Loading...
HomeMy WebLinkAbout2009-009 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: Mike Faught, Public Works Director 2.4. Project: WTP Process Improvements 6. Consultant's representative: Robert F. Willis, PE 8.3. Maximum contract amount: NTE $25,000 B. ASHLAND WATER TREATMENT PLANT IMPROVEMENTS PHASE II - AMENDMENT NO.3 1. Modification to Section 5. Consultina Services. In accordance with the existing scope of services in this contract, the following additional consultant services are added as further defined in Exhibits A & B, attached. Item No. Description Amount A Project Management $5,955 B Design $25,153 C Construction Period Services $15,880 Total Amendment NO.3 Total $46,988 C: \Documents and Settings \bwillis \Local Settings \T emporary Internet Files \ OLK4C\ 121608 Amendment 3 to \\TP Contract atch l.doc 2. Modification of Section 8. Payment 8.3 Total payment under this contract shall not exceed the adjusted total contract amount of $382,325. A. B. C. D. Original Contract Amendment NO.1 Amendment No. 2 Amendment No. 3 $25,000 237,337 73,000 46.988 Adjusted total contract amount $382,325 CITY OF ASHLAND By: ~ 5.-~ c.~ ~~, Lee Tuneberg cT" Administrative Servicesl Finance Director Fed ID# 94-1446346 By: lr--. By: Department Head Coding: 12 - ~.- ,:>t (For City use only) ~p-r-t? v~ cL ~ ~ ~'F7 c?tf-*--- ~ r".::z -I'~ - t:9€3 C: \Documents and Settings \bwillis \ Loca! Settings \ Temporary Internet Files \ OLK4C\ 121608 Amendment 3 to \VTP Contract atch 1. doc AMENDMENT 3 CITY OF ASHLAND WATER TREATMENT PLANT IMPROVEMENTS-PHASE II EXHIBIT A SCOPE OF SERVICES The Scope of Services to be provided under this amendment to the current contract include the design and construction management of the Phase II Improvements at the Ashland Water Treatment Plant (\VfP). The level of effort is detailed in the Fee Estimate and Staffing Plan in Exhibit B. Planned engineering services to be performed in accordance with the current contract and are limited to those specifically set forth herein, including project management, design, and construction period services associated with the project. This Scope of Services assumes that all construction activities will occur on the existing Ashland Wfp site. It also assumes that the City will enhance as necessary the main electrical service panel that the flocculators must connect with to provide the spaces necessary for that equipment. Furthermore, it assumes that all work will be completed in FY 2009-no escalation has been included for any work completed after July, 2009. The level of services is based upon the construction work being performed under a change order to the existing construction contract of Triad Construction ofPordand, OR. Construction bid documents and specifications for formal bids are not included in the scope. The specific elements of the Scope of Services are subdivided into the following tasks: Task 100 Project Management 101 Project Management and Coordination 102 Quality Assurance/Quality Control (QA/QC) Task 200 Design , 201 Flocculators 202 Chlorine Loading Station 203 Basis of Design Technical Memorandum Task 300 Construction Period Services 401 Construction Management Assistance 402 Office Engineering During Construction 403 Onsite Field Services Startup Services 404 Startup Services 405 As-builts and Manuals OVERVIEW OF EVALUATION AND DESIGN WORK The design work will be conducted with participation by the City of Ashland (City). It is assumed that City staff will participate in regularly scheduled meetings during the course of evaluation and design to provide input to the process. Decisions, discussions, and information to be transferred will be documented. Page 1 of 10 C\Documents and Settings\bwillis\Local Settings\Temporary Internet Files\OLK4C\121608 Amendment 3 to WTP Contract atch2.doc - City of Ashland WTP Amendment 3: Phase II-Scope of Services This Scope of Services is based on Phase II Improvements to the Ashland WfP. It is also based on the assumption that accurate base mapping (i.e., current as-built drawings) needed to design the facilities described herein exist in proper electronic format, and that all necessary geotechnical documents necessary for this design are readily available. Phase II improvement elements are listed below and discussed in detail on the following pages. . Flocculators-The two existing flocculator basins do