Loading...
HomeMy WebLinkAbout2007-084 Contract - Brown & Caldwell 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: BROWN AND CALDWELL City Hall Address: 6500 SW Macadam Avenue, Suite 200 20 E. Main St. PORTLAND OR 97239 Ashland, Oregon 97520 (541) 488-6002 Telephone: 503/977-6632 FAX: (541)488-5311 FAX: 503/244-9095 Date of this agreement: August 15, 2006 B: RFP date: April 7, 2006 Proposal date: May 18, 2006 2.2. Contracting officer: Paula C. Brown, PE 2.4. Project: WTP Process Improvements 6. Consultant's representative: Robert F. Willis, PE 8.3. Maximum contract amount: NTE $25,000 B. AMENDMENT NO.1 1. Modification to Section 5. Consultino Services. In accordance with the existing scope of services in this contract, the following additional defined consultant services are added as further defined in Exhibit A, attached. Item No. Description Amount A Phase 2 - Desion Services $149,378 B Phase 3 - Construction Services $26,835 C Reeder Reservoir Study $61,124 P:\131454 City of Ashland WTP\Project Management\Contract Amendment No. 1\Contract Amendment #1, 3-29-07.doc 2. Modification of Section 8. Payment 8.3 Total payment under this contract shall not exceed the adjusted total contract amount of $262,337. A. B. Original Contract Amendment No. 1 $25,000 237.337 $262,337 Adjusted total contract amount CONSULTANT , ~ ~ By: ~~ A/--"~ . ., Signature Bryan Paulson Printed Name Its: Vice President CITY OF ASHLAND By: ~ ~~ ~,h~7 Lee Tuneberg Administrative Services/ Finance Director Fed 10# 94-1446346 REVIEWED AS TO FORM: By: By: Date: "h.A-/'~ 7 Legal Department Date: (For City use only) rl{ # C '/"r;;2 r' P:1131454 City of Ashland WTPIProject ManagementlContract Amendment No. 11Contract Amendment #1. 3-29-07.doc EXHIBIT A SCOPE OF SERVICES Brown and Caldwell will provide design and construction services for necessary improvements to the operation and capacity of the Ashland Water Treatment Plant (\x:TP). The level of effort for these setyices is detailed in the Fee Estimate and Staffing Plan included herein. The level of effort provided is based on the projects being completed by January 1,2008. PHASE 2 - DESIGN SERVICES PHASE 200 Project Management Task 100. Project Management. Consultant will provide project coordination between project work groups. Contract and provide supervision to all subconsultants. Perform project status reporting and communications necessary to inform City staff concerning the project. Perform all accounting and billing functions necessary for the project. Task 200. Compile Information for the Project and Conduct Kick-off Meeting. Consultant will obtain, review, and compile existing information and plans for the \XTP. A kick-off meeting will be held to initiate the project, contirril the scope, identify available information, and make work assignments. Task 300. Project Closeout and As-builts. Consultant will perform the functions necessary to complete the project, prepare as-built drawings for the work conducted, and complete the Oregon Health Division requirements for the project. PHASE 210 Hypochlorite Conversion Task 100. System Design and Plans/Specifications. Consultant \vill design a conversion of the existing free chlorine disinfection system to one using hypochlorite. Plans and specitications will be provided sufficient to permit and contract for the conversion. PHASE 220 Relocate Chemical Systems Task 100. System Design and Plans/Specifications. Consultant will design the relocation of the existing chlorine, potassium permanganate, soda ash, powdered activated carbon, and tilter aide diffusers. The soda ash system will be improved with a two tank system and metering pumps. Instrument and Control changes will be detailed for the raw water buttertly valve, tilter to waste process, and backwash sequence. Reprogramming of the control system will be done by another contractor to the City. Consultant will prepare plans and specitications sufficient to permit and contract for the work and to allow the controls contractor to perform his work. Ashland \X'TP-Amendment 1 Scope of Services March 28, 2007 P:I, LH454\Prolt'ct :\IanagemennContract l\menJmt'nt "0.1 \/\shland \\TP Amendment 1 ~C()rt' 3 2H (J:.doc Page 1 of 4 PHASE 230 Remove Hydraulic Choke Task 100. Meter Evaluation and Plans/Specifications. Consultant will review the options to remove the hydraulic choke created by the existing venturi meter. A design will be prepared to remove the hydraulic choke. Plans and specifications \vill be prepared sufficient to permit and construct the designed improvements. PHASE 250 Replace WTP Waste Line Task 100. Design and Plans/Specifications. Consultant will design a replacement pipeline for the existing WTP waste pipeline. The pipeline will extend from the plant to the existing waste pond. The design will include a new overflow for the flocculation basins. Plans and specifications will be prepared sufficient to permit and construct the designed improvements. PHASE 260 Emergency Pump Task 100. Design and Specifications. Consultant will specify a portable emergency, engine- driven pump that can by stored at the \XTP. Specifications will be prepared sufficient to purchase the pump. PHASE 3 CONSTRUCTION SERVICES Task 100. Bid/Award Assistance. Consultant services to assist the City in obtaining bids will be as follows: · Receive and respond to bidder's technical questions during the bid period. · Draft addenda to the plans and specifications. City will prepare the final version and distribute to prospective bidders. · Attend the bid opening and review the bid tabulation prepared by the City. Assess the bids to determine the low bidder for project award. Task 200. Office Engineering. Consultant will provide office engineering services to assist the City in performing contract administration. Assist in determining whether the project contractor is providing the materials and construction methods in accordance with the plans and specifications. Task 300. Field Engineering and Observation. Consultant will provide engineering services to assist the City in providing onsite observation of the construction of the improvements. Duties include assistance in maintaining a construction schedule that coordinates with the operation of the WTP, assistance to the City's onsite construction inspector, coordination of special inspections, and other assistance as necessary to fulfill the requirements of the task. Ashland WTP-Amendment 1 Scope of Services March 28, 2007 P:\ 131454\Project '\Ianagement',Lontract ,\mendment ~o. 1 \,\shland \\TP ,\mendment I Scope 3-2X-O"".doc Page 2 of 4 REEDER RESERVOIR STUDY Task 100. Gather and Review Existing Data and Reports. Consultant will provide the following services: · Obtain and review U.S. Forest Service and other studies of reservoirs and sediment transport/ content · Collect past survey information and put into map form to use to compare to new data · Compile relevant water quality (\X!Q) data, flow records, and personal observations from Darrell McVey and others. · Generate technical memorandum to index and summarize existing information. Task 200. Inspection of Dam. Consultant will provide the following services: · Contract and coordinate