HomeMy WebLinkAbout2013-405 Contract - URS Energy & Construction
Contract for Personal Services
CITY OF CONTRACTOR: URS Energy & Construction, Inc.
-,ASHLAND
20 East Main Street CONTACT: Mike Pavone PE
Ashland, Oregon 97520 m
Telephone: 541/488-6002 ADDRESS: 10900 NE 8' St, Suite 500
Fax: 541/488-5311 Bellevue WA 98004
TELEPHONE: 425-451-4500
DATE AGREEMENT PREPARED:
November 18, 2013 FAX: 425-451-4190
BEGINNING DATE:
November 20, 2013 COMPLETION DATE: December 31, 2014
COMPENSATION: Time and materials not to exceed $24,985
GOODS AND SERVICES TO BE PROVIDED: as per attached Exhibit C: URS proposal dated
June 7, 2013
ADDITIONAL TERMS:
NOW THEREFORE, pursuant to AMC 2.50.120 and after consideration of the mutual covenants contained
herein the CITY AND CONTRACTOR AGREE as follows:
1. All Costs by Contractor: Contractor shall, provide all personal services and shall at Its own risk and
expense, perform any work, and fumish all labor, equipment and materials required for the work described
above and attached as Exhibit C.
2. Qualified Work: Contractor has represented, and by entering into this contract now represents, that all
personnel assigned to the work required under this contract are fully qualified to perform the work to which
they will be assigned in a skilled and worker-like manner and, if required to be registered, licensed or
bonded by the State of Oregon, are so registered, licensed and bonded. Contractor must also maintain a
current City business license.
3. Completion Date: Contractor shall provide all goods in accordance with the standards and specifications,
no later than the date indicated above and start performing the work under this contract by the beginning
date indicated above and complete the work by the completion date Indicated above.
4. Compensation: City shall pay Contractor for the specified goods and for any work performed; including
costs and expenses, specified above or In Exhibit C. Payments shall be made within 30 days of the date
of the invoice. Should the contract be prematurely terminated, payments will be made for work completed
and accepted to date of termination. Compensation under this contract, including all costs and expenses
of Contractor, is limited to $24,985, unless a.separate written contract is entered into by the City. Owner
may withhold payment of that portion of an invoice disputed by Owner In good faith, and shall timely pay
the other, undisputed portions of any invoice.
5. Ownership of Documents: All documents that are or are to be deliverables under the contract shall be
the property of the City.
6. Statutory Requirements: ORS 2798.020, 2798.220, 279B.225, 2798.230, 279B.235, ORS Chapter 244
and ORS 670.600 are made part of this contract Contractor shall comply with these and all other federal,
state and local laws and regulations applicable to the work under this Contract.
7. Living Wage Requirements: If contractor is providing services under this contract and the amount of
this contract is $19,625 or more, Contractor is required to comply with chapter 3.12 of the Ashland
Municipal Code by paying a living wage, as defined in this chapter, to an employees performing work
under this contract and to any subcontractor who performs 50% or more of the work under this contract
Contractor is also required to post the notice attached hereto as Exhibit B predominantly in areas where it
will be seen by all employees.
8. Indemnification: Contractor agrees to defend indemnify and save City, its officers, employees and
agents harmless from any and all losses, claims, actions, costs, expenses, judgments, subrogations, or
other damages resulting from third party claims for injury to any person (including injury resulting In death),
or third party claims for damage (including loss or destruction) to physical property, to the proportionate
extent caused by the Contractor's negligence in the performance of this contract of whatsoever nature
arising out of or incident to the performance of this contract by Contractor (including but not limited to,
Contractors employees, agents, and others designated by Contractor to perform work or services
attendant to this contract). Contractor shall not be held responsible for any losses, expenses, claims,
subrogations, actions, costs, judgments, or other damages, directly, solely, and proximately caused by the
negligence of City.
9. Termination:
a. Mutual Consent This contract may be terminated at any time by mutual consent of both parties.
b. City's Convenience. This contract maybe terminated at anytime by City upon 30 days' notice in
writing and delivered by certified mail or in person.