not have any devices to mechanically flocculate the raw water after it has been dosed with chemicals. The intent of this amendment is to design electrically driven vertical turbine paddle flocculators with adjustable speed drives to enable plant staff to more closely regulate flocculation energy input. The exact equipment will be determined. . Chlorine Loading Station-Currendy the City has experienced an unwillingness of local drivers to deliver sodium hypochlorite to the newly installed sodium hypochlorite bulk storage tank at the WfP. The Consultant will evaluate and design a pipeline to convey delivered sodium hypochlorite from a truck-accessible site located near the washwater pond to the sodium hypochlorite bulk storage tank. This line will drain by gravity to the delivery trucks to ensure it is empty when the trucks disconnect. It is assumed that the trucks will be equipped with their own pumps and/or compressors to provide the motive force to transfer the chemical. Spill containment and a utility water washdown station will need to be included at the point of truck unloading. OVERVIEW OF CONSTRUCTION PERIOD SERVICES It is assumed that the City will provide a Construction Manager. The Consultant will provide limited involvement during construction by assisting the Construction Manager. Unless otherwise stated herein, the Consultant will rely on the Construction Manager to handle the majority of construction management responsibilities. It is also assumed that the City will be responsible for all permitting, plan advertising and distribution, plan holder list maintenance, site map development, materials testing, and Operations and Maintenance Manual preparation. The budget development for Task 300 series efforts below assumes a limited Consultant involvement through 3 months of working-day construction period. Additional engineering services required beyond this period or in addition to the allocated labor hours stated herein will be conducted in accordance with the agreement. TASK 100. PROJECT MANAGEMENT SUBTASK 101. PROJECT MANAGEMENT AND COORDINATION Objective. To provide management, direction, coordination, and control of all work associated with project schedule, budget, subconsultants, technical quality, and monthly progress reports and invoices. Activities/Approach. This subtask includes the following activities: . Prepare input to invoices, including backup materials, progress reports, cash flow projections, and updated project schedules. Invoices are to be submitted monthly for work done within the prior month. . Manage subconsultants. Although there are not any subconsultants required for this project at this time, this section is included should one be required later. . Use Consultant CAD standards and software standards for all reports and submitted documents. All submitted documents will be prepared on hard copy and in electronic format. . Attend meetings with the City to review project status for the duration of the project. Page 2 of 10 ~--r- City of Ashland WTP Amendment 3: Phase II-Scope of Services Products · Sustained project management activities. · Communication and coordination with City project management staff, including meetings, presentations, and minutes. · Attendance at monthly project status review meetings. City's Responsibilities · Collect and document comments from City staff on materials submitted to the City for review and comment. · Provide the Consultant with copies of all written comments logged by City staff. · Assign reviewers to the project. · Resolve conflicting review comments prior to submitting to the Consultant. SUBTASK 102. QAlQC Objective. To implement a Consultant QA/QC Program that ensures work products are reviewed and cross-checked before being sent to the City. In addition, the QA/QC Program will ensure that the design effort and work products meet client expectations for quality, timeliness, and cost. City and regulatory agency review comments shall also be incorporated to prepare and complete the fmal design contract documents. Approach. This task includes several discrete elements to ensure product quality. These elements include the following: develop a Project Management Plan (PMP); establish client standards; provide independent review of calculations, review agreements; and provide in-house design review, constructability review, and 90 percent review. No