Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2022-033 PO 20220325- Jacobs Engineering Group Inc
Purchase Order /r CITY YRECORDER Fiscal Year 2022 Page: 1 of: 1 B 'th � �` y ale "a ale € sfl� iuvLct City of Ashland � = s I ATTN: Accounts Payable Purchase — ^ Ashla dalOR 97520 r Order# 20220325 T Phone: 541/552-2010 O Email: payable@ashland.or.us ✓ H C/O Public Works Department E JACOBS ENGINEERING GROUP INC I 51 Wnburn Way N 1999 BRYAN ST p Ashland, OR 97520 O DALLAS, TX 75201-3136 Phone: 541/488-5347 R T Fax: 541/488-6006 ] t:LPl�oaetan6e _ ridorx�lvlierEft9i a:g= � =g,_ _= fa=` < Scott Fleury erT �1ber 04/18/2022 5523 C arv: i «�,� ity _. r _. M_-aIet_—slGie Accounts itri VWVfP In-Vessel Study V 1 VVWTP In-Vessel Composting Feasibility Study - 1.0 $72,384.00 $72,384.00 Personal Services Agreement (Greater than $25,000) Completion date: 12/31/2022 Project Account: E-202110-999 ***************GL SUMMARY*************** 086100-604100 $72,384.00 F B ,_/ ;� Date: C? A-2.-- horized . 'nature �— �_ -- == $72,384.00 r t FORM #3 CITY OF A t•equefst.for ct Pul•d..&taN m ,p, ff fel-- 7‘ ASHLAND REQUISITION , Date of request: 04/04/2022 • Required date for delivery: 04/04/2022 Vendor Name Jacobs Engineering Group • Address,City,State,Zip 1100 NE Circle Blvd,Suite 300,Corvallis Or,97330 Contact Name&Telephone Number Craig Massie,541-768-3478 Email address craig.massie@jacobs.com • SOURCING METHOD ❑ Exempt from Competitive Bidding ❑ Invitation to Bid ❑ Emergency ❑ Reason for exemption: Date approved by Council:_ 0 Form#13,Written findings and Authorization El AMC 2,50_ _(Attach copy of council communication) El Written quote or proposal attached ❑ Written quote or proposal attached _(If council approval required,attach copy of CC) ❑ Small Procurement ❑ Request for Proposal Cooperative Procurement Not exceeding$5,000 Date approved by Council: ❑ State of Oregon ❑ Direct Award ^(A copy f council communication)„ Contract# 1:1 Verbal/Written bid(s)or proposals) eguesf, ns(Pz�gblic�fonCtualificatioINo ks) 1] State of Washington Date approved Ey Council: Contract# . _(Attach copy of council communication) ❑ Other government agency.contract Intermediate Procurement 0 Sole Source Agency GOODS&SERVICES ❑ Applicable Form(#5,6,7 or 8) Contract# Greater than$5,000 and less than$100,000 0 Written quote or proposal attached Intergovernmental Agreement I ❑ (3)Written bids&solicitation attached ❑ Form#4,Personal Services$5K to$75K Agency . PERSONAL SERVICES Date approved by Council: El Annual cost to City does not exceed$25,000. Greater than$5,000 and less than$75,000 Valid until: (Date) Agreement approved by Legal and approved/signed by ❑ Less than$35,000,by direct appointment ❑ Special Procurement City Administrator.AMC 2.50.070(4) 0 (3)Written proposals&solicitation attached ❑ Form#9,Request for Approval ❑ Annual cost to City exceeds$25,000,Council • ❑ Form#4,Personal Services$5K to$75K 0 Written quote or proposal attached approval required.(Attach copy of council communication) Date approved by Council: Valid until: (Date) Description of SERVICES Total Cost Personal Services for the WWTP In-Vessel Composting Feasibility.Study 11 72;384:00 Item# Quantity Unit . Description of MATERIALS .Unit Price Total Cost • ❑� Per attached quote/proposal ' TOTAL`::COST."- Project Number 2 0 2 1 1 O. s e s Account Number 0 8 6 1 0 0.6 0 4 1 0 0 72.,384 00 . Account Number 0 8 6 3 0 O. 6 o 4 1 0 0 Account Number - *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 requisitionreform,I certify that the City's public contracting requirements have been satisfied. Employee: t�LQ�LC.� �� :2f Department Head: �1� • 4 te- . ��'twaj ti�,'n$5,000). Department Manager/Supervisor: City Manager: `As' ,r�� �" ' ,( qual to or greater than$35,000) Funds appropriated for current fiscal year: YES /NO 4 C.l // 4/12/2022 Finance Director-(Equal to or greater than$5,000) Date Comments: ,.. Fl l k• Form#3-Requisition 1 n • PERSONAL SERVICES AGREEMENT (GREATER THAN $25,000.00) CONSULTANT: Jacobs Engineering Group, Inc. CITY OF CONSULTANT'S CONTACT: Craig Massie ASH LAN D 20 East Main Street ADDRESS: 1100 NE Circle Blvd, Ste. 300 Ashland,Oregon 97520 Corvallis, Oregon 97330 Telephone: 541/488-5587 • Fax: 541/552-6006 TELEPHONE: 503-736-4372 This Personal Services Agreement(hereinafter"Agreement") is entered into by and between the City of Ashland, an Oregon municipal corporation (hereinafter "City") and Jacobs Engineering Group, Inc., a foreign business corporation("hereinafter"Consultant"),for the provision of final engineering and bidding support services for the City's Wastewater Treatment Plant In-Vessel Composting Feasibility Study. NOW THEREFORE, in consideration of the mutual covenants contained herein,the City and Consultant hereby agree as follows: 1. Effective Date and Duration: This Agreement shall become effective on the date of execution on behalf of the City, as set forth below(the"Effective Date"),and unless sooner terminated as specifically provided herein, shall terminate upon the City's affirmative acceptance of Consultant's Work as complete and Consultant's acceptance of the City's final payment therefore, but not later than December 31,2022. 2. Scope of Work: Consultant will provide a Wastewater Treatment Plant In-Vessel Composting Feasibility Study as more fully set forth in the Consultant's Scope of Work dated November 2, 2021 which is attached hereto as"Exhibit A"and incorporated herein by this reference. Consultant's services are collectively referred to in this Agreement as the"Work." 3. Compensation: City shall pay Consultant at the hourly rates and for the expenses as set forth in "Exhibit A"as full compensation for Consultant's performance of all Work under this • Agreement. In no event shall Consultant's total of all compensation and reimbursement under this Agreement exceed the sum of$72,384.00 (seventy-two thousand three hundred eighty- four U.S. dollars)without the express,written approval from the City official whose signature appears below, or such official's successor in office. Payments shall be made within thirty(30) days of the date of receipt by the City of Consultant's invoice. Should this Agreement be terminated prior to completion of all Work,payments will be made for any phase of the Work completed and accepted as of the date of termination. • Page 1 of 8: PERSONALSERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND JACOBS ENGINEERING GROUP, INC. 4. Supporting Documents/Conflicting Provisions: This Agreement and any exhibits or other supporting documents shall be construed to be mutually complementary and supplementary wherever possible. In the event of a conflict which cannot be so resolved,the provisions of this Agreement itself shall control over any conflicting provisions in any of the exhibits or supporting documents. 5. All Costs Borne by Consultant: Consultant shall, at its own risk,perform the Work described above and,unless otherwise specified in this Agreement,furnish all labor, equipment, and materials required for the proper performance of such Work. 6. Qualified Work: Consultant has represented,and by entering into this Agreement now represents,that all personnel assigned to the Work to be performed under this Agreement are fully qualified to perform the services to which they will be assigned in a skilled manner and, if required to be registered, licensed,or bonded by the State of Oregon,are so registered, licensed, or bonded. 7. Ownership of Work/Documents: All Work,work product, or other documents produced in furtherance of this Agreement belong to the City, and any copyright,patent,trademark proprietary or any other protected intellectual property right shall vest in and is hereby assigned to the City. 8. Statutory Requirements: The following laws of the State of Oregon are hereby incorporated by reference into this Agreement: ORS 279B.220,279B.230 and 279B.235. 9. Living Wage Requirements: If the amount of this Agreement is $22,002.43 or more, Consultant is required to comply with Chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in that chapter,to all employees performing Work under this Agreement and to any Subcontractor who performs 50%or more of the Work under this Agreement. Consultant is also required to post the notice attached hereto as"Exhibit B"predominantly in areas where it will be seen by all employees. 10. Indemnification: Consultant hereby agrees to defend,indemnify, save, and hold City, its officers, employees, and agents harmless from any and all losses, claims, actions, costs, expenses,judgments,or other damages resulting from injury to any person (including injury resulting in death), or damage(including loss or destruction)to property, of whatsoever nature to the extent caused by the negligent acts,or errors or omissions in the performance of this Agreement by Consultant(including but not limited to, Consultant's employees, agents, and others designated by Consultant to perform Work or services attendant to this Agreement). However, Consultant shall not be held responsible for any losses, expenses, claims,costs, judgments, or other damages,to the extent caused by the negligence of City. 11. Termination: a. Mutual Consent. This Agreement may be terminated at any time by the mutual consent of both parties. b. City's Convenience. This Agreement may be terminated by City at any time upon not less than thirty(30)days' prior written notice delivered by certified mail or in person. c. For Cause. City may terminate or modify this Agreement, in whole or in part, effective Page 2 of 8: PERSONAL SERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND JACOBS ENGINEERING GROUP, INC. upon delivery of written notice to Consultant,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; ii. 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 Agreement or are no longer eligible for the funding proposed for payments authorized by this Agreement; or iii. If any license or certificate required by law or regulation to be held by Consultant to provide the services required by this Agreement is for any reason denied,revoked, suspended, or not renewed. d. For Default or Breach. i. Either City or Consultant may terminate this Agreement in the event of a breach of the Agreement by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and its intent to terminate. If • the party committing the breach has not entirely cured the breach within fifteen(15) days of the date of the notice, or within such other period as the party giving the notice may authorize in writing,then the Agreement 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 Consultant's performance of each and every obligation and duty under this Agreement. City,by written notice to Consultant of default or breach, may at any time terminate the whole or any part of this Agreement if Consultant fails to provide the Work called for by this Agreement within the time specified herein or within 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 Agreement. e. Obligation/Liability of Parties. Termination or modification of this Agreement 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 Subsection a,b, c, or d of this section,Consultant shall immediately cease all activities under this Agreement,unless expressly directed otherwise by City in the notice of termination.Further,upon termination, Consultant shall deliver to City all documents, information,works-in-progress and other property that are or would be deliverables had the Agreement been completed. City shall pay Consultant for Work performed prior to the termination date if such Work was performed in accordance with this Agreement. 12. Independent Contractor Status: Consultant is an independent contractor and not an employee of the City for any purpose. Consultant shall have the complete responsibility for the Page 3 of 8: PERSONAL SERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND JACOBS ENGINEERING GROUP, INC. performance of this Agreement. Consultant shall provide workers' compensation coverage as required in ORS Chapter 656 for all persons employed to perform Work pursuant to this Agreement. Consultant is a subject employer that will comply with ORS 656.017. 13. Assignment: Consultant shall not assign this Agreement 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. Consultant shall be fully responsible for the acts or omissions of any assigns or subcontractors and of all persons employed by them,and the approval by City of any assignment or subcontract of the Work shall not create any contractual relation between the assignee or subcontractor and City. 14. Default. The Consultant shall be in default of this Agreement if Consultant:.commits any material breach or default of any covenant,warranty, certification, or obligation under the Agreement; institutes an action for relief in bankruptcy or has instituted against itan 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 Agreement;or attempts to assign rights in,or delegate duties under,this Agreement. 15. Insurance. Consultant shall,at its own expense,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. Professional Liability insurance with a combined single limit, or the equivalent, of $2,000,000 (two million U.S. dollars)per occurrence. This is to cover any damages caused by error,omission or negligent acts related to the Work to be provided under this Agreement. c. General Liability insurance with a combined single limit, or the equivalent,of$2,000,000 (two million U.S. dollars)per occurrence for Bodily Injury,Death,and Property Damage. d. Automobile Liability insurance with a combined single limit, or the equivalent, of $1,000,000 (one million U.S. dollars)for each accident for Bodily Injury and Property Damage, including coverage for owned,hired or non-owned vehicles, as applicable. e. 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 thirty (30)days' prior written notice from the Consultant or its insurer(s)to the City. f. Additional Insured/Certificates of Insurance. Consultant shall name the City of Ashland, Oregon,and its elected officials, officers and employees as Additional Insureds on any insurance policies, excluding Professional Liability and Workers' Compensation, required herein,but only with respect to Consultant's services to be provided under this Agreement. The consultant's insurance is primary and non-contributory, excluding Professional Liability and Worker's Compensation. As evidence of the insurance coverages required by this Agreement,the Consultant shall furnish acceptable insurance certificates prior to commencing the Work under this Agreement. 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,redacted copies of insurance policies shall be provided to the City to review at the CONSULTANT's office subject to a non-disclosure agreement.. The Page 4 of 8: PERSONAL SERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND JACOBS ENGINEERING GROUP, INC. Consultant shall be financially responsible for all pertinent deductibles,self-insured retentions, and/or self-insurance. 16. Nondiscrimination: Consultant agrees that no person shall, on the grounds of race, color, religion, creed, sex, marital status,familial status or domestic partnership,national origin, age, mental or physical disability,sexual orientation, gender identity or source of income, suffer discrimination in the performance of any Work under this Agreement when employed by Consultant. Consultant agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statutes,rules and regulations. Further, Consultant agrees not to discriminate against a disadvantaged business enterprise,minority-owned business,woman- owned business, a business that a service-disabled veteran owns or an emerging small business enterprise certified under ORS 200.055, in awarding subcontracts as required by ORS 279A.110. 17. Consultant's Compliance With Tax Laws: 17.1 Consultant represents and warrants to the City that: 17.1.1 Consultant shall,throughout the term of this Agreement, including any extensions hereof, comply with: (i)All tax laws of the State of Oregon, including but not limited to ORS 305.620 and ORS Chapters 316, 317, and 318; (ii) Any tax provisions imposed by a political subdivision of the State of Oregon applicable to Consultant; and (iii) Any rules,regulations, charter provisions,or ordinances that implement or enforce any of the foregoing tax laws or provisions. 17.1.2 Consultant,for a period of no fewer than six(6)calendar years preceding the Effective Date of this Agreement,has faithfully complied with: (i) All tax laws of the State of Oregon, including but not limited to ORS 305.620 and ORS Chapters 316,317, and 318; (ii) Any tax provisions imposed by a political subdivision of the State of Oregon applicable to Consultant; and (iii) Any rules,regulations, charter provisions, or ordinances that implement or enforce any of the foregoing tax laws or provisions. 18. Notice. Whenever notice is required or permitted to be given under this Agreement, such notice shall be given in writing to the other party by personal delivery,by sending via a reputable commercial overnight courier, by mailing-using registered or certified United States mail,return receipt requested,postage prepaid, or by electronically confirmed at the address or facsimile number set forth below: If to the City: Public Works Department Attn: Contract Administrator 20 E.Main Street Ashland, Oregon 97520 Page 5 of 8: PERSONAL SERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND JACOBS ENGINEERING GROUP, INC. With a copy to: City of Ashland—Legal Department 20 E.Main Street Ashland,Oregon 97520 • Phone: (541)488-5350 If to Consultant: Jacobs Engineering Group,Inc. Attn: Craig Massie 1100 NE Circle Blvd, Suite 300 Corvallis, Oregon 97330 19. Governing Law. This Agreement shall be governed by the laws of the State of Oregon without regard to conflict of laws principles. Exclusive venue for litigation of any action arising under this Agreement shall be in the Circuit Court of the State of Oregon for Jackson County unless exclusive jurisdiction is in federal court, in which case exclusive venue shall be in the federal district court for the district of Oregon. Each party expressly waives any and all rights to maintain an action under this Agreement in any other venue, and expressly consents that,upon motion of the other party,any case may be dismissed or its venue transferred, as appropriate, so as to effectuate this choice of venue. 20. Amendments. This Agreement may be amended only by written instrument executed by both parties with the same formalities as this Agreement. 21. Nonappropriations Clause. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to finance the costs of this Agreement within the City's fiscal year budget. Consultant understands and agrees that City's payment of amounts under this Agreement 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 Agreement. In the event City has insufficient appropriations, limitations or other expenditure authority, City may terminate this Agreement without penalty or liability to City, effective upon the delivery of written notice to Consultant,with no further liability to Consultant. 22. Standard of Care. The standard of care applicable to Consultant's Work will be the degree of skill and diligence normally employed by professional engineers or consultants performing the • same or similar services during the time said services are performed. CONSULTANT will reperform any Work not meeting this standard without additional compensation.• 23. Force Majeure. Neither party to this Agreement shall hold the other responsible for damages or delay in performance caused by acts of God, strikes, lockouts,accidents,or other events beyond the control of the other or the other's officers,employees or agents. In any such event, City agrees to adjust the schedule for the Work to be performed pursuant to this Agreement. 24. THIS AGREEMENT AND THE ATTACHED EXHIBITS CONSTITUTE THE ENTIRE UNDERSTANDING AND AGREEMENT BETWEEN THE PARTIES. NO WAIVER, Page 6 of 8: PERSONAL SERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND JACOBS ENGINEERING GROUP, INC. CONSENT,MODIFICATION OR CHANGE OF TERMS OF THIS AGREEMENT 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 AGREEMENT. CONSULTANT,BY SIGNATURE OF ITS AUTHORIZED REPRESENTATIVE,HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS AGREEMENT,UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 25. Certification. Consultant agrees to and shall sign the certification attached hereto as"Exhibit C"and incorporated herein by this reference. • Page 7 of 8: PERSONAL SERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND JACOBS ENGINEERING GROUP, INC. IN WITNESS WHEREOF the parties have caused this Agreement to be signed in their respective names by their duly authorized representatives as of the dates set forth below. CITY OF A H AND: JACOBS ENGINEERING GROUP,INC. •EsicC 4/111:` (CONSULTANT) By: )i By: CIILY— iihtfra._ J eph ess •d, ity Manager Signature Alan Chang DPrinted Name Manager of Projects Title .� Purchase Order NoNo. "%2 3/17/2022 • Date • (r-9 is to be submitted with this signed Agreement) • APPROVED AS TO FORM: • Assistant City Attorney Douglas M McGeary 03-14-2022 Date • • Page 8 of 8: PERSONAL SERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND JACOBS ENGINEERING GROUP, INC. Exhibit A Agreement for Professional Engineering Services for the City of Ashland Project #2021-10 Wastewater Treatment Plant In-Vessel Composting Feasibility Study PROJECT DESCRIPTION The City of Ashland faces a challenging landscape of considerations for beneficial reuse or disposal of solids.Regulatory requirements,public perception,desire for beneficial reuse, operations and maintenance ease,and cost are several of many factors which must be considered.While the City currently hauls unstabilized dewatered sludge to the landfill and has sufficient storage and treatment facilities to continue this practice in the near-term,long- term thinking is required to establish a future biosolids handling plan and back-up plan should the current disposal route become unavailable. The 2014 Wastewater Facilities Plan considered the evaluation of three sludge management alternatives:the existing practice of dewatering and hauling to landfill;dewatering and composting;and dewatering and thermal drying.Based on recent industry experience and high energy and maintenance costs,particularly at treatment facilities similar in size to the City's,thermal drying should no longer be a consideration.The two remaining options- maintain the existing practice or implement composting-remain valid alternatives. The Composting Feasibility Study(Study)will evaluate specific composting and odor control technologies in order to develop capital and life-cycle costs versus continuation of the current landfilling process.The evaluation will also include non-monetary considerations,including the opportunity to repurpose debris from the Ashland Parks and Recreation department and beneficial reuse of the compost product. The Work is proposed on a Time&Materials basis with a not-to-exceed budget of$72,384. See Attachment A for a summary. BASIS OF DESIGN SCOPE AND FEE DEVELOPMENT The following key assumptions were made in the compilation of this scope of work and the estimation of the level of effort: 1. The Project Definition phase work on this project will last 36 weeks from authorization to proceed and be completed in calendar year 2022. 2. No additional workshops or deliverables are included beyond those identified in the Work Approach. I 1 3. The design will be based on the federal,state,and local codes and standards in effect on • the effective date of the authorization to proceed.Any changes in these codes may necessitate a change in scope. 4. Where deliverable documents are identified,hereinafter,two(2)hard copies of the deliverable shall be provided in addition to electronic version in original.DOC format, and stamped portable document format(pdf)version. 5. Except where stated otherwise,Consultant will submit deliverables for City review 2 weeks prior to review meeting. 6. All meetings and workshops will be held virtually by MS Teams. CivillGeotechn icallStructural 1. Existing GIS information will be used to document existing conditions.No additional surveying or analysis will be provided. Process/Mechanical 1. Hydraulic assessments,flow/load projections,and liquids/solids balance will be based on the 2019 WWTP Facilities Assessment and Major Process Component Improvements Report by Jacobs. Electrical and Instrumentation&Controls Systems 1. Evaluations or upgrades of the existing process control system will not be provided. 