C. For Cause. City may terminate or modify this contract, in whole or in part, effective upon delivery of
written notice to Contractor, or at such later date as may be established by City under any of the following
conditions:
I. If City funding from federal, state, county or other sources is not obtained and continued at levels
sufficient to allow for the purchase of the indicated quantity of services;
u. If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that
the services are no longer allowable or appropriate for purchase under this contractor are no
longer eligible for the funding proposed for payments authorized by this contract;
iii. If any license or certificate required bylaw or regulation to be held by Contractor to provide the
services required by this contract is for any reason denied, revoked, suspended, or not renewed.
d. For Default or Breach.
I. Either City or Contractor may terminate this contract in the event of a material breach of the
contract by the other. Prior to such termination the party seeking termination shall give to the
other party written notice of the breach and intent to terminate. If the party committing the breach
has not entirety cured the breach within 15 days of the date of the notice, or within such other
period as the party giving the notice may authorize or require, then the contract may be
terminated at any time thereafter by a written notice of termination by the party giving notice.
ii.Time is of the essence for Contractor's performance of each and every obligation and duty under
this contract. City by written notice to Contractor of default or breach may at any time terminate
the whole or any part of this contract if Contractor fails to provide services called for by this
contract within the time specified herein or in any extension thereof.
iii. The rights and remedies of City provided in this subsection (d) are not exclusive and are in
addition to any other rights and remedies provided by law or under this contract
e. Obligation/Liability of Parties. Termination or modification of this contract pursuant to subsections a,
b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to
such termination or modification. However, upon receiving a notice of termination (regardless whether such
notice is given pursuant to subsections a, b, c or d of this section, Contractor shall immediately cease all
activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further,
upon termination, Contractor shall deliver to City all contract documents, information, works-in-progress and
other property that are or would be deliverables had the contract been completed. City shall pay Contractor
for work performed prior to the termination date if such work was performed in accordance with the Contract
10. Independent Contractor Status: Contractor is an independent Contractor and not an employee of the
City. Contractor shall have the complete responsibility for the performance of this contract and for any
federal or state taxes applicable to payments under this contract. Contractor will not be eligible for any
federal Social Security, state Worker's Compensation, unemployment insurance or Public Employees
Retirement System benefits from this contract payment, except as a self-employed individual.
It. Non-discrimination Certification: The undersigned certifies that the undersigned Contractor has not
discriminated against minority, women or emerging small businesses enterprises in obtaining any required
subcontracts. Contractor further certifies that it shall not discriminate in the award of such subcontracts, if
any. The Contractor understands and acknowledges that it may be disqualified from bidding on this
contract, including but not limited to City discovery of a misrepresentation or sham regarding a subcontract
or that the Bidder has violated any requirement of ORS 279A.110 or the administrative rules implementing
the Statute.
12. Asbestos Abatement License: If required under ORS 468A.710, Contractor or Subcontractor shall
possess an asbestos abatement license.
13. Assignment and Subcontracts: Contractor shall not assign this contract or subcontract any portion of
the work without the written consent of City. Any attempted assignment or subcontract without written
consent of City shall be void. Contractor shall be fully responsible for the acts or omissions of any assigns
or subcontractors and of all persons employed by them, and the approval by Ciiy of any assignment or
subcontract shall not create any contractual relation between the assignee or subcontractor and City.
14. Use of Recyclable Products: Contractor shall use recyclable products to the maximum extent
economically feasible in the performance of the contract work set forth in this document
15. Default. The Contractor shall be in default of this agreement if Contractor. commits any material breach
or default of any covenant, warranty, certification, or obligation it owes under the Contract; if it loses its
QRF status pursuant to the QRF Rules or loses any license, certificate or certification that is required to
perform the work or to qualify as a QRF if Contractor has qualified as a QRF for this agreement; institutes
an action for relief in bankruptcy or has instituted against it an action for insolvency; makes a general
assignment for the benefit of creditors; or ceases doing business on a regular basis of the type identified
in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract.