external value engineering reviews are included in this scope. Products. The products for this task are as follows: . PMP. · One meeting (conducted at the 50 percent design) between the City and the Consultant to establish design standards and monitor the progress of the design. · For the 50 percent design completion level review, Consultant shall assemble and present: · Design criteria with supporting calculations regarding facility design and equipment selection and sizing. · Draft design drawings showing plans, sections, and equipment layouts. · Draft design drawings showing pumping and piping diagrams. · Draft hydraulic proflle, if applicable. · Draft specification outline. · Construction cost estimate for the work shown and specified in the contract documents, as prepared in this scope. - Page 3 of 10 City of Ashland WTP Amendment 3: Phase II-Scope of Services . A memorandum summarizing the design review meeting minutes and the project managers response to design review suggestions. . For the 90 percent design completion level review, Consultant shall assemble and provide for comment: . Half-size, virtually complete contract documents (drawings and specifications). Construction cost estimate and construction schedule for the work shown and specified in the contract documents, as prepared in this scope. A memorandum summarizing the design review meeting minutes and the project managers response to design review suggestions. . . . A constructability review. . For the 90 percent cross-check, the City receives the benefit of a product that has been checked for consistency, accuracy, and coordination between disciplines. TASK 200. DESIGN Objective. The purpose of this task is to prepare the fmal design documents up to and including fmal drawings and specifications suitable for inclusion in a contract change order. Approach. This task consists of all work necessary for completion of civil and site design included in this project. Civil drawings will be based on as-built drawings of the existing facilities and buried utilities, engineering calculations, and existing geotechnical information. This task also includes design of the chlorine pipeline and site/ civil work required for the chlorine transfer station. Structural drawings for inclusion in the project manual will be based on as-built drawings of the existing facilities, structural calculations, and existing geotechnical information collected for each of the new improvements. Mechanical drawings will include plan views, sections, and details of the flocculators. Similarly, electrical drawings will also be prepared for the flocculators. Electrical design drawings will include diagrams, schematics, plans, sections, and details of areas where new equipment instruments, wiring, control centers, panels, and appurtenances are to be installed. Electrical design drawings will include electrical plans and a one-line diagram. Electrical plan drawings will show cable raceway locations and will indicate equipment connections as home-run type symbols with reference to which motor control center a cable is to be connected. Specific activities are as follows: . Review the general and mechanical design requirements. . Defme hazardous areas in the project buildings and sites. . Prepare a one-line diagram for the plant distribution systems. . Provide motor control schematics for all loads. . Develop electrical specifications. . Develop electrical drawings, including a site plan . Develop raceway, conduit, and wiring schedules. Instrumentation and controls (I&C) construction documents will be prepared for installation of the flocculators. This task will not include development of programmable logic controller programming. Design drawings will include instrumentation system diagrams, control diagrams, loop diagrams, and input/ output cabinets. Specific activities are as follows: . Develop I&C interlock notes. . Write narrative descriptions of control strategies and sequences. . Specify sensors and instruments to be used. . Investigate requirements and design for security alarm systems. . Complete drafting of I&C system drawings, including symbol and detail sheets. - Page 4 of 10 --~----.