Loading...
HomeMy WebLinkAbout2005-017 Contract - Carollo Engineers CITY OF ASHLAND CITY OF ASHLAND 20 East Main Street Ashland, Oregon 97520 Telephone: (541) 488-6002 FAX: (541) 488-5311 CONTRACT FOR WORK LESS THAN <$25,000 CONTRACTOR: CAROLLO ENGINEERS ROBERT EIMSTAD, PE ADDRESS 4380 SW MACADAM AVENUE STE 350 PORTLAND OR 97239-6406 TELEPHONE 503/227-1885 FAX: 503/227-1747 BEGINNING DATE: JANUARY 28,2005 NTE $11,000.00 COMPLETION DATE: JANUARY 2006 COMPENSATION: SERVICES TO BE PROVIDED: Capacity evaluation of the City of Ashland Wastewater Treatment Plant per attached Task Order from Carollo Engineers ADDITIONAL TERMS: CITY AND Contractor AGREE: 1. All Costs bv Contractor: Contractor shall, at its own risk and expense, perform the work described above and, unless otherwise specified, furnish all labor, equipment and materials required for the proper performance of such work. 2. Qualified Work: Contractor has represented, and by entering into this contract now represents, that all personnel assigned to the work required under this contract are fully qualified to perform the work to which they will be assigned in a skilled and workerlike manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded. Contractor must also maintain a current City business license. 3. Completion Date: Contractor shall start performing the work under this contract by the date indicated above and complete the work by the completion date indicated above. 4. Compensation: City shall pay Contractor for work performed, including costs and expenses, the sum specified above. Once work commences, invoices shall be prepared and submitted by the tenth of the month for work completed in the prior month. Payments shall be made within 30 days of the date of the invoice. Should the contract be prematurely terminated payments will be made for work completed and accepted to date of termination. Compensation under this contract, including all costs and expenses of Contractor, is limited to $25,000.00 and City shall not be obligated to pay any sum in excess of $25,000.00 unless a separate written contract is entered into by City. 5. Ownership of Documents: All documents prepared by Contractor pursuant to this contract shall be the property of City. 6. Statutory Reauirements: ORS 279.312,279.314,279.316 and 279.320 are made part of this contract. 7. Livina Waae Reauirements: If the amount of this contract is $15,964 or more, and Contractor is not paying prevailing wage for the work, Contractor must 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 work under this contract. Contractor must post the attached notice predominantly in areas where it will be seen by all employees. 8. Indemnification: Contractor agrees to defend, indemnify and save City, its officers, employees and agents harmless from any and all losses, claims, actions, costs, expenses, judgments, subrogations, or other damages resulting from injury to any person (including injury resulting in death,) or damage (including loss or destruction) to property, of whatsoever nature arising out of or incident to the performance of this contract by Contractor (including but not limited to, Contractor's employees, agents, and others designated by Contractor to perform work or services attendant to this contract.) Contractor shall not be held responsible for any losses, expenses, claims, G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2005\05-02 Capacity Evaluation WWTP Carollo Contract 1 05.doc subrogation~, actions, costs, judgments, or other damages, directly, solely, and approximately caused by the negligence of City. 9. Termination: This contract may be terminated by City by giving ten days written notice to Contractor and may be terminated by Contractor should City fail substantially to perform its obligations through no fault of Contractor. 10. Independent Contractor Status: Contractor is an independent contractor and not an employee of the City. Contractor shall have the complete responsibility for the performance of this contract. Contractor shall provide workers' compensation coverage as required in ORS Ch 656 for all persons employed to perform work pursuant to this contract and prior to commencing any work, Contractor shall provide City with adequate proof of workers' compensation coverage. Contractor is a subject employer that will comply with ORS 656.017. 