16. Insurance. Contractor shall at its own expense provide and maintain the following insurance:
a. Worker's Compensation insurance in compliance with ORS 656.017, which requires subject
employers to provide Oregon workers' compensation coverage for all their subject workers
b. General Liability insurance with a combined single limit, or the equivalent, of not less than
$1,000,000, for each occurrence for Bodily Injury and Property Damage. It shall include
contractual liability coverage.
c. Automobile Liability insurance with a combined single limit, or the equivalent, of not less than
$1,000,000, for each accident for Bodily Injury and Property Damage, including coverage for
owned, hired or non-owned vehicles, as applicable.
d. Notice of cancellation or change. There shall be no cancellation, material change, reduction of
limits or intent not to renew the insurance coverage(s) without 30 days' written notice from the
Contractor or its insurer(s) to the City.
e. Additional Insured/Certificates of. Insurance. Contractor shall name The City of Ashland, Oregon,
and its elected officials, officers and employees as Additional Insureds on the General Liability
and Automobile Liability insurance policies required herein but only with respect to Contractor's
services to be provided under this Contract As evidence of the Insurance coverages required by
this Contract, the Contractor shall fumish acceptable insurance certificates' prior to commencing
work under this contract. The contractor's insurance is primary and non-contributory. The
certificate will specify all of the parties who are Additional Insureds. Insuring companies or
entities are subject to the City's acceptance. If requested, complete copies of insurance policies;
trust agreements, etc. shall be provided to the City. The Contractor shall be financially
responsible for all pertinent deductibles, self-insured retentions and/or self-insurance.
f. Professional Liability insurance combined single limit, or the equivalent, of not less than
$1,000,000 for each claim.
17. Governing Law; Jurisdiction; Venue: This contract shall be governed and construed in accordance with
the laws of the State of Oregon without resort to any jurisdiction's conflict of laws, rules or doctrines. Any
claim, action, suit or proceeding (collectively, "the claim") between the City (and/or any other or
department of the State of Oregon) and the Contractor that arises from or relates to this contract shall be
brought and conducted solely and exclusively within the Circuit Court of Jackson Countyfor the State of
Oregon. If, however, the claim must be brought in a federal forum, then it shall be brought and conducted
solely and exclusively within the United States District Court for the District of Oregon filed in Jackson
County, Oregon. Contractor, by the signature herein of its authorized representative, hereby consents to
the in personam jurisdiction of said courts. In no event shall this section be construed as a waiver by City
of any form of defense or immunity, based on the Eleventh Amendment to the United States Constitution,
or otherwise, from any claim or from the jurisdiction.
18. Arbitration. If any disputes,.disagreements, or controversies arise between the parties pertaining to the
interpretation, validity, or enforcement of this Agreement, the parties shall, upon the request of either
party, submit such dispute to binding arbitration. Except as otherwise provided in this contract, arbitration
shall be requested by delivering to the other party a written request for arbitration. Within five (5) days of
receipt of such request the arises shall select a mutual) agreeable arbitrator and designate mutual
agreeable rules of arbitration. If the parties cannot agree upon an arbitrator within five (5) days, an
arbitrator may, be appointed by the presiding judge, Jackson County Circuit Court, upon the request of
either party submitted in accordance with ORS 36.310. If the parties have not designated mutually
agreeable rules of arbitration at such time as the arbitrator is appointed, the arbitrator shall adopt rules for
the arbitration. The arbitrators decision shall be binding upon the parties.
The City and Contractor agree to a consolidated arbitration of such claims, disputes and other matters in
question between themselves regarding the project, with claims, disputes and other matters in question
regarding the project between and among the City, Contractor and the City's third parties designees and
contractors and anyone else under contract with the City or any other party to perform work or services
related to the project
Notwithstanding any dispute under this Agreement, whether before or during arbitration, Contractor shall
continue to perform its work pending resolution of a dispute, and the City shall make payments as
required by the Agreement for the undisputed portions of the work.
19. Attorney Fees. If either party commences any arbitration, legal action, suit, or proceeding against the
other to rescind, interpret or enforce the terms of this Agreement, the parties agree that the prevailing
party shall be awarded reasonable attorney's fees and costs incurred in any such arbitration, action, suit
or proceeding and in any later appeals fled as a consequence thereof. Such costs shall bear interest at
the maximum legal rate from the date Incurred, until the date paid by the losing party.
20. Severability. If any part, term or clause of this Agreement is held by a court or arbitrator to be
unenforceable, of no effect or in conflict with any law, the validity of the remaining provisions and clauses
shall not be affected and the rights and obligations of the parties shall be construed and in force as if the
Agreement did not contain the particular part, term or clause held to be unenforceable.