2. The existing secondary or emergency electrical power supply system is adequate to handle any new loads.No additional secondary or emergency power source will be provided. City-Provided Services 1. City will provide to Consultant all data in City's possession relating to Consultant's services on the Project. Consultant will reasonably rely upon the accuracy,timeliness, and completeness of the information provided by the City,and will identify any concerns with City provided data.. 2. City will make its facilities accessible to Consultant as required for Consultant's performance of its services and will provide labor and safety equipment as required by Consultant for such access.City will perform,at no cost to Consultant,such tests of equipment,machinery,pipelines,and other components of City's facilities as may be required in connection. 3. City will give prompt notice to Consultant whenever City observes or becomes aware of any development that affects the scope or timing of Consultant's services,or of any defect in the work of Consultant. 4. The City will examine information submitted by Consultant and render in writing or otherwise provide decisions in a timely manner. 5. The City will furnish required information and approvals in a timely manner. 2 6. The City will provide a utility locate service to mark existing utilities,if necessary. WORK APPROACH Only the feasibility study phase is included herein,and future design phases would be contracted separately.A specific list of work products and deliverables are identified in the tasks below.Review workshops will be conducted with the City's personnel,key individuals from the Consultant's project team and others as needed;the review workshops will be conducted at critical project milestones as identified in the following section. Task 1: Project Management Task 2: Process Selection Task 3: Compost Feasibility Study Report Task 4: Quality Management Task 5: Estimate of Probable Construction Cost Task 1 - Project Management The purpose the Project Management task is to establish and monitor compliance with project budget and schedule. Task 1.1: Progress Meetings and Updates The Consultant's project manager will talk or email with the City's project manager weekly to review project progress and discuss upcoming work activities.The Consultant's project manager will provide monthly email summaries of work completed,upcoming activities and unresolved issues. Task 1.2: Project Management Plan The purpose of this task is to prepare the detailed project management plan that will be used during the execution of this project work.Specific elements of the plan will include: • Project Instructions:Define City and Consultant project organization, • communication,project cost control procedures,document control,health and safety considerations,change management and other project management requirements. • Project Health and Safety Plan: Consultant will develop a health and safety plan to apply to all employees working on this project. It will address safety in the office and during site visits. Task 1.3: Invoicing,Cost and Schedule Control The Consultant's project manager will manage,administer,coordinate,and integrate work of the Consultant's team as required to deliver the project within budget and on schedule. Consultant's project manager will prepare and submit to the City's project manager on a monthly basis,a brief cost and schedule status report and updated summary project schedule showing actual versus projected. The report shall include a narrative description of progress to-date,actual costs for each major task,estimates of percent complete,and potential cost variances. 3 Deliverables: Monthly status reports and invoices. Task 2—Process Selection The purpose of this task is to define design criteria and to evaluate treatment processes to meet long-term demands.Alternatives will be based on the 2014 Facilities Plan and focused on maintaining the existing landfill disposal versus several composting technologies. Project specific issues,including costs,suitability to Project needs,performance history, reliability,and operation and maintenance simplicity will be considered. Task 2.1: Evaluate Existing Conditions Task 2.9.1:Review of Present and Future Wastewater Flows and Loads The focus of this effort is to review information available in the 2019 Facility Assessment. This information will be the basis for the analysis Task 2.1.2:Replacement Centrifuge Recommendation The existing centrifuges are beyond their service life,down time is becoming problematic, and spare parts are difficult to obtain.Consultant will recommend basis for why centrifuge dewatering is the preferred dewatering approach and will recommend representative replacement centrifuges sized to be consistent with the buildout capacity of the recommended solids treatment process. Manufacturers cost estimates for the recommended equipment will be included. Task 2.2:Off-Site Biosolids Reuse/Disposal Alternatives Analysis The.2014 Wastewater Facilities Plan considered the evaluation of three sludge management alternatives:the existing practice of dewatering and hauling to landfill;dewatering and composting;and dewatering and thermal drying.Based on recent industry experience,high energy and maintenance costs,and significant odors associated with drying unstabilized sludge,particularly at treatment facilities similar in size to the City's,thermal drying should no longer be a consideration.The two remaining options-maintain the existing practice or implement composting-remain valid alternatives.This task will look at the feasibility of these two end products. Task 2.2.1:Evaluate Offsite Sludge End Use/Disposal Alternatives In Workshop No.1,will solicit input from the City staff to document assumptions related to continuing to landfill biosolids versus creating a Class A compost product.Aspects include: 1. Current and projected cost for hauling unstabilized biosolids to landfill. 2. Current and projected costs for hauling organic debris. 3. Understanding the quality,quantity,and availability of compost bulking material. Discussions will include various stakeholders within City departments. 4. Documenting locations within the City for land application and beneficial reuse of compost. 4 • Task 2.2.2:Site Selection The City hasidentified three candidate sites for locating a composting operation-two locations at the WWTP and one location offsite on City-owned property near the regional airport.Consultant will work with City to develop advantages and disadvantages for each site to support the subsequent composting alternatives analysis.All sites identified by the City are assumed to have geotechnical conditions that do not eliminate building at these sites.Further investigation would be required in final design should the project proceed. Task 2.3:Workshop No. 1:Project Kickoff and Development of Tasks 2.1 and 2.2 Workshop No.1 will be 4 hours,attended by the Project Manager,Project Engineer,and Technologist,and include or address the following: • Define project communications plan and goals/objectives.Include City stakeholders, including Parks and Rec. • Identify City staff project concerns and expectations. o Review gaps in data collected and review previously prepared flows/loads. • Discuss and document information related to Tasks 2.1 and 2.2 to establish criteria for Task 2.4 Alternatives Analysis. o Develop non-monetary criteria for evaluating alternatives. • Review available composting and odor control technologies,including advantages/disadvantages of each Task 21,2.2,2.3 Deliverables: • Kickoff Meeting agenda and minutes. • Task 2.4:Alternatives Analysis Task 2.4.1:Evaluate and Screen Composting Technologies The Consultant offers the City our extensive experience with composting technologies to identify the processes that deserve the most consideration.These include aerated static pile and in-vessel composting.We will evaluate candidate technologies on a monetary and non- monetary capitol and life-cycle basis to result in a recommended technology.It is assumed that the same composting technology would be used for either location at the WWTP. Task 2.4.2:Prepare Conceptual Capital,Annual and Net Present Value(NPV/) Costs Consultant will prepare conceptual capital,annual and present-worth life-cycle costs and other non-monetary evaluation criteria for the treatment options. Evaluation will be limited to three complete alternatives with each alternative including the relevant treatment options.The three complete alternatives would be:the existing landfilling practice; composting at the WWTP site;and composting off site.The alternative for composting at the 5 WWTP site will document major differences between the two candidate site locations at the WWTP. Task 2.4.3:Rank Options with Cost and Non-Monetary Criteria The on-site solids handling and treatment alternatives will be ranked based on cost and non-monetary criteria. Consultant will present rankings and cost at a workshop and a preferred option will be chosen. Task 2.5:Odor Control Evaluation Task 2.5.1:Evaluate Odor Control Technologies Consultant will evaluate odor control technologies to support the composting alternatives analysis and site location.It is assumed that the same odor control technology would be used for either location at the WWTP. Task 2.5.2:Odor Control Recommendation Consultant will recommend a single odor control technology at each site-one for the locations at the WWTP and one for the off-site location. Task 2.6:Workshops No.2 and 3 Workshop No.2 will be 4 hours,attended by the Project Manager,Project Engineer,and Technologist,and will include the following: • Review Task 2.4 Alternatives Analysis results and discuss recommendations.It is anticipated that some follow up analysis will be needed after the workshop • Review Task 2.5 Odor Control Evaluation results and discuss recommendations. Workshop No.3 will be 2 hours,attended by the Project Manager,Project Engineer,and Technologist,and will review the follow up information from Workshop No.2 and finalize recommendations,allowing the team to advance to developing the Task 3 Report. Task 2.4 and 2.5,Deliverables: • Workshop Meeting agenda and minutes. f _ Task 3—Compost Feasibility Study Report Following completion of Task 2,the analyses and workshop information will be documented in a Compost Feasibility Study Report. A draft report will be submitted to the 6 City for review. City comments will be addressed and incorporated in a final report. The contents of the report are anticipated to be as follows: Executive Summary TM 1:Existing Conditions TM 2:Solids Disposal and Biosolids Reuse Options TM 3:Alternatives Analysis TM 4:Odor Control Evaluation TM 5:Recommended Plan TM 6:Project Cost Task 3.1:Prepare Draft Compost Feasibility Study This task includes the compiling all of the Technical Memoranda into chapters of a single integrated draft report document of findings,conclusions,and recommendations for the • project.The report will include conceptual site layouts for recommended facilities (in"red- line"markup format).The report will include Workshop meeting minutes in the appendix. Task 3.2:Workshop No.4,Review Draft Report This workshop will be 2 hours,attended by the Project Manager,Project Engineer,and Technologist.It will include review of the draft report and a discussion of the City's comments on the draft report.The City's comments from review of the draft report and those voiced at Workshop No.4 will be incorporated in the final report. Task 3.3: Final Report and Executive Summary Consultant will incorporate the comments from the City on the draft report and prepare a final Compost Feasibility Study,including an Executive Summary. Task 3 Deliverables: • Workshop Meeting agenda and minutes. • Draft and Final Reports. Task 4—Quality Management The Consultant will carryout a uali assurance program(QAP). The purpose of this AP q tY P � ( ) P P QAP to monitor the quality of the Project through the use of internal quality assurance/quality control(QA/QC)reviews. The Consultant will manage multidiscipline internal QA/QC review activities with the senior review team as needed. A QC review will be performed on process and cost calculations. A formal QC review will be performed prior to the City's review of the draft Report. Task 4 Deliverables: Written documentation of QC reviews. Task 5— Estimate of Probable Construction Cost Based on Feasibility Study documents,Consultant will prepare a process screening level Estimate of Probable Construction Cost.This cost estimate will be prepared without detailed engineering data.The data used will be based on the Feasibility Study Report, scale-up or scale-down factors,and cost data from other projects. It is intended that the estimate will include sufficient contingency to cover expected cost impacts that will be identified as the design evolves. The estimate provided above will be based on the judgment and experience of the Consultant and shall not be construed as a guarantee of cost. In addition,predictions of economic feasibility,operating efficiency,costs and such other matters developed during designs,are forecasts based upon the judgment and experience of the Consultant and shall not constitute a guarantee of the final project cost. In providing opinions of cost,financial analyses,economic feasibility projections,and schedules for the Project,Consultant has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs;competitive bidding procedures and market conditions;time or quality of performance by operating personnel or third parties;and other economic and operational factors that may materially affect the ultimate Project cost or schedule. Therefore,Consultant makes no warranty that City's actual Project costs,financial aspects, economic feasibility,or schedules will not vary from Consultant's opinions,analyses, projections,or estimates. If City wishes greater assurance as to any element of Project cost,feasibility,or schedule, City will employ an independent cost estimator,contractor,or other appropriate advisor. Task 5 Deliverable: RACE Class 5 estimate of probable construction cost to be included in the in TM 6 i • • 8 • . EXHIBIT A Massie Koch Oerke Willem Cowden Jones QC Team(5) SatesMurt AderIn Jacobs Labor Process Process Project PM Proj Eng (Sands) (Compost) Junior Odor Odor QC Odor Cost QC Controls Riddle Cour' f Total Jacobs Labor Task No. Tosk/Subtack Total Total Expenses and Expenses 1.0. Project Management $ 3,920 $ - $ - $ - $ - $ - $ - $ - $ - $ 1,882 S• 350 $6,153 $500 56,653 Task Hours 16 0 0' 0 0 0 0 0 0 16 4 36 2.0 Process Selection 0 5,39D S 6,218 S 735 $ 17.150 S - S - 5 5,880 S - $ - S - S - 035,373 6500 535,873 Task Hours 22 31 1 70 0 0 24 0 0 0 0 150 3.0 Compost Feasibility Study Report $ 2,450 S 6,018 S - 6 7,350 5 2,388 $ 2,878 S 2,695 S - 5 - 5 - S 1,752 .525,530 SO $25,530 Task Hours 10 30 0 30 20 22• 11 0 0 0 20 143 4.0 Quality Management $ 490 $ 401 S - $ - $ - S - S - -$ - S 1,470 $ -• S - 52,361 50 $2.351 Task Hours 2 2 0 0 0 0 0 0 6 0 0 10 5.0 Estimate of Probable Construction Cost S 245 $ 401 S - S - $ • - 5 - $ - S 1,321 $ - 5 - S - $1,967 SO 51.967 Task Hours1 2 D 0 0 0 0 6 0 0 0 9 $71,384 51,000 $72,384 • Hours 51 65 3 100 20 22 356 6 16 24 348 EXHIBIT B CITY OF ASHLAND, OREGON City of Ashland LIVING ALL employers described WAG E below must comply with City of Ashland laws regulating •a ment of a livin. wase. $15.96 per hour, effective June 30, 2021. The Living Wage is adjusted annually every Vaal June 30 by the Consumer Price Index: Employees must be paid a portion of business of their 401K and IRS eligible living wage: employer, if the employer has cafeteria plans(including ten or more employees,and childcare)benefits to the has received financial amount of wages received by assistance for the project or the employee. > For all hours worked under a business from the City of service contract between their Ashland in excess of > Note: For temporary and • employer and the City of $22,310.46. part-time employees,the Ashland if the contract Living Wage does not apply exceeds$22,310.46 or more. > If their employer is the City of to the first 1040 hours worked Ashland,including the Parks in any calendar year. For > For all hours worked in a and Recreation Department. more details,please see month if the employee spends Ashland Municipal Code 50%or more of the > In calculating the living wage, • Section 3.12.020. employee's time in that month employers may add the value working on a project or of health care,retirement, For additional information: Call the Ashland City Administrator's office at 541-488-6002 or write to the City Administrator, City Hall, 20 East Main Street,Ashland, Oregon 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. CITY OF ASHLAND Page 1 of 1: EXHIBIT B EXHIBIT C CERTIFICATIONS/REPRESENTATIONS: Consultant;by and through its authorized representative,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) Consultant 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. Consultant further represents and warrants to City that: (a)it has the power and authority to enter into this Agreement and perform the Work, (b)the Agreement,when executed and delivered,shall be a valid and binding obligation of Consultant enforceable in accordance with its terms, (c)the work under the Agreement shall be performed in accordance with the degree of skill and diligence normally employed by professional engineer standards, and (d) Consultant is qualified,professionally competent,and duly licensed (if applicable)to perform the Work. Consultant also certifies under penalty of perjury that its business is not in violation of any Oregon tax laws, it is an independent contractor as defined in the Agreement, it is authorized to do business in the State of Oregon, and Consultant has checked four or more of the following criteria that apply to its business. _ ✓ (1) Consultant carries out the work or services at a location separate from a private residence or is in a specific portion of a private 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) Consultant assumes financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties,errors and omission(professional liability) insurance or liability insurance relating to the Work or services to be provided. Consultant's signature 3/17/2022 Date Page 1 of 1: EXHIBIT C f . ft • • • • • Mem ° • • TO:Joseph Lessard, City Manager FROM: Chance Metcalf, Senior Project Manager .010 Ii\AVL DATE: April 4, 2022 r . • RE: City Manager Signature Needed for the contract between Jacobs and the City • • • Background: • • The Contract Is between Jacobs Engineering Group and the City to perform the Wastewater Treatment Plant In- , j Vessel ComrpostingFeasibilityStudy. • This project will include an assessment of the Wastewater Treatment Plant Biosolids Alternatives. The initial assessment shall be based upon current andfuture flows, capacity and redundancy requirements, sludge waste • characteristics, ease of operation and maintenance, and ability to meet DEQ requirements. Project deliverables . • will include prioritized recommendations for the Wastewater Treatment Plant In-Vessel Composting Feasibility Study. The goal of this project is to recommend a prioritized In-Vessel Composting Alternative to optimize the wastewater treatment process by improving the biosolids management program. Council Action: N/A—No Council Action needed Other Relevant Information: • The City of Ashland faces a challenging landscape of considerations for beneficial reuse or disposal of solids. Regulatory requirements,public perception, desire for beneficial reuse, operations and maintenance ease, and cost are several of many factors which must be considered. While the City currently hauls unstabilized dewatered sludge to the landfill and has su rcient storage and treatment facilities to continue this practice in the near-term, long-term thinking is required to establish a future biosolids handling plan and back-up plan should the current disposal route become unavailable. • Insurance waived or reduced?No Who to return to if different from sender? Tami Campos,Administrative Analyst-PW Are all other signatures required collected? Yes Are all attachments listed included? Yes • • • CITY OF ASHLAND 20 East Main Street Tel:541-488-6002 Ashland,Oregon 97520 Fax:541-488-5311 www.ashland.or.us TTY: 800-735-2900 ,� CERTIFICATE OFLIABILITYINSURANCE DAT/ 8 /2D/YYYY) ACCPR� 03/18/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS I CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LIC #0437153 1-212-948-1306 CONTACT NAME: Marsh Risk & Insurance Services PHONE FAX CIRTSSupport@ E-MAIL acobs.com (A/C.No.Ext): (A/C.No): 1-212-948-1306 633 W._ Fifth Street ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Los Angeles, CA 90071 INSURER A: ACE AMER INS CO 22667 INSURED INSURER B: Jacobs Engineering Group Inc. INSURER C: C/O Global Risk Management INSURERD: 1000 Wilshire Blvd., Suite 1140 INSURERE: Los Angeles, CA 90017 INSURERF: COVERAGES CERTIFICATE NUMBER: 64764363 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP W /YLIMITS LTR INSD VD POLICY NUMBER (MM/DDYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY HDO G72493503 07/01/21 07/01/22 EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE X OCCUR DAMAGESORENTED 500,000 PREMISES(Ea occurrence) $ X CONTRACTUAL LIABILITY MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY PE% LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY ISA H25545631 07/01/21 07/01/22 COMaaccident)BINEDSINGLELIMIT $ 1,000,000 (E X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY r_ AUTOS ONLY (Per accident) UMBRELLA LIAB _ OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ A WORKERS COMPENSATION WLR C67817540 (AOS) 07/01/21 07/01/22 X STATUTE ERH AND EMPLOYERS'LIABILITY A ANYPROPRIETOR/PARTNER/EXECUTIVE NN N/A SCF C6781762A (WI) 07/01/21 07/01/22 E.L.EACHACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUDED7 A (Mandatory in NH) WCU C67817588 (OH)* 07/01/21 07/01/22 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A PROFESSIONAL LIABILITY EON G21655065 012 07/01/21 07/01/22 PER CLAIM/PER AGG 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) PROJECT MGR: Craig Massie. CONTRACT MGR: Elsa Cervantes. RE: Wastewater Treatment Plant In-Vessel Composting Feasibility Study. CONTRACT NUMBER: 03152022. CONTRACT END DATE: 12/31/2022. SECTOR: Public. CITY OF ASHLAND (OR), and its elected officials, officers and employees are added as an additional insured for general liability and auto liability as respects the negligence of the insured in the performance of insured's services to cert holder under contract for captioned work. Coverage is primary and certificate holder's insurance is excess and non-contributory. *THE TERMS, CONDITIONS, AND LIMITS PROVIDED UNDER THIS CERTIFICATE OF INSURANCE WILL NOT EXCEED OR BROADEN IN ANY WAY THE TERMS, CONDITIONS, AND LIMITS AGREED TO UNDER THE APPLICABLE CONTRACT.* CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF ASHLAND (OR) THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 20 EAST MAIN STREET AUTHORIZED REPRESENTATIVE ASHLAND, OR 97520 USA ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD nyumdonewgalexy 64764363 DATE SUPPLEMENT TO CERTIFICATE OF INSURANCE 03/18/2022 NAME OF INSURED: Jacobs Engineering Group Inc. Additional Description of Operations/Remarks from Page 1: Additional Information: *$2,000,000 SIR FOR STATE OF: OHIO SUPP(05/04) NOTICE TO OTHERS ENDORSEMENT- SCHEDULE- EMAIL ONLY Named Insured Jacobs Engineering Group Inc. Endorsement Number 74 Policy Symbol Policy Number Policy Period Effective Date of Endorsement HDO G72493503 07/01/2021 TO 07/01/2022 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel the Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium,we will endeavor, as set out below,to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule"). You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: i. The beginning of the Policy period, if this endorsement is effective as of such date;or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. ALL-32685(01/11) Page 1 of 2 L All other terms and conditions of the Policy remain unchanged. 6.....