Loading...
HomeMy WebLinkAbout2005-278 Contract - OBEC Consulting ENGINEERING 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 Consultant: OBEC CONSULTING ENGINEERS City Hall Address: 920 COUNTRY CLUB ROAD, SUITE 100B 20 E. Main St. EUGENE OR 97401-6089 Ashland, Oregon 97520 (541) 488-6002 FAX: (541) 488-5311 Telephone: 541/683-6090 FAX: 541/683-6576 Date of this agreement: 1[ B: RFP date: August 10, 2005 OCTOBER 3, 2005 Proposal date: September 13, 2005 1[2.2. Contracting officer: Joe Strahl, PE, Interim Public Works Director 1[2.4. Project: Railroad Crossing Improvement Project No. 05-15 1[6. Consultant's representative: Jerome D. Lane, PE 1[8.3. Maximum contract amount: $154,316.00 B. On the date noted above, City issued a request for proposals (RFP) for consulting sen/ices 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 attached Scope of Services from OSEe Consulting Engineers. 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 acknowledges that City is relying on consultant to provide professional consulting services in a manner that is consistent with the interests of City. G:\pub-wrks\eng\depl-admin\ENGINEER\PROJECT\2005\05-15 OSEC Conlracl9 05.doc 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 contractinq 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 is described in the attached Scope of Services. 5.1. In connection with the described services in the SOS, 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 SOS. 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, G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2005\05-15 OSEC Contract 9 05.doc 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 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 I however, to allow City to prosecute an action against Consultant beyond the maximum time limitation provided by Oregon law. 6. Assiqnment 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 p~gard 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 279C.505, 279C.515, 279C.520 and 279C.530. 9.2. Pursuant to ORS 279C.520(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 anyone 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. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2005\05-15 OSEC Contract 9 05.doc 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' 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 sl9lf- 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 $15,964.00 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 requiredl to post the attached notice predominantly in areas where it will be seen by all employees. 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 othE~r 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 attl9ndant to this contract). Consultant shall not be held responsible for any claims, actions, costs, judl~ments, damages or other expenses, directly and proximately caused by the negligence of City. 13. Insurance: 13.1. Consultant 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; G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2005\05-15 OSEC Contract 9 05.doc 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. Contractor shall submit certificates of insurance acceptable to the City with the signed contract prior to the commencement of any work under this agreement. 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 effHct 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. 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. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2005\05-15 OSEC Contract 9 05.doc 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 Consultant shall be addressed to the Consultant's representative at the address provided for the Consultant in Recital A above. 