- --'----TTr'- 1 City of Ashland WTP Amendment 3: Phase II-Scope of Services . Provide instrumentation loop wiring diagrams. . Specify control system hardware requirements. Programming is not included in this Scope of Services. This activity will be deferred to the construction phase of the project, and it is assumed that the City will hire a specific contractor to perform this function. Activities/Products . Civil drawings will be prepared for the chlorine site/civil work required for the chlorine transfer station. Pipeline drawings will not be prepared, but located in the field and placed in the as-built drawings as constructed. . Structural drawings and specifications will be prepared for walls, footings, beams slabs, structural steel, concrete reinforcement, anchor bolts, bracing, miscellaneous metals and other structural aspects for the flocculator supports and the chlorine transfer station containment structure. . Products for this task include analysis and calculations associated with design of piping systems, structures, mechanical systems, and electrical systems. . Drawings will be submitted with the 50 and 90 percent design review submittals and will be included in the project manuaL City's Responsibilities . Review 50 and 90 percent design review submittals. . Provide as-built drawings for the facilities associated with the project and their associated piping systems. . Provide base survey of site for design. . Confirm site utility features through field locates or other methods where there is reasonable expectation the base map drawings may be incorrect. . Provide all necessary shop drawings, submittals, records, and operation and maintenance information necessary to establish the condition of the facilities upon which the mechanical design is based. . Supply current as-built drawings for all buried and exposed power supply cables, duct banks, raceways, instrument cables, communication cabling, yard piping, process piping, and structures at the WTP. . Update and enlarge as necessary the primary electrical service panel to provide the capacity and space necessary to connect and control the 6 flocculators in that paneL SUBTASK201. FLOCCULATORS Objective. To select and design mechanical flocculators suitable for mounting in the existing flocculation tanks, gain approval of the design and complete their final design. Approach. The Consultant shall develop a preliminary design/layout for the new flocculators that are to be installed in the settling basins at the Ashland WTP. This evaluation will be limited to vertical turbine paddle flocculators. After approval of the preliminary design, final design will be performed. Products. Page 5 of 10 ,-_m-ITI'r-- City of Ashland WTP Amendment 3: Phase II-Scope of Services . A brief technical memorandum will be developed summarizing the findings of the preliminary design. . Final design documents. City's Responsibilities. Review the findings of the technical memorandum and provide comments to the Consultant. SUBT ASK 202. CHLORINE LOADING S1 ATION Objective. To select the appropriate routing and piping scheme to deliver sodium hypochlorite to the bulk sodium hypochlorite storage tank and provide a fmal design for the approved system. Approach. The Consultant will develop routing and preliminary design for the chlorine feed line to be installed from the entry to WfP site (at the waste pond) to the new chlorine storage tank. Upon approval of that pre-design as part of Sub task 203, fmal design of this system will be conducted. Products. . A brief technical memorandum will be developed summarizing the findings of the pre-design. . Final design documents. City's Responsibilities. Review the fmdings of the technical memorandum and provide comments to the Consultan t. SUBT ASK 203. BASIS OF DESIGN TECHNICAL MEMORANDUM Objective. To prepare a preliminary design technical memorandum that will: . Form the basis for detailed design and preparation of contract documents. . Present information from Subtasks 201 and 202. . Document compliance with regulatory requirements that pertain to design of water treatment facilities. . Serve as a vehicle for City input to the predesign effort. Approach. The Basis of Design Technical Memorandum will include the following elements: . Process Design Criteria: Design data such as type of equipment, number of process units, pumping rates, horsepower requirements, and volume requirements will be identified. . Design Standards: Key design standards for the various engineering disciplines will be discussed. . Detailed Process Stream Descriptions: Process