provisions for Consultant to enter upon, public and private property as required for Consultant 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, Consultant, public agencies, and others involved in the project. 8. Payment: 8.1. City shall pay Consultant for services and reimburse Consultant for expenses incurred by Consultant in performance of services in accordance with a payment schedule to be submitted by Consultant 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. Consultant shall submit monthly invoices to City for Consultant's services within ten days after the end of the month covered by the invoice. 8.3. Total payments under this contract or any amendments shall not exceed the sum specified in Recital A above. 9. Compliance with Law: 9.1. This contract will be governed by and construed in accordance with laws of the State of Oregon. Consultant 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. 9.2. Pursuant to ORS 279.316(2) any person employed by Consultant 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. Consultant is a "subject employer" as defined in ORS 656.005 and shall comply with ORS 656.017. Prior to commencing any work, Consultant shall certify to City that Consultant has workers' CONSULTANT SERVICES CONTRACT G:\pub-wrks\eng\dept-admin\ENGINEER\PROJEC'R2000\00-18 DEA Engineering Contract 2 04.doc compensation coverage required by ORS Chapter 656. If Consultant is a carrier insured employer, Consultant shall provide City with a certificate of insurance. If Consultant is a self-insured employer, Consultant shall provide City with a certification from the Oregon Department of Insurance and Finance as evidence of Consultant's status. 9.4. If the amount of this contract is $15,000 or more, Consultant is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any subcontractor who performs 50% or more of the service work under this contract. Consultant is also required to post the attached notice predominantly in areas where it will be seen by all employees. 9.5. During the performance of this contract, the Consultant, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 9.5.1. Consultant shall comply with the Regulations relative to nondiscrimination in Federally assisted programs of the Department of Transportation (hereinafter "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the "Regulations"), which are herein incorporated by reference and made a part of this contract. 9.5.2. The Consultant, with regard to the work performed by them during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by Section 2.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 9.5.3. In all solicitations either by competitive bidding or negotiation made by the Consultant for work to be performed under subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Consultant or the Consultant's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 9.5.4. Consultant shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Consultant shall so certify to the City or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 9.5.5. In the event of Consultant's noncompliance with the nondiscrimination provisions of this contract, City shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to withholding of payments to the contractor under the contract until the contractor complies. 9.5.6. Consultant shall, during regular business hours, provide access by the Federal Aviation Administration, the Comptroller General of the United States, the City of Ashland or any of the duly authorized representatives to any books, documents, papers, and/or records of Consultant which are directly pertinent to the Project for the purpose of making audits, examinations, excerpts and transcriptions. Consultant shall retain all books, documents, papers and records relating to the Project for a period of three years following the Project completion as determined by the date of final project payment. 9.6. Consultant agrees to comply with Federal Executive Order No. 11246, entitled "Equal Employment Opportunity" as supplemented in Department of Labor Regulations (41 CFR, Part 60) if this CONSULTANT SERVICES CONTRACT G:\pub-wrks\eng\dept-admin\ENGINEER\PROJEC'R2000\00-18 DEA Engineering Contract 2 04.doc agreement exceeds $10,000. Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC 317-330) as supplemented by Department of Labor Regulations (29 CFR, Part 5) if this agreement exceeds $25,000; and all applicable standards, orders, and regulations issued pursuant to the Clean Air Act of 1970 if this agreement exceeds $100,000. 9.7. MINORITY BUSINESS ENTERPRISE ASSURANCES 9.7.1. It is the policy of the Department of Transportation (DOT) that minority business enterprises (MBE) as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds under this agreement. Consequently, the MBE requirements of 49 CFR Part 23 apply to this agreement. 9.7.2. The Consultant agrees to ensure that minority business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. Consultant and any subcontractors shall not discriminate on the basis of race, color, national origin or gender in the award and performance of DOT-assigned contracts. 10. Ownership of Documents: All documents prepared by Consultant 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 Consultant, 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 Consultant without prior written authorization of Consultant. 11. Records: 11.1. Consultant shall develop and maintain complete books of account and other records on the services which are adequate for evaluating Consultant's performance. Consultant 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 Consultant's other business. 11.2. Consultant's books and records shall be made available for inspection by City at reasonable times, to verify Consultant's compliance with this contract. City shall have the right to request an audit of Consultant's books and records by a certified public accountant retained by City. 12. Indemnification: Consultant 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 Consultant (including but not limited to, the negligent acts or omissions of Consultant's employees, agents, and others designated by Consultant to perform work or services attendant to this contract). Consultant shall not be held responsible for any claims, actions, costs, judgments, damages or other expenses, directly and proximately caused by the negligence of City. 13. Insurance: CONSULTANT SERVICES CONTRACT G:\pub-wrks\eng\dept-admin\ENGINEER\PROJEC'R2000\00-18 DEA Engineering Contract 2 04.doc force: 13.1. Consultant shall, at its own expense, at all times during the term of this contract, maintain in 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 omissions 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 Consultant. 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: 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 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 14.3, City may terminate by giving Consultant written notice sixty days prior to the termination date. 15.2. In addition to the right to terminate this contract under subsection 14.3, Consultant 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. CONSULTANT SERVICES CONTRACT G:\pub-wrks\eng\dept-admin~ENGINEER\PROJECT~2000\00-18 DEA Engineering Contract 2 04.doc 15.3. If City terminates the contract under subsection 15.2, Consultant shall be paid for all fees earned and costs incurred prior to the termination date. Consultant shall not be entitled to compensation 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 abow.~. 16.2. Notices to Consultant shall be addressed to the Consultant's representative at the address provided for the Consultant in Recital A above. 17. Assignment: City and Consultant 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. Consultant shall not assign or subcontract Consultant'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 Consultant. be vail unless in wr,' ng and signed by the parties. CONSULTANT CITY ,. ..... ., / BY ~ ~ .~ ~ BY BY ./'~/,.'z,, ~ - /" City Department Head Date: BY REVIEWED AS TO FORM City Legal Counsel Date: Coding: (for City use only) CONSULTANT SERVICES CONTRACT G:\pub-wrks\eng\dept-admin\ENGINEER\PROJEC'R2000\00-18 DEA Engineering Contract 2 04.doc City of Ashland LIVING ~per hour effective June 30, 2003 (Increases annually every June 30 by the Consumer Price Index) For all hours worked under a service contract between their employer and the City of Ashland if the contract exceeds $15,713 or more. For all hours worked in a month if the employee spends 50% or more of the employee's time in that month working on a project or portion of business of their employer, if the employer has ten or more employees, and has received financial assistance