21. THIS CONTRACT AND ATTACHED EXHIBITS CONSTITUTE THE ENTIRE AGREEMENT BETWEEN
THE PARTIES. NO WAIVER, CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS
CONTRACT SHALL BIND EITHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES.
SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, IF MADE, SHALL BE EFFECTIVE ONLY IN
THE SPECIFIC INSTANCE AND FOR THE SPECIFIC PURPOSE GIVEN. THERE ARE NO
UNDERSTANDINGS, AGREEMENTS, OR REPRESENTATIONS, ORAL OR WRITTEN, NOT
SPECIFIED HEREIN REGARDING THIS CONTRACT. CONTRACTOR, BY SIGNATURE OF ITS
AUTHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS
CONTRACT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS.
22. Non-appropriations Clause. Funds Available and Authorized: City, has sufficient funds currently
available and authorized for expenditure to finance the costs of this contract within the City's fiscal year
budget. Contractor understands and agrees that City's payment of amounts under this contract
attributable to work performed after the last day of the current fiscal year is contingent on City
appropriations, or other expenditure authority sufficient to allow City in the exercise of its reasonable
administrative discretion, to continue to make payments under this contract. In the event City has
insufficient appropriations, limitations or other expenditure authority, City may terminate this contract
without penalty or liability to City, effective upon the delivery of written notice to Contractor, with no further
liability to Contractor except payment of amounts earned by Contractor prior to delivery of notice.
23. Prior Approval Required Provision. Approval by the City of Ashland Council or the Public Contracting
Officer is required before any work may begin under this contract
24. Certification. Contractor shall sign the certification attached hereto as Exhibit A and herein incorporated
by reference.
25. Force Majeure. Any delay or failure of Contractor in performing its obligations under the contract shall be
excused N and to the extent such delay or failure results from any cause beyond the reasonable control of
Contractor, and Contractor's time of performance will be equitably adjusted to cover the effect thereof.
26. Warranty:
a. Contractor warrants that the work will be performed in accordance with that degree of care and
skill ordinarily exercised by members of the engineering profession applicable to similar work
under similar circumstances. This warranty is exclusive and in lieu of any and all other warranties
relating to the work whether statutory, express or implied, and Contractor disclaims any such
other warranties, and/or fitness for a particular purpose and any and all warranties arising from
course of dealing and/or usage of bade. An other statements of fact or descriptions expressed in
the contract shall not be deemed to constitute a warrant of the work or any part thereof.
b. Contractor may rely upon and use in the performance of the work information supplied to it by
Owner without independent verification, and Contractor shall not be responsible for defects in the
work attributable to its reliance upon or use of such information; provided, that in the event
Contractor discovers an error, omission, defect or deficiency in such information, Contractor shall
notify City thereof and shall not proceed with the affected work except as directed by City.
27. Risk Allocation. Notwithstanding any other provision to the contrary in this Agreement and to the fullest
extent permitted by law, neither Owner nor Consultant shall be liable, whether based on contract tort,
strict liability, warranty. Indemnity, or any other cause whatsoever, for any consequential, special,
incidental, indirect, punitive or exemplary damages, or damages arising from or in connection with loss of
power, loss of use, loss of revenue or profit (actual or anticipated), loss by reason of shutdown or non-
operation, increased cost of construction, cost of capital, cost of replacement power or customer claims;
provided, however, that (f) the limitation of liability shall not apply with respect to Owner's indemnity and
save harmless obligations to Consultant, and shall not affect Owner's obligation to pay Consultant as
required under this Agreement' and (2) Consultant shall be liable for up to the total amount of the contract
in the event Consultant erroneously determines, due to breach of the standard of care set forth in
paragraph 26.a above, that some or all of the reservoir cannot be used and the City loses full or partial
use of the reservoir as a direct result of such erroneous determination.