stream descriptions for each of the new or retrofitted systems will be presented. . Site Plan: A site plan showing all existing structures and new or modified structures will be developed. . Preliminary Prqject Schedule . Equipment Numbering System . Preliminary Process and lnstmmentation Diagrams . Preliminary Equipment List - Page 6 of 10 III--T---- City of Ashland WTP Amendment 3: Phase II-Scope of Services . Preliminary Specification List Products . Three draft copies of the Basis of Design Technical Memorandum to be delivered to the City. . Three final copies of the Basis of Design Technical Memorandum to be delivered to the City. City's Responsibilities . Provide the most recent set of as-built drawings that reflect changes the City has made. Unless otherwise identified, the City will verify that the existing as-built drawings are correct to the best of its knowledge. The Consultant assumes no responsibility for inaccuracies in the as-built drawings or in the deviations specified by the City. The City will provide electronic drawings. This scope does not include effort for developing as-built drawings or converting drawing to electronic CAD format. . Review and provide comments to draft Basis of Design Technical Memorandum. . Attend Basis of Design Workshop. TASK 300. CONSTRUCTION PERIOD SERVICES SUBTASK301. CONSTRUCTION MANAGEMENT ASSISTANCE Objective. To aid the City with overall construction management support. Approach. The Consultant will provide assistance to the City in handling any contract change order issues, such as contract negotiations or interpretation, etc. The Consultant will attend two project construction meetings as directed by the City. The majority of the normal construction management activities associated with projects of this type will be done by the City. The scope of work includes up to 12 hours for this subtask. Products. Attendance at construction meetings and prompt assistance with resolution of construction issues. City's Responsibilities. The City will take the lead in activities associated with this task and request Consultant assistance as needed. The City.will also appoint a staff member or other person to serve as the project's Construction Manager. SUBT ASK 302. OFFICE ENGINEERING DURING CONSTRUCTION Objective. To ensure that the facilities proposed by the Contractor will fulfill the requirements of the contract. Approach. With respect to submittal processing, one reproducible original plus four copies of a complete submittal package will be received by the Consultant from the Contractor. The Consultant will receive and review complete submittals for contract compliance and return comments to the Contractor within 14 calendar days. In order to stay within the budget allocated for this task, it is imperative that complete submittals be provided; the Consultant reserves the right to return incomplete submittal packages to the Contractor without review of content. A complete submittal package will include all of the information listed in the contract documents with single unit responsibility (e.g., a particular piece of equipment or system) which may include materials, shop drawings, wiring diagrams, design and performance criteria, calculations, mitigation plans, outage plans, and product data. A normal part of submittal review herein includes some minor effort in reviewing submittals that deviate from the contract documents. Excessive review of Contractor proposals for alternate equipment and materials, equipment proposals not in compliance with the specifications, and cost savings proposals by the Page 7 of 10 1Tr-'- - City of Ashland WTP Amendment 3: Phase II-Scope of Services Contractor is to be at the Contractor's expense. Otherwise, this additional work will be in accordance with the agreement. With respect to assistance with change order preparation, the Consultant will work with the Construction Manager to identify the reasons for change orders and schedule impacts. It is assumed that the Construction Manager will prepare monthly pay estimates and prepare and negotiate change orders. The Consultant will provide drawings and specifications for changes associated with design errors or omissions. The budget allocated for this task assumes a limited labor effort, as shown in Exhibit B, and is based on preparing change orders only for design issues related to the Scope of