° Authorized Representative ALL-32685(01/11) Page 2 of 2 NOTICE TO OTHERS ENDORSEMENT-SCHEDULE - EMAIL ONLY Named Insured Jacobs Engineering Group Inc. Endorsement Number 44 Policy Symbol Policy Number Policy Period Effective Date of Endorsement ISA H25545631 07/01/2021 To 07/01/2022 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel the Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out below,to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule"). You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: i. The beginning of the Policy period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. The Schedule must be in an electronic format that is acceptable to us;and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule,or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. ALL-32685(01/11) Page 1 of 2 All other terms and conditions of the Policy remain unchanged. wirr---- ildpprr Authorized Representative ALL-32685(01/11) Page 2 of 2 Workers'Compensation and Employers'Liability Policy Named Insured Endorsement Number - JACOBS ENGINEERING GROUP INC. 1000 WILSHIRE BOULEVARD SUITE 2100 Policy Number LOS ANGELES CA 90017 Symbol: WLR Number:C67817540 Policy Period Effective Date of Endorsement 07-01-2021 TO 07-01-2022 07-01-2021 Issued By(Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. NOTICE TO OTHERS ENDORSEMENT-SCHEDULE- EMAIL ONLY A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium,we will endeavor, as set out below,to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule"). You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: i. The beginning of the Policy period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. The.Schedule must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date thenotice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule,or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. This Endorsement is not applicable in the states of AZ, FL, ID, ME, NC, NJ, NM,TX and WI. Authorized Representative WC 99 03 68(01/11) - Page1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured Endorsement Number Jacobs Engineering Group, Inc. 36 Policy Symbol Policy Number Policy Period Effective Date of Endorsement EON G21655065 012 07/01/2021 to 07/01/2022 07/01/2021 Issued By(Name of Insurance Company) ACE American Insurance Company NOTICE TO OTHERS ENDORSEMENT—SCHEDULE A. If We cancel or non-renew the Policy prior to its expiration date by notice to You for any reason other than nonpayment of premium, We will endeavor, as set out below, to send written notice of cancellation or non-renewal via such electronic or other form of notification as We determine, to the persons or organizations listed in the schedule that You or Your representative provide or have provided to Us (the Schedule). You or Your representative must provide Us with both the physical and e-mail address of such persons or organizations, and We will utilize such e-mail address and/or physical address that You or Your representative provided to Us on such Schedule. B. The Schedule must be initially provided to Us within 30 days after: i. The beginning of the Policy Period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy Period commences. C. The Schedule must be in a format that is acceptable to Us and must be accurate. D. Our delivery of the notification as described in Paragraph A of this endorsement will be based on the most recent Schedule in Our records as of the date the notice of cancellation or non-renewal is mailed or delivered to You. E. We will endeavor to send or deliver such notice to the e-mail address or physical address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation or non-renewal date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation or non- renewal of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation or non-renewal to the person(s)or organization(s)shown in the Schedule shall impose no obligation or liability of any kind upon Us, Our agents or representatives, will not extend any Policy cancellation or non-renewal date and will not negate any cancellation or non-renewal of the Policy. G. We are not responsible for verifying any information provided to Us in any Schedule, nor are We responsible for any incorrect information that You or Your representative provide to Us. If You or Your representative does not provide Us with a Schedule, We have no responsibility for taking any action under this endorsement. In addition, if neither You nor Your representative provides Us with e-mail address and/or physical address information with respect to a particular person or organization, then We shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. With respect to this endorsement Our, Us or We means the stock insurance company listed in the Declarations, and You or Your means the insured person or entity listed in Item 1 of the Declarations page. All other terms and conditions of this Policy remain unchanged. • MS-36362(04/19) JOHN J. LUPICA, President Authorized Representative • REQUEST FOR PROPOSALS QUALIFICATIONS BASED SELECTION PROFESSIONAL ENGINEERING SERVICES for PROJECT# 2021-10 WASTEWATER TREATMENT PLANT IN-VESSEL COMPOSTING FEASIBILITY STUDY PROJECT NO: 2021-10 PROJECT TYPE: Professional Engineering Services 'PROPOSALS DUE: November 2,2021„not later than 1:00 PM PSI SUBMIT PROPOSALS TO: City of Ashland Public Works Engineering,at Si Winburn Way,,Ashland, OR 97520; or by mail to;20 E, Main St.,Ashland,OR 97520 CITY PROJECT MANAGER: Chance Metcalf, Project Manager PROJECT DURATION: 3-0 Months FI/A1 CITY OF ASHLAND PUBLIC WORKS ENGINEERING 20 E. MAIN STREET ASHLAND OR 97520 541/488-5587 TABLE OF CONTENTS TABLE OF CONTENTS 1 • ADVERTISEMENT 3 SECTION 1-PROJECT OVERVIEW 6 1.1 OBJECTIVES 6 1.2 BACKGROUND INFORMATION 6 SECTION 2-SCHEDULE 9 SECTION 3-SCOPE OF SERVICES 9 3.1 GENERAL REQUIREMENTS 9 3.2 SPECIFIC REQUIREMENTS 10 SECTION 4-EVALUATION CRITERIA 10 4.1 PROJECT APPROACH 10 4.2 PROJECT EXPERIENCE 11 4.3 PROJECT TEAM EXPERIENCE 11 4.4 PROPOSER'S DEMONSTRATED ABILITY TO SUCCESSFULLY COMPLETE SIMILAR PROJECTS ON TIME AND WITHIN BUDGET 11 4.5 TERMINATION FOR DEFAULT 11 4.1 SCORING 12 SECTION 5-EVALUATION PROCESS AND CONSULTANT SELECTION 12 5.1 REVIEW AND ACKNOWLEDGMENT OF DEFECTIVE PROPOSALS 12 5.2 RIGHT OF REJECTION 12 5.3 REFERENCES 13 5.4 RESPONSIBILITY 13 5.5 CLARIFICATION OF RESPONSE 13 5.6 INTERVIEWS 13 5.7 FINALIST SELECTION 14 5.8 TIES AMONG PROPOSERS 14 5.9 NOTICE OF INTENT TO AWARD 14 5.10 CONTRACT NEGOTIATION 14 5.11 PROTEST PROCEDURES 14 5.12 RESULTING CONTRACT 16 5.13 RFP CANCELLATION 16 SECTION 6-CONTRACT 16 • 1 6.1 CONTRACT FORM 16 6.2 BUSINESS LICENSE REQUIRED 17 6.3 INSURANCE REQUIREMENTS 17 6.4 LAWS AND REGULATIONS 17 SECTION 7-INSTRUCTION TO PROPOSERS 18 7.1 GENERAL 18 7.2 INFORMATION OF RECORD 18 7.3 PROPOSAL PREPARATION AND FORMAT 18 7.4 SIGNATURE ON PROPOSAL 18 7.5 PREPARATION COSTS 18 7.6 CONFORMANCE TO SOLICITATION REQUIREMENTS 19 7.7 NOT USED 19 7.8 DEFINITIONS 19 7.9 QUESTIONS AND CLARIFICATIONS 19 7.10 PROTEST OF REQUIREMENTS 20 7.11 PROTEST OF CONTRACT AWARD 20 7.12 PROPOSAL MODIFICATION 21 7.13 PROPOSAL WITHDRAWALS 21 7.14 PROPRIETARY INFORMATION 21 7.15 TERMS AND CONDITIONS 22 7.16 PROPOSAL OPENING 22 • SECTION 8-PROPOSAL FORM 23 EXHIBIT A. CONTRACT FORM INCLUDING CONTRACTOR CERTIFICATION,COA LIVING WAGE AND W-9 25 • • 2 ADVERTISEMENT CITY OF ASHLAND PUBLIC WORKS—REQUEST FOR PROPOSALS QUALIFICATIONS BASED SELECTION for PROFESSIONAL ENGINEERING SERVICES The City of Ashland (City) is seeking Proposals for Professional Engineering Services for the City's Project No.2021-10,WASTEWATER TREATMENT PLANT IN-VESSEL COMPOSTING FEASIBILITY STUDY. This project will include an assessment of the Wastewater Treatment Plant Biosolids Alternatives. The initial assessment shall be based upon current and future flows,capacity and redundancy requirements, sludge waste characteristics,ease of operation and maintenance,and ability to meet DEQ requirements. Project deliverables will include prioritized recommendations for the Wastewater Treatment Plant In- Vessel Composting Feasibility Study. The goal of this project is to recommend a prioritized In-Vessel Composting Alternative to optimize the wastewater treatment process by improving the biosolids management program. Project No. 2021-10 will include, but is not specifically limited to,the following primary work elements: Review,Analyze,Validate,Evaluate,and Recommend an In-Vessel Composting System Proposals must be physically received by November 2,2021, not later than 1:00 PM PST, (main lobby clock) in the City.of Ashland Engineering Office, located at 51 Winburn Way Ashland, OR 97520,or by mail at: 20 E. Main Street,Ashland, OR 97520. Proposers mailing Proposals should allow normal delivery time to ensure the timely receipt of their Proposals. Any proposal received after the date and time set for receipt of Proposals will not be considered and will be'returned to the proposer unopened. • A pre-proposal conference for this project will NOT be held. For further information regarding this RFP,contact Chance Metcalf, Project Manager at(541) 552-2448 or by email at chance.metcalf@ashland.or.us. Consultant selection is anticipated to result in the issuance of a contract for professional engineering services in a form substantially similar to the one provided in this RFP. Proposal documents may be downloaded from the Oregon Buys eProcurement System. Any addenda that may be issued, relating to this RFP will be available from Oregon Buys, and potential proposers are cautioned to continuously monitor the site for updates and addenda. All Proposals shall be submitted as set forth in Section 7-Instructions to Proposers. The City is not responsible for Proposals submitted in any manner,format,or to any delivery point other than as required by this RFP. Proposals shall be limited to six(6) pages and must be from a Professional Engineer registered in Oregon. Consultant selection will be based upon weighed criteria as set forth in this RFP and will include criteria including, but not limited to: similar project experiences,general experience,staffing availability, schedule, and response time. 3 The City of Ashland reserves the right to cancel this procurement or reject any and all Proposals in accordance with ORS 279B.100. Scott A. F u Public Works 'irector First date of solicitation: RFP for Project#2021-10 October 6,2021 4 1 CITY OF ASHLAND DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSALS-QUALIFICATIONS BASED SELECTION PROJECT NO.2021-10 WASTEWATER TREATMENT PLANT IN-VESSEL COMPOSTING FEASIBILITY STUDY SECTION 1-PROJECT OVERVIEW 1.1 Objectives The City of Ashland (City) is seeking proposals from professional engineering consultants to complete Project No.2021-10,WASTEWATER TREATMENT PLANT IN-VESSEL COMPOSTING FEASIBILITY STUDY. This project will include an assessment of the Wastewater Treatment Plant Biosolids Alternatives. The initial assessment shall be based upon current and future flows,capacity and redundancy requirements, sludge waste characteristics, ease of operation and maintenance, and ability to meet DEQ requirements. Project deliverables will include prioritized recommendations for the Wastewater Treatment Plant In- Vessel Composting Feasibility Study. The goal of this project is to recommend a prioritized In-Vessel Composting Alternative to optimize the wastewater treatment process by improving the biosolids management program. 1.2 Background Information The City owns and operates the wastewater collection and treatment system works to meet the needs of the residents, businesses, institutions, and industries within the City limits. The City's wastewater collection system service area is approximately 6.5 square miles with 7,514 connections: 6,336 residential, 1,093 commercial, and 85 restaurant.connections. The collection system contains nearly 110 miles of gravity sewer pipelines, and seven pump stations. Installation of the collection system dates to the early 1900s. The current population of 21,238 (2015) adds a dry weather average flow of 2.3 million gallons per day (mgd)to the treatment plant. This flow represents a load of 3,475 pounds carbonaceous biochemical oxygen demand (CBOD) and 4,200 pounds total suspended solids (TSS). Ashland has had a waste treatment system since the 1900s. The plant,with its current oxidation ditch process, has been fully operational since 2002. Tertiary membrane filtration was added in 2003. Wastewater Treatment Plant Operation Wastewater System The City's Wastewater Treatment Plant was designed for an average day dry-weather flow(ADWF) of 2.1 MGD and average day wet weather flow(AWWF) of 2.3 mgd with a population of 21,238 (2015 data). Flows increase during wet weather months with peak flows in January of roughly 125%of average. The Wastewater Treatment Plant can sustain instantaneous peaks,typically corresponding to rain events,of more than 10 mgd. City collection system staff are aggressively assessing reduction of inflow/infiltration. 6 General Process Description The City of Ashland's Wastewater Treatment Plant operates an advanced secondary treatment system for five months (December 1-April 30),and a tertiary system the remaining seven months (May 1- November 30). Currently the effluent discharges into Ashland Creek approximately 1/4 of a mile above the confluence of Bear Creek. Both the secondary and tertiary systems discharge an effluent that is within regulatory standards as established in the City's National Pollutant Elimination Discharge System (NPDES) permit. - Secondary Treatment The City of Ashland's Wastewater Treatment Plant consists of grit removal and screening, biological nutrient removal(BNR) process in an oxidation ditch system to treat the wastewater along with secondary clarification, UV disinfection and post aeration. Alum addition and a tertiary membrane filtration system operate from May 1st to November 30th to ensure strict phosphorous limits are met. The Carrousel Oxidation Ditches and secondary clarifiers are the major unit processes responsible for removing the carbonaceous biochemical oxygen demand (CBOD),total suspended solids (TSS)and nutrients from the wastewater.The Carrousel Oxidation Ditch process is a variation of the traditional oxidation ditch activated sludge process.The unique features of the Carrousel include the basin configuration and the device used to provide aeration and mixing.The Carrousel basins are typically deeper than standard oxidation ditches and turbine aerators are used instead of brush aerators. The anoxic basin on each Carrousel Oxidation Ditch consists of a 0.35 million gallon concrete tank at the head end of each ditch. Each anoxic basin is equipped with a 15-hp submerged turbine mixer to keep the solids in suspension. Raw sewage mixed with RAS enters the anoxic basin at the southern end through the splitter box. Each oxidation ditch consists of a 1.7 million gallon racetrack-shaped concrete basin. Each of the basins is equipped with two 100-hp surface aerators. Mixed liquor from the oxidation ditches flows in a common 30-inch diameter pipe to the mixed liquor splitter box where it is distributed to the three secondary clarifiers. The secondary clarifiers perform several functions simultaneously: clarification;settling;thickening; and solids removal as part of the secondary treatment process.Sludge that accumulates on the bottom of the clarifier flows by gravity to the return activated sludge/waste activated sludge (RAS/WAS) Pump Station. Biomass not required in the secondary system is wasted through the WAS system.WAS is then dewatered, using centrifuges. Operators currently haul dewatered solids to the landfill. Tertiary Treatment The membrane microfiltration system (Zenon) is located immediately downstream of the secondary clarifier. This tertiary treatment system is designed to provide a high-quality effluent for direct discharge to Ashland Creek. The City operates the tertiary system seven months out of the year,from May 1st until November 30th to meet the Department of Environmental Quality(DEQ) phosphorus discharge limit of 1.6 lbs/day.The system has four membrane treatment trains immersed in open tanks which operate in parallel. The feed water comes directly from the secondary clarifiers,and enters the membrane tank inlet distribution channel. Aluminum Sulfate (Alum) is introduced just upstream of the secondary clarifiers to precipitate the phosphorus. The remaining treated effluent is moved through each membrane under a low differential pressure vacuum permeate pump. Reject water from periodic back-pulsing of the membranes is pumped back through the secondary treatment process. Membrane filter cassettes have been recently replaced on a 12 year cycle. Anticipated NPDES Temperature Requirements The Clean Water Act(CWA) establishes the basic structure for developing water quality standards for waters of the U.S. and regulating discharges of pollutants into these waters to ensure that water quality standards are met. Municipal wastewater discharges to surface waters are regulated under the National Pollutant Discharge Elimination System (NPDES) permit program. For water quality impaired streams such as Bear Creek, DEQ establishes Total Maximum Daily Loads (TMDLs)to determine how much of a pollutant a water body can receive and still meet water quality standards. Two TMDLs have been developed for Bear Creek: • 1992 Bear Creek TMDL—developed criteria for phosphorus, ammonia,and chlorine • 2007 Bear Creek TMDL—developed criteria for sediment, bacteria,and temperature These TMDLs establish targets for point sources (e.g.Ashland's wastewater treatment plant) and non- point sources(e.g. irrigation districts). The 1992 TMDLs were addressed as part of the 1998 wastewater treatment plant upgrades,which included replacing the chlorination system with ultraviolet disinfection and adding membrane filtration to the treatment process to remove phosphorus. The City's existing NPDES permit,which was issued in May 2004, does not address the 2007 Bear Creek TMDL. The permit expired in December 2008 but was administratively extended by DEQ and is now up for renewal. DEQ has indicated that the renewal will include restrictions on excess thermal loads, thermal plumes,and copper. By regulation, NPDES permits must be updated to meet new regulations during the renewal period. The City of Ashland is almost complete with the renewal of the NPDES permit. BIOSOLIDS HANDLING The City of Ashland must have a reliable means of disposal for its sludge,since it is produced on a continuous basis and there is limited existing storage on-site.The estimated amount of sludge produced is shown in the table below. Estimated Average Annual Biosolids Produced Year' Description , 2010, - 2030 Avg. wet tons per day 10.0 12.8 Avg. dry tons per day* 2.0 2.6 Depending on the level of treatment, biosolids may be sold or given to the public as fertilizer, applied to agricultural land or hauled to a landfill. Currently the City of Ashland disposes of their unstabilized dewatered sludge in the Dry Creek Landfill, and has adequate sludge storage and treatment facilities to manage their sludge through 2030 if this practice continues. If this option should become unavailable or if it isdesired to beneficially reuse the biosolids for fertilizer,the City would be required to treat their sludge to produce Class A or B biosolids.Therefore,it is important that a backup disposal plan be identified. Biosolids management is also an important part of the evaluation of treatment plant improvement alternatives.While the quantity and characteristics of biosolids generated are somewhat dependent on the treatment processes utilized,the ultimate disposal method is the controlling factor in evaluating the feasibility of various biosolids handling methods. Alternates for sludge stabilization, dewatering and disposal are evaluated that may reduce 8 the quantity of biosolids produced, improve the quality of the final end product, reduce disposal costs,and provide a more environmentally friendly alternative to landfilling. 1.3 Reference Documents • 2003 Wastewater Treatment plant as built drawings (Carollo Engineers). • 2012 Comprehensive Sanitary Sewer Master Plan (Keller Associates) • 2014 Wastewater Facilities Plan (Keller Associates) • 2019 Wastewater Treatment Plant Facilities Assessment(Jacobs Engineering) SECTION 2-SCHEDULE The schedule of events listed below represent City's estimated schedule for this request for proposal. This schedule is SUBECT TO CHANGE and will be adjusted as required. EVENT DAILY COUNT(CALENDAR DAYS) DATE 1 Request for Proposal Released 0 10/06/21 2 Last Date for Request for changes/Protest for 11 days prior to Proposal Closing 10/22/21 Specifications/Questions 3 Last Date for City to Post Addendum 4 days prior to Proposal Closing 10/29/29 4 Closing Date(last day to submit Proposals) 27 days after Proposal Release 11/02/21 5 Responses Evaluated 15 days after Closing Date 11/17/21 6 Interviews Held (if necessary) 24 days after Closing Date 11/26/21 7 Intent to Award Announced ''31 days after Closing Date 12/03/21 8 Contract Negotiations ^'43 days after Closing Date 12/15/21 9 Expected Project Completion 6 months after Contract Award 06/15/22 SECTION 3-SCOPE OF SERVICES 3.1 General Requirements • Personnel, Materials,& 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. • Safety Equipment: The Consultant shall provide and use all safety equipment including, and not limited to hard hats,safety vests and clothing required by State, Federal regulations and Department policies and procedures. • 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 will all applicable codes and standards. • Project Management: The Consultant and the City staff will meet as required during project duration. The objectives of the meeting will include reviewing the scope, budget,schedule and deliverables.The Consultant will organize and manage the consultant project team and coordinate with city project manager and City staff. 9 • • Monthly Invoices and Progress Reports:The Consultant shall prepare monthly invoices and progress reports including the following: - Work Completed during the month by work task as a percentage of completion. - Needs for Additional Information, Reviews,or Changes to the Scope of Work. - Scope,Schedule, and Budget Issues and Changes. 3.2 Specific Requirements The City of Ashland(City) is seeking qualifications-based proposals from professional engineering consultants to complete Project 2021-10,WASTEWATER TREATMENT PLANT IN-VESSEL COMPOSTING FEASIBILITY STUDY.This project will include an assessment of the Wastewater Treatment Plant Biosolids Alternatives. The initial assessment shall be based upon current and future flows, capacity and redundancy requirements,sludge waste characteristics, ease of operation and maintenance, and ability to meet DEQ requirements. Project deliverables will include prioritized recommendations for the Wastewater Treatment Plant In-Vessel Composting Feasibility Study. The goal of this project is to recommend a prioritized In-Vessel Composting Alternative to optimize the wastewater treatment process by improving the biosolids management program. ' 3.2.1 Consultant Duties:Wastewater Treatment Plant In-Vessel Composting Feasibility Study: Review,Analyze,Validate, Evaluate,and Recommend an In-Vessel Composting System 1. Review reference documents and existing system. 2. Analyze Biosolids Alternatives based on the 2014 Wastewater Facilities Plan. 3. Validate In-Vessel Composting Alternative. 4. Evaluate and provide alternatives for In-Vessel Composting Systems and provide preliminary cost analysis. Alternatives analysis shall incorporate the following at a minimum: a. develop design criteria vetted through City's project team. b. ability to meet DEQ requirements and potential future requirements. c. capacity to meet future sludge requirements. d. use of existing Wastewater Treatment Plant Property or another City Property that would have better space utilization and optimization. e. discuss advantages and disadvantages for each alternative. f. ease of operation and maintenance. g. cleaning requirements and frequency(and costs). 5. Recommend preferred alternative a. Recommendation shall be from reliable validated source. b. Recommendation should include preliminary costs for purchase, installation and annual operation (energy and maintenance). SECTION 4-EVALUATION CRITERIA Written proposals will be evaluated and scored and a contract may be awarded based upon the proposer's qualifications and experience as described below: 4.1 Project Approach (20 Points Possible) Provide a description of your firm's approach to complete a successful assessment of the Wastewater Treatment Plant In-Vessel Composting Feasibility Study. Describe your ability to meet the City's goals and intent of the proposed project. Include a summary of your quality control program. 