Contractor: City of Ashland
By By
woe '(tea/
Departmen ead
ignatu ice/ 1 ~M~ Jn hz l 2, Fo'S i,4-
~ - Print Name
Prin ame I a/ 10 I /3
u~ Date
Tide
Funds appropriated for current fiscal year:
W-9 One copy of a W-9 is to be
submitted with the signed contract.- Date
Approve top I' / r
Leg apartment D Ate
Purchase Order No. 1
URS r
GAL DEPA SMNT
i
DATE: _/_3
EXHIBIT A
CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a) the
number shown on the attached W-9 form is its correct taxpayer ID (or is waiting for the number to be
issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from
backup withholding or (ii) it has not been notified by the Internal Revenue Service (IRS) that it Is
subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS
has notified it that it is no longer subject to backup withholding. Contractor further represents and
warrants to City that (a) it has the power and authority to enter into and perform the work, (b) the
Contract, when executed and delivered, shall be a valid and binding obligation of Contractor
enforceable in accordance with its terms, (c) the work under the Contract shall be performed in
accordance with the highest professional standards, and (d) Contractor is qualified, professionally
competent and duly licensed to perform the work. Contractor also certifies under penalty of perjury
that its business is not in violation of any Oregon tax laws, and it is a corporation authorized to act on
behalf of the entity designated above and authorized to do business in Oregon or is an independent
Contractor as defined in the contract documents, and has checked four or more of the following
criteria:
(1) 1 carry out the labor or services at a location separate from my residence or Is in a
j specific portion of my residence, set aside as the location of the business.
(2) Commercial advertising or business cards or a trade association membership are
/ purchased for the business.
(3) Telephone listing is used for the business separate from the personal residence listing.
" (4) Labor or services are performed only pursuant to written contracts.
(5) Labor or services are performed for two or more different persons within a period of one
year.
(6) 1 assume financial responsibility for defective workmanship or for service not provided
as evidenced by the ownership of performance bonds, warranties, errors and omission
insurance or liability insurance relating to the labor or services to be provided.
1L A11-7
Contractor (Date)
Contract for Personal Services, Revised 06/302013, Page 4 of 5
I
~XHt(S1T ' S SNEET`~
URS
June 7, 2013
Mr. Pieter Smeenk, P.E., S.E.
City of Ashland
Public Works Engineering Division
20 East Main Street
Ashland, OR 97520
Re: Reeder Gulch Project No. 1107-OR
Proposal for Services- Left Rock Block Stability Analysis
In Response to FERC Comments on 2012 Stability Analysis
Dear Mr. Smeenk:
We are please to offer this proposal to provide supplementary services related to our
August 22, 2012 report. The supplementary analyses are required to respond to FERC
comments made in their March 28, 2013 letter to the City of Ashland.
PROPOSAL SCOPE DISCUSSION
The FERC letter accepted the overall dam analyses with respect to structural adequacy
of the arch but had the following comment with respect to the kinematic evaluations
included in the report:
We are not fu* satisfied by the kinematic wedge analysis provided in the Report. It
appears that there may be a double plane mechanism defined by the intersection of
joints 2 and 2m. URS ruled this out because "Poles were Inside the 49 °fahure
circle and because the wedge keel does not daylight ......While it appears that the
wedge keel falls to daylight on this representation, the margin is very small which
would require that /We intact rock would actually have to be sheared. In addition, the
accuracy of field determined joint geometries is not sufficient to assure the wedge
keel does not dayfght or that any intact rock resists failure. While the wedge was
shown to be stable under gravity loading, it does not appear that the effects of
loadings by uplift pressure or dam thrust were considered in the analysis. These
loads could be Important if little intact rock is available to provide stability. Additional
kinematic analysis of the left abutment should be provided where all applied forces
are Included.'
The requested analyses are better characterized as rock block stability.' It is rated that
the joint orientations were statistically determined based on all available information on
Kinematic analysis simply determines it the joint sets can describe a wedge and whether or not
It daylights in an abutment slope.
URS Corpaatlon
10900 NE S' Street, Sulle 500
Bellevue, WA 98004
Tel: 425.451.4500
Fax: 425.451.4980
oinl orientations. The FERC is requesting an arbitrary adjustment to a statistically
determined orientation In order tD create a daylighting wedge. Additional field
measurements of joint orientation would refine the estimated orientation, but not
necessarily in favor of the finding of daylighting. Although we intend to obtain more
information on Joint 2m orientation as part of the pending field Investigation, the FERC
request for rods block stability based on an assumed daylighting wedge can progress in
parallel. However, we propose to hold the final report until the field program results are
available to help us frame the understanding of the likelihood that a rock wedge exists in
the first place2.