Services items. The Consultant will provide documentation of Consultant hours spent resolving out-of-scope issues or non-design related change orders. Additional change order preparation assistance will be conducted in accordance with the agreement as additional out-of-scope work, for non-design related change orders and for change orders for additional facilities not included in this Scope of Services. Additionally, miscellaneous office engineering services during construction may include review of materials and shop drawings, interpretation of contract documents, responding to requests for information (RFls), ensuring that regulatory agency requirements are met, coordination with City staff, coordination with the Construction Manager, and review of as-built drawings. Unless otherwise directed by the City, all RFls will be submitted in writing and will be sent direcdy to the Consultant by the Contractor. The Consultant will immediately send one copy of all RFls to the City. The Consultant will prepare a written response to all RFls. The Consultant will send one copy of the written response to the Contractor, one copy to the City, and will retain one copy for their flies. Written responses will be prepared and distributed within 15 days after receipt from the Contractor. The budget allocated for this task assumes a limited labor effort, as shown in Exhibit B. The scope includes up to 20 hours for this subtask. Products. The Consultant will return comments for each submittal to the Construction Manager. The Consultant will maintain a submittal log reflecting only the submittals that the Construction Manager has chosen to give to the Consultant for review. The Construction Manager is expected to maintain the official project submittal log for all submittals. The Consultant will submit one list of contract submittals that require review and comment and one list of contract submittals that are considered product data. Drawings, specifications, engineering labor, and other charges associated with change orders will be provided. Written and verbal correspondence will be provided as needed for miscellaneous office engineering activities. City's Responsibilities. The City will review all submittals that require approval upon receipt from the Consultant. The City will inform the Consultant in writing of any specific comments that the City wants incorporated into the submittal mark-up within 7 calendar days upon receipt from the Consultant. Additionally, the City will review all RFls immediately upon receipt from the Consultant. The City will inform the Consultant in writing of any specific comments that the City wants incorporated into the RFI response within 3 calendar days upon receipt from the Consultant. - Page 8 of 10 III ---...~ City of Ashland WTP Amendment 3: Phase II-Scope of Services SUBT ASK 303. ONSITE FIELD SERVICES Objective. To support the Contractor and the City by attending onsite meetings and conducting miscellaneous field inspection services during construction. Approach. The Consultant will attend field meetings and perform miscellaneous inspection services as requested by the City. The Consultant will attend a preconstruction conference also attended by staff from the City, the Contractor, and the subcontractors. The purpose of the preconstruction conference is to clarify authority and relationships, partnering schedule submittals, procedures for pay requests, equipment and materials submittals, change order procedures, and project close-out procedures. The Consultant will also attend select progress meetings and perform special field inspections at the request of the City and Construction Manager. Products. There are no specific products identified for this task. The budget allocated for this task assumes that one engineer will attend the preconstruction conference and one progress meeting that includes a site visit for special field inspections of 4 hours' duration. Eight hours are included in the scope for this subtask. SUBT ASK 304. STARTUP SERVICES Objective. The Consultant will provide hands-on, on site assistance and start-up services to facilitate the start- up of equipment and processes. Services in excess of those identified below will be conducted in accordance with the agreement. Approach. Onsite start-up assistance will be provided for all elements of the system, including the arrangement and