17. Assiqnment: 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. FedlD# 93-0552628 REVIEWED AS TO CONTENT: By ~ A---~ ge aRrnel'lt Date: 11/ z.I O$"' Coding: 4p-i/n::HJG:tl ~ council ///1/6'5 , (For City only) REVIEWED AS TO FORM: By: Legal Department Date: ~ tt:?G ~{5 G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2005\05-15 OSEC Contract 9 05.doc Scope of Services Proiect Understandin2 The Ashland Rail Crossing project is located within the Ashland city limits along a section of railroad track operated by Central Oregon and Pacific Railroad (CORP) in Jackson County, Oregon. The project includes upgrading five existing at-grade railroad crossings to current ODOT crossing standards over a five year period. The crossings to be improved include Laurel/Hersey Street, Oak Street, East Main Street, W alker Avenue, and Glenn Street. The Laurel/Hersey Street crossing is located at the intersection of two busy avenues and will be the terminus ofthe future North Ashland Multi-use Path. Proposed improvements to this single track crossing include installing automated crossing gate signals and precast concrete crossing panels, rebuilding the approach roadways as necessary to meet grade requirements, providing bicycle and pedestrian facilities, and installing appropriate signing and pavement markings. The Oak Street crossing negotiates two CORP tracks and is within 50 feet ofthe intersection of Van Ness Avenue with Oak Street. Proposed improvements at this location include installing automated crossing gate signals and precast concrete crossing panels, widening the crossing to accommodate future bike lanes and sidewalks, and installing appropriate signing and pavement markings. The East Main Street crossing crosses one CORP track and currently has automated crossing gates and signals that will remain. Proposed improvements to this crossing include installing precast concrete crossing panels, widening the crossing to accommodate future bike lanes and sidewalks, and installing appropriate signing and . pavement markings. The Walker Avenue crossing also crosses one CORP track and currently has automated crossing gates and signals. Proposed improvements to this crossing include insta.lling precast concrete crossing panels, widening the crossing to accommodate future bike lanes and sidewalks, and installing appropriate signing and pavement markings. The Glenn Street crossing is a low volume residential street that crosses one CORP track. This crossing is also along the alignment of the future North Ashland Multi-use Path. While this crossing has been identified as a possible future closure, it is proposed that minimum upgrades be done to the crossing to make it compatible with the Multi..use Path project. Coordination with CORP and ODOT Rail Division will be needed to determine the necessary upgrades to this crossing. The City of Ashland has previously applied to ODOT Rail Division for authorization to modify the crossings at Oak Street, East Main Street, and Walker Avenue. It is expected that the final rail orders will be approved in late August. The City will also provide survey information for all five of the crossing locations, negotiate right-of-way needs as necessary, and provide construction inspection for each of the five projects. Rail Order permit applications will be prepared for the proposed crossing modifications at Laurel/Hersey St. and Glenn St. Ongoing coordination with CORP and ODOT Rail Division is expected on all five crossings. Each project will include but not be limited to adjusting existing utilities, installing new drainage facilities, installing concrete curbs and islands, installing new signing and pavement markings, roadway grading, basing, and paving. Design will also be required for staging, traffic control, and erosion control. Task 1 - Proiect Manae:ement & Coordination The major objective of this task is to establish the lines of communication and set forth the priorities between the City of Ashland (City) and OBEC; coordinate and attend team meetings; and to manage and coordinate all design, permitting, and contract document preparation to ensure that project goals are met and submitted in a timely manner. The City is the lead local agency and shall be responsible for primary communications with the public and other local agencies involved in the project. OBEC shall be responsible for developing the project schedule including but not limited all major tasks, project design team meetings, and milestones (type and date) specified in this Statement of Work and required to complete the work. OBEC