10 4.2 Project Experience (20 Points Possible) a. Describe how your firm is organized and how its resources will be utilized to complete the work. b. Provide a summary of relevant design and construction experience. c. Provide a concise description of at least three projects in the last 10 years, involving similar work to that listed in the scope of work. d. Indicate which members of the proposed project team, if any,who worked on the example projects, and will be involved along with their involvement. These team members should be included in the Key Persons list submitted in 4.3(b) below. e. Submit references for three of the projects described above. Include the Owners name, organization name,contact name,contact email and phone. 4.3 Project Team Experience (30 Points Possible) a. Provide a description of the proposed organizational structure to be used for the project. b. Provide a list of the key staff proposed for this project("Key Person(s)"), a concise summary of their role, and a description of their relevant experience for this project. c. Submit resumes (no more than five resumes should be submitted*)that support each Key Person's relevant experience. d. Indicate which individual will manage the project and be the primary contact. Indicate the specific experience this individual has managing project similar to the proposed treatment plant project. *Submitted as Appendix A, will not count against page limit. 4.4 Proposer's Demonstrated Ability to Successfully Complete Similar Projects on Time and Within Budget (30 Points Possible) For each of the three(3) projects listed in response to 4.2(c), provide a discussion of whether the project was completed on time and on budget or needed to be revised. Briefly explain the reason for any revisions,and what attempts were made to bring the project back on schedule and within budget. 4.5 Termination for Default (Pass or Fail) Proposers shall indicate if they have had a contract terminated for default in the last five years. Termination for default is defined as notice to stop performance that was delivered to the Proposer due to the Proposer's non-performance or poor performance and the issue of performance was either(a) not litigated due to inaction on the part of the Proposer,or(b) litigated and determined that the Proposer was in default. - NOTE: If a Proposer has had a contract terminated for default in this period,then the Proposer shall submit full details including the other party's name, address and phone number.;City of Ashland will evaluate the facts and may,at its sole discretion, reject the proposal on the grounds of past performance. 11 4.1 Scoring CATEGORY POSSIBLE POINTS POINTS SCORING 1. Project Approach 20 2. Project Experience 20 3. Project Team Experience 30 4. Demonstrated Ability to Successfully 30 Complete Projects on Time and Within - Budget 5. Termination for Default P/F Total 100 SECTION 5-EVALUATION PROCESS AND CONSULTANT SELECTION Proposals will be reviewed and evaluated by an evaluation committee of reviewers consisting of at least three City employees. The total number of points possible for written proposals is 100 and an additional 100 points may be scored through the interview process. 5.1 Review and Acknowledgment of Defective Proposals Due to limited resources,City generally will not completely review or analyze proposals that on their faces fail to comply with the minimum mandatory requirements of the solicitation documents nor will City generally investigate the references or qualifications of such proposals. Therefore, City will not acknowledge whether or not an unsuccessful proposal was complete, responsive, responsible,sufficient, or lawful in any respect. This is a public solicitation,the processes and procedures which are established and required by Oregon law and the Ashland Municipal Code. Proposers are advised to strictly follow the process, procedures, and requirements as set forth in the RFP documents and not anticipate or rely on any opportunity to negotiate, beyond such limitations that are identified herein. 5.2 Right of Rejection Proposers must comply with all terms of this RFP,and all applicable local,state,and federal laws, administrative rules and regulations. The City may reject any proposal that does not comply with all of the material and substantial terms, conditions, and performance requirements of this RFP. Proposers may not qualify the proposal nor restrict the rights of the City. If a Proposer does so,the City may determine the proposal to be a non-responsive counter-offer, and the proposalmay be rejected. Minor informalities that may be waived include those that: • do not affect responsiveness, • are merely a matter of form or format, • do not change the relative standing or otherwise prejudice other offers, • are trivial, negligible,or immaterial in nature, • do not reflect a material change in the work,or, • do not constitute a substantial reservation against a requirement or provision of this RFP. The City reserves the right to refrain from making an award if the City determines that to be in its best interest. 12 A proposal from a debarred or suspended Proposer shall be rejected. 5.3 References City reserves the right to investigate any and all references and the past performance information provided in the proposal with respect to Respondent's successful performance of similar projects, compliance with specifications and contractual obligations,completion or delivery of a project on a schedule,and lawful payment of employees and workers. City reserves the right to check any and all sources for information and to include sources for information and to include sources other than the references provided in the Proposer's proposal. City may consider information available from any such source including government bodies and regulatory authorities in evaluating respondents. 5.4 Responsibility City reserves the right to investigate and evaluate, at any time prior to award and execution of the Contract,the apparent successful Proposer's responsibility for performing the Contract. Submission of a signed proposal shall constitute approval for City to obtain any information City deems necessary to conduct evaluation. City reserves the right to request additional information or documentation from the successful Proposer prior to award of contract. Such information may include, but is not limited to,current and recent balance sheets, income statements, cash flow statements,or a performance bond from an acceptable surety. Failure to provide this information will result in rescission of City's Intent to Award. City may postpone the award of Contract after announcement of the apparent successful Proposer in order to complete its investigation and evaluation. Failure of the apparent successful Proposer to demonstrate responsibility shall render the Proposer non-responsible and shall constitute grounds for rejection of the proposal. 5.5 Clarification of Response City reserves the right to request clarification of any item in any proposal, or to request additional information necessary to properly evaluate a particular proposal. All request for clarification and responses shall be in writing. During the evaluation of Proposals, Proposers must respond to any request for clarification from the Evaluation Committee within 24 hours of request(Monday through Friday). Inability of the Evaluation Committee to reach a Proposer for clarification and/or failure of a Proposer to respond within the time stated may result in rejection of the Proposer's Proposal. 5.6 Interviews The outcome of the proposal evaluations may result in placement on an interview(short-listed) with time and date of the interview. Should City elect to hold interviews,the total additional points possible for the interview will be 100. City may invite up to three(3)of the highest-ranked firms (or at a natural break in scoring)to interview. The Firm's Key Persons, as identified by City shall be prepared to attend the interview within five (5) business days of notification by City, and shall be prepared to answer questions 13 provided with the Interview Invite letter,and questions that will be provided at the time of the interview, and discuss the Firm's proposed project approach. 5.7 Finalist Selection The proposer with the highest total score as a result of written proposal scoring and interview scoring, if conducted,will be considered the Finalist,and all other proposers will be ranked according to next highest score,etc. 5.8 Ties among Proposers If City determines after the ranking of potential firms,that two or more of them are equally qualified to be the Finalist,City may select a candidate through any process that the City believes will result in the best value for taking into account the scope,complexity and nature of the Work. The process shall instill public confidence through ethical and fair dealing, honesty and good faith on the part of City and Proposers and shall protect the integrity of the public contracting process. As part of the procedure for choosing the Finalist between two or more equally qualified candidates,City may elect to give a preference to a local consulting firm. 5.9 Notice of Intent to Award After the completion of the evaluation and ranking,the City will issue a written Notice of Intent to Award, naming the Finalist,and send copies to all Proposers. 5.10 Contract Negotiation City will begin negotiating the fees for the project, along with expanded scope of work detail,with the highest ranked Proposer and specifically,conduct direct negotiations toward obtaining written agreement on: a) Contractor's performance obligations and schedule;and any expansion of the Scope of Work. b) Contractor's fees, payment methodology,and a maximum amount payable to Contractor for the Work required under the Contract that is fair and reasonable to City determined solely by City,taking into account the value,scope, complexity and nature of work. c) Any other provisions City believes to be in the City's best interest to negotiate. d) Initial negotiations will be based upon Contract Phase 1. City shall,either orally or in writing,formally terminate negotiations with the highest ranked Proposer if City and Proposer are unable for any reason to reach agreement on a Contract within a reasonable amount of time. City may thereafter negotiate with the second ranked Proposer, and if necessary,with the third ranked Proposer,and so on, until negotiations result in a Contract. If negotiations with any Proposer do not result in a Contract within a reasonable amount of time,as determined solely by City,City may end the particular formal solicitation. Nothing in the rule precludes City from proceeding with a new formal solicitation for the same Work described in the RFP that failed to result in a Contract. 5.11 Protest Procedures City shall provide to all Proposers a copy of the selection notice that City sent to the highest ranked Proposer. A Qualified Proposer who claims to have been adversely affected or aggrieved by the selection of the highest ranked Proposer may submit a written protest of the selection to the City. A 14 Proposer submitting a protest must claim that the protesting Proposer is the highest ranked Proposer because the Proposals of all higher ranked Proposers failed to meet the requirements of the RFP or because the higher ranked Proposers otherwise are not qualified to perform the Architectural, Engineering,or Land Surveying Services,or Related Services described in the RFP. Eligible Proposers protesting award shall follow the procedures described herein. Protests that do not follow these procedures shall not be considered. This protest procedure constitutes the sole administrative remedy available to Proposers. a) Protests must be received within seven (7) days after issuance of the notice of intent to award the Contract. City will not consider late protests. b) All protests must be in writing,signed by the protesting party or an authorized Agent. The protest must specify the grounds for the protest in order for the protest to be considered by the City. c) City's Public Works Director will review the protest and will fax and mail the protesting party a written response within three (3) business days of receipt of the written protest to the fax number and address provided in the bid of proposal. Any written response may be comprised of a determination of the protest,a notice to the protesting party of the need for additional time in which to evaluate the matter,or other notice to the protesting party. d) If the Public Works Director's determination (response) is adverse to the protester, any further appeal of the Public Works Director's determination by the party must be submitted in writing to the City Administrator within three(3) business days of issuance of the Public Works Director's determination (response). e) The City Administrator will review any appeal of the Public Works Director's determination and shall fax and mail, in accordance with the fax number and address provided in the proposal,the protesting party a written response within three (3) business days of receipt of written appeal. f) If the determination of the City Administrator is adverse to the protesting party's interest, the protesting party may only appeal to the City Council by filing a written notice of appeal to the Council with the City Administrator within two (2) business days of issuance of the City Administrator's written determination. g) The Council, in considering the protest,shall review the documentation presented to the Public Works Director and the City Administrator on the next regularly scheduled Council Meeting, but in no event shall they be required to review in less than ten (10) business days, and thereafter, base their decision on such material. The Council review will be limited to the evaluation of compliance with the City's policies and procedures, requirements of the RFP and the equal and fair application of City's contracting rules. The City Council's determination shall be City's final decision. An adversely affected or aggrieved proposer must exhaust all administrative remedies before seeking judicial review of City's Consultant selection or Award of Contract decision. 15 5.12 Resulting Contract Upon reaching a final agreement in regards to fees and final scope of work with an awarded Proposer, City will issue a Personal Services Contract('PSC"), in substantially the same form as found in Exhibit A to this RFP. The PSC will include the City's Standard Terms and Conditions,the final scope of work, and all fees. 5.13 RFP Cancellation City may reject any and all proposals and may cancel this RFP at any time if doing so would be in the public interest as determined by the City. In no event shall the City have any liability for the cancellation of this solicitation. SECTION 6-CONTRACT 6.1 Contract Form The proposer selected by the City will be expected to enter into a written contract in substantially similar form to the one attached to this RFP in "EXHIBIT A". The proposal should indicate acceptance of the City's contract provision. Suggested reasonable alternatives that do not substantially impair City's rights under the contract may be submitted as outlined under Section 7.9. Unconditional refusal to accept the contract provisions will result in proposal rejection. Contract Duration—The anticipated duration is 3-6 months. Contract Payment—Contingent upon City's need,consultant's performance and availability of approved funding,City reserves the right to amend the contract(within the scope of the project described in this RFP)for additional tasks, project phases and compensation as necessary to complete a particular project. Proposers are advised that the award and potential dollar amount of the contract under this RFP will be contingent upon approval by the Ashland City Council acting as the Local Contract Review Board. Payment will be made for completion of, or acceptable monthly progress on,tasks and deliverables in conformance with contract requirements and applicable standards. The method of compensation will be determined by the City and may be based upon any one or combination of the following methods: • Cost plus fixed-fee, up to a maximum NTE amount • Fixed price for all services. Fixed price per deliverable. Fixed price per milestone • Time and materials, up to a maximum NTE amount(City preferred method) • Price per unit Ashland Living Wage Requirements—Consultant is required to comply with Chapter 3.12 of the Ashland Municipal Code by paying at least the living wage as established by the City of Ashland on June 30, 2021 ($15.96 per hour): • For all hours worked under a service contract between their employer and the City if the contract exceeds$22,310.46 or more. • 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 portion of business of their employer, if the employer has ten or more employees and has received financial assistance for the project or business from the City in excess of$22,310.46. 16 • Contractor is also required to post the notice included in the appendix predominantly in areas where it will be seen by all employees. • In calculating the living wage for full time employees,employers may add the value_of health care, retirement,401K and IRS eligible cafeteria plans,and other benefits to the employee's wages. The City of Ashland Living Wage Statement is appended to the sample contract included in the appendix. 6.2 Business License Required The selected proposer must have or acquire a current City of Ashland business license prior to conducting any work under this contact. 6.3 Insurance Requirements Contactor shall at its own expense provide 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. Professional Liability insurance with a combined single limit,or the equivalent, of not less than $2,000,000 for each claim, incident or occurrence. This is to cover damages caused by error, omission or negligentacts related to the professional services to be provided under this contract. c. General Liability insurance with a combined single limit,or the equivalent,of not less than $2,000,000 for each occurrence for bodily injury and property damage. It shall include contractual liability coverage for the indemnity provided under this contract. d. 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. e. 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. Additional Insured/Certificates of Insurance. Contractor shall name The City of Ashland, Oregon, and its elected officials,officers and employees as additional insurers on any insurance policies required herein but only with respect to contractor's services to be provided under this contract. As evidence of the insurance coverage required by this contract,the contractor shall furnish acceptable insurance certificates and endorsements prior to commencing work under this contact. The certificate will specify all of the parties who are additional insures. The consultant's insurance is primary and non- contributory. 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 e contractor shall be financially responsible for all pertinent deductibles,self-insured retention and/or self-insurance. 6.4 Laws and Regulations The proposer is assumed to be familiar with all Federal,State, County or City laws or regulations,which in any manner affect those engaged or employed in the work or the materials or equipment used or which in any way affect the conduct of the work, and no pleas of misunderstanding will be considered on account of ignorance thereof. If the proposer shall discover any provision in these specifications or project information, plans or contract documents which is contrary to or inconsistent with any law or regulations,they shall report it to the City of Ashland in writing. 17 All work performed by the successful proposer shall be in compliance with all Federal,State,County and local laws, regulations and ordinances. Unless otherwise specified,the successful proposer shall be responsible for applying for applicable permits and licenses. SECTION 7-INSTRUCTION TO PROPOSERS 7.1 General All contracts are subject to the requirements of the Ashland Municipal Code Chapter 2.50, Oregon Revised Statutes Chapters 279A and 279B. Engineering contracts are further subject to ORS Chapter 279C. 7.2 Information of Record This Request for Proposal (RFP)will be distributed through the Oregon Buys eProcurement System. All updates,addenda, and related communications will be published through Oregon Buys. All prospective proposers are advised to continuously monitor the website for information regarding this proposal. It is the sole responsibility of the proposer to check the website on a timely basis for critical information regarding the proposal. 7.3 Proposal Preparation and Format • Proposals shall be typewritten 12 point font minimum. • Except for proposer attachments, proposal form and resumes,the proposal shall contain no more than 12 pages. • Proposal narrative must follow along with scoring criteria sections • No oral,telegraphic,telephone or facsimile proposals shall be accepted.. • The electronic submission of a proposal will not be permitted. • To be considered,all proposals must be received by the City prior to the hour and date of the advertised proposal closing. • A total of six originals (wet signatures), and complete proposals shall be submitted to the City prior to the advertised proposal closing date and time. • 1 digital copy of all submitted documents must be submitted on CD or thumb drive. 7.4 Signature on Proposal Proposals shall be signed in ink by an authorized representative of the Proposer. Signature on a proposal certifies that the proposal is made without connection with any person,firm or corporation making a proposal for the same goods and/or services and is in all respects fair and made without collusion or fraud. Signature on a proposal also certifies that the Proposer has read,fully understands and agrees with all solicitation requirements,terms and conditions. No consideration will be given to any claim resulting from proposing without fully comprehending all requirements of the Request for Proposals. 7.5 Preparation Costs The City may cancel a solicitation,whether informal or formal,or reject all proposals,without liability incurred by City at any time after issuing an RFP, if City believes it is in City's interest to do so. Proposers are responsible for all costs they may incur in connection with submitting Proposals and responses to RFPs,which includes, but is not limited to:submittal preparation,submittal,travel expenses, interviews, presentations,or evaluation of any proposal. 18 w ' 7.6 Conformance to Solicitation Requirements Proposals shall conform to the requirements of this Request for Proposals. All necessary attachments (Bidder Residency information, Independent Contractor Certification,etc.)shall be submitted with the proposal and in the required format. Failure to comply with all requirements may result in proposal rejection. 7.7 Not Used 7.8 Definitions For the purpose of this RFP: "Agency"or"City"means City of Ashland. "Business days"means calendar days,excluding Saturdays,Sundays and all City recognized holidays. "Calendar days"or"days"means any day appearing on the calendar,whether a weekday,weekend day, national holiday,State holiday or other day. "Council"means City of Ashland Council "Department" means the City of Ashland Engineering Department "Manager" means the City of Ashland Project Manager "Proposers"-All firms submitting Proposals are referred to as Proposers in this document;after negotiations, an awarded Proposer will be designated as"Consultant". "Qualification Based Selection"or"QBS" (for the purposes of this RFP) means evaluations and scoring of proposals based on qualifications,experiences and project approach,without considering cost. "RFP"means Request for Proposal. "RFQ" means Request for Qualifications. "Scope of Work" means the general character and range of services and supplies needed to complete the work's purpose and objectives,and an overview of the performance outcomes expected by Agency. "Services" means the services to be performed under the Contract by the proposer. "Statement of Work"means the specific provision in the final Contract which sets forth and defines in detail (within the identified Scope of Work)the agreed-upon objectives, expectations, performance standards,services, deliverables,schedule for delivery and other obligations. 