for the project or business from the City of Ashland in excess of $15,713. If their employer is the City of Ashland including the Parks and Recreation Department. In calculating the living wage, employers may add the value of health care, retirement, 401K and IRS eligible cafeteria plans (including childcare) benefits to the amount of wages received by the employee. Call the Ashland City Administrator's office at 541-488-6002 or write to the City Administrator, City Hall, 20 East Main Street, Ashland, OR 97520 or visit the city's website at www.ashland.or, us. Notice to Employers: This notice must be posted predominantly in areas where it will be seen by all employees. CITY OF -ASHLAND ASltLAND MUNICIPAL AIRPORT IMPROVEMENTs AlP PROJECT, NO. 3-41-0002-06 SCOPE OF WORK DESIGN SERVICES The scope of services covers the engineering design services required to complete final engineering design in connection with an airport improvement project to be completed at the Ashland Municipal Airport as follows: ' 1) Install MIRL (Medium Intensity Runway Lighting) with Pilot Controlled Lighting (PCL) for Runway 12-:50, approximately 3,600 feet x 75 feet. 2) 3) 4) construct Electrical Equipment Building, approximately 8-fi x 10-fi Construct ah'plane wash facility/apron, approximately 100-fi x 100-fi Reconstruct 'tl~ pavement section on a portion of the existing airplane tie-down apron, approximately 40,000 square feet. 5) Construct asphalt overlay over a portion of the existing airplane tie-down apron, approkimately 145,000 square feet. 6) Install taxiway retroreflective markers along parallel taxiway and cOnnectors to Runway 12-30 Project limits shall be approximately as shown on Attachment A. pavement strengthening/replacement, drainage, electrical/lighting, and other improvements as identified in this scope of work are included. No environmental analysis or permitting is included in this scope of work. Drainage evaluation only includes capacity for new pipe systems. Capacity and drainage analysis of existing systems shall be the responsibility of the CITY. The Airport Lay,am Plan will be updated depicting new improvements as part of the Services During Construction. Predesign Services 1) Participate in conference call with CITY and FAA to define project scope, cost opinion, funding, and schedule. ' 2) Assist CITY in preparation of FAA AlP Grant Data Sheets. 3) Assist CITY in the preparation ofa DBE Plan and associated project DBE goal. 4) Coordinate FAA review and approval of DBE program and goal. 5) Design aircraft types and number of aircraft to occupy improvement areas shall be provided by CITY . from ongoing Master Plan. 6) Meet with CITY, FBO, and other apron users to determine operation requirements. 7) Provide preliminary construction cost estimates for project components. Preliminary Design 1) Coordinate with CITY to verify original engineering scope. 2) Attend design startup meeting with CITY to review project scope, CITY-provided information, CITY standards, involvement, and procedural requirements. 3) Collect and review existing documents. 4) Provide survey to obtain data required of existing conditions and to complete, design and establish control points for construction. 5) Perform pavement eval~ation, as required. 6) Perform geotechnical studies and investigations, as required. 7) Perform electrical system evaluations, as required. 8) Evaluate demolition requirements. 9) Attend coordination meeting with FAA and CITY to discuss preliminary Design Report recOmmendations and review comments. ' 10) Meet with CITY to finalize work scope and schedule. 11) Provide any additional survey as needed, develop base maps .with topography' and contours. 12) Prepare preliminary demolition plan. 13) Prepare a construction phasing plan. 14) Design apron improvements and grading. 15) Design taxiway improvements adjacent to apron, and grading, as required, 16) Provide pavement designs based on construction phasing, anticipated traffic volume, and aircraft types. 17) Define limits of pavement reconstruction and over'lay based on apron layout and existing pavement condition. 18) Design electrical improvements, electrical eqUipment building, conduit routing, and connections to new and e:dsting facilities. 