shall attend a maximum of four project team meetings. OBEC shall submit written progress reports of engineering and design activities and prepare a detailed project schedule showing all major tasks, project design meeti.ngs, review milestones, and deliverables. A monthly progress report and progress billing shall be prepared in a format acceptable to the City. The following subtasks will be involved in Project Management & Coordination: . Schedule, coordinate and supervise project work . Maintain liaison and coordination with the City, ODOT Rail, and Central Oregon and Pacific railroad (CORP). . Prepare progress reviews . Develop and implement Quality Assurance program . Prepare Records of Decisions . Monitor project budget OBEC shall prepare detailed monthly progress reports and progress billings (billing statements must include all information listed as minimum requirements per Exhibit A, Part 2 of the flexible services contract). A copy of all invoices and progress reports shall be sent to the City for their records. The project schedule must include, as a minimum, the following milestones with associated submittal dates: . Project Team Meetings . All Deliverables · Utility Coordination points or timelines . Crossing Order Application . Railroad Coordination (CORP) . 30% and 90% Plan Reviews . Final PS&E . Bid Date Assumptions; · There will be no public involvement or public meetings associated with this project Deliverable: Invoices. progress reports and MS Proiect schedule. Task 2 - Utility Location & Coordination OBEC shall initiate contacts with utilities, and coordinate relocations as needed prior to project advertisement for bidding, for construction of the project. Utility coordination shall be performed in accordance with the following publication; "Procedures for Utility Relocations/Reimbursement for Federally Funded Local Public Agency Projects. " The Utility Location and Coordination task includes the following subtasks: · Identify utilities within the vicinity of the project. · Send preliminary plans to each of the effected utilities. · Determine possible conflicts with utilities. · Prepare and send a "Utility Conflict" Letter to each effected utility. · Prepare and send a "Timing Requirements Letter" to each effected utility. · Submit "Requirements for Relocation Plans, Schedule, and Cost Estimate". · Prepare and submit "Utility Timing and Status Reports". Assumptions; . All utilities within the project area have been identified and located by the City . All utilities are included in the survey base map provided by the City . Any utilities not previously identified and located shall be surveyed and added to the base map by the City. Deliverable: Utility Timing and Status Report (hard copy). Task 3 - Preliminary Desil!n OBEC shall develop preliminary roadway plans for improvements to five (5) railroad crossings. The preliminary plans shall incorporate the improvements described in the approved Final Order issued by ODOT Rail Division for each crossing. Three crossings have Proposed Final Orders being processed by ODOT Rail and two crossings will have crossing order applications prepared and submitted as part of the contract. The five crossings and proposed improvements are as follows; Laurel/Hersey Street Crossing order to be prepared as part of this contract. Proposed improvements consist of; . Installation of four automated crossing gates and flashing lights (design a.nd installation by CORP) . Installation of a concrete panel street crossing surface . Installation of a concrete panel crossing surface for sidewalk and path connections . Reconstruction of street approaches and curb extensions, as required . Replacement of pavement markings and signs within project limits Glenn Street Crossing order to be prepared as part of this contract. The Glenn Street crossing has been identified as a possible crossing to be closed in the future. Therefore, improvements at this location shall be limited to those improvements that are essential for proper function and operation of the future North Ashland Multi-use path which is scheduled for construction in fiscal year 2007. The maximum