divers to inspect the dam and sediments behind the dam. Obtain the dam plans and prepare a drawing for the divers to use. Divers will be asked to: . Contirm what is there in relation to what is shown on the plans. . Determine the condition of the metal structures found on the dam including both outlet structures. Visually inspection for corrosion with a hammer test to determine the rough soundness of the metal and depth of rust. . Video tape the metal structures and any other found basic elements of the dam. . Determine contents of the trash rack and whether items are piled in front of the sluice way channel. . Determine the depth of the silt layer interface behind the dam under the water system outlet and collect a grab sample. Determining the thickness of the sediment against the dam face and whether it is tine or coarse material. · Review the tindings and prepare a technical memorandum to index the data and provide recommendations. Task 300. Water and Sediment Sampling. Consultant will provide the following services: · Take WQ protiles at two locations in the reservoir at a minimum of every 5 feet of depth. Perform the protiles a total of three times during the summer and fall. Analyze the samples for a minimum of temperature and dissolved oxygen concentration. · Take four discrete water samples at each of the two sample sites when the protiles are being made. Analyze the samples for total nitrogen, nitrate/nitrite, ammonia, total phosphorus, soluble reactive phosphorus, and chlorophyll A. Ashland \XTP-Amendment 1 Scope of Services March 28, 2007 P:\ 131454\Project .\1anagement\ Contract ;\mendment "\:0. l' Ashland \'CTP ,\mendment 1 SCflpe J 2B-O'.do( Page 3 of 4 · Collect algae samples at the two protile locations in the reservoir at a time when algae is present. Collect two samples from each site, one at the surface and one at 10 feet in depth. On the same day, collect an algae sample from a location near the shore where algae is obviously present. Analyze the samples to determine the concentration and primary species of algae. · Collect 3 samples of the sediment from locations specified within the reservoir with a clam-shell sampler. Analyze the samples for total organic compounds, orthophosphorous, Total Nitrogen, and grain size distribution. · Take two sediment core samples and analyze for moisture content, particle size, Total Phosphorus, and Total Nitrogen. · Prepare a technical memorandum to index and report on the findings. Task 400. Sediment Surface Survey. Consultant \vill provide the following services: · Conduct a sediment surface survey to determine the current surface of the sediment in the reservoir and prepare a wide-area augmentation system-grade bathymetric map for the reservoir. · Compare the new surface map to the available existing data and determine an estimated rate of change. · Prepare a technical memorandum to present the data and findings. Task 500. Recommendations and Report. Consultant will provide the following services: · Compile the technical memoranda from Tasks 100 to 400 into a report of the findings of the study. · Develop draft conclusions and recommendations to review with the City. Recommendations will include a proposed monitoring plan for the City to follow for the reservoir. · Prepare a final report for the study. Ashland \XTP-Amendment 1 Scope of Services March 28, 2007 P: ,,131454\ Project .\Ltnagement", C<>ntract ;\menJrnent ~(). 1 ',f\~h]and \\TP ,\mendment 1 Score ,) 2X \l~.Joc Page 4 of 4 ~ ~ ~ :J <( u o z <( z " o 0: to III C ~ E~ ~~ 0_ ~(/) Co", C ~ ~ IV c"* E CO E ~ O:ti CIl _OJ E"c~ c(;E~ < ~: 8 .- c:( ... N mo~gf :E~.!-5 ~l3~~ I9~ r=.u a::>ueMOIIV uO!JeJJS!U!WPV 1::>2JIUO:) ":JUI 'UO!l:JnJISUOO ue::>!J8WV pa:JUE'APV sqel UO$I!8N - lIJOM qe, pue 6U!ldweS .. ~ "5 .. c S .c , III Sale!:JOSSV ssanbJE'W ~ lUE'llnsUO:) suo!padsUlle!:J8ds a"Lld 'UUE')I alter - :)11 'S8:JU8!:JS wals~so:)3 :J!Jlmby WJ!:I AlIE'!oudS ,eIJBY pUB A;M.mseJJ81- SIUel"SUO:J AaAJns s1;tsuadX3 alqeSJnqw!a~ ~ feARJl 'OJ!! m .. .!:: 0 ou '418$ @ ~d" jij 0 C5.g ......J 8^!leJIS!U!WPV ~ J8u6!saa . 1E':J!U4:>81 ~ 5 I!! .c , ~ 0 ..J:I: IUeIS!SSY pafOJd ~ SJnOH leUO!SS8jOJd lelolqns I!! , o :I: .. c .~ 1l e 0- '0 c ~ o ~ ~ f III o U0510 P3 ~ uo!teu!pJooJ 18::>01 pue Ma!^e~ pafOJd '" 811!^UQS!eW ::)JE'W ~ SIOJ1UO:l/l8'JIJP913 '" U8ltle:l :JP3 ~ .IaeuIBu3 lempn.J1S o UOSI!M ueo ;;:: JeauIBU3 pa!OJd o lP!SJ8d lI!e ~ u61saa sS8:JO.ld - JaaUl6U3 6ulfleueV\l o S!II!M qog ~ jaBeuel^j pa[Old c .2 a. .~ u .. " C " ~ ~ .c E , z "" .. ~ .... SJellOQ :is -a; t! ~ '" '" .., ,..:t6u:iN ~ o 0 0 0 g f; ~ g g ~ ~ ~ '<t M '<t N ~ goo :5 -.:t (") (0 '<t 00 u1 OJ- SJnoH o OJ <XI \D IJl -.:t IJlIt) o N l.O OJ N ~.., '" N N" f; IJl "<t gj "<t ~ ~ ~ g '" "'.., N .., 1E ~ '" 9 u '" ::' N ~ ;;; 2 ;i, N N .., ;: g o o N o o N N '" '" M '" '" .., N o '" '" :Ii '" .., o ::i o " ci " '" " '" '" N '" '" o '" " '" N o " o '" N '" N ~ " o N o '" ;! ;! o .., :::' o N N '" '" N :e m ;; 0: ~ , "0 C 'E 8 Ill" '" ~ ~ 0 ~ .~:f ~~ 1IlQ) :; C 0 -g :E E t: ro .2g g~~ g: '0' ~ a: S! c.l: ~ w U I . ~ i5. w Ng2~2 ~~~~~ <(cnof;~ :d~ ~O- .. C:~!~~~CI) .~~~~~~:5 ~~m-~~~~~ a~.~~:S~=76Q. o~~~~~~~g~ ~ il:.c 0:: -g" '0 l1. _~ l1. is o~C;~:rffi~~~~ ::Ero_roCl)C CC~ gJ?~_~~.~B~&[t Q.:!5.2:!5E.2~'O"''O >'ClCl)aCl)~Q.~~~ =7~a;:~a;:~~ewg CI Qi CI Qi CI 2 . -(ij . -Vi N~~~~~:g~~~ ~@~@~~=~=~ <(<(<(tata :::E: J: J: .c .c a.. a.. a.. a.. l1. '" '" '" <ri o N .., '" '" '" ..: '" '" o 0> N ~ '" '" ~ N " "'''' .... N ~ 0> ::l '" 00> N ~ai ..; N ~ ~~ .. '" .... " ... ~ ..~ .. .. .. 0 0 0 :il '" ~ .. .. 0 0 0 0 0 00 ~ - ~ .. 0 0 0 0 0 0 0 0 N '" '" "'- - ~ ~~ .. " "'0 0 " ~O :!l "''' _0 ~ ~ ~ .. 0 00 0 '" ON 0 " " " '" N ~,..: l:f ~ ~~ .. :" NO 0 0'" :: " ... '" ., N '" ~ :e NO ., "'''' :! N "''' ... N .., :::' ~ :::' ~ '" 00 ., " N '" N N ... " '" '" ~ Ul W U > II: W Ul Z 0 ;:: u ::> II: .... III (/) CIl Z " 0 'E Q u j ..J Cl> <( III .... c 0 .2 0 .... m " ti u c ",. 2 ~ E ~ ;; ';j ~ m ~ m . C <( c . 0 "E ~-~ U ~ w c .w M i\ ~~ a; w 0 00 III 0 ~g <( J: ~ ., ... .., ~ .. o o N N '" N ., N ... '" o '" o N o .... ... ~ .. :e ~~ - '" N N N :;; ., .., " ... ., .... " :g ., ., '" ... '" ;;; .... .., .., ... Ul OJ U > II: OJ Ul Z Cl iii OJ C ..J <( .... o .... It) N "<t ..- N M C(l(,,)ID o \D M (O-.:t u1 ~~u1 ~ ~ :5 ,,0> '" (I)(I)(I)(I)~ '" N '" <ri 000 000 " .., O\D"<tl.DN %; ,... ;S; N ~ 1Jl1Jl1JlU?O " '" IDMNID..- "<tNu1Nu1 ~gj~~;J f; "<t "<t ~ '<t : OJIJl'<t'<t"<t It) N :!~~OJ~ <XI "<t f; \D f; ~ 0: "0 C . 