19) Design drainage system(S) for affected improvement area. 20) Complete preliminary drawings, specifications, construction quantities, and cost estimates and~ submit to the CITY and FAA. 21) Prepare a construction safety plan in accordance with FAA guidelines and Ashland Municipal Airport operational procedures. 22) Attend up 'to three design review meetings as required.' Final Design 1) Prepare Engineer's Design Report in accordance with FAA requirements. 2) Incorporate. . . ,,CITY and FAA comments and respond as necessary to requests for additional mfonnat~on.~. 3) Develop Additive Alternates within plans and bid documents to accommodate known and potential project funding. Develop quantities and construction cost estimates for each Additive Alternate. 4) Finalize construction contract plans, specifications, quantities, and construction cost estimate. 5) Submit final plans and specifications for CITY and FAA approval. 6) Incorporate final drawings and specifications into a contract package based on funding availability. 7) Prepare. contract documents including construction drawings, specifications, invitation to bid, and related contract forms for the work listed above for the selected contract package. 8) The scope of work for this project does not include provisions or costs for multiPle bids, or rebids. The final drawings and specifications shall be approved by the CITY and the FAA. 9) Provide 40 sets of the approved drawings and specifications to supply Construction Contractors requesting documents for purposes of bidding; and furnish the FAA and the CITY each with one set of drawings and specifications for their files; and furnish 6 sets to the Construction Contractor for use during construction of the project. The expense of any additional sets of drawings and specifications shall be compensated for at their cost. AS~ MUNICIPAL AIRPORT IMPROVEMENTS AIP PROJECT NO. 3-41-0002-06 SCOPE OF WORK SERVICES DURING CONSTRUCTION The CITY recognizes that construction is not controlled by the Consultant, and that the compensation for services are dependent upon the assistance requested by the CITY, the actual construction time expended by Contractor, the performance of the Contractor, and issues that develop during construction. If the estimated maximum fee is reached, and the CITY, Consultant, and FAA agree, the maximum fee shall be increased. Bidding 1. Assist the C1TY with Advertisement. 2. Distribute documents to plan centers2 3. Respond to bidders' questions during the bidding process. 4. Assist the CiTY in evaluating bids and preparing an abstract and recommendation of the bids for submittal to the FAA. Review bonds, insurance certificates, and assist in secth-ing approval to award the contract. 5. Coordinate and issue conformed copies of contract documents. 6. Assist CITY in preparation of FAA AIP Grant Application. ConstrUction Administration Conduct a preconstruction conference.. Assist CITY with submittal reviews. Assist CITY with .construction-related issues as required and construction schedules, etc. Review materials submittals; comment and approve as appropriate. Provide the services of a project manager, resident engineer, and resident observers (on-call requested by CITY) to oversee construction activities on behalf of the CITY, including administration of the construction contract. Prepare all correspondence to Construction Contractor(s) and maintain project records. 7. Attend weekly meetings with Construction Contractor(s) and record minutes of same. 8. Meet regularly with CITY as necessary to provide status reports on the project and resolve outstanding; issues. 9. Conduct regular meetings with CITY to coordinate the project and oversee the Project schedule and budget. ' 10. Provide Re:sident Observer services as follows: · ,One on-call Resident Observer to supplement CITY-provided Resident Observer as needed and requested by CITY; additional personnel will be available as required. A ninety day construction schedule is planned for the improvements. · The duties of the CITY-provided Resident Observer will be to monitor and document construction progress; cord'mn conformance with schedules, drawings, and specifications; measure,, and document construction pay quantities; document significant conversations or situations; document input or visits by local authorities. Keep DEA personnel informed of constmctipn activities and continually monitor Construction Contractor's activities to see that CITY and FAA roles and regulations are adhered to. 11. Prepare change orders and supplemental agreements, if required. 