extent of improvement for this crossing may be the addition of a single sidewalk extension across the tracks in line with the sidewalk located on the east side of Glenn Street. Additional improvements may include brush removal to increase sight distance and reinstallation of advance warning pavement markings and signs. Oak Street Crossing A crossing Order application has been submitted by the City and is pending final approval. Proposed improvements described in the Rail Order are as follows; . Replace the existing crossing surface with concrete panels . Widen the crossing to include sidewalk and bike lane extensions . Installation of two flashing lights and two automated crossing gates (design and installation by CORP) . Construction of required curb extensions and street approach alterations . Replacement of pavement markings and signs within project limits East Main Street A crossing Order application has been submitted by the City and is pending final approval. Proposed improvements described in the Rail Order are as follows; . Replace the existing crossing surface with concrete panels . Widen the crossing to include sidewalk and bike lane extensions . Construction of required curb extensions and street approach alterations . Replacement of pavement markings and signs within project limits W alker Avenue A crossing Order application has been submitted by the City and is pending final approval. Proposed improvements described in the Rail Order are as follows; · Replace the existing crossing surface with concrete panels · Widen the crossing to include sidewalk and bike lane extensions · Construction of required curb extensions and street approach alterations · Replacement of pavement markings and signs within project limits OBEC shall complete the roadway design for the five crossings and develop the drawings as 30% plans and submit to the City and CORP for review. This work includes the following subtasks; Gather & Review Existing Survey Data OBEC shall gather all material relevant to the proposed project from the City. The City shall provide the following items to assist in design of the crossings; . Approved Final Rail Orders . Utility records . Topographic survey of ea~h crossing including existing right of way and utility locations . Aerial photographs . Copies of adjacent street improvement projects . City standard drawings and design standards OBEC shall review the above information and provide a design which is consistent with the recommendations contained in those documents. Prepare Alternative Design Concepts This task involves alternative analysis at the Laurel/Hersey Street and Glenn Street crossings. These two crossings do not have crossing orders prepared and analysis will be required to determine the most cost effective solution at each site to correct site specific deficiencies. Improvements at the Glenn Street crossing will be minimal but analysis will be required to evaluate what improvements will be necessary to correct the defieiencies outlined in the Railroad Crossing Evaluation Report. The Laurel/Hersey Street crossing is a more complicated site consisting of a four-leg intersection, a skewed rail crossing, and a mix of residential and industrial properties adjoining the crossing. This site will require more in depth analysis to evaluate crossing improvements which will correct the numerous deficiencies and safety issues that exist at this site. Designs will be developed that are consistent with future construction of the multi-use path. Review Alternatives with CORP and ODOT Rail Work for this subtask involves meeting with CORP and ODOT Rail during design development to evaluate alternatives to ensure all necessary features are incorporated that address vehicle and train operations and safety at each crossing. Prepare Preliminarv Crossing Plans Preliminary plans shall be developed for five railroad crossings that evaluate the existing conditions/design constraints and opportunities which best provide cost-effectivt:, readily constructible solutions. This task includes the following: · Overall plan and elevation drawings on 11 "x 17" sheets detailing roadway alignment, typical