7.9 Questions and Clarifications All inquiries,whether relating to the RFP process, administration,deadline or award,or to the intent or technical aspects of the services, must be submitted in writing to the City's Project Manager listed in the advertisement for this proposal,at 20 East Main Street,Ashland, Oregon 97520. All questions must be received not later than ten (10)calendar days prior to the proposal submission deadline. Answers to questions received by City,which are deemed by City to be substantive,will be issued as • official addenda to this RFP to ensure that all proposers base their proposals on the same information. When appropriate, as determined by City in its sole discretions, revisions,substitution or clarification of the RFP or attached terms and conditions,an official addendum to this RFP will be issued. Proposer shall indicate receipt of all issued addenda by indicating the number of addendum received on the Proposal Form. Any addendum or addenda issued by the City which may include changes,corrections, additions, interpretations or information, and issued seventy-two (72) hours or more before the scheduled closing 19 time for submission of bids,Saturday,Sunday and legal holidays not included,shall be binding upon the proposer. The City may elect to email addendum to registered proposers but will do so as a courtesy only. All official addendum's will be issued through Oregon Buys and it shall be the proposer's sole responsibility to acquire any and all addendum pertaining to RFP. The proposer is strongly cautioned to monitor this site on a continual basis. 7.10 Protest of Requirements Proposers may submit a written protest of any provision,specification or contract term contained in this RFP and may request a change to any provision,specification or contract term contained in this RFP, not later than ten (10)calendar days prior to the advertised proposal closing date. A proposer's written protest must meet the following requirements: • A detailed statement of the legal and factual grounds for the protest. • The reason for the protest or request for change. • A statement of the form of relief requested or any proposed changes to the specifications or contract document. All protests shall be mailed or otherwise delivered to the City marked as follows: PROPOSAL PROTEST Proposal No.2021-10 City of Ashland Public Works Dept. ATTN: City of Ashland Public Works-Engineering,at 51 Winburn Way,Ashland,OR 97520; or by mail to:20 E. Main St.,Ashland,OR 97520 City Response:The City may reject without consideration a proposer's protest after the deadline established for submitting protest. The City shall provide notice to the applicable proposer if it entirely rejects a protest. If the City agrees with the proposer's protest, in whole or in part,the City shall either issue an addendum reflecting its determination or cancel the solicitation. Extension of Closing: If the City receives a written protest from a proposer in accordance with this rule, the City may extend closing if the City determines an extension necessary to consider the protest and to issue addenda, if any,to the solicitation of document. Judicial review of the City's decision relating to a specification protest shall be in accordance with ORS. 2796.405. 7.11 Protest of Contract Award Every proposer who submits a proposal shall be notified,of its selection status. Any proposer who claims to have been adversely affected or aggrieved by the selection or any proposer who contends that the provisions of the RFP or any aspect of the procurement process has promoted favoritism in the award of the contract or has substantial diminished competition, must file a written protest to the RFP within seven (7)calendar days after the date of the selection notice. 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 Chapter 279A, 2796, 279C the City of Ashland Local Contract Review Board Rules or the City's procedures for screening and selection of persons to perform personal services. 20 7.12 Proposal Modification Modifications or erasures made before proposal submission shall be initialed in ink by the person signing the proposal. Proposals,once submitted, may be modified in writing before the time and date set for proposal closing. Any modification shall be prepared on company letterhead,shall be signed by an authorized representative,and shall state that the new document supersedes or modifies prior proposal submissions and any other prior proposal modifications. Proposal modifications shall be submitted in a sealed envelope clearly marked "Proposal Modification," identifying the RFP number and closing date and time. Proposers may not modify proposals after proposal closing date and time. 7.13 Proposal Withdrawals Proposals may be withdrawn in writing on company letterhead signed by an authorized representative and received by the Engineering Services Manager prior to the date and time set for closing. Proposals may be withdrawn in person before the date and time set for closing upon presentation of appropriate identification. 7.14 Proprietary Information The City is subject to the Oregon Public Records Laws (ORS 192.311 to 192.478),which require the City to disclose all records generated or received in the transaction of City business, except as expressly exempted. The City will not disclose records submitted by a Proposer that are exempt from disclosure under the Oregon Public Records Law,subject to the following procedures and limitations. The entire Proposal cannot be marked confidential, nor shall any pricing be marked confidential. All pages containing the records exempt from disclosure shall be marked "confidential" and segregated in the following manner: _ • These pages shall be kept separate from the other Proposal documents in a separate envelope or package. • Where the specification conflicts with other formatting and response instruction specifications, this specification shall prevail. • Where such conflict occurs,the Proposer is instructed to respond with the following: "Refer to confidential information enclosed." • The statement"Refer to confidential information enclosed"shall be inserted in the place where the requested information was to have been placed. Proposers who desire that additional information be treated as confidential must mark those pages as "confidential." Proposers shall also cite the specific statutory basis for the exemption and give the reasons why the public interest would be served by the confidentially. Should a Proposal be submitted as described in this section, no portion of it will be held confidential unless that portion is segregated as described in the criteria above. Notwithstanding the above procedures,the City reserves the right to disclose information that the.City determines, in its sole discretion, is not exempt from disclosure or that the City is directed to disclose by the City's Attorney,the District Attorney, or a court of competent jurisdiction. 21 7.15 Terms and Conditions Unless an official addendum has modified or reserved the right to negotiate any terms contained in the contract or exhibits thereto,City will not negotiate any term or condition after the protest deadline, except the statement of work, pricing,and calendar with the selected proposer. By submitting a Proposal,the selected proposer agrees to be bound by the terms and conditions as set forth in this RFP and as they may have been modified or reserved by City for negotiation. Any Proposal that is received conditioned upon City's acceptance of any other terms and conditions or rights to negotiate will be rejected. 7.16 Proposal Opening Unless otherwise provided by Law, Proposals received in response to this Request for Proposals shall be opened at the scheduled closing date and time at the Engineering Services Building at 51 Winburn Way, Ashland, Oregon 97520. Proposers who attend the RFP opening shall be informed only of the names of the Proposers submitting Proposals. No other information shall be available, and no copie's of the Proposals shall be made. Award decisions will NOT be made at the opening. 22 SECTION 8-PROPOSAL FORM Proposals should be prepared and organized in a clear and concise manner, and must include all information required by this RFP. Headers,Titles or Tabs should be used to identify required information. Responses to the Evaluation Criteria found in Section 4 shall be organized in the same order listed in that Section, preferably by re-stating the Criteria,then responding below. REQUIRED RESPONSE DOCUMENTS THE FOLLOWING INFORMATION MUST BE RETURNED WITH YOUR PROPOSAL: (Place a check in front of the item indicating inclusion in your response) ❑ RESPONSE TO ALL EVALUATION CRITERIA listed in Section 4 ❑ SECTION 8—Proposal Form ❑ Independent Contractor Certification MWESB INFORMATION City encourages contracting with minority owned,woman owned, and emerging small business (MWESB). The State of Oregon offers a certification process. Indicate below if your business is a MWESB and if so,which categories have been state certified. MWESB certified?Yes_No . If yes, indicate which categories below: Minority Owned_ Woman Owned_ Emerging Small Business_ Veteran Owned_ ACKNOWLEDGMENT OF RECEIPT OF ADDENDA TO PROPOSAL DOCUMENTS: Proposer acknowledges receipt of Addenda and agrees to be bound by their contents. Circle each RFP addendum received: 1,2,3,4,5, 6,7,8,9, 10 Check if not applicable or no addenda were received: OSBEELS/OSBGE/ORBAE No.(s) Provide name(s),title(s), and certification number(s)for each Key Person listed under Section 6.3 (b). Attach additional sheet if necessary) Name: Title: Certification No: Name: Title: Certification No: Name: Title: Certification No: Name: Title: Certification No: Name: Title: Certification No:- Name: Title: Certification No: 23 PROPOSER INFORMATION: Proposer Company Name Company Address(from which work will be performed) Telephone Number Fax Number FEDERAL ID NUMBER Person Signing RFP Title Signature: Email Address: • 24 EXHIBIT A. CONTRACT FORM INCLUDING CONTRACTOR CERTIFICATION,COA LIVING WAGE AND W-9 PERSONAL SERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND XXXXX PERSONAL SERVICES AGREEMENT (GREATER THAN $25,000.00) CONSULTANT: CITY OF -AS H LAN D CONSULTANT'S CONTACT: 20 East Main Street ADDRESS: Ashland, Oregon 97520 Telephone: 541/488-XXXX TELEPHONE: Fax: 541/552-XXXX This Personal Services Agreement (hereinafter"Agreement") is entered into by and between the City of Ashland, an Oregon municipal corporation (hereinafter "City") and XXXXXXXXX, a domestic professional corporation or limited liability company("hereinafter"Consultant"),for(description of services to be provided.). NOW THEREFORE, in consideration of the mutual covenants contained herein, the City and Consultant hereby agree as follows: 1. Effective Date and Duration: This Agreement shall become effective on the date of execution on behalf of the City, as set forth below(the "Effective Date"),and unless sooner terminated as specifically provided herein,shall terminate upon the City's affirmative acceptance of Consultant's Work as complete and Consultant's acceptance of the City's final payment therefore, but not later than XXXXXXXXX. 2. Scope of Work: Consultant will provide (description of services to'be provided);as more fully set forth in the Consultant's Proposal dated XXXXXXXXX,which is attached hereto as"Exhibit X"and incorporated herein by this reference. Consultant's services are collectively referred to in this Agreement as the"Work." 3. Compensation: City shall pay Consultant the sum of$XXXXXXXX as full compensation for Consultant's performance of all Work under this Agreement. In no event shall Consultant's total of all compensation and reimbursement under this Agreement exceed the sum of$XXXXXXXXXX without the express,written approval from the City official whose signature appears below,or such official's successor in office. Payments shall be made within thirty(30) days of the date of receipt by the City of Consultant's invoice. Should this Agreement be terminated prior to completion of all Work, payments will be made for any phase of the Work completed and accepted as of the date of termination. 4. Supporting Documents/Conflicting Provisions: This Agreement and any exhibits or other supporting documents shall be construed to be mutually complementary and supplementary wherever possible. In the event of a conflict which cannot be so resolved,the provisions of this Agreement itself shall control over any conflicting provisions in any of the exhibits or supporting documents. 5. All Costs Borne by Consultant: Consultant shall,at its own risk, perform the Work described above and, unless otherwise specified in this Agreement,furnish all labor, equipment, and materials required for the proper performance of such Work. 6. Qualified Work: Consultant has represented,and by entering into this Agreement now represents,that all personnel assigned to the Work to be performed under this Agreement are fully qualified to perform the services to which they will be assigned in a skilled manner and, if required to be registered, licensed,or bonded by the State of Oregon, are so registered, licensed,or bonded. PERSONAL SERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND XX)-X% 7. Ownership of Work/Documents: All Work,work-product, or other documents produced in furtherance of this Agreement belong to the City, and any copyright, patent,trademark proprietary or any other protected intellectual property right shall vest in and is hereby assigned to the City. 8. Statutory Requirements: The following laws of the State of Oregon are hereby incorporated by reference into this Agreement: ORS 2796.220, 2796.230 and 2796.235. 9. Living Wage Requirements: If the amount of this Agreement is$22,310.46 or more,Consultant is required to comply with Chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in that chapter,to all employees performing Work under this Agreement and to any Subcontractor who performs 50%or more of the Work under this Agreement. Consultant is also required to post the notice attached hereto as"Exhibit B" predominantly in areas where it will be seen by all employees. 10. Indemnification: Consultant hereby agrees to defend, indemnify,save,and hold City, its officers, employees, and agents harmless from any and all losses,claims,actions, costs,expenses,judgments,or other damages resulting from injury to any person (including injury resulting in death),or damage (including loss or destruction) to property,of whatsoever nature arising out of or incident to the performance of this Agreement by Consultant (including but not limited to,Consultant's employees,agents,and others designated by Consultant to perform Work or services attendant to this Agreement). However,Consultant shall not be held responsible for any losses,expenses,claims,costs,judgments, or other damages,caused solely by the gross negligence of City. 11. Termination: a. Mutual Consent. This Agreement may be terminated at any time 13y the mutual consent of both parties. b. City's Convenience. This Agreement may be terminated by City at any time upon not less than thirty (30)days' prior written notice delivered by certified mail or in person. c. For Cause. City may terminate or modify this Agreement, in whole or in part, effective upon delivery of written notice to Consultant, 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. ii. 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 Agreement or are no longer eligible for the funding proposed for payments authorized by this Agreement; or iii. If any license or certificate required by law or regulation to be held by Consultant to provide the services required by this Agreement is for any reason denied, revoked,suspended, or not renewed. d. For Default or Breach. i. Either City or.Consultant may terminate this Agreement in the event of a breach of the Agreement by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and its intent to terminate. If the party committing the breach has not entirely cured the breach within fifteen (15)days of the date of the notice,or within such other period as the party giving the notice may authorize in writing,then the Agreement 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 Consultant's performance of each and every obligation and duty under this Agreement. City, by written notice to Consultant of default or breach, may at any time terminate the whole or any part of this Agreement if Consultant fails to provide the Work called for by this Agreement within the time specified herein or within 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 Agreement. PERSONAL SERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND XXXXX e. Obligation/Liability of Parties. Termination or modification of this Agreement 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 Subsection a, b, c,or d of this section,Consultant shall immediately cease all activities under this Agreement,unless expressly directed otherwise by City in the notice of termination. Further, upon termination,Consultant shall deliver to City all documents, information,works-in-progress and other property that are or would be deliverables had the Agreement been completed. City shall pay Consultant for Work performed prior to the.termination date if such Work was performed in accordance with this Agreement. 12. Independent Contractor Status: Consultant is an independent contractor and not an employee of the City for any purpose. Consultant shall have the complete responsibility for the performance of this Agreement. Consultant shall provide workers' compensation coverage as required in ORS Chapter 656 for all persons employed to perform Work pursuant to this Agreement. Consultant is a subject employer that will comply with ORS 656.017. 13. Assignment: Consultant shall not assign this Agreement or subcontract any portion of the Work without the written consenvof City. Any attempted assignment or subcontract without written consent of City shall be void. Consultant shall be fully responsible for the acts or omissions of any assigns or subcontractors and of all persons employed by them,and the approval by City of any assignment or subcontract of the Work shall not create any contractual relation between the assignee or subcontractor and City. 14. Default. The Consultant shall be in default of this Agreement if Consultant: commits any material breach or default of any covenant,warranty, certification,or obligation under the 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 Agreement;or attempts to assign rights in,or delegate duties under,this Agreement. 15. Insurance. Consultant shall,at its own expense, 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. Professional Liability insurance with a combined single limit,or the equivalent,of not less than $2,000,000 (two million dollars) per occurrence. This is to cover any damages caused by error, omission or negligent acts related to the Work to be provided under this Agreement. c. General Liability insurance with a combined single limit, or the equivalent, of not less than$2,000,000 (two million dollars) per occurrence for Bodily Injury, Death, and Property Damage. d. Automobile Liability insurance with a combined single limit,or the equivalent,of not less than$1,000,000 (one million dollars)for each accident for Bodily Injury and Property Damage, including coverage for owned, hired or non-owned vehicles, as applicable. e. 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 thirty(30) days' prior written notice from the Consultant or its insurer(s)to the City. f. Additional Insured/Certificates of Insurance. Consultant shall name the City of Ashland, Oregon,and its elected officials,officers and employees as Additional Insureds on any insurance policies, excluding Professional Liability and Workers' Compensation, required herein, but only with respect to Consultant's services to be provided under this Agreement.The consultant's insurance is primary and non-contributory.As evidence of the insurance coverages required by this Agreement,the Consultant shall furnish acceptable insurance certificates prior to commencing the Work under this Agreement. The PERSONAL SERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND XXXX . 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 Consultant shall be financially responsible for all pertinent deductibles, self-insured retentions,and/or self-insurance. 16. Nondiscrimination: Consultant agrees that no person shall,on the grounds of race, color, religion, creed,sex, marital status,familial status or domestic partnership,national origin, age, mental or physical disability,sexual orientation,gender identity or source of income,suffer discrimination in the performance of any Work under this Agreement when employed by Consultant. Consultant agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statutes, rules and regulations. Further, Consultant agrees not to discriminate against a disadvantaged business enterprise, minority-owned business,woman-owned business, a business that a service-disabled veteran owns or an emerging small business enterprise certified under ORS 200.055, in awarding subcontracts as required by ORS 279A.110. 17. Consultant's Compliance With Tax Laws: 17.1 Consultant represents and warrants to the City that: 17.1.1 Consultant shall,throughout the term of this Agreement, including any extensions hereof, comply with: (i)All tax laws of the State of Oregon, including but not limited to ORS 305.620 and ORS Chapters 316,317, and 318; (ii) Any tax provisions imposed by a political subdivision of the State of Oregon applicable to Consultant;and (iii) Any rules, regulations,charter provisions, or ordinances that implement or enforce any of the foregoing tax laws or provisions. 17.1.2 Consultant,for a period of no fewer than six(6)calendar years preceding the Effective Date of this Agreement, has faithfully complied with: (i) All tax laws of the State of Oregon, including but not limited to ORS 305.620 and ORS Chapters 316,317, and 318; (ii) Any tax provisions imposed by a political subdivision of the State of Oregon applicable to Consultant; and (iii) Any rules, regulations,charter provisions,or ordinances that implement or enforce any of the foregoing tax laws or provisions. 18. Notice. Whenever notice is required or permitted to be given under this Agreement,such notice shall be given in writing to the other party by personal delivery, by sending via a reputable commercial overnight courier, by mailing using registered or certified United States mail, return receipt requested, postage prepaid,or by electronically confirmed at the address or facsimile number set forth below: If to the City: City Department Attn:Contract Administrator "Address Ashland, Oregon 97520 With a copy to: PERSONAL SERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND XXXXX City of Ashland—Legal Department 20 E. Main Street Ashland, Oregon 97520 Phone: (541)488-5350 If to Consultant: XXXXXXX XXXXXXXXX XXXXXXXXX 19. Governing Law. This Agreement shall be governed by the laws of the State of Oregon without regard to conflict of laws principles. Exclusive venue for litigation of any action arising under this Agreement shall be in the Circuit Court of the State of Oregon for Jackson County unless exclusive jurisdiction is in federal court, in which case exclusive venue shall be in the federal district court for the district of Oregon. Each party expressly waives any and all rights to maintain an action under this Agreement in any other venue,and expressly consents that, upon motion of theother party, any case may be dismissed or its venue transferred,as appropriate,so as to effectuate this choice of venue. 20. Amendments. This Agreement may be amended only by written instrument executed by both parties with the same formalities as this Agreement. 21. No appropriations Clause. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to finance the costs of this Agreement within the City's fiscal year budget. Consultant understands and agrees that City's payment of amounts under this Agreement 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 Agreement. In the event City has insufficient appropriations, limitations or other expenditure authority, City may terminate this Agreement without penalty or liability to City, effective upon the delivery of written notice to Consultant,with no further liability to Consultant. 