12. Review CITY-prepare dally obserVation reports. 13. Approve and transmit to the CITY a Monthly Project Status Report on the Project. 14. Review and monitor applicable requirements of FAA grants with regard to Disadvantaged Business Enterprise (DBE), Wage, and Equal EmplOyment Opportunity (EEO) Compliance. Specific duties inclucle: ' · Conduct periodic wage interviews. · Process U.S. Department of Labor Form CC257, Mbnthly Employment Utilization Report prepared by Construction Contractor. · Process U.S. Department of Labor Forms WH-347 and WH-348 (Certified Payroll). · Process DBE Compliance Reports Submitted monthly by the COnstruction Contractor. 15. Construction Staking-- provide vertical and horizontal reference control monuments in the proximity of the work: · All construction staking and surveying, except as noted above, will be the responsibility of the Construction Contractor; all grade checking and transferring of lines and grades from the control monuments will be the Construction Contractor's responsibility. 16. Quality Control Testing-- review and monitor the Construction Contractor's testing to ensure conformance with FAA requirements. 17. Tenant/Airport Operations Coordination- . Review construction schedule for conflicts between construction activities and tenants/operations. · Relate tenant/operations concerns to the construction schedule; suggest changes in the schedule to reduce impacts on tenants/operations to improve work flow. · Coordinate construction activities with the FAA to see that FAA rules and regulations are adhered to. 18. Assist with the inspections and preparation 0fpunchlist(s) and certificates(s) of substantial completion. · 19. Conduct a final project inspection with CITY, the FAA, and the Construction Contractor. 20. Prepare reco~ drawings. 21. Prepare final ~roject report, and obtain project closeout documents. 22. Provide revised ALP. 23. Prepare and submit to the CITY and the FAA record drawings in microfiche and 3.5-inch diskettes or CD with electronic files in AutoCAD 2000i or higher format. PAYMENT SCHEDULE for DESIGN SERVICES at ASHLAND MUNICIPAL AIRPORT AIRPORT IMPROVEMENT PROJECT NO. 3-41-0002-06 The CITY will pay the CONTRACTOR as complete compensation for all services rendered as herein for Engineering Design Services, a lump sum amount of Eighty Four Thousand, One Hundred Sixty Eight Dollars and Twenty Three Cents ($84,168.23). All other conditions of the contract shall remain in full force and effect. Any amount over th~ maximum estimated cost for the services as set forth herein will be negotiated[ and agreed upon between the CITY and the CONTRACTOR in writing prior to exceeding the amount shown above. In the event that engineering services are required in connection with this project beyond 2004, the CONTRACTOR's Hourly Rates shall be adjusted to conform with the CONTRACTOR's standard rates as established for 2005 and each year thereafter. The CONTRACTOR's direct nonsalary expenses are defined as the costs incurred on or directly for the PROJECT, other than payroll costs. Such direct nonsalary expenses shall be computed on the basis of actual purchase price for items obtained from commercial sources and on the basis of usual commercial charges for items provided by the CONTRACTOR. Direct nonsalary expenses shall include, but not be limited to,, necessary transportation costs, including mileage at the rate of Thirty Seven and One-Half Cents ($0.375) per mile when the CONTRACTOR's own automobiles .are used and standard rates per passenger mile when aircraft are used, meals and lodging, laboratory test and analyses, equipment rental, computer services, printing, binding, and copying charges. City of Ashland David Evans and Associates, Inc. PAYMENT SCHEDULE for SERVICES DURING CONSTRUCTION at ASHLAND MUNICIPAL AIRPORT AIRPORT IMPROVEMENT PROJECT NO. 3-41-0002-06 o The CITY will pay the CONTRACTOR as complete compensation for all services rendered as herein agreed for Services During Construction, in accordance with the rates shown in Exhibit A (attached) and direct nonsalary expenses at actual cost. The maximum arnount for these services shall not exceed Thirty Six Thousand Eight Hundred Forty Nine Dollars and Seventy Two Cents ($36,849.72). All other conditions of the contract shall remain in full force and effect. Any