sections, right of way impacts, and railroad crossing improvements. · Preliminary Traffic Control Planes). · Preliminary cost estimate · Coordination with CORP railroad signal design Assumptions; · There will be no road grade adjustments at the Glenn Street crossing. · The City shall provide any additional surveyor right of way information required to complete the design. · The City will prepare right of way descriptions and acquire any right of way required for the project Deliverable: Five (5) sets of preliminary plans and estimate Task 4 - Crossin!! Order Application This task involves preparing a crossing order for the Laurel/Hersey Street and Glenn Street crossings. The crossing order application shall detail the proposed improvements determined during the preliminary design task. This task involves the following; · Coordination with CORP and ODOT Rail during preparation of the application · On-site Meetings with CORP and ODOT Rail to discuss issues and review the preliminary design plans · Prepare a draft Rail Crossing Order that includes plans and details of the proposed improvements · After receiving comments from CORP, ODOT Rail and the City prepare a Final Rail Crossing Order . Assumptions; · The City will be responsible for submitting the application to ODOT Ra:ll and paying all associated fees Deliverable: Five (5) copies ofthe draft and final Rail Crossing Order Task 5 - Final design OBEC shall prepare detailed plans, profiles and details of the proposed crossing improvements. Construction plans and details shall comply with the City's standards and design criteria and the approved Rail Crossing Orders. This task shall include the following engineering services: · Provide all plan drawings including typical sections, grading plans, traffic control plans, plan and profile, drainage details, erosion control plans, signing and striping plans, standard details, and other related drawings for submittal to City for review as applicable. · Perform independent design check and plan review of all drawings and related quantities. Design check shall verify construction plans comply with the City's standards and crossing orders. · Prepare Engineer's Estimate · Prepare proposed construction schedule. · Furnish half-size plans for submittal to the City. · Make corrections to plans as required by City review. · Coordinate with CORP to ensure roadway plans are consistent with rail crossing design Deliverable: See Task 6 Task 6 -Specifications & Special Provisions OBEC shall prepare Special Provisions utilizing the 2002 edition of the "Oregon Standard Specifications for Construction". OBEC shall write any additional special provisions needed. The following subtasks may be involved in Specifications and Special Provisions. . Prepare Special Provisions using "redline - strike out" revision features. · Write additional Special Provisions, as necessary. · Revise Special Provisions based on comments received during City review. OBEC shall prepare the bid schedule and Engineer's Estimate for City review. OBEC shall make corrections to bid schedule and Engineer's Estimate based on review comments. This task will involve preparing draft and final specifications and special provisions for three separate bid packages to be advertised and bid over a three year period. Assumptions; · The City shall provide all boiler plate information necessary to complete the contract documents. · Construction drawings for all five crossings will be reviewed, corrections made as necessary, and drawings finalized during the initial advance plan review cycle. · There will be no revisions to the plans after they are finalized. . At the conclusion of advance plan review, construction plans will be packaged into separate plan sets for three different bid packages. · There will be a maximum of three bid packages to be prepared over a three year period with the first bid package scheduled for 2006. · . The special provisions and final engineers estimate will be prepared for each bid set within 12 weeks of the bid within the year they are to be bid. Deliverable: Five (5) hard copies of half-size (11" x 17") Advance