initiation of machinery/equipment warranties and beneficial use dates. This subtask is based on the assumption that the Contractor will develop a complete testing and start-up procedures submittal in accordance with the specifications for review by the Consultant. When requested by the City, the Consultant's staff will serve as the Engineer's Witness for verifying testing results, but not for inspection or certification of installations. Inspections or certification of installations, whether for mechanical performance, for proper mechanical installation, or for structural integrity, will be considered out-of-scope work under the terms of this contract and, if requested by the City, will be negotiated for equitable compensation as extra work under its provisions. After all submitted plans for an equipment item or system are accepted, the Consultant will aid the City in verifying that equipment and system performance test requirements are met. The Consultant will aid the City in ensuring that all systems are properly configured and valves are in proper positions to test each system and piece of equipment adequately. If a piece of equipment serves as back-up to another piece of equipment, the Consultant will aid the City in identifying the proper system configuration and valve position for testing the equipment during back-up operations. The level of effort for the work in this subtask is included in the budget shown in Exhibit B. If additional testing is required during start-up activities, and the City requests the Consultant's assistance, then the Consultant will negotiate reasonable additional fees under the provisions for extra work included in this agreement. It is expected that the City will hire an outside f1ml to provide programming services to the Contractor. This work activity will be deferred to the construction phase of the work and will not be part of this agreement. This scope includes up to 10 hours for this subtask. Products. The marked-up original submittals, plans, and/ or schedules. City's Responsibilities. The City will review all plans and submittals for testing and commissioning of equipment, systems, and structures immediately upon receipt from the Consultant. The City will inform the Page 9 of 10 III I' City of Ashland WTP Amendment 3: Phase II-Scope of Services Consultant in writing of any specific comments that the City wants incorporated into the submittal mark-up within 7 calendar days upon receipt from the Consultant. SUBT ASK 305. As-BuILT PLANS AND EQUIPMENT MANUAL SERVICES Objective. Provide the City with a set of as-built plans for the improvements to the WfP, including a set of manuals for the equipment provided. Obtain Oregon Drinking Water Division approval of the completed improvements. Services in excess of those identified below will be conducted in accordance with the agreement. Approach. Consultant will coordinate the provision of as-built plans and equipment manuals from the construction contractor. Consultant will develop the as-built plans into a useable form for the City and submit the plans to the Oregon Drinking Water Program for approval. Products. Complete set of as-built plans and binder(s) of equipment manuals. Submittal documents for the Oregon Drinking Water Division. City's Responsibilities. The City will provide the consultant with copies of all manuals and as-constructed plans submitted by the contractor. Page 10 of 10 111-.- '" )( ...; fj 01 1; ~ 8 n. ~ S N c al E '0 ~ 00( ~ ~ 0') c I ) ~ I I a. i c .!I Q. =~~ ....0 oft 0')" N ::!!;J ~.II) ~:~ 808 . . g~8 (1,N~ 880 .. :::l8~ N~ :3 It) eo ..,!!~ ..;~~ ....... N N "'Neo. N ~ o '" ;;; l:! 8 ..0 ~~ r- :E ~ ..~O f.[ ~ Q.n.d 8~N ...e~ $!!!! ~~.or=- :;t~;J~ ~~. 0000 ..... .... 0') 0') 0000 ~coco 0000 .NN N ~ ~ 8880 .NN s:~g~ ~ao(") ~~~~ NO Q) ..... ";ui.n~ N ~ !!:llCO sq~:S:ll:218 tlIo O')..,N 00 ~N";NNW) s::;e;J~:ll __ ...01lO1ft N P go08~8 ~ ~t-.N 800008 8 N N N 800880 It) .~ ~ooooo O. N N 800880 eo .. :;t~:e~~~ .... ~ C') =~5:;:!S~ .-(7) "l""" ('I')CW) ('I') ~...:~.~..:...:.n "'NN..ON cr....,.. ....... 0000 coooaooo 0000 eo.NOON t,()..,......O <<00000<<0 ONeoO 000000 .C') C') C') "'.00 000000 NN ~~oo 000000 ~N~O ~oo~o~. 0000 000000 oeoCDCD C') ~ c ~ o al ..~ S . 1/)-5 COal .5 .... ~ .~ i~~ c .!I E '0 .r ~ ~.~ l!u:B~ 8~NC') 000 NNNN 000000 ! 1 ~ ""'c::J 'j .,; 8 :1 Q.~...:a; ;; g-g~:2ri-g 1t:o'!!