8 ~ ~ Ol a. g- ~ E >'c::: 'ex ~~-g .a ~ lii CfJ : U)wEEwt: .5~8"2~~ c= ~~~~~ Q) ro 0 ~ C E ~wi$~~ ~ ~ ~ ~ t5 &! ~g~g~~ Cl> Cl> 0:: ... ~ '" on ., on ~ ..; o o '" <0 o o on ..; o o o ..: o o o '" 00 00 00 u10 o o o ~ o o ., ., ... "'0 - o o co o N ~ ... co :e ., on ~ Ul W U > II: W Ul ..J <( .... e Council Communication CITY OF ASHLAND Approval of Engineering Services Contract Amendment No.1 for Water Treatment Plant Process Improvements between the City and Brown and Caldwell (06-02) Meeting Date: April 17, 2007 Department: Public Works / Engineering Contributing Departments: Finance / Recorder Approval: Martha Bennett Primary Staff Contact: Paula Brown 552-2410 E-mail: brownp@ashland.or.us du4- Secondary Staff Contact: Pieter Smeenk '552-2413 E-mail: smeenkp@ashland.or.us Estimated Time: Consent Statement: This item requires Council approval to amend the City's Contract with Brown and Caldwell who serves as the City's engineering consultants for the Water Treatment Plant Process Improvements. Staff Recommendation: Staff recommends Council approve the Engineering Services Contract Amendment NO.1 for Water Treatment Plant Process Improvements between the City and Brown and Caldwell to increase the total cost to $262,337. Background: In April 2006, staff solicited consultant proposals on the Process Evaluation for the Ashland Wastewater Treatment Plant. Four engineering firms proposed on the project and the professional services contract was awarded to Brown and Caldwell. This project was specifically split into three phases as outlined in the Request for Proposals (see attachment 1): Phase 1 - Process Evaluation (completed) Phase 2 - Development of Plans, Specifications and Bid Documents (Amendment No.1) Phase 3 - Construction Services The RFP requested that the consultant specifically propose on Phase 1 and provide a conceptual understanding for services under Phases 2 and 3. Both Phase 2 and 3 were dependent on the final product of Phase 1. The original Professional Services contract was for Phase 1 only and was awarded to Brown and Caldwell for $25,000 (see attachment 2). Brown and Caldwell have completed the Phase 1 - Process Evaluation and have thoroughly outlined the requirements for Phase 2 and 3. Staff has met with and negotiated the Phase 2 and 3 work requirements. Phase 2 will encompass the development of design plans, specifications and final bid documents for the'specific process improvements. Phase 3 includes construction services for the elements of Phase 2. Phase 2 of the Professional Services contract includes elements from several different FY07 to FY09 CIP projects: - Sodium Hypochlorite Conversion ($350,000) - Sludge Lagoon and Waste Line Improvements ($100,000) - Water Treatment Plant Process Improvements ($520,000 through FY09) - Reeder Reservoir Sedimentation Study ($100,000) - Ashland Creek West Fork Bridge Construction ($100,000) G:\pub-wrks\admin\PB Council\water issues\CC BC Contract Amend 17 AprlJ7 .doc Page 1 of2 r~' The engineering costs for these elements and a few additional requirements as a part of the overall process improvements are detailed on the first page of the amendment and are in addition to the Phase 1 cost of $25,000. Brown and Caldwell's initial proposal had an estimate for later phases of engineering work of 10% of total construction cost for the design phase and 8% for the construction phase. These percentages are roughly consistent with the initial estimate percentages. It is expected that the design could increase to 15-18% for projects that require complicated analysis that is in conjunction with an operating plant or one in very space constrained areas as the City faces at the Water Treatment Plant. Staff has been pleased with the work performed by Brown and Caldwell and recommends continuing with their services for the final design and construction services. Funding for this amended contract amount is included in the FY07 and FY08 budget amounts in the Water Fund. Related City Policies: 1. Ordinance 2917, adopted by City Council on March 1, 2005, Section 2.52.050, states that if a contract amendment totals 25% or more of the original contract amount then the contract amendment must be approved by the Local Contract Review Board. 2. Budget Documents including the Capita/Improvements Program Council Options: Council has two options: 1. Approve the Engineering Services Contract Amendment NO.1 for Water Treatment Plant Process Improvements between the City and Brown and Caldwell to increase the total cost to $262,337. 2. Disapprove the amendment which will require staff to submit a request for proposals for the additional engineering work. Potential Motions: It is motioned that the City Council, acting as the Local Contract Review Board, approves approve the Engineering Services Contract Amendment No. 1 for Water Treatment Plant Process Improvements between the City and Brown and Caldwell to increase the total cost to $262,337. Attachments: 1. RFP 2. Original Contract 3. Contract Amendment G:\pub-wrksladmin\PB Council\water issues\CC BC Contract Amend 17 Aprll7.doc Page 2 of2 ~A' CITY OF ASHLAND DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSALS PROCESS EVALUATION FOR THE ASHLAND WATER TREATMENT PLANT PROJECT NO.: 06 -02 TYPE OF PROPOSAL: PROFESSIONAL SERVICES PROPOSAL DUE DATE: MAY 18,2006, 1:30 PM TO RECEIVE A PROPOSAL CONTACT: Dawn Lamb, Administrative Assistant 20 EAST MAIN STREET ASHLAND OR 97520 541/488-5587 ~~, TABLE OF CONTENTS Advertisement .................................................................................................................... Concept .................................................................................................................... Background .................................................................................................................... Work Description .................................................................................................................. Scope of Work.......................................................................................................... Description of Consultant's Duties............................................................................ Additional Consultant Responsibilities...................................................................... City Responsibilities.................................................................................................. Proposal Contents................................................................................................................. Proposal Criteria ................................................................................................................... Proposal Evaluation and Selection........................................................................................ Contract and Terms............................................................................................................... Contract..................... ......... ........................ ........ .. .... .................................... .. .......... Contract Term........................................................................................................... Appendix .................................................................................................................... Sample Contract.......................................................................................... City of Ashland Living Wage Requirement .................................................. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06_02 WTP Process Evaluation RFP 3 06.doc Page 2 of 16 PAGE 3 4 4 4 4 6 6 6 7 7 8 9 9 9 10 11 16 CITY OF ASHLAND DEPARTMENT OF PUBLIC WORKS PROCESS EVALUATION FOR THE ASHLAND WATER TREATMENT PLANT The City of Ashland requests proposals for professional services required for an evaluation of the water treatment process at the Ashland Water Treatment Plant. This project includes: Evaluate the water treatment process at different critical periods of the year. Make recommendations to strengthen the treatment process during these critical periods. These recommendations may include changes in the physical plant, changes in treatment chemicals or the treatment process. Assist the City in the development of plans and specifications for the recommended improvements. Proposals must be received by 1 :30 PM, May 18,2006, in the City of Ashland Engineering Office located at 51 Winburn Way, Ashland OR 97520; mailing address: 20 E. Main Street Ashland OR 97520. Proposal documents are available at the above address and all proposals must address the RFP format. Proposals are limited to 8 pages, excluding resumes and notices of transmittal. Consultant selection will be based upon weighted criteria as cited in this Request for Proposals. The City of Ashland reserves the right to reject any and all proposals, to waive formalities or to accept any proposal, which appears to serve the best interest of the City of Ashland. To receive a proposal, contact Dawn Lamb, Administrative Assistant at 541/488-5587. For further information regarding the project expectations, contact Pieter Smeek, Interim City Engineer at 552-2413. Pieter Smeenk P.E. Interim City Engineer G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-02 WTP Process Evaluation RFP 3 06.doc Page 3 of 16 CITY OF ASHLAND DEPARTMENT OF PUBLIC WORKS CONCEPT PROCESS EVALUATION FOR THE ASHLAND WATER TREATMENT PLANT The City of Ashland intends to hire a competent professional to perform a process evaluation for the water treatment plant. BACKGROUND The City of Ashland owns and operates a water treatment plant located on Ashland Creek. This is the sole source of water for the entire population of Ashland. Due to the high water quality in Ashland Creek, the treatment plant was originally design as a "direct filtration" facility. As demands have increased and during certain periods of the year when the water quality deteriorates in Ashland Creek, plant operators have found it increasingly difficult to meet the water needs of the community. In addition, hydraulic limitations within the treatment plant make it difficult to meet peak summertime demands. The water treatment plant was originally built in 1949, was upgraded in 1964 and again in the mid 1970's. The last major renovation to the plant occurred in 1996. The rated filter capacity of the plant is 10.0 MGD and the hydraulic capacity was suppose to be 8.0 MGD. However, the largest quantity of water ever produced by the plant was 7.5 MGD. This is very close to the current maximum day demands of the system and allows for no margin of safety. WORK DESCRIPTION I. Scope of Work: This project will be broken down into three phases: Phase 1. includes a complete process evaluation of the water treatment plant and the development of a list of recommendations. Phase 2 shall consist of assisting the City in the development of plans, specifications and bid documents to make preferred physical changes to the plant. Phase 3 will include engineering construction services if they are deemed necessary by the City. The selected consultant will provide professional services that include, but not limited to: A. Phase 1 - Process Evaluation 1) Consultant will perform an evaluation of the entire water treatment process. This evaluation needs to specifically address the issue of how the treatment plant can improve its wintertime and springtime treatment capacity when water conditions are less then optimal. This evaluation should include both the physical changes needed in the water treatment plant such as rapid mixing, flocculation, chemical injection points, etc. and the possible changes in chemicals currently used in the treatment process. 2) Consultant will perform a preliminary hydraulic evaluation of the water treatment plant. The goal of the City is to raise the hydraulic capacity to 10.0 MGD. The City is the process of G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06_02 WTP Process Evaluation RFP 3 06.doc Page 4 of 16 changing an existing venturi meter to a mag- meter to reduce some of the head losses within the plant. The Consultant shall determine the impact of this change and make recommendations on how to effectively raise the hydraulic capacity to 10.0 MGD. 3) The Consultant shall submit findings regarding the above task to the City in the form of a Technical Memorandum. The memorandum shall include not only a physical description of the changes recommended but an estimate of the cost for the improvements and any operational changes. It should also include a prioritization of the recommended changes. B. Phase 2 - Development of Plans, Specifications and Bid Documents 1) After review of the technical memorandum and evaluating other fiscal constraints, the City shall determine which recommendation(s) to undertake. Some or all of these recommendations may be completed solely by the City of Ashland, but it is anticipated that the more complicated or technical recommendations will require the services of the Consultant. 2) Consultant will perform all engineering necessary to complete the design, develop construction drawings, specifications, bid documents and schedules for completion of the project as directed by the City. 3) Consultant will assist the City in coordinating and evaluating the construction bids and responding to engineering inquiries during the bidding process. 4) Because the exact scope of work is unknown, the Consultant will provide an estimated cost for these services based upon a percentage of the project costs. The actual scope of work and final cost shall be negotiated with the City prior to Authorization to Proceed with Phase 2. 5) Acquire all necessary permits prior to construction. 6) The consultant shall supervise specialty consultant services for the following types of specialties: environmental, geotechnical, geological, structural and any similar specialty work items, as needed. 7) Consultant shall develop a scope of work and cost estimate for Phase 3 - Construction Services. C. Phase 3 - Construction Services 1) Consultant shall perform construction services including inspection, submittal approval, project management and other associated tasks as needed to successfully complete the project. 2) Since the exact scope of work for these services is unknown, the Consultant will provide an estimated cost based upon a percentage of the project cost. The actual scope of work and final cost shall be negotiated with the City prior to authorization to proceed to Phase 3. D. Provide 15 copies of reports and technical memoranda for Phase 1. E. Provide a copy of all technical memoranda, reports, specifications, bid documents and drawings shall be in Microsoft Word, Excel, or Auto Cad format. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06_02 WTP Process Evaluation RFP 306.doc Page 5 of 16 2. Description Of Consultant Duties: A. Provide a basic understanding to follow the scope of work, detailed cost estimates for the services to be performed, time frame and an acceptable list of project personnel. B. Research and prepare adequate materials for the project elements as described in the scope of work. 3. Additional Consultant's Responsibilities: A. Personnel, Materials and Equipment: The consultant shall provide qualified and competent personnel and shall furnish all supplies, equipment, tools and incidentals required to accomplish the work. All materials and supplies shall be of good quality and suitable for the assigned work. B. Business License Required: The selected consultant must have a current City of Ashland business license prior to conducting any work for the City. C. Professional Responsibilities: The consultant shall perform the work using the standards of care, skill and diligence normally provided by a professional in the performance of such services in respect to similar work and shall comply with all applicable codes and standards. 4. City Responsibilities: In the development and implementation of this project the City of Ashland will assume the following responsibilities: A. Provide a project manager and liaison. B. Staff will provide available background information on the water treatment plant and any existing data. C. Provide timely reviews of consultant's technical reports, design and other submittals. G:\Pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06_02 WTP Process Evaluation RFP 3 06.doc Page 6 of 16 PROPOSAL CONTENTS The consultant shall submit four copies of their proposal for consideration by the City. The proposal shall address each of the following listed items and shall be organized in accordance with this section of the proposal. Proposal shall include the following information: Title of Project: PROCESS EVALUATION FOR THE ASHLAND WATER TREATMENT PLANT Proposer's Contact Information: Name: Title: Address: Phone & Fax Number: Date of Opening: 1 :30 PM, MAY 18, 2006 PROPOSAL CRITERIA Each proposal is limited to no more than 8 pages; resumes may be attached as an appendix; and shall contain the following information: A. Transmittal Sheet / Cover Letter B. Project description including firm's scope of services C. Firm's capabilities and resources D. Proposed staff and proposed time commitments for primary staff members E. Project Calendar with specific completion dates and milestone dates for each section of work F. References (maximum of five recent references on similar projects) G. Cost of Services (fee structure, number of hours for each task and the total fee including all reimbursable items) G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-02 WTP Process Evaluation RFP 3 06.doc Page 7 of 16 PROPOSAL EVALUATION AND SELECTION I. REVIEW Proposals will be reviewed and evaluated by personnel from the City of Ashland Department of Public Works. Each proposal will be evaluated on content quality and completeness as described in the preceding section. Interviews may be conducted with the top ranking firms if the City deems it necessary. II. EVALUATION CRITERIA Each proposal will be judged as a demonstration of the consultant's capabilities and understanding of the services requested. Evaluation will be as follows: Criteria Maximum Score A. Transmittal Sheet / Cover Letter 5 B. Project Description and Understanding 20 C. Firms Capabilities and Resources 25 D. Primary Staff and Proposed Time Commitments 10 E. Project Calendar 15 F. References 15 G. Cost of Services 10 TOTAL: 100 III. CITY RESERVATION The City of Ashland reserves the right to waive irregularities or discrepancies in a proposal if the City determines that the waiver is in the best interest of the City. IV. ADDENDA TO THE RFP The provisions of this RFP cannot be modified by oral interpretations or statements. If inquiries or comments by offerors raise issues that require clarification by the City, or the City decides to revise any part of this RFP, addenda will be provided to all persons known to the contact person who have received or will subsequently receive the RFP. Receipt of addenda must be acknowledged by signing and returning it with the proposal. V. PROTEST Any prospective consultant who contends that the provisions of the RFP or any aspect of the procurement process will encourage favoritism in the award of the contract, or substantially diminish competition, must file a written protest to the RFP at least ten days prior to the date set for the opening of proposals. Failure to file a protest will be deemed a waiver of any claim by an offeror that the procurement process violates any provision of ORS subchapter 279A or subchapter 279C, Ashland Municipal Code Chapter 2.50, "Public Contracts," or Chapter 2.52, "Personal Service Contracts." G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06_02 WTP Process Evaluation RFP 3 06.doc Page 8 of 16 CONTRACT AND TERMS I. CONTRACT The consultant selected by the City will be expected to enter into a written contract in the form attached to this RFP in the Appendix. The proposal should indicate acceptance of the City's contract provisions or suggest reasonable alternatives that do not substantially impair the City's rights under the contract. If inclusion of any of the City's contract provisions will result in higher costs for the services, such costs must be specifically identified in the proposal. Unconditional refusal to accept the contract provisions proposed by the City without offering acceptable alternatives may result in disqualification of the offeror or a less favorable evaluation of its proposal. Proof of required insurance is made part of this contract. Acceptance is not complete unless and until proof of required insurance is submitted to the City. II. CONTRACT TERM It is anticipated the consultant will define the time necessary to complete Phase 1 of the contract, but in no case shall the analysis extend beyond 9 months (no longer than February 30, 2007). G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-02 WTP Process Evaluation RFP 3 06.doc Page 9 of 16 APPENDIX G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06_02 WTP Process Evaluation RFP 306.doc Page 10 of 16 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: City Hall Address: 20 E. Main St. Ashland, Oregon 97520 (541) 488-6002 Telephone: FAX: (541) 488-5311 FAX: Date of this agreement: ~ B: RFP date: Proposal date: ~2.2. Contracting officer: ~2.4. Project: ~6. Consultant's representative: ~8.3. Maximum contract amount: 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 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. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-02 WTP Process Evaluation RFP 3 06.doc Page 11 of 16 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 contractina 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. Consultino 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 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. Assianment 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. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06_02 WTP Process Evaluation RFP 306.doc Page 12 of 16 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. Comoliance 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. 