Rock block stability requires that the geometry of the rock block be described. Since this
is an Inferred feature and there are no physical features to define Its limits, it has an
indeterminate size. The assumed geometry will be described according to the following
process:
1. The Joint 2m orientation will be adjustad to generate a daylighting wedge.
2. The azimuth of the wedge keel, which defines the plausible direction of sliding,
will be determined from the adjusted stereonet.
3. The size and location of the rock wedge assumed for analysis will be determined
based on the azimuth of the resultant vector from the portion of the arch that
loads the wedge (See discussion below).
As part of the 2012 arch dam analyses, the interface forces were extracted from the
finite element model, both in local coordinate systems oriented orthogonal to the mean
interface plane, but also in global Cartesian coordinates. The former forces were used to
generate Exhibits 6-1 through 6-7 in the 2012 report. The latter were stored in a
spreadsheet database and held in reserve in the event that the FERC required a
foundation rock block analysis. The manner in which these will be applied will be to
examine various summations of interface forces, beginning at the left end and extending
towards the center of the arch. Since the interface forces are in the global Cartesian
coordinate system, it will be a simple exercise tp determhle the orientation (azimuth) of
various summations.
The relevance to the rock block stability analysis is the orientation (azimuth) of the
resultant force from the arch versus the plausible sliding direction of the wedge keel.
The orientation of the resultant vector depends upon how much of the arch Interface is
summed: When the angle between the resultant shear and the normal to the plausible
sliding direction exceeds the joint friction angle of 49 degrees, there Is a large enough
shear component to be added to an Inferred rock wedge below to warrant a complete
stability analysis. This is the criterion that determines the critical tributary load from the
arch. The boundary of the tributary load along the left groin of the arch is where it is
assumed that Joint 2 intersects the slope of the left abutment
P See Section 321.3 of our 2013 Independent Consultant Safety Inspection Report.
IM Page 2
A release plane at the upstream
dam face and tangent to the face
at this point is assumed also.
Joint 2m is assumed at the end
of Monolith A. This is illustrated
in the excerpted generic figure '
(11-5.10 from the FERC uz
guidelines, Chapter 11), which is
color coded to match the mr `kj"
stereoplot referred to In the s%'#
F-ERC letter (Exhibit 3-8 from the
2012 report). The slope face is up s
shaded green, the contact Is
hatched, the joint 2m face is
shaded red, the joint face 2 is
shaded blue and the release az
plane is shaded gray.
WORK TASKS
The tasks priced for this scope of work are as follows:
Task 1 - Proiect Manacement - This is an allowance for prooessing invoices,
budget/hour tracking and overall team coordination. it includes hours for the Project
Manager as well as administrative personnel.
Task 2 - Determine Rock Wedce Geometry - The interface forces extracted from the
2012 finite element model will be examined as described above to describe the rock
wedge with the highest possible tributary arch load applied to it. This process determines
the Maximum-Loaded Interred Wedge (MLW).
A second inferred wedge wig be assumed to begin further up the left groin of the arch.
This wedge will also be detemdned based on the relative orientation of the resultant
angle. This wedge will have less weight than the MXW and a puss" could have a
greater shear component due to the flatter resultant angle from the arch. However, the
driving bad due to reservoir acting directly on the wedge will be less due in part to the
smaller frontal area and In part due to the shallower depth. Further, the uplift load will be
less. This wedge is referred to as the Lightest Weight Inferred Wedge (LW W).
The geotechnical engineer will adjust the stereoplot and coordinate the 3D Autocad
modeling needed to visualize and describe the rock wedges. Among the data
determined are the elevations of the vertices of the rock wedge, the face areas and the
volume. These data will be used to determine hydrostatic pressures, forces and the
weight of the rock block.