22. THIS AGREEMENT AND THE ATTACHED EXHIBITS CONSTITUTE THE ENTIRE UNDERSTANDING AND AGREEMENT BETWEEN THE PARTIES. NO WAIVER,CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS AGREEMENT 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 AGREEMENT. CONSULTANT, BY SIGNATURE OF ITS AUTHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS AGREEMENT, UNDERSTANDS IT,AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 23. Certification. Consultant agrees to and shall sign the certification attached hereto as"Exhibit C" and incorporated herein by this reference. IN WITNESS WHEREOF the parties have caused this Agreement to be signed in their respective names by their duly authorized representatives as of the dates set forth below. PERSONAL SERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND XXXXX CITY OF ASHLAND: XXXXXXXXX(CONSULTANT): • By: By: Adam Hanks,Interim City Administrator Signature Date Printed Name Title Purchase Order No. Date (W-9 is to be submitted with this signed Agreement) APPROVED AS TO FORM: Assistant City Attorney Date PERSONAL SERVICES AGREEMENT BETWEEN THE CITY OF ASHLAND AND XXXXX • EXHIBIT B CITY OF ASHLAND, OREGON City of Ashland LIVING ALL employers described WAG E below must comply with City of Ashland laws regulating navment of a livina wane. $15.96 per hour, effective June 30, 2021. The Living Wage is adjusted annually every. June 30. by the Consumer. Price Index. Employees must be paid a portion of business of their of health care, retirement, living wage: employer, if the employer has 401K and IRS eligible ten or more employees, and cafeteria plans(including has received financial childcare) benefits to the assistance for the project or amount of wages received by > For all hours worked under a business from the City of the employee. service contract between their Ashland in excess of employer and the City of $22,310.46. > Note: For temporary and Ashland if the contract part-time employees,the exceeds$22,310.46 or more. > If their employer is the City of Living Wage does not apply Ashland, including the Parks to the first 1040 hours worked > For all hours worked in a and Recreation Department. in any calendar year. For month if the employee spends more details, please see 50%or more of the > In calculating the living wage, Ashland Municipal Code employee's time in that month employers may add the value Section 3.12.020. working on a project or For additional information: Call the Ashland City Administrator's office at 541-488-6002 or write to the City Administrator, City Hall, 20 East Main Street, Ashland, Oregon 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. CITY OF ASH LAN D Page 1 of 1: EXHIBIT B EXHIBIT C CERTIFICATIONS/REPRESENTATIONS: Consultant, by and through its authorized representative, 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)Consultant 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. Consultant further represents and warrants to City that: (a) it has the power and authority to enter into this Agreement and perform the Work, (b)the Agreement,when executed and delivered,shall be a valid and binding obligation of Consultant enforceable in accordance with its terms, (c)the work under the Agreement shall be performed in accordance with the highest professional standards, and (d)Consultant is qualified, professionally competent,and duly licensed (if applicable)to perform the Work. Consultant also certifies under penalty of perjury that its business is not in violation of any Oregon tax laws, it is an independent contractor as defined in the Agreement, it is authorized to do business in the State of Oregon,and Consultant has checked four or,more of the following criteria that apply to its business. (1)Consultant carries out the work or services at a location separate from a private residence or is in a specific portion of a private 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) Consultant assumes financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds,warranties,errors and omission (professional liability) insurance or liability insurance relating to the Work or services to be provided. Consultant's signature Date �aeobs Challenging today. Reinventing tomorrow. 4 {5Yv ji'S! �d Y �rA '',?•5-.. ;Vel:,'A 4,.'''Llt eA)fat`',1:.i".f1401431,11 m. __. �� ..:_. max'—^T.~"F�`�'�._ 'b ---• .. .ti*R9r�1°r` �t �he.�i4:,ti"�s} �r� t$` `�,I+1x ; LY [-5 fi' y,r., •e vfy=r r ':� s` Ystk ni..., .z. i r - y -(fit' 1"4f�s � -.... :u!�'k • • n '•'a --a F,•;."9 ``rte`f 44 1,,0 1 +r;},,° - --c-:. _ _ �...`'d c & �: t r`*• ?„7::`,,,,S,...">". y .., • r,•• a,,, ,I•¢.s�`—1• ^r^ ,,,vil( b�.,f'SL&i f i ,,...qe"Y•p'• 1 {� _." — ,�ih t}'ffn, '3� tii., iy ,-. ,".,,,•'-'. .i'.:.---,'!"„`:- 5 �4 � r I,,2+ ;;s -�,;53`'f x -4--,--•*,..,s-4 -� •�... - z'- ;� ,�.]'' t an- ar it '- \' '• 'r 12y�e ,g �hs��il' ": -,A•.- sr.4t r ct � j s , �•, .�1 1 J`� ..• fr.,�A�9 Y j �"F'S7 S s' . h #*i' .IN l g, TV1:."''t k _ • .J•n•: oM-u•N ,�,i3' -•a,BG.: .,-•;sy•. �:„4 r: 4.,„....71.-4-,,t., .rr.71.- l -„,e��J :;r4\4`,\,,, `' •J.,N ,_� ,; ••.lv� I 1\� 1.,•,�ayr d+ „r'� .�a i /`ys. �+x�'tt T�jl n ',Iy, 1 ' ''C- ' 1•` a ”' '� I ♦ '�-.+ i{�+rSc" ," ,••,-k- +7 bh �a }l l- •*2. "'r "`�''I�I}-. . , :4 ",-1 y r, - '`4i,^+ rvl •2r z- ++r�.,�', I• • •• n,s•':.•'�l';':H"s I. r _ i �z L � y yea'' I �- a3' I g� s l 1114' a@� -1 .I ti 1�fit p A `1'irtkr,n , I r �L IgLC=.0:4— t..j. 1,_, &iel_1 — '1 ;.I ' ri$it k:® fg � .- �� . `�,1 �'.1.. ----,EL-L.-1; I rr ',Y. J --:ti-I"i�'=t- .1 IL II (r_ r..sl s ...t_� f �L9. 1 ,te .. -TaMI �"r ®ate a� ,1 ��_ ! � '41 i �-r rls.4 - . 6 >,f'� �L;-ate..-' __a ��--v-'''-a �W-' ,- "�' y` „ 01 ..-:a#�4 0,,,,i,14-44.,--;-..".'-'- '4'.;7,-;•-,5--.'- , ri m _I _ -�.,_ f --•. }°R4Yp\ i! ' QI . >a. a'+" .� ., r y.,.t, 1.r., ,,,,,..,,,.,,,ift...„, . ,.. +�_�_t1 ,�----fir "`rr^� 1 r..lCdj�j'•J� r, T; N i,,,`,:,,.••;,..,,;:,-.-.,-t �jl r .,wa; I • _ ��Zr 1 y�" \,,,,,,,,,A.4„,,,,,,...„1.4.....�Iw,3 "sir - - ..r r .-..,,.: ~4'�0 ftp *._ duh' i .•t--- 'ti Ii.i�- ,a ..- .r ` PROPOSAL GOR - ' ' ' : _ Professional Engineering Services for Wastewater Treatment Plant In-Vessel Composting Feasibility Study Project# 2021-10 I November 2, 2021 Submitted to City of Ashland Public Works CZ©W -GMT Y f� Mr.Chance Metcalf, Project Manager 7 City of Ashland Public Works—Engineering ,aco bs 20 E.Main Street Ashland,OR 97520 1100 NE Circle Boulevard Suite 300 Re:Professional Engineering Services for Wastewater Treatment Plant Corvallis,OR 97330 In-Vessel Composting Feasibility Study(Project#2021-10) 541.752.4271 www.jacobs.com Dear Chance, The City of Ashland(City)has the opportunity to capitalize on several factors that together create an attractive opportunity to optimize the recovery and beneficial use of wastewater treatment plant(WWTP)biosolids.Composting the excess biosolids from the WWTP,blending with wood chips and ground brush materials regularly available within the City parks system,and generating a high-quality Class A compost material for use within the park system and elsewhere within the City, could provide a cost-effective transition from landfilling biosolids to beneficially reusing this valuable resource. We are eager to work with the City again at the WWTP,building on the plant-wide assessment we performed for you in 2019. Similar to the execution of the plant assessment,we bring a local presence and vast experience with Oregon Department of Environmental Quality(DEQ),coupled with recognized industry leaders in wastewater treatment and biosolids dewatering and composting systems.Our project team will be led locally by our project manager Craig Massie and project engineer Josh Koch,who have successfully led numerous similar Oregon projects including for the Cities of Albany,Coos Bay,McMinnville, Bend,and Clean Water Services. Craig and Josh will leverage our firm-wide solids processing and composting specialists who are nationally recognized leaders in the application of dewatering and composting technologies.Todd Williams,the firm's composting expert, and David Oerke,the firm's dewatering expert,will help the City identify the most cost-effective,operator friendly and environmentally sound compost facilities for the City. A key component of this composting project is addressing and managing the associated odors and designing effective odor control facilities for the City of Ashland WWTP site.This may be the single most challenging issue for the implementation of a successful composting facility.Todd Williams and Scott Cowden,Jacobs firm-wide odor control senior technologists and recognized industry leaders in odor control,have gathered extensive compost field data on odor production and have optimized the design of biofiltration systems to reduce compost odors and eliminate offsite impacts from some of the largest biosolids composting facilities in the world,as well as sites with sensitive receptors nearby. Like the Ashland WWTP Facilities Assessment and Major Process Components Improvements Project,we will use an interactive approach in workshops with plant staff and other stakeholders to understand goals and objectives,and engaging with operations staff to develop long-term cost-effective and operable solutions. We offer Ashland the expertise to provide you the most informed,thorough,and accurate analysis of composting technology suited to your plant and site,and you will be able to confidently engage the community to support this valuable resource recovery project. Jacobs Engineering Group Inc.has previously signed agreements with City of Ashland and does not anticipate any issues in reaching a contractual agreement to deliver the WWTP In-Vessel Composting Feasibility Study project.We have reviewed the Sample Personal Services Agreement provided with this RFP(No.2021-10)and find it to be generally acceptable as the basis for the negotiation of a mutually agreed upon final contract between the parties. Sincerely, Jacobs Engineering Group Inc. 64/rt ff/Aoylc /°Z -/A/((' Craig Massie,PE R.Brady Fuller,PE Project Manager Client Account Manager Page 1 • PTOQGtin 1 IPTachq k Project Understanding:Like many wastewater utilities, and underperformance of promised capacity. A fallacy the City'of Ashland(City)faces a challenging landscape of these systems was the unsubstantiated belief that by of considerations for beneficial reuse or disposal of solids. enclosing composting systems"in vessels,"compost odors Regulatory requirements,public perception,desire for could successfully be controlled. Today,only two"in- beneficial reuse,operations and maintenance ease,and cost vessel"composting technologies continue to be developed are several of many factors which must be considered.While —agitated bay and enclosed tunnel systems—both of which the City currently hauls unstabilized dewatered sludge to the require post processing outside of vessels to complete the landfill and has sufficient storage and treatment facilities to composting process and produce mature,well stabilized continue this practice in the near-term,long-term thinking and low odor compost products. We have worked with all is required to establish a future biosolids handling plan and the leading compost system suppliers so we are familiar back-up plan should the current disposal route with their offerings. For example,we assisted IPS/BDP become unavailable. with their agitated bay system to suggest redesigns of their The 2014 Wastewater Facilities Plan considered the aeration system and moisture addition systems to enhance evaluation of three sludge management alternatives:the the process and improve serviceability. Jacobs has the existing practice of dewatering and hauling to landfill; knowledge and experience to help identify the advantages dewatering and composting;and dewatering and thermal and shortcomings of the composting technologies drying.Based on recent industry experience and high energy available,including odor control features. and maintenance costs,particularly at treatment facilities Odor Control:Over the past 16 years,Jacobs has gathered similar in size to the City's,thermal drying should no longer extensive compost field data on odor production and has be a consideration.The two remaining options—maintain the optimized the design of biofiltration systems to reduce existing practice or implement composting—remain compost odors and eliminate offsite impacts from some of valid alternatives. the largest biosolids composting facilities in the world and Within composting alternatives,there are several low odor from sites that are very close to sensitive receptors.Jacobs composting technologies worth considering.Jacobs'breadth has compared odor capture and removal performance and depth of experience with these composting technologies from aerated static pile,windrow, in-vessel agitated bay and related odor control processes are unmatched in the and membrane covered static pile systems for several of industry.This experience includes working relationships with our clients.Jacobs approach to compost facility design the top compost equipment package suppliers and many includes performing odor dispersion modeling early in the examples of in-vessel and aerated static pile composting design process to ensure any residual compost odors will systems, both accompanied by exceptional odor control not create offsite nuisance odor problems. This approach systems—a necessity for composting operations near would ensure control of odors from a full-scale composting residential areas.Section 3 profiles some of these projects, facility located on the Ashland WWTP site. but more importantly,shows Jacobs'extensive experience Establishing Design Criteria:In order to properly size with providing an objective,independent evaluation of a composting facility,input material quantities and composting alternatives.In particular,Todd Williams is characteristics must be known.Jacobs not only understands known worldwide as an expert in composting and odor the composting process,but our extensive library of control technology and has more than four decadesof materials characteristics gleaned from decades of project experience at over 40 composting facilities in North experience can be used to rapidly establish entire facility America.Since odor issues and related public concerns are material balance and process flow.Jacobs has developed a a high priority for the City,we have added another odor unique compost toolkit based on decades of pilot and full- control expert to our team—Scott Cowden.Scott is located scale project experience to accurately predict compost facility in our Corvallis Design Center,but his experience extends sizing information,as well as O&M and capital cost estimates well beyond Oregon and includes odor control system using up-to-date unit pricing for all equipment and building design,evaluation,and dispersion modeling. materials. Recently,Jacobs leveraged this toolkit to Understanding the Technology Landscape:The term"in- perform a comprehensive operational and cost comparison vessel"composting has been applied to many composting of enclosed aerated static pile composting versus enclosed configurations and alternatives. Most"in-vessel"technology agitated bay in-vessel composting to assist the Region of systems were developed in the 1990s but are no longer in Halton in making an informed technology decision. operation due to problems with odors,mechanical failures Jacobs Page 2 rCit�yGeAshland�WastewaterTreatl9ent[i = Compo tng Feasibility Study , 1 I Project Approach Developing a Solution:Based on the 2030 solids projections presented in the mirpik, Sludge/Biosolidsat RFP, Exhibit 1 shows a weekly process =. 20%Total Solids flow representative of a system to meet 79 Inspection& I 117 CY Ashland's needs.(Similar projections can CY Containment Ground Brush& —4. Removal be made using the 2040 flow and load Wood Waste 210i I 11 t11N!•Iii No. cv projections generated in the Ashland WWTP Cy Batch Mixing Facilities Assessment and Major Process Recycled,Screened Select Either ASP Components Improvements Project.)From Bulking Agent or AB Composting the load projection mass balance,sizing of mixin a quipmens aerations stems 83 287 9 q pY CY CY odor control systems,buildings,pads,and Ala ..,(_— : < iiiVig MI .••••, ancillary facilities have been determined Aerated Curing Aerated Static Pile Agitated Bay Screening such that a compost facility layout for the (28 calendar days) (3/81 Composting Composting calendar (18 calendar Ashland WWTP can be determined and costs (21 days) days) accurately predicted. An example layout of an appropriately sized,enclosed aerated 83 CY AAA static pile composting facility at the Ashland WWTP is shown in Exhibit 2.The exhibit Compost Product Storage To Market (30-90 days) also highlights the City's goals and Jacobs' approach to each. Exhibit 1. Representative weekly process flow and solids mass balance diagram for the Ashland WWTP. DELIVERY APPROACH CASE STUDY Recently,Jacobs implemented'a robust and interactive version of the approach we propose to leverage for the City of Ashland on Totalee,uriSafe evaluating biosolids alternatives for the City of McMinnville, OR. In 2020, the Jacobs team, including Joshua Koch, Craig Massie, - !. Dave Oerke, Scott Cowden, and Todd Greeley, evaluated the City j6—®-5--. of McMinnville's biosolids program and solidstreatment process, l 2 _m m_®-Ei ®_I_Q7 m which' produces a Class A, EQ liquid biosolids product applied I a ` t m locally to agricultural fields.Although the product remains in high ~ ' -,1 m m t7 I h ??- demand,the City's solids treatment process:is reaching capacity; D - - "" Lp-0{ncal Ie.OGrlaJ Q..tiM °4:+so0 °..*M ae.rMG CSM, 4 GsrpoetN 'CZ. '4' mrdI''''ar" uawa- I U =ItDe=b * db so they engaged Jacobs to evaluate a broad range of biosolids . �� D,ywtaN a .. products, including compost, and treatment options for planning :hCosi Oft , purposes. We worked with City staff to identify non-monetary o,=a;, ,,,s criteria and establish appropriate importance or weighting factor for each criterion,subsequentlyscoring each biosolids product and.treatment alternativeagainst each criterion.The result, shown here,was a comparative chart of total benefit score for each alternative.This approach enabled the City of McMinnville to narrow down the list of alternativestoonly those with the top benefit scoresbased on the City's values. We then advanced the top alternatives for detailed analysis and life-cycle cost comparison. Once the team narrowed the alternatives to those aligned with City value'sand having the lowest life-cycle cost,Jacobs engaged DEQ to discuss impacts of proposed changes to.the City's Biosolids Management Plan. This process enabled ustomake recommendations for a 20-year plan grounded in the City's values,gaining buy-in from City staff and DEQ and providing a best value proposition for rate payers.. While the evaluation performed for the City of McMinnville included a broader set of biosolids alternatives than :we would need for Ashland,we propose to leverage a similar evaluation methodology.We have added Todd Williams to our team to provide Ashland,a thorough and reliable justification for the selected composting alternative:'Non-monetary. criteria would be.developed with your input butwould likely include ability to treat current and future flows,capacity and: redundancy requirements,sludge waste characteristics,odor control,ease of operation and maintenance,and ability to meet DEQ requirements. - , Jacobs. Page 3 City 07Ashland 0 WastewaterTeatrnentf • C©mpost(ng Feas b(lity,Study • 1.,i.Project4proacK, N'; (j,.GOAL: Evaluate Composting Options) COMPOSTING SHELTER, APPROACH:Leverage f --4 .1 decades of experience y / , ` COMPOSTING MEM and dozens of 0J ; 't.A +� , ,- , installations to .-.` x BIOFILTER , PROCESS PIPING . ,, 1 _ optimize cost and minimize odors,similar to �� z Jacobs'Kodiak, project. BUNKER {+a " �, t / t0� � GOAL Minimize Odors&Optimize Cost 2-,-y •- r,. f-.1—'-..1---"-, r APPROACH:Covered compost bunkers BUILDING �' � P ,,_t C44-444c'-'1-411;.:: ,1 -, - ° -instead of total building enclosure *— # - "•4"#: -,, /- , minimizes capital and 0&M costs and still ELECTRICAL'`" TEMPORARY ` '• BUILDING BULKING PILOT'''',*,,. r ,�h reduces residual odor impact.Jacobs will AGENT , o I� help you to compare technologies and ` COMPOST ; layout options before you fund additional STORAGE . ; � .,'' . ' `ISI engineering or capital projects. ' ij r i, �r • r ,I; GOAL: Develop Backup Plan ) ,,,,,c-J.a , ;il, „ r 17:!` APPROACH:The a '-°-' ��� �'� ` ;' °},•j '',1'::'��_�, 'i �► ► existing system has :k I-6 :�.' ' ,� r ---t-211 sufficient near-term capacity,but a parallel 4 lko '' r �;0,17 i t � . ' -�' pilot composting system would trial lb �® t + � ilk; p 9 y j,,_LA I; the City's shift to composting.Jacobsw ^fi{' ), has assisted with many pilot systems, ` .',F' ,, _,rLf including recently in Guam and prior to i 1 �'�r�' a i _-.' construction in Kodiak. f ,,,,,, I 1.-74:v;-,...._z,r,.,41._,15-17A ',� i „,,t1') GOAL: Beneficial Reuse ,, ._-L. 1 (0)GOAL Mitigate Odor Impacts ) APPROACH:The City has easy access 5t�gi” to-bulking material from City Parks and , 1 `v,,1 r' APPROACH:Early;dispersion modeling to 1-5 for transport of compost:Jacobs -:,,,,/,,.. .. and design of high-performance' ' experience preparing market analyses and , ...-i= • odor control byJacobs' recognized evaluatingbulkingagents are critical to ri ' "7.'.� 1 ,; industry leaders. long-term viability a of.composting system. Microsoft product screen shot(s)reprinted with permission from Microsoft Corporation Exhibit 2. Example composting layout,identification of the City's goals,and Jacobs approach. 