Plans, Specifications, & Special provisions distributed to the City for Re:view. Deliverable: One (1) hard coPy of Final Mylar Plans. One (1) hard copy and c'illU.U electronic copy of the Specifications, Special Provisions and Construction Cost Estimate. Task 7 - Bidding Assistance OBEC shall be available for answering questions during the advertising and bidding of the project. This task will involve assisting the City during bidding of three separate bid packages scheduled for advertisement and bidding over a three year period. The following subtasks may be involved in Bidding Assistance: · Provide written response to questions from bidders to the City. · Prepare plans and specifications addenda revision letters as needed. · Assist with the evaluation of bids, if necessary. Assumptions; . The City shall be responsible for reproducing and distributing project phms and specifications to prospective bidders . The City will responsible for advertising for bids and paying all associated fees . The City will conduct pre-bid conferences, conduct bid opening, and award and execute the construction cbntract. . OBEC will not attend pre-bid conferences or bid opening. Deliverable: Documentation of responses to bidders and revision letters within three (3) days of request by the City. Task 8 - Assistance During Construction This task involves assisting the City during construction. Assistance during construction shall involve consultation during construction which includes clarification of the construction plans and specifications, as necessary, to ensure the designer's intent is carried out. This task will involve assisting the City during construction of three separate bid packages scheduled for construction over a three year period. OBEC shall incorporate As-Constructed mark-ups with ink on original Mylar for the City. Assumptions; · This task does not include design revisions to the original construction plans. · The City shall be responsible for overall construction contract administration. · The City shall be responsible for conducting pre-construction conferences, daily construction inspections, construction survey, material quantity and quality documentation and change orders · The City shall supply to OBEC a marked up set of construction plans for each crossing that reflects the as-built condition at the completion of construction · OBEC will not attend pre-construction meetings or on-site meetings during construction Deliverable: As-Constructed Mvlars at completion of the proiect II) .. 0 .. 0 N ~ I - I III ::> - '" ::> N" < .. .! iii CD > ~ c '" iii CD c '" c iii III e e o CD .. " c ..- e c =w .. ex: c "'" c- .. ::J _ III .r: c III 0 <0 00 ~w _m 00 .~ '& ,5 II 8li- ';5: ~ i~~ 1i . 0 .~ ~. II ~, e ~. LO Fl- . , i ... I I , 0..... ......00 I I 1 I II II II II ~!~i~. I -I II I i i I II II II ~ GO!~ ~ I~ .S I" L~ og~ 1.21 ~ 0::;.. a,gj i~~ 08:8 .~I<; ~ lil~ ~ o:"z "'-: "'1'" JlCNNN ~ I s g, II to GO ~ I II II !~ ; : ..I:;l.... O"NT ....... ....... '" '" I 1-' ... I , I , I I I , I I i I I ! ! I I I ! I 0 g 0 00 ... 1 ! ! ..... fD 10 ~ I II I II I I i II II i I i I I I I I ~ GOI;:;!IO 10 ilGGOICO ~ 10 IO! ~ COjlO ~ cellOl I! I! , Ii! I' ! I ,I II II I, ,I '~i .. ''''1 '''', "'111'" ! ! "'11 ... II 'I' I II, II I" Iii I I ! i I! ! I II I! II II II II 'I' I II' i I I! III' ! 1 '!!' I i II I! Ii I II II II ,I I' I I ... IN liNN I N , I ,I I I I I I [II I i 1" , I I (;).... N. 1'JN -.... i I IT~ II I' . , , i I, , ! I I i I 1 I I\j I ~.. 8~~ 0. <3 C;~.-~l ~ 1.5 ~. ~}o~~ ~ UJ ~;' ~ il~~ ~ . ~P'~Wlll;' ~ t 1.1..... ... H H i !<>.:.e. . ~ ~ti .. .~ ~ ~ g:1 ~ :i~~~~~:i~ ~;' ~ ~ ~ ~ ~ ,a:j~ . I I ~ ~ ~ ~ ! lID,:! ~ .. M , I , 1\ II II II III I ~ co:: I~I 'I' ! I II l~t co "'l~l II III ii' 1"'1 N i"'l ! i i I II I I II~ II I! I I I i I 'I i I i I T II pi I ~I!lfil ~ 'T' II II III j I l~ I 1 i I I ~~l8; I i I , I , I' I I ~ j' ~:!!I , I , I ! I. I I I ,i I, I ~ IOIIOI'~ i 110 ~ ~l I 10 ~11O ;: I. ! I j 1 I 'i i' ! I ! n~ iY ~ ~i I:!! c :!!!CI~ l' i I ! I I II II !! ! i! i I ! I I II 'I II II N 1 i~ N! N -I N N - S! II II I I) I ... N ! i j i 11 ! ! ~ ! IIlI . ell . I] jl~ ~l~ ~ ~ I] ll. ~. ~.8f;i~.8:,~. 1<; 1ii I~ ii ~!