11. Insurance: Contractor shall, at its own expense, at all times during the term of this agreement, maintain in force a comprehensive general liability policy including coverage for contractual liability for obligations assumed under this Contract, blanket contractual liability, products and completed operations, owner's and contractor's protective insurance and comprehensive automobile liability including owned and non-owned automobiles. The liability under each policy shall be a minimum 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. Liability coverage shall be provided on an "occurrence" not "claims" basis. The City of Ashland, its officers, employees and agents shall be named as additional insureds. Certificates of insurance acceptable to the City shall be filed with City's Finance Department prior to the commencement of any work by Contractor under this agreement. These certificates shall contain provision that coverages afforded under the policies can not be canceled and restrictive modifications cannot be made until at least 30 days prior written notice has been given to City. 12. Assianment and Subcontracts: Contractor shall not assign this contract or subcontract any portion of the work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Contractor shall be fully responsible for the acts or omissions of any assigns or subcontractors and of all persons employed by them, and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. (l ,,4) :~NT~ /J CITY HWd ~ ~ BY , CITY ADMINISTRAT!:/kl ~ ?t% OR TITLE BY FINANCE DIRECTOR DATE DATE: FederallD # CONTENT REVIEW: CI Or Social Security # DATE: ACCOUNT # PURCHASE ORDER # ~?~. ~7? Co, (for City purposes only) G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2005\05-02 Capacity Evaluation WWTP Carollo Contract 1 05.doc CITY OF ASHLAND, OREGON City of Ashland LIVING ALL employers described below must comply with City of Ashland laws regulating payment of a living wage. 11.44 per hour effective June 30, 2004 r~' (Increases annually every June 30 by the Consumer Price Index) Employees must be paid a living wage: y For all hours worked under a service contract between their employer and the City of Ashland if the contract exceeds $15,964 or more. 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 $15,964. y For all hours worked in a month if the employee spends 50% or more of the y 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, 401 K and IRS eligible cafeteria plans (including childcare) benefits to the amount of wages received by the employee. For Additional Information: Call the Ashland City Administrator's office at 541-488-6002 or write to the City Administrator, City Hall, 20 East Main Street, Ashland, OR 97520 or visit the city's website at www.ashland.or.us. Notice to Employers: This notice must be posted predominantly in areas where it will be seen by all employees. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2005\05-02 Capacity Evaluation WWTP Carollo Contract 1 05,doc TASK ORDER CITY OF ASHLAND AND CAROLLO ENGINEERS, A Professional Corporation This Task Order is issued by the City of Ashland (CITY) and accepted by Carollo Engineers (ENGINEER) pursuant to the mutual promises, covenants and conditions contained in the Agreement between the above named parties dated the day of ,20_, in connection with: Capacity Evaluation of the City of Ashland Wastewater Treatment Plant (Project) ENGINEER'S SERVICES The following services will be provided by the ENGINEER Task 1 - Update Flows and Loads Characterize current WWTP flow and loads by analyzing data provided by the City for the past three years. The following flows will be defined: Average and Maximum Month Dry Weather Flow, Average and Maximum Month Wet Weather Flow, Peak Wet Weather Flow, Peak Instantaneous Flow. Average and maximum monthly influent concentrations and loadings will also be defined for major wastewater characteristics, including BOD, TSS, phosphorus, and ammonia. WWTP flows and loads will be projected in five year increments through a 20 year planning period. The projected flows and loads will be used to determine when the various unit processes will be at, or exceed, their rated capacity within the 20 year planning period. Task 2 - Capacity Analysis Using data from the previous task, Carollo will prepare an analysis of the capacity of the Ashland WWTP. The capacity analysis will compare the loading of each major unit process in the wastewater treatment plant to design standards, steady state models, or engineering criteria and determine an equivalent maximum month flow capacity for each major unit process. Hydraulic capacity will be evaluated by comparing projected peak flows with