1.1 Jacobs' Quality Control for the project and the team's roles and responsibilities. Delivering quality work through all phases of a project is the This includes identifying an alternate technical expert or cornerstone of Jacobs'success.We will implement Jacobs' second set of eyes to review each technical memorandum standard practices for QA/QC,completing required internal before delivery to the City.Craig has more than 35 years of reviews of all work products prior to client delivery.Craig experience in wastewater planning,design,and construction Massie, Project Manager and Quality Manger will develop including extensive Quality Manger roles in the last 10 years. a Quality Management Plan that dictates QA/QC practices :, Our entire team is focused on successfully delivering on the goals that the Citythas identified,along mai help'ng the.City identify a path-forward that will provide a long-term biosolids solo on , Jacobs. Page 4 d 4Gg 2 ] Pm22L 0 enence . History of Jacobs:Jacobs has a distinguished history of and guide the City's future decisions.These team members providing Oregon municipal water and wastewater clients with include an Oregon-based management team supplemented engineering design and construction services for 75 years. with recognized industry leading experts. Founded just 4 hours north of Ashland,our Corvallis office Extensive experience in biosolids evaluations and continues serving clients throughout Oregon,the Northwest, with composting systems.Jacobs provides integrated and the world.We are ranked Number 1 in 2020 as Sewer and Waste Design Firm by Engineering News-Record.Jacobs wastewater planning and engineering services,including is a project-centric organization focused on sustained client facilities planning,asset management and condition loyalty;our staff have a proven track record of delivering assessments,program management,wastewater treatment to our Oregon clients for over 7 decades.Today,our more and conveyance design,construction management,and than 57,000 employees around the world provide a broad operational services.This breadth of expertise has enabled range of technical services to our industrial,commercial, us to help hundreds of clients across the nation plan a wide and government clients in multiple industries.Our global range of wastewater infrastructure projects. Backed by network includes more than 400 offices in North America, our industry-leading wastewater design,construction,and South America,Europe,the Middle East,India,Australia, operations practices,our planning experts have the support Africa,and Asia.With 2020 revenues of$13 billion,we offer to solve virtually any wastewater problem. full-spectrum services including scientific and specialty consulting,all aspects of engineering design and construction, 2.1 Relevant Experience in Design and architecture,project/program and construction management, and operations and maintenance. Construction - Jacobs Resources:You are embarking on Exhibit 3 shows a selection of relevant design and construction , ENR ranks a significant project—selecting the right project experience with similarities to the type of work outlined Jacobs team to deliver your feasibility study is a key in this RFP.The projects shown represent a slice of the work #1 decision. delivered by our team.Dave Oerke and Todd Williams have been From our prior project work,meetings, involved with different aspects of over 60 composting projects in in Wastewater and discussions with your staff,we believe their combined 70+year engineering careers.Todd Williams and we have selected the right team members Scott Cowden have been involved with hundreds of odor for the project and have reviewed the resources needed to control projects. deliver a well-thought-out and complete study to inform Exhibit 3.Selected project experience by our key staff. SELECTED PROJECT EXPERIEN'@ '.' _ *1 : `' COMPOSTING ODOR CONTROL ; Team �9 I = •i E 0 I a' �, I o, .m o =, > r D. Project,Client Members* in W w I a cn! o , _ <n u..1 . o Aerated Static Pile Composting Facility Support,Duluth,MN W + + , + + ' + Aerated Static Pile Odor Attribution Study,Bay Area Air Quality C ' + Management District(BAAQMD) j i j Anaerobic Digestion and Dewatering Improvements and Sustainability 0,W + j + + ! + ; + Project,Austin,TX . ; + Biofilter Design,Clean Water Services,Durham,OR C,K + i + Biosolids Composting Demonstration Evaluation,Guam EPA W + + + + Biosolids Composting Facility Design,Winnipeg,Manitoba W i j + + j + Warehouse Conversion to Enclosed Composting Facility,Inland Empire W ` I Utilities Agency,Rancho Cucamonga,CA + + + + Biosolids Expansion Evaluation,McMinnville,OR C,G,K,M,0 + + I + ', j -+ Biosolids Studies and Composting Design,Boulder,CO 0,W + + ;. + + j + + Compost Performance Evaluation,Baltimore,MD W , + j Compost Feasibility Study,Region of Halton,Ontario W + ; +' k + Composting Audit,Hamilton,OH W + i + , *Legend:C-Cowden,Scott; G-Greeley,Todd; K-Koch,Joshua; M-Massie,Craig; 0-Oerke,Dave; W-Williams,Todd Jacobs Page 5 City c0 Ashland-VEgOzEgze Treatment Flantrin:VesselCornposting Feasibility Study ( 2 I Project Experience Exhibit 3 Continued.Selected project experience by our key staff. SELEc.TE©PROJECT EXPERIENCE - : ., COMPOSTING ODOR CONTROL I Team fg o>i > �gi "�, 1 > i to :I o Project,Client Members* mw W a.v,; o . _' ¢n w i o Composting Facility Design and Odor Control Upgrades,Davenport,IA W i + j + It + + . + Composting Facility Design,South Valley Sewer District,UT W + + + -- + ! 1 + + 1 +. Composting Emissions Evaluation,Hickory,NC W I i + +. 1 i + + Composting Facility Evaluation,South Kern Industrial Center,CA W + { + + ; j + 1 + Design of Biosolids Composting Facility,Kodiak,AK 0,W + �- • ; + ' ( + + + + In-Vessel Composting Consulting,Cape May County,NJ W -i + + + + : + Composting Contingency Plan,Plattsburgh,NY W + + ,i + t + Solids Management Facilities Study Denver Metro,CO 0 + + �: ; + Secondary Treatment and Dewatering Project,Sunnyvale,CA K,C,0 + + ; + j + Solids Management Master Plan,Westmister,CO 0 + j + j + South Treatment Plant Loop Compost Pilot Project,King County,WA C - + j ; + +, ! + STEP Treatment Expansion,Portland BES,OR C,0 + I ; j + ; + Tri-City WRRF Solids Handling Improvements,Clackamas,OR C,K,0 +. j I ., + ' + Compost Facility Design,Spotsylvania,VA W ,+ I + .;. + i j + + ' + *Legend:C-Cowden,Scott; G-Greeley,Todd; K-Koch,Joshua; M-Massie,Craig; 0-Oerke,Dave; W-Williams,Todd 2.2 Focused Project References The following project profiles are examples of where our team has delivered work in the last 10 years that is similar to the work expected in the current project.These project descriptions demonstrate the qualifications,specialized experience,and technical competence of the staff we are proposing. City of McMinnville, Oregon:Biosolids Evaluation ■ Scope:Evaluation of existing solids treatment and er ;X ,Y -',;�- �`'�"' biosolids handling processes. `. J `f, ,-! • �`4--1'%::`'' • Completed:2020 ' ;- ,`'�-. • Completion:On time and under budget. ?�,,,_ is _q Z` w"' Vs')"' Description of the Project:Jacobs developed a • �: . planning-level evaluation of the solids processing and �'y�, ` ''- " "�' fes _' Class A biosolids handlingside of the WRF. Project required ';� ! �> r,-- closely reviewing the 2009 Master Plan and providing a 4,V-7`, g , * ,,-,/,-;.: , comprehensive update to the solids treatment portion, .;t' ', .. 2 r ,�f•..,•\ } including flow/load projections,solids treatment and f , ' �'` i ` r'/fly '' biosolids alternatives analysis,odor control evaluation,and =0:6 ,1 (5 ),, .,,, /52' 2m' - '`'.. ` with Oregon DEQ. Key Personnel Directly Involved: Owner Reference: • Joshua Koch-Project Manager • City of McMinnville ■ Craig Massie-Quality Manager • Leland Koester,Wastewater Services Manager • Dave Oerke-Solids Treatment Technologist • 503-434-7313; Leland.Koester@mcminnvilleoregon.gov M Scott Cowden-Odor Control Technologist Jacobs Page 6 City c Ashland o Wastewater Treatment Plant In Vessel Composting Feasibility Study 2 I Project Experience City of Kodiak, Alaska: Compost System Design • Scope:Evaluation of biosolids options,compost piloting, —- - s compost design,and design of skid-mounted centrifuge ,� ,� ,. ,x:,� _-) facilities. "'� • Completed:2015 A- � !_ _ � • Completion:On time and on budget. :-� - 1.1.. - - , - a . Description of the Project:Jacobs performed a feasibility -y _ - ,: r 4 study that compared composting,incineration,drying,and / ,S27;0,....,22,,';' ; '- ' 1 -:-3 ;li' alkaline stabilization.After the composting alternative was >� $ ' -7`•y selected,a compost pilot study validated the technology and { � 0� 11/‘ -t �' product quality,and odor control modeling was performed.Jacobs - V - `�` '` designed the permanent installation,which processes dewatered solids into Class A EQbiosolids compost compliant with USEPA Key Personnel Directly Involved: and Alaska DEC regulations with no offsite odors.Jacobs also • Todd Williams-Project Consultant,Composting and designed a unique skid-mounted centrifuge dewatering system Odor to replace the existing BFP for the extremely short Kodiak • Dave Oerke-Project Consultant, Dewatering and construction season. The pre-piped and pre-wired centrifuge Composting and auxiliary facilities mounted on a skid was shipped on a barge to Kodiak and reduced 6 months from the original construction Owner Reference: schedule saving significant construction costs. The new centrifuge • City of Kodiak is producing much drier 22-24%solids cake that has resulted in lower requirement for compost amendment,smaller compost • Craig Walton, Public Works Director piles and less odor generation. • 907-486-8066;cwalton@city.kodiak.ak.us Region of Halton, Ontario: Biosolids Composting Feasibility Study • Scope:Composting technology evaluation,compost •• i ?,:�,. ,, product market evaluation,and implementation plan ' ° ; '` development. .'''• . - • ?:,- • Completed:2019 • , .. �'� • • • Completion:On time and on budget. { ',114..� 'tib' Description of the Project: Jacobs conducted a biosolids t' y - 3�- �t 1-i-' I ':`�4 _;,-4,-..----e-,-,..* .yo composting feasibility study to assist the Region in determining ?r ��' r(1;:� ; (#.1- 11-1;';','" ;-. ' the preferred composting technology and marketability of a , , ; ,, ,v , i. ' , •;, ..'; biosolids compost product. A detailed evaluation of aerated �;:ohts.+ µ. 45, r ,J , •_ static pile,in-vessel and modified aerated static pile composting -- +: 44:: : . - "' technologies was performed.The outcome was to establish a _ _ , , - - . business case and implementation plan for developing a full- scale biosolids composting program capable of processing - 34,000-54,000 wet tons of biosolids cake annually.The output Key Personnel Directly Involved: of a comprehensive multi-criteria evaluation and risk assessment • Todd Williams-Project Technologist,Composting recommended that biosolids composting be added to the Region's existing biosolids management program,to diversify biosolids Owner Reference: outlets and improve the biosolids program reliability. • Region of Halton,Ontario,Canada • Dean lamarino,Biosolids Operations Coordinator • 905-825-6000 ext.4494;dean.iamarino@halton.ca Jacobs Page 7 PTD Q aaj Exp�eri4ence 3.1 Staffing Plan We plan to staff our team according to the organizational chart,structure and responsibilities shown in the following sections. 3.2 Team Structure Benefits Our team structure combines global experts in biosolids,composting,and odor control technologies with a proven local management team to ensure our team is accessible and delivers the right solutions to the City. LEGEND Key Person Chance Metcalf CITY OF ASHLAND • Craig Massie, PE TrO Project Manager,Quality Control Manager Joshua Koch, PE ITO Project Engineer I i Dave Oerke,PE ITC Todd Williams,PE we Scott Cowden,PE we Biosolids Alternatives ; Composting Lead Odor Control Lead Evaluation Lead Todd Greeley Process Modeling Support Exhibit 4.Team Organization Chart As Project Manager,Craig Massie will be the main point of We are There When You Need Us:Our project management contact with the City and will oversee all work by the Jacobs team is Oregon-based and routinely works with all key team,providing the City streamlined communication with personnel identified.When our evaluation requires more our team for the project duration.As Project Engineer,Josh detailed input from a specific engineering support discipline will work with the technical experts closely to develop the (e.g.structural,civil,electric),Jacobs has 874 design and evaluations and recommendations.Our experts selected engineering staff located in Corvallis and Portland.This for the Feasibility Study—Todd Williams, Dave Oerke,and means our team will work cost effectively,communicate Scott Cowden—have decades of experience performing high clearly,and we will be able to respond to your needs in a level evaluations and alternatives analysis.Craig Massie's timely manner. experience working with the City and Todd Greeley's recent experience developing a process model for the City of Ashland WWTP, provide Josh and the technical experts the foundation needed to succeed. Jacobs. Page 8 CNCAshtand-Wastewater Treatment PlantC� pong Feasibility Study 3 Project Team Experience 3.3 Key Staff The following key personnel will be instrumental throughout the project leading key tasks.Full resumes can be found in Appendix B. (--' t . Craig Massie, PE:Project Manager and Quality Control Manager;Corvallis,OR tq5) LENGTH AT JACOBS:35 years PROFESSIONAL REGISTRATIONS:Oregon PE(No. 16043) 1 `£, t, Responsibilities: Craig as your primary point of contact will provide strong project leadership and organization— # ` - �•" providing accountability to Ashland for all project scope,quality,cost and schedule elements. Relevant Experience ' / PM/QM,Ashland WWTP Facility Assessment and Process Modeling,City of Ashland,OR " / PM/QM,Spokane Riverside Park WRF Next Level of Treatment(NLT)Project,City of Spokane,WA / PM/QM,Coos Bay WWTP 1 Facility Plan Amendment and Predesign,City of Coos Bay,Or QM, Biosolids Evaluation;McMinnville WRF,McMinnville,OR Qualifications and Specific Knowledge / Project and Quality control manager with over 35 years of experience designing and overseeing major civil/ mechanical water and wastewater infrastructure,water resources,fish passage,and hydroelectric projects in the Pacific Northwest. ► Background encompasses municipal and industrial planning,design,construction,and project and program management experience involving water and wastewater treatment, biosolids processing,pumping, piping,valves, materials handling. , � Joshua Koch, PE:Project Engineer;Corvallis,OR . ,f LENGTH AT JACOBS: 15 years I PROFESSIONAL REGISTRATIONS:Oregon PE(No. 82538) �,� a Responsibilities:Josh will direct the day to day functions of the project team in delivering the �-4 c _ project scope,and focus on overall project qualityand delivery. p , pJ Y. Relevant Experience ► PM, Biosolids Evaluation;McMinnville WRF,McMinnville,OR ► Design Manager,Sunnyvale Secondary Treatment and Dewatering Project;City of Sunnyvale,CA / Design Manager,Project 5B2—Biofilter; Durham WRRF, Tigard,OR / Design Manager;Dallas WWTF Recycled Water Project,City of Dallas,OR Qualifications and Specific Knowledge / Experience delivering water and wastewater treatment projects,from preliminary design through construction and startup. ► First-hand experience with the evaluation and design of biosolids processes and facilities. . ► Proven success at assisting clients reach decisions through facilitated discussions,evaluations and risk mitigation strategies. Jacobs. Page 9 ity00Ashland=WastewaterTreatmentPlan n Vessel Composting Feasibility Study 3 I Project Team Experience Yi Todd Williams, PE, BCEE:Composting Lead;Charlotte, NC 'L ‘4' . LENGTH AT JACOBS: 16 years PROFESSIONAL REGISTRATIONS: Virginia—Civil(No. 017784),Iowa—Civil(No. 12940); '' Board Certified Environmental Engineer(BCEE),American Academy of Environmental Engineers Relevant Experience Qualifications and Specific Knowledge / Senior Technology Consultant,Biosolids Composting / 41-year career in environmental engineering with experience and Demonstration Study and Evaluation,Guam EPA specific emphasis in the biosolids and residuals management field. / Senior Technology Consultant,Compost Feasibility / Recognized biosolids management planning expert having Study,Region of Halton,Ontario,Canada supported dozens of biosolids and residuals management master / Project Consultant,Design of Biosolids Composting plans. Facility,City of Kodiak,AK / Currently serves on the Scientific Advisory Board for the Compost Science and Utilization Journal. - ___. �`' Dave Oerke, PE, BCEE:Biosolids Alternatives Evaluation Lead;Denver,CO LENGTH AT JACOBS: 12 years ‘4,::,'", k, PROFESSIONAL REGISTRATIONS:Colorado(No.20047); •;, , - Board Certified Environmental Engineer(BCEE),American Academy of Environmental Engineers Relevant Experience Qualifications and Specific Knowledge / Sr Technical Consultant,Biosolids Evaluation;McMinnville / Nationally recognized biosolids and solids processing WRF,OR facility design expert with extensive project experience with ► Sr Technical Specialist,Design of Dewatering and municipal clients throughout the United States Composting Facilities,City of Kodiak,AK ► Extensive solids thickening and dewatering project / Sr Technical Consultant,Thickening and Dewatering experience with more than 150 units installed on his Evaluation and Design;Columbia Blvd. STEP Treatment design projects Expansion,City of Portland,BES,OR / Participated in wastewater master plans and biosolids / Anaerobic Digestion evaluation and training,Coos Bay management studies and designs for more than 120 WWTP 1,Coos Bay,OR municipalities nationwide Scott Cowden, PE: Odor Control Lead;Corvallis,OR LENGTH AT JACOBS: 23 years f,- PROFESSIONAL REGISTRATIONS:Oregon(No. 84296) %.,:- ' 41, k. Relevant Experience Qualifications and Specific Knowledge ► Lead Odor Control Engineer,Odor Attribution Study,Bay / Recognized expert in HVAC and odor control technologies Area Air Quality Management District,San Francisco,CA including evaluation,selection,and implementation / Odor Control Engineer,King County Loop Compost Facility I Project manager/design manager for over 20 projects Permitting Services,King County,WA dealing with odor or air emissions.Has provided senior / Odor Control Engineer,Biosolids Evaluation,City of review on numerous odor-related projects McMinnville,OR / Lead author on the Water Environment Federation(WEF) Lead Control Engineer,Influent.Pump Station Biofilter,Durham Method of Practice(MOP)25,"Control of Odors and WWTP,Clean Water Services,Washington County,OR Emissions from Wastewater Treatment Plants", 2020 edition Jacobs. Page 10 Ck3y WAshland-Wastewater Treatment Plant In Vessel Composting Feasibility Study 1 3 I Project Team Experience 3.4 Meet Our Management Team We will keep your project moving forward,delivering the solutions you need,on schedule and on budget.While avoiding surprises is our goal,successful project management is defined by the way we work together through challenges. • Craig Massie, PE, an Experienced and Committed Project and Quality Manager Craig's experience over the last 35 plus years covers all aspects of planning,design,construction,and operations assistance for wastewater treatment,including the beneficial use of recycled water and biosolids. Craig brings a deep understanding of Oregon DEQ requirements,and an understanding of Ashland that together with the vast array of expert resources within Jacobs,mean Ashland will receive a world-class evaluation that will support the City's selection of the most appropriate composting technology. "I could not ask for better engineering and project management support.The City is incredibly lucky to have Craig as its point of contact for engineering services. The knowledge of and familiarity with the City's infrastructure and operations is invaluable to the City." —Kenn Carter Assistant Public Works Director, City of Dallas, OR • Joshua Koch, PE, an Experienced and Committed Project Manager and Project Engineer Proven Project Manager, Design Manager and Project Engineer on a variety of solids treatment projects.Josh's internal experience managing Jacobs design teams and external experience working with clients means he can leverage his deep knowledge of Jacobs design capabilities to deliver this project meeting the City's goals and exceeding expectations. "We have worked with Josh and his team for many years out here and have had many successful projects with them.They work with you and listen to what you have to say. I have enjoyed the working relationship we have and feel they put out quality work." —Leland Koester City of McMinnville Wastewater Services Manager • Jacobs Page 11 r a TO0 oserer onstrated Ability to Kges sfh * tomlet �Similar Proects on 1 erne ndYtfir%n Budget 4.1 Planned Approach to Managing the Facilities Assessment means an opportunity to minimize the Schedule time spent on data analysis if the flow and load conditions Timeline to Deliver:We expect the evaluation of biosolids are similar to 2019.Additional workshops occur at critical alternatives and composting feasibility to take 4 to 6 months points in the schedule to ensure collaboration and to keep to complete,as shown in Exhibit 4. During the Kickoff the schedule moving.In addition to the workshops shown.in Meeting,we will focus discussion on data collection and the schedule,Craig will talk with Chance weekly to discuss project progress and to provide schedule and analysis requirements.Jacobs previous process modeling budget updates. work as part of the 2019 Wastewater Treatment Plant Exhibit 4. Project Timeline 2021 2022 O N TirkZ 01 Notice to Proceed • Data Collection and Analysis ♦<. Workshop 1:KickoffMeeting g II Develop Alternatives and Workshop 2:Criteria and Criteria ( Alternatives Development Workshop 3:Evaluation Evaluate Alternatives Progress Meeting I O •Submit DRAFT Study, City Review and Workshop Workshop 4:Review Meeting _• 1 Submit FINAL Study 4.2 On Time and On Budget design features resulted in reduced construction cost.By Jacobs successfully completed the three(3)projects listed in splitting the mixing building and compost bin structures, response to 4.2(c),on time and on budget. the City recognized significant cost savings in the facility construction.The use of reinforced timbers instead of McMinnville,Oregon:Jacobs has successfully delivered concrete for walls minimized concrete use and saved several projects for the City of McMinnville in the last 10 significant capital cost. Covering the processes mitigates years,and the recent biosolids evaluation listed in 4.2(c)was the effects from precipitation and minimizes the quantity of no exception.Our project finished on time and under budget. contaminated water that must be collected and treated. Past projects that included full design and construction Region of Halton,Ontario: The feasibility study was components also featured cost estimates within 4%of the completed on time and on budget.The project also included average of all construction bidders and change order rates of development of a Business Case and Implementation Plan, 1.5%,almost none of which was due to errors and omissions. showing that Jacobs'attention to schedule and budgetary Kodiak,Alaska:All phases of the composting project concerns extends beyond the timeline of our involvement in for Kodiak finished on time and on budget.Additionally, the study. © gym- at °In f our Default None. Jacobs Page 12 Appendix A 4 „ „ . . , ,„ X Jacobs Appendix A I Resumes • .I t F fit 1 1 e ,� L 3'' '''.i.':',',-''' r • ? r 44 vF ." ,' • ye r ; a sf a7 *�'�i j r t rrtF :.,,,:-A' Y , S �ay 4 2�•,1-4...!-..•.;:-,k,-',..i '-.,-;:...;:,-,..,2_.::::,-,--. r � - s.. .. �tY.. "fist 7' t ,:i "P• P. f 1h y �S '..-,!..',..!,:t...''„......4f,----.'.'.--..•""''......,:' � f. 5 t Y f q v� ) , '' fir`,4' ,4 ; i 4i 2 w�,A y`' '� 1, 4 : K a r,yr' w u �* ty,y ff e. a t i r7(.` 1•` )t�,p a�'�_'s,r',,,',:4a, r �..� °Y,nar s—t '{yti"N�T_' �"n • t .t4S r"aa w:'•( hk r. 4r.Vr ! m u a,,,,.4rG t !1Y '..%.,::...:.". .,..":-.,,„.::•.; ,-.,,' .4 ji + 4a '-..' t 1 "t i'c° ats� . x v ,{'&a ��1!tr nt, tv ' '�. iY>.s5 * -4 roC 3Qt*,,,' 14s ' �q; Y, bi .wti¥ @ . v i. L r o€;Yr at j � � q• , �0 ;*V a ' . 4 " 'rtf rt i,• ,* e, ' a a v'' • x �'` itf a x s . y. , .,,,,>lr ,,,...:„:1, # n- '' qarIy + fMe x' a..* E�S4k,fe > ,`s � � s „1„,..,,,...„ F � , ` �� bz ` , � c `'i, ' ° w.',: �LT rx . ;e� 4 +r t �`L : f r'err ,p° 'Y'-i i kaT +' > t4R{ ;as"t - :. r ;�� r - �`,, em} • �3khv` ., t. .Jr �� L�s " � ;. aa}x eEa s'-;:',..',0- ),:r x 1 2ehr4rk. r. 4� 7 " �i t -' k+°:,:1, sy n a rsroeii.,01-4*. ,. t-4. , k+F+ "•' 2,-,-,‘,.•-•-...,.7..4 t `"� :a . T4- .. T4.,0643 ,7.1. ..•s4ire ! , -4° c �, N att ...:',#-;--,‘ "...?.'`.--`k 4 —rNt,,CV i° iya at.. t E;4N'+ a �° aC� xr�T � Lrt , `+_ ,•':',-t.".