-:,,- (.) ,. ~ bl~ 1ii I~.!i . lq ~;.'.'.' .!i,~I~r li.!i ~~ ~~~. ~~~~ i~ !!~ !!:o ,.....!8 < eo ~~ ) 'ZC;~I_~C;';;i~C; ~ li ;.,-.--- ~ ~ ~~;' i li!~ li ~,~i e ~ /f e e g~ !!Iilgl:ll~ el&j ~ ~ <n $, ~ ~ ~ ~ ~ o.~I~~j ~ ~I~! ri ~ ~ ~...; ~ ...; i...' wi iii ~ -~ ~ ~I~I M M M :0 f") M C"'I W M M M;> M MOM .~ 11~1 r~ll iI ~ N l- e o i5Q :&:>0.. ' i ~ ~ i:', gQo5,~ ~I;~~.~' gi8~:1 ~~ee9 ~ 1 ~l~;~: It: 0 D.. o..:~, ;;;;~ of ':1:, ..; '''1, ~I I , I ~ ~ t!. l- e o o 0: 8~-E }~~ . . . j~ ~~ t ~ .1: ~e~ il ~ . 8~~ N...... NNN ...... ~ i 0: .. 0. ] Q: o II o I of ,; "'," I'" 'I' '''', I I I I II I I ' I I ! I II ,I i I ~ !:l I ! ;:~. I~:!l Ii , 1 I II II I i 'I II II I I II I : 11 ;! ''''I''' m I~:I C "'I~ !:l 1"11'" ~ II ! j I "'!N:~ '!.il...;NI'" I Ii' I " i I I i ~II 'I~ I~: I I I , I I' i, II II II I j I !, ,i I I i I! I I II INN' I, I i , II N 00' j I i l"IN II ~ .~ 0: .. ~ o . 5~ .~ i .w 0_ i~~ . . .1 ~ ~D: ll'" NN ~..n II ! I EO: ~ ~ .~ ';', .~ .~ D::: ~ E D::: ~l D::: ~~F; ~ : ~ o (~. -5 D.. ofJ 0 ~Li ~ D::: ~ ~. :~@@ fi 111 ~ cS ~ ~ r !I.~ p ~ '_~o ~~i~'I;n. a~:? ~:~ .~~~ '-",' ~ ~ .... 5:' ii: 610 tit ~o :! :gO ~ '5 ~ ~:, Ii; ~ g .1 ~I] ~ ,e.' 2'1 ~ IS O-tjlt]n: !-~]Q: 0 3~a33~3!'~33 3 CO) I "" ,; I" I " , \- ! , ,g:-; ." ::;- ~~ q = .01 ~.~ ~ 8 0" o 0:' 0: i " ~ I~;! ~ ! I II ! I I , I . i I ! i II ! ! , 1 II ~ I~l j E , i ; i i , ; i 1~l co II I 1 +:J- N i I II I !~ I ! , j ! , i ! , , I i ~!~. I I I ~ .~ 0: .. ~ o . t3~ ~i .w ~;; c 0 61 ~ ~ ~l~ ~ a...Ea.. _-_."'! M: .,.,., witri It) CJ CJ N ,.: ..... ... '" '" 0> '" c( ~ .. ~ COON ................ I~ ~ o '" , ' . I ::! .. S in .. > ~ C Cl 0; .. o Cl C 0; '" e r! o : " c ,,- e c ~W a: c "" j~ .r:. c ~8 00 ~lll 00 coeCDCD .....-r-.... ........MC"') ~;;~~ .. ....,. f:ll!!1!! ~~~ ~ l;;.r:: llJLIlla UU (J)O)LU~ti ~ ~_lX.l 0 l.U ~:;O~a '"'II: g& ~ s N N i "'''' 0'" cDq ~ - .. .. ~ .... ~ ~ggg~ ,... N........._ ~........:; t i~- ~ ir~~ ~9 ::EO: ~.. 0& :x: " ~ , ..0 ~ , 1-& Irli ~ e (), 0: 0: i' :E ~ N o N ~ Cl. Client#.: 19162 OBECCONE PRODUCE,: USI Northwest of Washington 1001 Fourth Avenue, Suite 1800 Seattle, WA 98154 206695-3100 ACORDTM CERTIFICATE OF L ~~C€.~ \ 1 1\j~~ Gc'\ 0\ BILITY INSURANCE DATE (MM/DD/YYYV) 10/12/05 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. OBEC Consulting Engineers C\\'-' 920 Country Club Rd, #100B .] Eugene, OR 97401 SURERS AFFORDING COVERAGE U S Specialty Insurance Company NAIC# INSURED INSURER B: INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AUJY[ PJ>}~~~J~;~gtW\E P~~~Jf~~~~N LTR NSRr TYPE OF INSURANCE POLICY NUMBER L1M ITS ~NERAL LIABILITY EACH OCCURRE'ICE $ COMMERCIAL GENERAL LIABILITY ~~~b*U9,,~~I~Er?onro \ $ ~ =:=J CLAIMS MADE 0 OCCUR ~ MED EXP (Anyone person) $ ~ PERSONAL & AD'" INJURY $ G[~ERAL AGGREGATE . i-- I. ~ n'L AGGREAE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ PRO- n POLICY JECT LOC ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) - -- -- - ALL OWNED AUTOS BODILY INJURY (Per person) $ - SCHEDULED AUTOS -- - HIRED AUTOS BODll Y INJURY $ NON-OWNED AUTOS (Per accident) - -- ------- - PROPERTY DAMAGE $ (Per accident) ------ - ~RAGE LIABILITY AUTO ONLY - EA ACCIDEN.!_ ..!._-- ANY AUTO OTHER THAN ,!.A AC~ .1-.-- AUTO ONLY: AGG $ ~ESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR 0 CLAIMS MADE AGGREGATE $ $ ~ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND I T~~$;r~~~ I jOJbl- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCICENT $ OFFICER/ME'MBER EXCLUDED? ~_DISEASE - EA EM~OYEE .1.---------..... ii 'if;~, J~~(,;r;l.n:: Ullucr SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ A OTHER Professional US051156301 09/25/05 09/25/06 $1,000,000 per claim Liability $2,000,000 ann I aggr. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Re: Project No. 05-15, Railroad Crossing Improvement. CERTIFICATE HOWER CANCELLATION City of Ashland Attn: Engineering Dept. 20 East Main Street Ashland, OR 97520 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ~JllUl MAIL .......J.