Task 3 - Rock Bock Stability Analysis - The stability of the rock blocks will be evaluated
on the basis of the sliding safety factor wherein cohesive and frictional resistance
VMS Page 3
comprise the shear resistance, and driving forces include hydrostatic acting directly on
the block plus shear from the arch. Cohesive shear strength will be applied to the intact
fraction of low-persistence joint 2m, but not to joint 2, which appears to be higher
persistence. Frictional resistance will include the weight of the rock block, the weight of
reservoir above the rock block, the vertical component of thrust from the arch, and the
friction due to the component of thrust acting perpendicular to the 2m joint face. The
weight of the rock block will be reduced by uplift forces, which will be assumed as
constant upstream of the grout curtain under the arch and vary linearly according to
likely seepage paths around the wedge.
Task 4 - Peer Review - Peer review of the report will be completed by Steve Benson,
P.E., a registered professional engineer, geotechnical engineer and FERC-approved
Independent consultant with over 30 years experience in dam engineering including
concrete arch dams.
Task 5 - Report - A concise report will be developed that includes revised stereonets,
graphical depictions of the damhock wedge system analyzed and tabular results. For
pricing purposes the report Is assumed to be less than 50 pages in length, with
approximately 15 Exhibits illustrating the analyses and results.
PROJECT STAFFING
The geotechni al engineering will be performed by Steve Goodin, P.E., who was
responsible for the original kinematic evaluation. CADD work will be completed by Harry
Vejano. Rock block stability will be completed by Steve Samuelson, P.E. and present
FERC approved Independent Consultant for Hosler Dam. Stability analyses will be
checked by Charles Denq, P.E.
COST OF SERVICES
URS proposes to perform this project under the same terms and conditions as our recent
contract for the Hosler Dam Stability Analysis (City of Ashland Project No. 2010-04, PO
Number 10592). Labor costs are equal to a multiplier of 2.8 on bare salary at the time the
work is performed.
TASK HOURS
1. Project Management 4 $ 722
2. Determine Wedge Geometry 72 11,332
3. Stabllty Analysis 48 7,455
4. Peer Review 4 773
5. Report 28 4,578
TOTAL LABOR: im $ 24 6O6 l
V iW Page 4
OTHER DIRECT COSTS
Reproductions 75
ShlppirgPostage 50
SUBTOTAL: $ 125
TOTAL $ 2085
We are grateful for the opportunity to continue providing services to the City of Ashland and
look forward lo completing this scope of work for you. If you have any questions, please
contact me.
SCHEDULE
The proposed staff will be available to start this work by July 8, 2013, assuming that notice
W proceed Is recalved by June 28, 2013. We propose to submit a draft report by
September 20, 2013. As noted above, we propose W hold production of the final report
until the field exploration program Is complete.
If you have any questions, please contact no.
Slncerey,
Steve Samuelson, P.E.
Project Ntanager and Independent Consultant
M HM Pevme
Ste" Benson
Thom Pugusm
V iV~ Pegs 6
CITY OF
ASHLAND
NOTICE OF TRANSMITTAL
TO: Kariann Olson DATE: Friday, December 13, 2013
Purchasing Representative PROJECT: Kinematic Analysis
City of Ashland JOB NO.: 2012-27
90 N Mountain Ave. SUBJECT: Request for Purchase Order
Ashland OR 97520
THE FOLLOWING ITEMS ARE BEING SENT TO YOU:
Form #3 - Requisition
2 - original Contract for Personal Services (fully executed)
ENCLOSED ✓ 'd .r^~
UNDER SEPARATE COVER
REMARKS: Insurance certificates for RS Corp on file for Part 12 Inspection Report
contract, processed earlier this year under same project number.
COPIES TO: (none),
Department of Public Works
By: Rob Morris
Title: Engineering Technician
ENGINEERING DIVISION Tel: 541488-5587
20 Main Street Fax: 541-488-6006
Ashland, Oregon 97520 TTY: 800-735-2900
wwashland.or.us , -
G:\pub-wrks\eng\12-27 FERC Part 12 Insp\A_Admin\I1RS\Kinematic Analysis\2013-12-13_t _Kinematic Analysis 1.040 purchAOCX
J [Y REEC®i DER Page 1/ 1
CITY OF
ASHLAND DATE PO NUMBER
20 E MAIN ST. 12/18/2013 12012
ASHLAND, OR 97520
(541) 488-5300
VENDOR: 016631 - SHIP TO: Ashland Public Works
URS ENERGY & CONSTRUCTION INC (541) 488-5587
10900 NE 8TH STREET SUITE 500 51 WINBURN WAY
BELLEVUE, WA 98004 ASHLAND, OR 97520
FOB Point: Req. No.:
Terms: Net Dept.:
Req. Del. Date: Contact: Rob Morris
Special Inst: Confirming? NO
Quanti , Unit - Description Unit Price Ext. Price
Hosier Dam left abutment rock block 24,985.00
stability analvsis
Contract for Personal Services
Beqinninq date: November 20, 2013
-Com pietiori-date'Decern ber$ i'cui'4
SUBTOTAL 24,985.