~0I S:i'.fiIL:~ ..,;8~€~ 88~8~~ 8c;Sag:g O')C')C')C')C')C') .. .. .. <Ii .., = o <Ii : ,.) o N o ~ o N ~ o o co ~ co t:: N N Ii> o . N .... N ~ ~ ~ o .... ~ :2 co .... .., N .., ~ g Q Z ~ C) ---orr -y- - Transmittal 6500 SW Macadam Avenue, Suite 200 Portland, OR, 97239 503/244-7005 To: Peter Smeenk City of Ashland, City Hall 20 E. Main St. Ashland, OR 97520 Date: Dec.23,2008 Transmittal No.: From: LISA ROSE Project No: 131454 Task No.: Project Title: Ashland Water Treatment Plant Improvements, Phase II Contract No.: WE ARE SENDING THE FOLLOWING ITEM(S): D Shop Drawings D Prints D Plans D Samples D Change Order D Specifications 181 Other: ENGINEERING SERVICES CONTRACT, AMENDMENT NO.3 THESE ARE TRANSMITTED AS CHECKED BELOW: D For approval D For review and comment D Issued for construction D As requested D Reviewed as noted D Issued for bid D For your use D For reference only 181 Other: FOR SIGNATURE D Attached D Under Separate Cover DE-Mail D Fed Ex D U.S. Mail D Hand Carried D Courier SUBMITTAL REVIEW ACTIONS: [optional] D No exceptions taken D Make revisions D Amend and resubmit D Rejected D None Remarks: Attached please find two (2) original signed Contract, Amendment No.3 for the above referenced project. Please sign both originals and return one (1) to my attention. If you have any questions, please contact Bob Willis, P.E. at 503-977-6632. Distribution: File: (C) Copy (CD) CD (D) Disk (E) E-Mail (0) Original (P) Full-Size Print (R) Reduced Print (T) Transmittal Only If attachments are not as noted, please notify sender at once. No. of Rev or Document or Copies Date Drawing No. Description 2 Amendment NO.3 rA' CITY RECORDER CITY OF ASHLAND 20 E MAIN ST. ASHLAND, OR 97520 (541) 488-5300 Page 1 / 1 DATE 1/16/2009 PO NUMBER 08765 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: Terms: Net Req. Del. Date: Speciallnst: Req. No.: Dept.: PUBLIC WORKS Contact: Pieter Smeenk Confirming? No I.... iUnit , +,Pfii~cripfiC:)n I- Unit'Price Ext.:,Pric.e . >> . '. '.' 'i\:' ... EnQineerinQ Services to improve the 46,988.00 Water Treatment Plant process - Amendment #3 - $46,988, approved by City Council December 16,2008 (Initial PO 07128 was closed) SUBTOTAL 46988.00 BILL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2028 TOTAL 46,988.00 ASHLAND, OR 97520 1:~;"^C'..,. '.."..,.., '.::i., :ijrQJ~.~l~N4mij@r .k" . ..:.i.<.j,,:,,, ",c'.o: .. .' .,Ac:Cpi.Jnf:N~m6er Ri'9jecf~{l,JmJ:)el' .' ArnQl,mt .. "', E 670.08. 1 9.00.70420( E 200602. 1 00 1 1,747.00 E 670.08.37.00.70420( E 200602. 1 00 9,867.48 E 670.08.38.00.70420( E 200602. 1 00 25,373.52 ~-Z. ~.:t:9~~'7 VENDOR COpy REQUISITION FORM , J/V ~~ r I / J:;;J. / c? . CITY OF ASHLAND Date of Request: I i/s/d1 I , I IMAP I THIS REQUEST IS A: ~ Change Order( existing PO # 7 J Zg ) Required Date of Delivery/Service: Vendor Name Address City, State, Zip Telephone Number Fax Number Contact Name SOLICITATION PROCESS Small Procurement D Sole Source D Invitation to Bid D Less than $5,000 D Written findings attached (Copies on file) D Quotes (Optional) D Quote or Proposal attached Cooperative Procurement r& Reauest for Proposal D State of OR/WA contract (Copies on file) Intermediate Procurement D Other government agency contract D Special I Exempt D (3) Written Quotes D Copy of contract attached D Written findings attached (Copies attached) D Quote or Proposal attached D Contract # D Emeraencv D Written findings attached D Quote or Proposal attached Description of SERVICES t~ p" ~ -r:~"tf' ~_.e~ -P~/~ cr3 W~. I:.. ex: I F?( <i"c-~ ,- if'YY' ~--h +L":J2-, a"rJD-r&-.-v~--tl c~ /fL/b q @ B / Per attached PROPOSAL Item # Quantity Unit Description of MATERIALS Unit Price Total Cost D Per attached QUOTE (.. ~-7 ') O~ I'<.'} tYI, "'10d2C'tJ ('ZS%" .,\ iJ 750 (t; L ~ L.;I' ) ~ v"J , (' T .... . oJ. J Project Number --116- -1l2if 670,06 ,37. 00 J(ff2OJ (2/ %.~ ) 'Cj ,B7o 6lo~Oro ,3~ JXL704ZCO (54~) 2Si6G Account Number ___. __ - __ - _. _-=____ ) * Items and services must be charged to the appropriate account numbers for the financials to reffect the actual expenditures accurately. By signing this requisition form, I certify that the information provided above meets the City of Ashland public contracting requirements, and the documentation can be provided upon re est. Employee Signature: Supervisor/Dept. Head Signature: ~, "L c. ..Q Q_~- .. G: Finance\Procedure\AP\Forms\8_Requisition form revised.doc Updated on: 1/5/2009