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 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 $15,964.00 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 required to post the attached notice predominantly in areas where it will be seen by all employees. 10. Ownershio 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. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-02 WTP Process Evaluation RFP 306.doc Page 13 of 16 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: 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; 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 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. 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.e G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06_02 WTP Process Evaluation RFP 3 06.doc Page 14 of 16 16. Notices: Any notice required to be given under this contract or any notice required to be given by law shall be in writing and may be given by personal delivery or by registered or certified mail, or by any other manner prescribed by law. 16.1. Notices to City shall be addressed to the contracting officer at the address provided for the City in Recital A above. 16.2. Notices to Consultant shall be addressed to the Consultant's representative at the address provided for the Consultant in Recital A above. 17. Assianment: 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. 18. Modification: No modification of this contract shall be valid unless in writing and signed by the parties. CONSULTANT By: CITY OF ASHLAND By: Signature Gino Grimaldi City Administrator Printed Name Its: FedlD# REVIEWED AS TO FORM: By: Legal Department REVIEWED AS TO CONTENT: By: Date: Date: Department Head Coding: (For City use only) G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-02 WTP Process Evaluation RFP 3 06.doc Page 15 of 16 CITY OF ASHLAND, OREGON City of Ashland LIVING WAGE ALL employers described below must comply with City of Ashland laws regulating payment of a living wage. ~er hour effective June 30, 2005 ~...1I ~--~~ (Increases annually every June 30 by the Consumer Price Index) Employees must be paid a living wage: rtion of business of their ployer, if the employer has or more employees, and s received financial sistance for the project or business from the City of Ashland in excess of $16,379. ..~ For all hours worked under a service contract between their employer and the City of Ashland if the contract exceeds $16,379 or more. ~ If their employer is the City of Ashland including the Parks and Recreation Department. ~ 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 ~ 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. ~ Note: "Employee" does not include temporary or part-time employees hired for less than 1040 hours in any twelve- month period. For more details on applicability of this policy, please see Ashland Municipal Code Section 3.12.020. 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 can be seen by all employees. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06_02 WTP Process Evaluation RFP 3 06.doc Page 16 of 16 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: BROWN & CALDWELL City Hall Address: 9620 BARBUR BOULEVARD STE 200 20 E. Main St. PORTLAND OR 97219 Ashland, Oregon 97520 (541) 488-6002 Telephone: 503/244-7005 FAX: (541) 488-5311 FAX: 503/244-9095 Date of this agreement: August 15, ~ B: RFP date: April 7, 2006 2006 Proposal date: May 18, 2006 ~2.2. Contracting officer: Paula C. Brown, PE ~2.4. Project: WTP Process Improvements ~6. Consultant's representative: Robert Willis, PE ~8.3. Maximum contract amount: NTE $25,000.00 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 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. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-02 Brown Caldwell Contract Doc 8 06.doc AITAC ttf.. tfkrr '] 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. Authoritv of contractina 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. Consultina 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 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. Assianment 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. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06_02 Brown Caldwell Contract Doc 8 06.doc 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. 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 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 $15,964.00 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 required 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 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 G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-02 Brown Caldwell Contract Doc 8 06.doc 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: 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; 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 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. 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 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. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06_02 Brown Caldwell Contract Doc 8 06.doc 17. Assianment: 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. 18. Modification: No modification of this contract shall be valid unless in writing and signed by the parties. CONSULTANT By: CITY OF ASHLAND By: Signature Lee Tuneberg Administrative Services/ Finance Director Printed Name Its: FedlD# REVIEWED AS TO FORM: By: Legal Department REVIEWED AS TO CONTENT: By: Date: Date: Department Head Coding: (For City use only) G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-02 Brown Caldwell Contract Doc 8 06.doc 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: BROWN AND CALDWELL City Hall Address: 6500 SW Macadam Avenue, Suite 200 20 E. Main St. PORTLAND OR 97239 Ashland, Oregon 97520 (541) 488-6002 Telephone: 503/977-6632 FAX: (541)488-5311 FAX: 503/244-9095 Date of this agreement: August 15, 2006 B: RFP date: April 7, 2006 Proposal date: May 18, 2006 2.2. Contracting officer: Paula C. Brown, PE 2.4. Project: WTP Process Improvements 6. Consultant's representative: Robert F. Willis, PE 8.3. Maximum contract amount: NTE $25,000 B. AMENDMENT NO.1 1. Modification to Section 5. Consultina Services. In accordance with the existing scope of services in this contract, the following additional defined consultant services are added as further defined in Exhibit A, attached. Item No. Description Amount A Phase 2 - DesiQn Services $149,378 B Phase 3 - Construction Services $26,835 C Reeder Reservoir Study $61,124 P:\ 131454 City of Ashland WTP\Project Management\Contract Amendment No. 1 \Contract Amendment #1, 3-29-07.doc A tJ,A.D-\t-\S'i: ,'3 2. Modification of Section 8. Payment 8.3 Total payment under this contract shall not exceed the adjusted total contract amount of $262,337. A. B. Original Contract Amendment No. 1 $25,000 237.337 $262,337 Adjusted total contract amount CONSULTANT , ~ ~ By: ~-~-A.. . ., Signature Bryan Paulson Printed Name Its: Vice President CITY OF ASHLAND By: Lee Tuneberg Administrative Services! Finance Director Fed ID# 94-1446346 REVIEWED AS TO FORM: By: Legal Department Date: REVIEWED AS TO CONTENT: By: Date: Department Head Coding: (FOl' City use only) P:\ 131454 City of Ashland WTP\Project Management\Contract Amendment