00
BILL TO: Account Payable TAX 0.00
20 EAST MAIN ST FREIGHT 0.00
541-552-2010 TOTAL 24,985.00
ASHLAND, 20
Account Number Project Number Amount Account Number Project Number Amount'.
E 670.08.15.00.70 20 E 201227.999 6-12-46--2-5-
E 670.08.38.00.70420( E 201227.999 6,246.25
E 690.11.15.00.F0240 E 201227.999 12 492.50
Auth ed Signature VENDOR COPY
F6RM#3 CITY of
A request for a Purchase Order 2`18 H LAN D
REQUISITION Date of request: 12-10-2013
Required date for delivery: ASAP
Vendor Name URqFnArgyP.('.nnqtnirtinn , I
Address, City, State, Zip 10900 NF 8th Street Suite 500, Bellvue WA 98004
Contact Name & Telephone Number Mike Pavone, (425) 451-4500
Fax Number (425) 4514190
SOURCING METHOD
❑ Exempt from Competitive Bidding ❑ Emergency
❑ Reason for exemption: ❑ Invitation to Bid (Copies on file) ❑ Form #13, Written findings and Authorization
❑ AMC 2.50 Date approved by Council: ❑ Written quote or proposal attached
❑ Written quote or proposal attached
❑ Small Procurement Cooperative Procurement
Less than $5.000 ❑ Request for Proposal (Copies on file) - ❑ Slate of Oregon
❑ Direct Award Date approved by Council: Contract #
❑ Verbal/Written quote(s) or proposal(s) ❑ Slate of Washington
Intermediate Procurement ❑ Sole Source Contract #
GOODS & SERVICES ❑ Applicable Form (#5,6, 7 or 8) ❑ Other government agency contract
$5,000 to $100.000 ❑ Written quote or proposal attached Agency
- - _quot . . . _
LJ (3) vvn[[enes antl'soiiciiaiion'atiachea '`J -rorm'a4-rersoriai'aervldes'y5K'io'$75K- -Cont°°°°ract
~ - -
PERSONAL SERVICES ❑ Special Procurement Intergovernmental Agreement
$5,000 to $75,000 ❑ Form #9, Request for Approval ❑ Agency
® Less than $35,000, by direct appointment ❑ Written quote or proposal attached Date original contract approved by Council:
❑ (3) Written proposals/written solicitation Date approved by Council: (Date)
❑ Form #4, Personal Services $5K to $75K Valid until: Date
Description of SERVICES Total Cost
Hosier Dam left abutment rock block stability analysis $24,985
Item # Quantity Unit Description of MATERIALS Unit Price Total Cost
TOTAL COST
® Per attached quotelproposal $24,985
Project Number 2012.27
Account Number 670.08.15.00.704200 (25%) Account Number 670.08.38.00.704200 (25%) Account Number 690.11.15.00.602400 (50%)
'Expenditure must be charged to the appropriate account numbers for the financials to accurately reflect the actual expenditures.
IT Director in collaboration with department to approve all hardware and software purchases:
IT Director Date Support-Yes/No
By signing this requisition form, I certify that the City's public contracting requirements have been satisfied.
Employee: Department Head: 1.2 /`It?
(IquaRo or greater than $5,000)
Department Manager/Supervisor: City Administrator: ~t
(equal to or greater than $25,000)
Funds appropriated for current fiscal year YES / NO ~ 'ay( y 2 IF-113
Finance Director- (Equal to orgre han $5,000) Date
Comments:
Form #3 - Requisition