amount over the maximum estimated cost for the Services During Construction as set forth herein will be negotiated and agreed upon between the CITY and the CONTRACTOR in writing prior to exceeding the amount shown above. In the event that engineering services are required in connection with this project beyond 2004, the CONTRACTOR's Hourly Rates shall be adjusted to conform with the CONTRACTOR's standard rates as established for 2005 and each year thereafter. The CONTRACTOR's direct nonsalary expenses are defined as the costs incurred on or directly for the PROJECT, other than payroll costs. Such direct nonsalary expenses shall be computed on the basis of actual purchase price for items obtained from commercial sources and on the basis of usual commercial charges for items provided by the CONTRACTOR. Direct nonsalary expenses shall include, but not be limited to, necessary transportation costs, including mileage at the rate of Thirty Seven and One-Half Cents ($0.375) per mile when the CONTRACTOR's own automobiles are used and standard rates per passenger mile when aircraft are used, meals and lodging, laboratory test and analyses, equipment rental, computer services, printing, binding, and copying charges. City of Ashland David Evans and,~ssociates, Inc. Exhibit A to CONSULTANT SERVICES CONTRACT for CITY OF ASHLAND ASHLAND MUNICIPAL AIRPORT AIRPORT IMPROVEMENT PROJECT NO. 3-41-0002-06 DAVID EVANS AND ASSOCIATES, INC. 2004 Hourly Rates Title Principal Project Manager Project Engineer Electrical Engineer Civil Engineer Engineer in Training Environmental Project Manager Environmental Specialist Right-of-Way Specialist Engineering Technician CADD Technician Survey Party Chief Engineering Construction Manager Construction Observer Assistant Construction Observer Office Average Hourly Rate $183.00 $136.00 $117.00 $127.00 $84.00 $68.00 $144.50 $90.50 $142.00 $86.00 $86.00 $69.50 $117.50 $80.00 $70.50 $67.00 o :lprojects lashllashl_contracts 12004_rates__ashlOOO2.doc CITY OF ASHLAND 20 E MAIN ST. ASHLAND, OR 97520 (541) 488-5300 CITY RECORDER'S COPY DATE 03/26/2004 Page 1 / 1 PO NUMBER 04960 VENDOR: 008375 DAVID EVANS & ASSOCIATES INC 1128 NE SECOND STREET STE 201 CORVALLIS, OR 97330 SHIP TO: Ashland Public Works (541) 488-5587 27-1/2 N MAIN STREET ASHLAND, OR 97520 FOB Point: Terms: Net Req. Del. Date: 03/16/2004 Special Inst: Req. No.: Dept.: PUBLIC WORKS Contact: Paula Brown Confirming? NO Quantity Unit Description Unit Price Ext. Price BLANKET PURCHASE ORDER Engineer n.q Services for the Airport 121,017.95 Improvement Proiect No. 00-18, AlP #3-41-0002-04 RFP Date of agreement March, 2004 Contract start date: March 16, 2004 Completion date: December 1,2004 Insurance required/On file SUBTOTAL 121,017.95 BILL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2028 TOTAL 121,017.95 ASHLAND, OR 97520 AccoUnt Number Amount Account Number AmOunt E 280.08.00.00.704200 121,017.95 thorized Signature VENDOR COPY D NOTICE OF TRANSMITTAL TO: KARl OLSON DATE: PROJECT: JOB NO.: SUBJECT: MARCH 22, 2004 ASHLAND AIRPORT IMPROVEMENT AlP #3-41-0002-06 CONTRACT THE FOLLOWING ITEMS ARE BEING SENT TO YOU: 1. Original contract for engineering services 2. Requisition ENCLOSED UNDER SEPARATE COVER REMARKS: COPIES TO: Department of Public Works Engineering Division(~ By: James H. Olson Title: City Surveyor/Pr, qjO4' Manager PUBLIC WORKS 20 E. Main Street Ashland, Oregon 97520 www.ashland.or.us Tel: 541-488-5587 Fax: 541488-6006 TTY: 800-735-2900 CITY OF -ASHLAND REQUISITION No. PW - FY 2004 Department Public Works Vendor DAVID EVANS & ASSOCIATES INC 1128 NE SECOND ST STE 201 CORVALLIS OR 97330 Account No. 280.08.00.00.704200 Date March 22.2004 Requested Delivery Date ASAP 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 obs ) Item No. Quantity Unit Description Use of Purchasing Office Only Unit Price Total Price PO No. Engineering Services for the Airport Improvement Project No. 00-18 AlP #3-41-0002-04 $ 121,017.95 TOTAL $ 121,017.95 for Karl: BID /RFP / EXEMPT: RFP Contract Start Date: March 16, 2004 Contract Completion Date: December 1, 2004 Insurance on file: ] YES ] NO Project No: 00-18 Job No. Unit No. I hereby certify that the abo',e items are necessary' for the operation of this department and are budgeted / I/// epa men ea or u orize erson Issued By Date Received By G:Pubwrks\eng\dept-admin\engineer\project\00-18 DEA Requisition 3 04.xls