the design hydraulic capacity. Major unit processes include: . Influent Pumps . Influent Bar Screens . Oxidation Ditch & Aerators . Secondary Sedimentation Tanks . RAS Pumps . UV Disinfection System . Membrane Filtration System . Dewatering System . Lime Stabilization System C:\DOCUME-1 \brownp\LOCALS-1 \T emp\AshlandTO-capacity evaluation.doc Page 1 of 2 , .. The capacity analysis will be performed with BioTran and/or BioWin computer simulation modeling. Results of the capacity analysis will be summarized in a table comparing the equivalent maximum month flow capacity and projected design flow of each major unit process in the plant. Tasks 3 - Prepare Capacity Analysis Report A report will be provided as the main deliverable for these services, and will include the following chapters: 1) Summary and Triggers for Recommended Improvements 2) Current and Projected Flows and Loads 3) Capacity Evaluation Five copies of the final report will be submitted to the CITY Task 4 - Review Meeting A single meeting will be conducted with CITY staff to review the report recommendations. TIME OF PERFORMANCE The report will be submitted within six weeks after receiving written notice to proceed. PAYMENT Payment shall be made on a lump sum basis, and shall not exceed $11,000.00 for Tasks 1 through 4 without written authorization by the City. EFFECTIVE DATE This Task Order No. _ is effective as of the _ day of ,20_. IN WITNESS WHEREOF, duly authorized representatives of the CITY and of the ENGINEER have executed this Task Order No. _ evidencing its issuance by CITY and acceptance by ENGINEER. CAROLLO ENGINEERS, A Professional Corporation CITY Accepted this 20_ day of By: By: Officer Partner By: Partner C:\DOCUME-1 \brownp\LOCALS-1 \T emp\AshlandTO-capacity evaluation.doc Page 2 of 2 r capacity-evalfee Page 1 .. .. i . CAROLLO ENGINEERS City of Ashland WWTP Capacity Evaluation Process Design Peer TASK TASK DESCRIPTION PIC Engineer Engineers Review WP TOTAL COST 1 Develop Flows & Loads 2 28 30 $2,976 2 Capacity Evaluation 30 4 34 $5,098 3 Prepare Letter Report 2 8 2 2 14 $1 ,871 4 $9,945 Total Estimated Hours 2 40 30 4 2 78 Direct Rate $54.69 $46.15 $29.71 $49.68 $21.56 Hourlv Rate with 3.22 Multiplier $176.10 $148.60 $95.67 $159.97 $69.42 Subtotal - Estimated Fee $352 $5,944 $2,870 $640 $139 $9,945 other Direct Costs PECE (total hours x $6.50/hour) $507 Travel $0 Printing $0 TOTAL ESTIMATED FEE $10,452 10ptional Task I 4 4 I 8 I $1,2991 Conduct meeting other Direct Costs PECE (total hours x $6.50/hour) $52 Travel $500 Printing $0 TOTAL ESTIMATED FEE $1,851 Fee est04.xls PO 05768 Page 1 /1 r~' CITY OF ASHLAND 20 E MAIN ST. ASHLAND, OR 97520 (541) 488-5300 CITY RECORDER'S COpy 2/14/2005 05768 VENDOR: 000162 CAROLLO ENGINEERS, PC 3033 N. 44TH STREET STE. 101 PHOENIX, AZ 85018 SHIP TO: Ashland Public Works (541) 488-5587 51 WINBURN WAY ASHLAND, OR 97520 FOB Point: Terms: Net 30 days Req. Del. Date: Speciallnst: Req. No.: Dept.: PUBLIC WORKS Contact: Paula Brown Confirming? No Capacity evaluation for the City of Ashland Wastewater Treatment Plant per Carollo Task Order, Project 05-02 11,000.00 ~ Exempt Start date: January 27, 2005 Completion date: January 2006 BILL TO: Account Payable 20 EAST MAIN ST 541-552-2028 ASHLAND, OR 97520 SUBTOTAL TAX FREIGHT TOTAL 11 000.00 0.00 0.00 11,000.00 E 675.08.19.00.604100 11 000.00 VENDOR COpy CITY OF ASHLAND REQUISITION No. PW - FY 2005 Department PUBLIC WORKS Vendor CAROLLO ENGINEERS 4380 SW MACDAM AVENUE STE 350 PORTLAND OR 97239-6406 Account No. _ 'f~~r ~1Jt5. OB.IC}.b(7. (,0'/1011 - Date January 27, 2005 Requested Delivery Date ASAP Deliver To DA WN LAMB Via (* Note: Please allow approximately two(2) weeks for delivery on items not generally caried in stored, and approximately two (2) months on printing jobs) Item No. Quantity Unit Description Use of Purchasing Office Only Unit Price Total Price PO No. Capacity evaluation for the City of Ashland Wastewater Treatment Plant per Carollo Task Order $ 11,000.00 TOTAL $ 11,000.00 for Kari: BID /RFP I EXEMPT: Exempt Contract Start Date: January 27, 2005 Contract Completion Date: Jan-06 Insurance on file: I YES I NO Project No: 05-02 Job No. Unit No. I hereby certify that the above items are necessary for the operation of this department and are budgeted Issued By Date Received By Norb: ~OL..&- '500Jcu..G ~ A D\~ .f:OUAw tiP ro At,( Ll nlih AN I::7\f IJI4. t:N r 4N 0 FA-c'( ? l n ~ J?!?S I t, AI. ~~, r G:Pub-wrks/eng/dept-admin/engineer/projecU05-02 Capacity Evaluation Carollo Requisition 1 05.xls