No, 1 \Contract Amendment #1, 3-29-07,doc EXHIBIT A SCOPE OF SERVICES Brown and Caldwell will provide design and construction services for necessary improvements to the operation and capacity of the Ashland Water Treatment Plant (WTP). The level of effort for these services is detailed in the Fee Estimate and Staffing Plan included herein. The level of effort provided is based on the projects being completed by January 1, 2008. PHASE 2 - DESIGN SERVICES PHASE 200 Project Management Task 100. Project Management. Consultant will provide project coordination between project work groups. Contract and provide supervision to all subconsultants. Perform project status reporting and communications necessary to inform City staff concerning the project. Perform all accounting and billing functions necessary for the project. Task 200. Compile Information for the Project and Conduct Kick-off Meeting. Consultant will obtain, review, and compile existing information and plans for the WTP. A kick-off meeting will be held to initiate the project, confirm the scope, identify available information, and make work assignments. Task 300. Project Closeout and As-boots. Consultant will perform the functions necessary to complete the project, prepare as-built drawings for the work conducted, and complete the Oregon Health Division requirements for the project. PHASE 210 Hypochlorite Conversion Task 100. System Design and Plans/Specifications. Consultant will design a conversion of the existing free chlorine disinfection system to one using hypochlorite. Plans and specifications will be provided sufficient to permit and contract for the conversion. PHASE 220 Relocate Chemical Systems Task 100. System Design and Plans/Specifications. Consultant will design the relocation of the existing chlorine, potassium permanganate, soda ash, powdered activated carbon, and fllter aide diffusers. The soda ash system will be improved with a two tank system and metering pumps. Instrument and Control changes will be detailed for the raw water butterfly valve, filter to waste process, and backwash sequence. Reprogramming of the control system will be done by another contractor to the City. Consultant will prepare plans and specifications sufficient to permit and contract for the work and to allow the controls contractor to perform his work. Ashland WTP-Amendment 1 Scope of Services March 28, 2007 P:\ 131454\Project Management\Contract Amendment No.1 \Ashland \X'TP Amendment 1 Scope 3-28-07.doc Page 1 of 4 PHASE 230 Remove Hydraulic Choke Task 100. Meter Evaluation and Plans/Specifications. Consultant will review the options to remove the hydraulic choke created by the existing venturi meter. A design will be prepared to remove the hydraulic choke. Plans and specifications will be prepared sufficient to permit and construct the designed improvements. PHASE 250 Replace WTP Waste Line Task 100. Design and Plans/Specifications. Consultant will design a replacement pipeline for the existing WTP waste pipeline. The pipeline will extend from the plant to the existing waste pond. The design will include a new overflow for the flocculation basins. Plans and specifications will be prepared sufficient to permit and construct the designed improvements. PHASE 260 Emergency Pump Task 100. Design and Specifications. Consultant will specify a portable emergency, engine- driven pump that can by stored at the WTP. Specifications will be prepared sufficient to purchase the pump. PHASE 3 CONSTRUCTION SERVICES Task 100. Bid/Award Assistance. Consultant services to assist the City in obtaining bids will be as follows: · Receive and respond to bidder's technical questions during the bid period. · Draft addenda to the plans and specifications. City will prepare the final version and distribute to prospective bidders. · Attend the bid opening and review the bid tabulation prepared by the City. Assess the bids to determine the low bidder for project award. Task 200. Office Engineering. Consultant will provide office engineering services to assist the City in performing contract administration. Assist in determining whether the project contractor is providing the materials and construction methods in accordance with the plans and specifications. Task 300. Field Engineering and Observation. Consultant will provide engineering services to assist the City in providing on site observation of the construction of the improvements. Duties include assistance in maintaining a construction schedule that coordinates with the operation of the WTP, assistance to the City's onsite construction inspector, coordination of special inspections, and other assistance as necessary to fulfill the requirements of the task. Ashland WTP-Amendment 1 Scope of Services March 28, 2007 P:\131454\Project Management\Contract Amendment No.1 \Ashland WTI' Amendment I Scope 3-28 lJ7.doc Page 2 of 4 REEDER RESERVOIR STUDY Task 100. Gather and Review Existing Data and Reports. Consultant will provide the following services: · Obtain and review U.S. Forest Service and other studies of reservoirs and sediment transport/ content · Collect past survey information and put into map form to use to compare to new data · Compile relevant water quality CWQ) data, flow records, and personal observations from Darrell McVey and others. · Generate technical memorandum to index and summarize existing information. Task 200. Inspection of Dam. Consultant will provide the following services: · Contract and coordinate divers to inspect the dam and sediments behind the dam. Obtain the dam plans and prepare a drawing for the divers to use. Divers will be asked to: . Confirm what is there in relation to what is shown on the plans. . Determine the condition of the metal structures found on the dam including both outlet structures. Visually inspection for corrosion with a hammer test to determine the rough soundness of the metal and depth of rust. . Video tape the metal structures and any other found basic elements of the dam. . Determine contents of the trash rack and whether items are piled in front of the sluice way channel. . Determine the depth of the silt layer interface behind the dam under the water system outlet and collect a grab sample. Determining the thickness of the sediment against the dam face and whether it is fine or coarse material. · Review the findings and prepare a technical memorandum to index the data and provide recommendations. Task 300. Water and Sediment Sampling. Consultant will provide the following services: · Take WQ prof11es at two locations in the reservoir at a minimum of every 5 feet of depth. Perform the prof11es a total of three times during the summer and fall. Analyze the samples for a minimum of temperature and dissolved oxygen concentration. · Take four discrete water samples at each of the two sample sites when the prof11es are being made. Analyze the samples for total nitrogen, nitrate/nitrite, ammonia, total phosphorus, soluble reactive phosphorus, and chlorophyll A. Ashland WTP-Amendment 1 Scope of Services March 28, 2007 P:\131454\Project ~[anagement\Contract Amendment No.1 \Ashland WfP Amendment 1 Scope 3-28-1I7.doc Page 3 of 4 · Collect algae samples at the two