{L DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,:mtXJt4C~k JMeOJIJUII.XllIkIJ&JOII.D(JOXXDXJfXDDX~)(XQIlPll~nu~xx XJlJJ8el~~x AUTHORIZED REPRESENTATIVE ACORD 25 (2001/08) 1 of 2 #S168257/M168256 6MT (;) ACORD CORPORATION 1988 CERTIFICATE OF INSURANCE This certifies that 181 STATE FARM FIRE AND CASUALTY COMPANY, Bloomington, Illinois o STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois insures the following policyholder for the coverages indicated below: Name of policyholder OREGON BRIDGE ENGINEERING COMPANY dba OBEC CONSULTING Address of policyholder Description of operations The policies listed below have been issued to the policyholder for the policy periods shown. The insurance dElscribed in these policies is sub' to all the terms exdusions, and conditions of those licies. The limits of liabi!" shown ma have been reduced b an aid claims. POLICY PERIOD LIMITS OF LIABILITY TYPE OF INSURANCE Effective Date Ex iration Date of olic riod BODILY INJURY AND PROPERTY DAMAGE Location of operations POLICY NUMBER 97 8137337f This insurance includes: 97 CQ90579f POLICY NUMBER F300755C2037 ENGINEERS 920 COUNTRY CLUB RD, STE 100B EUGENE,OR 97401 Comprehensive Business Liabir 03 - 2 0 - 0 5 o Products - Completed Operations o Contractual Liability o Underground Hazard Coverage o Personal Injury o Advertising Injury o Explosion Hazard Coverage o Collapse Hazard Coverage o General Aggregate Limit applies to each project o Each Occurrence $1,000,000 General Aggregate Products - Completed Operations Aggregate $2,000,000 $2,000,000 EXCESS LIABILITY 181 Umbrella o Other POLICY PERIOD Effective Date Ex iration Date BODILY INJURY AND PROPERTY DAMAGE (CombinEld Single Limit) Each Occurrence $ 2 , 0 0 0 , 0 0 0 A r ate $2 000 000 Part 1 STATUTORY Part 2 BODILY INJURY 3-20-05 3-20-06 Workers' Compensation and Employers Liability Each Accident Disease Each Employee TYPE OF INSURANCE AUTO FLEET STATE FARM MUTUAL POLICY PERIOD Effective Date Ex iration Date 03-20-05 03-20-06 If any of the described policies are canceled before its expiration date, State Farm will.t~mail a written notice to the certificate holder 30 days before cancellation. oft, 1:t9\'18\.'8F, -:18 fail t9 ~ail &YGI:l R91tiEl9, R9 ebligatieR sr liability ~II ~ ;mpoS9d on Stilw ~<>nn nr it':> <>9""." or 'lOf9~re68Rtati-:86. Name and Address of Certificate Holder City of Ashland Engineering 20 E. Main St. Ashland, OR 97520 RECEIVED Signatu OCT 1 7 2005 City of Ashland Title ( 0 ~ r 1/ OS Date ~., C I T I:J,1;Y RECORDER'S C ASHLAND 20 E MAIN ST. ASHLAND, OR 97520 (541) 488-5300 Page 1 / 1 ~~ VENDOR: 010507 OBEC CONSULTING ENGINEERS 920 COUNTRY CLUB ROAD STE 100B EUGENE, OR 97401-6089 SHIP TO: Ashland Public Works (541) 488-5587 51 WINBURN WAY ASHLAND, OR 97520 FOB Point: Terms: Net Req. Del. Date: Speclallnst: Req. No.: Depl: PUBLIC WORKS Contact: Jim Olson Confirming? No Railroad CrossinQ Improvement Project will desiQn various safety improvements to meet ODOT requirements for several railroad cro~sinQs within Ashland. 154,316.00 RFP Date of aQreement: October 3, 2005 Insurance required/On file Project approved by Council 11/01/2005 ~ BILL TO: Account Payable 20 EAST MAIN ST 541-552-2028 ASHLAND, OR 97520 SUI8TOTAL TAX FREIGHT TOTAL 1 E 260.08.12.00.70420 E 260.08.35.00.70420 ~/~ -"A.L . . ~ . ~thorl ed~ture VENDOR COPY A request for a Purchase Order REQUISTION FORM po. ~ ~ ;;-/ c:;- THIS IS A REQUEST FOR A: PONt), D~ ."".- CITY OF ASI:-tLAND Date of Request:_ Required Date of Delivery/Service:_ Vendor Name: Address: City, State, Zip Phone: Project Title: Project Number: OBEC CONSULTING ENGINEERS 920 COUNTRY CLUB ROAD SUITE 100B EUGENE OR 97401-6089 (541) 683-6090 Fax: (541) 683-6576 RAILROAD CROSSING IMPROVEMENT PROJECT 200515 Services Only Deseri tlon Railroad Crossing Improvement Project will design various safety improvements to meet ODOT requirements for several railroad crossings within Ashland. Account Number Total Cost Account Number 260.08.35.00.704200 - '15% .Please attach /tie OrIgInal signed cont'8ct and Imlllance Cartifica/es. ~~ ~ Supervlsorl Dept. Head Slgnature~ ...,.::.. ~ that the above ff1qIJ8St meets with City d Ashland SoIlcItIatIon Process requi'8ments and can be provided when necessary. , /, z..a:::> S- G:PubYA1cs\EnglDeptAdmln~9_38 Schedule A Change Orders\05-15 OSEe Requisition Upd8\8d on: 10113103