profile locations in the reservoir at a time when algae is present. Collect two samples from each site, one at the surface and one at 10 feet in depth. On the same day, collect an algae sample from a location near the shore where algae is obviously present. Analyze the samples to determine the concentration and primary species of algae. · Collect 3 samples of the sediment from locations specified within the reservoir with a clam-shell sampler. Analyze the samples for total organic compounds, orthophosphorous, Total Nitrogen, and grain size distribution. · Take two sediment core samples and analyze for moisture content, particle size, Total Phosphorus, and Total Nitrogen. · Prepare a technical memorandum to index and report on the findings. Task 400. Sediment Surface Survey. Consultant will provide the following services: · Conduct a sediment surface survey to determine the current surface of the sediment in the reservoir and prepare a wide-area augmentation system-grade bathymetric map for the reservoir. · Compare the new surface map to the available existing data and determine an estimated rate of change. · Prepare a technical memorandum to present the data and findings. Task 500. Recommendations and Report. Consultant will provide the following services: · Compile the technical memoranda from Tasks 100 to 400 into a report of the findings of the study. · Develop draft conclusions and recommendations to review with the City. Recommendations will include a proposed monitoring plan for the City to follow for the reservoir. · Prepare a final report for the study. Ashland WTP-Amendment 1 Scope of Services March 28, 2007 P:\ 131454\Project Management\Contract Amendment ~o. 1 \Ashland 'WTP Amendment 1 Scope 3~28~U7.doc Page 4 of 4 ~ ~ w ~ o ~ u o z '" ~ o 0: OJ .. 'Ei ~~ ~i OJ!! ~<n ~ Co." C .5 Ii CI) ....!! ~ j~ c lL ~ GO .. W E'Oc~ <;~'7 .(:C1ii~ I-~ e~ iDo':~ i:~i~ 1I'lC3~~ 'ii. ~8 8:)URMOIIY UO!JIIJIS!U!WPY .:J....uoO ":)UI 'UO!~f\J'suo:> UR::J!J8Wy pei:lUe^py sql, uOIII... . ",OM ql, PUI 6UlldwIS . 'E S :; . c o " ... ~ .. ....!~.... .unbJ... . "'lllnlllOO OUO~SU"I!:>edS O'~d 'UUI)l'~1 . 011 'I_!~ w'ldlO~3 ~Illnb.., WJ!,1 ~11!:>edS II",.., pue '<8AJ"SeJJ8.1- stUlqnsuo:) .(8AJnS ...uedx3 etCIftJnqWtelI , .....J. is - ! au 'llII$O:lcl'tt ....'100 ig o . ........ IJnoH '^Ile.qIIU!WP~ :g Jau8,..O -1e:l1U'4:>el g ~ . 0 ...." IU",I!II\' PIIo'of IJnDH IIUO!UIJOJd IlIIO_ I! ~ o " ~ o '. J l! ... 1; c ~ " ... . !! lD UOtIlO P3~ uoneU!pJoo:t 1e:l0l pUB M8!M}:f Pefo,Jd 8UtAUO.,.,. :uew ..- SIOJlUO:JI180!JPI13 U8111e.:t :)fJ3~ 'Q9U16u3 jeJnpnJlS U01IIM UIO:: JaOUI6u3 .,.r"" ~~!IJ'd 1H1I~ u6!sao tseooJd - .l88Ul6u3 6u,Oeue.. IIIIIM qoll ~ ,06oU0I'4 .,.r"" c ,2 1i 'C " . , a l! . :8 E ~ z ... . . .... ~~~~ a:J <lO M ..... ...: <ei rD' ~ N o N ;;; .., o '" ~ N N .., ;: ~ ~~g~ ,.: ~ g 8 N ~ tit.,.... .. .. ~~!~ ~ ~ .., oi N ... tIlt...tI't... tilt .,. .. tit tit .,. Sl~~8 ;;;MIO.... <ei <ei 11')- ~ :il '" :g "' ::l l:f o :; ~ ...vtw.,. OCIDClDIO 1l')....U')~ ! ~ .. ~ Viil~ ~ ~ ~ li ~N~~ ~~~i ~ "' ~ ~ ::' o N ill ;! ;! g ~ ~Q')l:::J ~ N ., lQ ~ !a"'''~ !.l 0: ~ '" " I ::; ~ ~ c!!~..~ -6 oi-lS.x~. 8" fl~~~~!E:5 c ~ ~~~.~.! :~ .el! cU):Jc..._~.jQ. .2'.. ,g~ o\;J-~"'5c.BE ~.. .~ u:dil!-":t'ii~g GOC."EEo~ .!a:~o:"Q..D._~D.; U) 'f:C 'c~U't:l:r-g~C/}~~ :i~_~ ~f6.!li.~$~g!Q j u i u ~ ".~'!< >0 .. -" .. _~ _.t:.~~ 8.i~'i~I~~r~ :l~Q..o ~c.c.>t~E~ ~~iii ~~~~~~~,i~.i Ng.~. ~I~I~!~~~~ WNQ..OQ..SNC/}NC/}NgNgNo ~~~~g~~~~~~...:...:~ ~<( ~<( <( <( ca . o..iE it iE if f f ~- :'" ~ ~ ~ ::: ~ oi "' '" ~ ~ ~ N ... ~ ~ :g '" N oi ~ '" ..; ;!: .. .. ~ ... .. III .. ..; o .. . ,.: ::! l:l N ... .. .. '" ! .. .. .. .. .. . = '" .. '" '" . III w U > a: w III Z CI iii w c .... g .... .. GO U " ~ g cZ j ,~ 0 ti ~ -g 2 ~ E ~ . ~ ~-j 6 ~ g>> & '-? 1 B ~ M ~ is ~ ~ g 8 g < _ N..., J: lL 'O "'"' ~ ;; ~ N ~. ai :!5~~M~ . Ol.C(")l.C~ ~ li'i ~~. ~ li'i ;;; M-..Io"t....1o"t .. "'",0 1ft ~~~ ~ M-M-...... .. "' .. &j N .. '" .; .. .. ~ ~ .; .; .. .. .. ~ g 0 ,.: ,.: .. .. U 0 g U'i~ :i .. .. .. 888 g -'O'" .. ...... ... ~~~~~ ! ........... ... ~~~~~ 0 g .NIn"N.n ~ ............. .. ~~~~~ = MMMMICI = ~....~.. ; GO In........... .. N :!~~GCIg : 1CI1CI(\j(\j = 0 0 ""!a"'!a :g 0 '" '" ., 0 N III W U > a: w III .... ~ l!' e 8. 0 0: ~ 0 . & i 0 '" ~ ~ f ~~ " en ~ -g ::I ~ E i ~ ~ Ii) ~ ~~i~~ '0 a::QC/}~~ ~ ~ l5 ~ c ~ GO .. ~!~ P GO a: ~~3: ~ ~ GO ~~g~~ '0 GO GO a: .. '" .. .. N "' ... ~ .. ~ o 51 ~ ~ ~u g ~ ;~8 -.,'O i ~ 080 ~,...,~ N~": o o .. Ii ~~~ o ~ . ~ ~~~ ~ NCIO~ . '" ~ :::! ~ :::! "~!a .. .. . = III W U > a: w III Z o j: U ::> a: .... III Z o U .... ~ o .... r~' Slry RECORDER'S CCC'f CITY OF I , ASHLAND 20 E MAIN ST. ASHLAND, OR 97520 (541) 488-5300 Page 1 / 1 ~.. 0 NJ1MBEg~! 07128 VENDOR: 008217 BROWN & CALDWELL PO BOX 45208 SAN FRANCISCO, CA 94145-0208 SHIP TO: Ashland Public Works (541) 488-5587 51 WINBURN WAY ASHLAND, OR 97520 FOB Point: Tenns: Net Req. Del. Date: 5/18/2006 Speciallnst: Req. No.: Depl: PUBLIC WORKS Contact: Paula Brown Confinning? No : .QuantTiY.. t.;Un'jJ...l;"',. .~ ~~. .~ I)escrr~tlc:l.nf .. THIS IS A REVISED PURCHASE ORDER BLANKET PURCHASE ORDER EnQineerinQ recommendations for process improvements at the Water Treatment Plant to achieve hiQher functions. ~'.d ''Fg:~. ....8': ~"~,,~Tinr(l:'~ij:e~:~I~f'E~~:l?rice"".' ~l 25.000.00 RFP Date of aQreement: AUQust 15. 2006 BeQinninQ date: May 18. 2006 Completion date: January 1, 2008 Processed chanQe order 05/15/2007 ChanQe Order No. 1 Addition of Phase II & III Services and Reeder Reservoir Study $237,337.00 Item A - DesiQn Services for Treatment Plant Improvements (Phase II) $149.378.00 Item B - Construction Services for Treatment Plant Improvements (Phase III) $26,835.00 Item C - Reeder Reservoir Study $61,124.00 237.337.00 BILL TO: Account Payable 20 EAST MAIN ST 541-552-2028 ASHLAND, OR 97520 SUBTOTAL TAX FREIGHT TOTAL 262.337.00 0.00 0.00 262,337.00 ~~lIf~CC9iiWftij4ii16e,P ~ .t<<:iPr()j.~ctNilm~~r :~Jr ,"~,'''Arri()ytif''~'' ~~Accql,rl'l~NilmlJer '.Illr. ,,:~ .. 'PrQj~~t~t.mtleri!"i .~~.'~pui!(~ E 670.08.1 9.00.70420 200602.1 00 209 869.60 E 670.08.37.00.704201 200602.1 00 52 467.40 LM ~~47 A rized Slg atu VENDOR COPY A request for a Purchase Order REQUISTION FORM CITY OF ASHLAND Date of Request: THIS IS A REQUEST FOR A: [Xl Change Order (existing PO~~6( ,/,/;:Z.8 Required Date of Delivery/Service: tl$'Ni~ Vendor Name: Address: City, State, Zip Phone: Project Title: Project Number: BROWN & CALDWELL PO BOX 45208 SAN FRANCISCO CA 94145-0208 WATER TREATMENT PLANT PROCESS IMPROVEMENTS 06-02 Services Only Description Original Contract Cost for the Water Treatment Plant Process Improvements CHANGE ORDER NO.1 ADDITION OF PHASE II & III SERVICES AND REEDER RESERVOIR STUDY $237,337 Item A - Design Services for Treatment Plant Improvements (Phase II) Item B - Construction Services for Treament Plant Improvements (Phase III) Item C - Reeder Reservoir Study Account Number 670.08.19.00.704200 = 80% ($189,869.60) "Please attach the Original signed contnJct and 1nsa-afJC9 Cartificates. Account Number Supervlsorl Dept. Head Signature: tha the above request meets with COy o{ Ashland SoIicitiation Process requ., G:Pubwrks\EnglO6-02 Brown & Caldwell CO No l.xls Updated on: 7/15102