--,';`'-'1?' � �DArwt<1 rt ! r , h ?4 ' �tCy S.yasIN f .i. Y';_ . ,liva" Jh. ' , #Y , ' Jacobs Page A.A-1 • Jacobs Craig Massie, PE Project Role: Project Manager, Quality Control Manager , Education B.S.,Mechanical Engineering,Washington State University Professional Registrations Professional Engineer:Oregon No. 16043; Idaho No.8754;Washington No.31685 Distinguishing Qualifications • Project and Quality control manager with over 35 years of experience designing and overseeing major civil/mechanical water and wastewater infrastructure,water resources,fish passage,and hydroelectric projects in the Pacific Northwest • In the last 15 years,has managed the planning,design,construction,and quality control efforts for water and wastewater projects totaling over$300 million in construction value • Experienced in alternative delivery,including progressive design-build,design-build-operate,design-bid- build,and construction manager/general contractor(CM/GC) • Expertise in Oregon Department of Environmental Quality(DEQ)permitting requirements • Proven leadership to deliver quality projects on time and on budget Relevant Experience As a project manager and quality control manager,Craig brings more than 35 years of experience encompassing municipal and industrial planning and design,construction,and quality management experience for water and wastewater treatment,including biosolids processing.Craig has a strong relationship with the Oregon Department of Environmental Quality(DEQ)staff and experience with execution of planning,design,and construction to meet DEQ's requirements.Craig's success as a well-respected leader comes from his keen ability to build strong relationships with clients and project teams to ensure that project scope,costs,schedule,and accountability are clearly communicated and understood and to deliver quality projects on time and on budget. Representative Projects Project Manager,Ashland WWTP Facilities Assessment and Major Process Components Improvements Project, City of Ashland,OR(2019).Managed the treatment plant assessment,flow and load update,and whole-plant process modeling to evaluate and prioritize treatment plant improvements. Project included a plant condition assessment,flow and load analysis per Oregon DEQ planning guidelines,whole plant modeling to evaluate future treatment imitations,and evaluation of the impact of potential future regulations on treatment requirements. Program Manager,Wastewater System Improvements,City of Albany,OR(2005-2014).Managed the$83M program that included conveyance and treatment plant improvements to eliminate sanitary sewer overflows from the city of Albany wastewater system and manage effluent.temperature.Managed Jacobs'design of the$55M (construction)treatment plant improvements that included new headworks,aeration,secondary clarification,and disinfection,.Managed the$3.2M(construction)North Albany Lift Station and Forcemain Project executed through CM/GC delivery.Providing program management oversight to the$17M(project cost)wetlands treatment project associate with the thermal load reduction of the Albany effluent plus the effluent of an industrial partner. Closely involved with development of an inter-governmental agreement between the Cities of Albany and Millersburg for construction and operation of the facilities. Page A.A-2 Resume Continued: Craig Massie, PE I Project Manager, Quality Control Manager Program Manager,Water and Wastewater Treatment, reviewing the 2009 Master Plan and providing a Distribution,and Collection,City of Dallas,OR(1999- comprehensive update to the solids treatment portion, Present).Serves as client service manager/program including flow/load projections,solids treatment and manager for numerous water and wastewater system biosolids alternatives analysis,odor control evaluation, projects for the City.Jacobs(as CH2M)conducted 14 and CIP recommendations.Project required close projects under water system and wastewater system coordination with Oregon DEQ. engineering services contracts.Projects included filter- Quality Control Manager,Grants Pass WRP Phase 2 to-waste improvements at the City's water plant, Upgrade Project,City of Grants Pass,OR(2016- reservoir cover addition,water master plan update, 2017).Responsible for coordinating overall QA/QC wastewater collection system improvements including a program and performing mechanical review on the 3-mile gravity interceptor,WWTP plant security City's$19M WRP upgrade and expansion. Project improvements,and biosolids management planning. elements include new primary clarification,new Project Manager,Durham AWTP WASSTRIP aeration,new blower building and blowers,and Improvements,Clean Water Services,Durham,OR electrical system upgrades. Project is being executed as (2018-2021).Managing the design and construction a progressive design build. phase services for the$7 million project to upgrade the Quality Control Manager,Water Resource Recovery WASSTRIP thickening and phosphorus release system Facility Project,City of San Luis Obispo,CA(2017- process associated with the nutrient recover program at 2018).•Managed the QA/QC Program;project elements the Durham AWTP.Project included new rotary drum include MBR equipment procurement,flow thickeners,piping,pumping,odor control and equalization,primary clarifiers,aeration basins, conversion of an anaerobic digester to a mixed biosolids treatment,administration building,UV,odor phosphorus prerelease tank. control and other site facilities and utilities. Responsible Project Manager,Coos Bay WWTP 1 Facility Plan(FP) for coordination of multi-discipline reviews of all Amendment,City of Coos Bay,OR(2019-2020). deliverables and continuous quality controls processes Managed planning services associated with updating to ensure work products meet or exceed owner the FP.Successfully worked with the City to convince expectations and industry standards. DEQ that a full FP was not required,instead a lower cost Project Manager,Water System Improvements and amendment focusing on the plant condition,liquids WTP Expansion,McMinnville Water&Light, treatment alternatives,and flow and load analysis McMinnville,OR(2007-2010).Managed facility updates was sufficient. During the execution of this planning process and subsequent design and amendment,additional scope to evaluate solids construction of$27M project to expand the MW&L handling,recognizing the impact of sludge transferred" water treatment plant from 13 to 22 mgd and remodel from WWTP2 was added,as was bench-scale testing of the existing treatment facilities.The facility plan was a chemically-enhanced,primary treatment(CEPT).CEPT comprehensive evaluation of options for expanding is a promising and cost-effective way to minimize capacity of the 30-year-old direct filtration plant and treatment expansion within the footprint of the existing the addition of a new parallel plant.After reviewing a plant infrastructure.Also managed design of a$20M broad range of alternatives in light of their own criteria, WWTP 2 upgrade and expansion using the CM/GC MW&L elected to expand the plant using plate settlers delivery method. Plant improvements included all new and media filtration.The existing site is heavily influent pumping, headworks,sequencing batch reactor, constrained by both the existing facilities and the steep and UV disinfection. topography. During the evaluation of potential delivery Quality Manager,Biosolids Expansion Evaluation approaches,the decision was made that the CM/GC Project,City of McMinnville,OR(2019-2021). approach would best serve the project.The conversion Provided quality control management for preliminary from design-bid-build to CM/GC was made following design phase,which focused on a planning-level the 60%complete design deliverable. evaluation of solids processing and Class A biosolids handling side of the WRF. Project required closely Page A.A-3 Jacobs Joshua Koch, PE Project Role: Project Engineer Education M.S.,Civil and Environmental Engineering,University of Wisconsin-Madison B.S.,Civil and Environmental Engineering,University of Wisconsin-Madison 'amu. Professional Registrations Professional Engineer:Oregon No.82538;Washington No.48413; Hawaii No. 17190 Distinguishing Qualifications • Fifteen years of experience delivering water and wastewater treatment projects,from preliminary design through construction and startup • Experienced with a variety of project roles including detailed designer,design manager,quality manager, construction manager,and project manager on projects including both conventional and alternative delivery methods • Extensive experience in the field,including serving as client representative, resident engineer,and on-site inspector for a range of wastewater treatment facilities Relevant Experience Josh has 15 years of experience in water and wastewater treatment projects worldwide,with a focus on seeing projects from start to finish—from preliminary design to construction and startup. He has held a variety of field positions,including construction management,client representative, resident engineering,and inspection on drinking water and wastewater treatment projects.More recently,his focus has shifted to project management and quality management,primarily in Oregon. Representative Projects Project Manager, Biosolids Expansion Evaluation Project,City of McMinnville,OR(2019-2021).Managed the engineering services for preliminary design phase,which focused on a planning-level evaluation of solids processing and Class A biosolids handling side of the WRF. Project required closely reviewing the 2009 Master Plan and providing a comprehensive update to the solids treatment portion,including flow/load projections,solids treatment and biosolids alternatives analysis,odor control evaluation,and CIP recommendations.Project required close coordination with Oregon DEQ. Design Manager,Secondary Treatment and Dewatering Project,City of Sunnyvale,CA(2017-2021).Managed the design team for the solids handling portion of the$200 million project,including thickening,dewatering, polymer feed,odor control,digested sludge storage,and sidestream treatment.Project structure required complex coordination with other consultants to deliver several facilities and engineer disciplines as part of a larger program of projects. Design Manager,Dallas WWTF Recycled Water Project,City of Dallas,OR(2019-2021).Managed the design team from preliminary design through bid document development for addition of a Class A recycled water system to the existing treatment facility.Unit processes included continuously backwashed sand filters,hypochlorite storage and feed,chlorine contact basin,effluent cooling towers,and replacement of existing UV disinfection equipment.Estimated project cost was$8 million. Project Manager,McMinnville WRF Tertiary Treatment and Disinfection Project,City of McMinnville,OR(2017- 2019). Managed the engineering services for retrofit of the City's existing UV system and tertiary filters from planning through construction on this$1.9 million project that required closely reviewing the WRF Master Plan assumptions,adjusting where necessary,and implementing solutions that provide exceptional value for the City. Page A.A-4 Resume Continued: Joshua Koch, PE Project Engineer Project required development of detailed construction contractor bids. Design schedule was constrained but sequencing that incorporated complicated constraints completed on time and under budget.Managed design based•on maintaining existing WRF operations. team during construction under budget. Project Manager,McMinnville Water Reclamation Project Manager/Assistant Design Manager/ Facility Multiple Coating Projects,City of Process Lead,McMinnville WRF Expansion Project, McMinnville,OR(2015-2021).Managed the City of McMinnville,OR(2013-2016). Led facility engineering and inspection services for multiple design of the new Orbal oxidation ditch,secondary coatings projects at the Water Reclamation Facility. clarifier,return sludge pump station,and hydraulic Projects included coating of existing steel digesters, modifications to multiple existing facilities on$10.4 secondary clarifiers,and tertiary clarifiers. million water reclamation facility expansion.Negotiated sole-source equipment package with vendor for Project Manager,Air Emissions Control Equipment $530,000 of aeration equipment.Coordinated Replacement,Hollingsworth&Vose,Corvallis,OR Engineer's construction cost estimate within 1%of (2017-2020).Managed two projects,from inception average of all contractor bids.Managed day-to-day through startup,which replaced existing wet scrubbing design activities,resulting in an on-time,on-budget emissions control equipment dry filtration technology design project.Managed design team during to drastically reduce emissions,improve site construction. appearance,and reduce noise.Project was highly visible to the community and encompassed complicated Project Manager/Design Manager,Upgrade and permitting aspects, including the Willamette River Expansion Projects,Hollingsworth&Vose,Corvallis, Greenway,floodplain,conditional development review, OR(2014-2021).Managed multiple projects from and PIPC scope. design through construction for an industrial facility with continuous operations.Worked closely with the Quality Manager,Tri-City WRRF Solids Handling owner and designers to ensure continuous operation of Improvements Project,Clackamas County WES; existing facilities. Projects included significant Oregon City,OR(2017-2018).Managed the team of electrical,instrumentation,and controls upgrades and senior QC review engineers to ensure continuous QC and seismic retrofit of existing facilities. coordination with engineering leads,documentation of review comments and responses,and facilitation of Project Engineer,Inner Doha Resewerage high-level coordination between disciplines. Implementation Strategy Sewage Treatment Works, Ashgal,Doha,Qatar(2012-2013). Led preliminary Design Manager,Residuals Renovations and design for primary effluent balancing facilities and Improvements to Building D/2, Upper Occoquan sludge processing facilities for$1B wastewater Service Authority,Centreville,VA(2016-2018). treatment facility in Doha,Qatar. Facility average flow Managed the design team on complicated replacement of 500,000 m3/d resulted in sludge processing facility of existing digester pipe gallery,addition of centrifuges, that included eight 1.0-m thickening centrifuges,four and extensive electrical upgrades.CM/CG delivery 1.0-m dewatering centrifuges,six storage and pumping required significant coordination with contractor during systems,four cake storage silos,two truck loadout bays, design on this$18.3 million project. and a dry polymer batching and feed system. Project Manager/Design Manager,Phase 5B2 Design Lead,Denver Metro Northern Treatment Primary Treatment and Hydraulics Improvements Plant,Denver Metro Wastewater Reclamation District, Project,Clean Water Services,Tigard,OR(2014- . Denver,CO(2012-2013).Led team of engineers to 2016).Managed design of new Headworks Effluent complete 50%and 70%designs of 10 facilities Structure,primary influent piping,odor control biofilter, comprising tertiary treatment portion of$270M chemical metering pumps,and various site wastewater treatment plant.Facilities included multiple improvements on$4.9 million project.Developed pump stations,flocculation,inclined plate construction sequence to meet complicated existing sedimentation,gravity filters, UV disinfection,and conditions and constraints.Coordinated Engineer's cascade aerator outfall. construction cost estimate within 2.5%of average of all Page A.A-5 3acobs. Todd Williams, PE, BCEE Project Role: Composting Lead Education B.S.,Civil Engineering Technology,Virginia Polytechnic Institute and State University Professional Registrations Professional Engineer(Civil):Virginia No.017784;Iowa No. 12940 Board Certified Environmental Engineer(BCEE),American Academy of Environmental Engineers Distinguishing Qualifications • 41 years of environmental engineering experience with an emphasis on biosolids and residuals management • Served on the advisory committee of the WEF/WERF"Enabling the Future:Advancing Resource Recovery from Biosolids"released in March 2013 • One of the principal authors of Environment Canadas"Technical.Document on Municipal Solid Waste Organics Processing"released in 2012 • Project Advisory Board member and chapter author of the 2012 WEF/WERF/USEPA Solids Process Design and Management Manual • One of the principal authors of"Odor Control in Wastewater Treatment Plants, WEF Manual of Practice No.22" and"Biosolids Composting:Special Publication of the WEF Technical Practice Committee Task Force" • Chapter author of the WEF Manual of Practice No.8"Design of Wastewater Treatment Plants" • Holds two US patents for biosolids treatment processes that provide advances in the issue of minimizing biosolids product odors Relevant Experience Todd has a distinguished 41-year career in environmental engineering with specific experience and emphasis in the field of biosolids and residuals management.He is a recognized biosolids management planning expert, having supported dozens of biosolids and residuals management master plans in his career.Todd has designed and provided evaluation and operational services for all aspects of compost facility process,equipment,and odor control systems on well over 100 projects. He has delivered over 150 technical presentations specific to residuals management and is a contributing author for several articles and books significant to residuals resource recovery, residuals and municipal solid waste management,composting,and odor control.He currently serves on the Scientific Advisory Board for the Compost Science and Utilization Journal. Representative Projects Senior Technology Consultant,Biosolids Composting Demonstration Evaluation,Guam EPA(2019-2021). Provided design and oversight of demonstration project to compost wastewater residuals from the two major WWTP's on Guam as part of a Zero Waste initiative to remove solids from landfilling.Oversaw the design, operation,testing and data analysis of the demonstration project with a focus on achieving US EPA Biosolids Class A EQ compliance. Included testing of PFAS compounds to ensure Guam EPA that the compost could be used safely without risk to the island's sole source water supply aquifer.Developed basis of design report for a full-scale aerated static pile composting facility to process 8600 tons per year of wastewater solids and waste wood pallets, which are both waste disposal problems on the island. Project Technologist-Composting,Compost Feasibility Study,Region of Halton,Ontario,Canada(2016-2019). Evaluated the feasibility of composting biosolids produced by the Region's 7 WWTP's.Evaluation included review of enclosed agitated bay and aerated static pile technology options,compost market analysis,multi-criteria Page A.A-6 Resume Continued: Todd Williams, PE, BCEE I Composting Lead evaluation of options, cost estimates,facility layout Waste Association of North America's Composting development and recommendation of best option. Systems Gold Excellence Award in 2012. Included evaluation of biosolids only and biosolids with Project Engineer,Warehouse Conversion to Enclosed source segregated organics.Arranged and hosted site Composting Facility,Inland Empire Utilities Agency, tours of example facilities to Halton staff so they could Rancho Cucamonga,CA(2007).Assisted in the design see operations and speak first-hand with operators. of this 150,000-ton per year capacity totally enclosed Project Consultant,Design of Biosolids Composting aerated static pile composting facility involving the Facility,City of Kodiak,AK(2013-2016).Lead retrofit of a 410,000 square foot warehouse. engineer in the process design for a 40-wet ton-per- Responsible for the detailed design of 12 cell week capacity aerated static pile composting facility. biofiltration system using Bac-Tee aeration floor for this Provided guidance during rigorous public debate of 800,000 CFM capacity biofilter system,one of the technology options and interim pilot project prior to largest biofilter odor control treatment systems in the design.Design involvement included compost world. technology selection,equipment selection,aeration Project Director,Biosolids Market Study,Western system design and biofiltration odor control system Lake Superior Sanitary District(WLSSD),Duluth,MN design and start-up services. (2006-2007).Directed this multi-firm project Project Manager,Composting Facility Design and assignment to assess markets for Class A and Class B Odor Control Upgrades,City of Davenport,IA(2011- biosolids products in the greater Duluth area. 2014).Managed a review of odor control upgrades for Assessment included markets for Class A and Class B this 16-year-old composting operation which processes dewatered cake,biosolids product blends,and 36,000 tons per year of dewatered biosolids and compost.The result of this effort was an updated provides odor control by treating 210,000 cfm of biosolids master plan to position WLSSD to respond to odorous process air through an 8-cell wood chip based changing biosolids use ordinances and regulations. biofilter. Evaluated various biofilter aeration Project Consultant,Aerated Static Pile Composting distribution flooring systems to retrofit existing to allow Facility,South Kern Industrial Center,Bakersfield,CA for rapid media change-out and use of either organic or (2006-2007).Reviewed process and facility design and inorganic media.Completed life-cycle cost analysis ability of this huge outdoor aerated static pile facility comparisons and provided recommendations for design (500 tons per day of biosolids or 182,500 tons per options to provide a more robust odor control system year)to achieve performance requirements once built. for the next 20 years of operation.Served as lead Developed start-up plan and provided start-up testing process design engineer of the selected alternative. assistance for the facility.Responsible for testing plan Project Consultant,Biosolids Composting Facility development,and coordination and oversight of all Design,City of Winnipeg,Manitoba,Canada(2013). emissions testing to demonstrate compliance with VOC, Assisted in the process design for a 220-wet ton-per- ammonia,and odor emissions requirements of the week(11,000 tons per year)capacity aerated static pile engineering purchase contract for this design-build composting facility.Design involvement included composting facility. compost process sizing and biofiltration odor control Project Manager,Composting Facility Evaluation, system design,and review of overall facility design. Edmonton,Alberta,Canada(2005). Performed facility Project Manager,Composting Facility Design,County audit and provide recommendations for composting of Spotsylvania,VA(2006-2010).Project Manager for facility improvements at the biosolids composting the design,permitting and construction of a covered portion of the operation. Provided recommendations to aerated static pile composting facility designed to increase weekly throughput in wintertime conditions by process 29,000 tons per year of dewatered wastewater 80%through aeration improvements and aerated static residuals cake.Directed all odor control testing, pile technology adjustments at this 460 ton-per-week modeling,design,permitting and process design for biosolids composting operation. entire operation.The facility was awarded the Solid Page A.A-7 Jacobs David Oerke, PE, BCEE Project Role: Biosolids Alternatives ' < `, Evaluation Lead r ' Education ft'k 11i M.S., Environmental Engineering,Marquette University ::+ t.a.;4,4t);tLl�'^, Ss B.S.,Civil/Environmental Engineering,University of Cincinnati Professional Registrations Professional Engineer:Colorado No.20047 Board Certified Environmental Engineer(BCEE),American Academy of Environmental Engineers Distinguishing Qualifications • Nationally recognized biosolids and solids processing facility design expert with extensive project experience with municipal clients throughout the United States • Extensive solids thickening and dewatering project experience with more than 150 units installed on design projects • Participated in wastewater master plans and biosolids management studies and designs for more than 120 municipalities nationwide Relevant Experience Dave has over 40 years of experience on numerous WWTP biosolids management plans,evaluations,and design projects.He was Senior Technology Specialist for the Biosolids Management Plan for McMinnville,OR; Thickening Evaluation Study for Gresham,OR;Thickening and Dewatering Facilities Evaluation for the Columbia Blvd WWTP for Portland BES,OR;and the Biosolids Management Class A Study and Design Of Dewatering And In-Vessel Composting Facilities for City of Boulder,CO. Dave is active in the industry serving as Past Chair of the WEFRBC Solids Separation Subcommittee and writing and reviewing chapters on thickening,stabilization and dewatering in the 2015 EPA/WEF WRRF Design Manual. Representative Projects Senior Technical Consultant,Biosolids Expansion Evaluation Project,McMinnville-WRF,McMinnville,OR (2020-Present).Help lead the assessment of the existing ATAD facilities and the evaluation of Class A second- generation ATAD,composting,thermal drying and Class B biosolids management alternatives.Also led the evaluation of Offsite Biosolids End-Use Alternatives that included the current local land application of the liquid Class A biosolids, low-odor liquid product and dewatered product with local land application,and compost and thermally-dried product with direct distribution to consumer.Used detailed present worth cost analysis, non- monetary criteria and total weighted benefit/unit cost criteria and interactive workshops with the client to evaluate,short-list,and choose the selected biosolids management alternative. Senior Technical Specialist, Design of Biosolids Composting Facility,Kodiak,AK(2019-Present).Prepared a skid-mounted centrifuge specification and performed quality control review of construction documents for design of a centrifuge to replace an existing belt filter press(BFP).Assisted in start-up and optimization of centrifuge performance.The centrifuge achieved much drier cake solids compared to the BFP and resulted in less woodchip amendment,compost quantity and odor generated from the aerated static pile composting facility. Senior Technical Consultant,Secondary Treatment Expansion Program(STEP)Project,Columbia Boulevard Wastewater Treatment Plant,City of Portland Bureau of Environmental Services,Portland,OR(2019- Present).Led the evaluation of gravity thickening,gravity belt thickening,rotary drum thickening,and Page A.A-8 Resume Continued: David Oerke, PE, BCEE I Biosolids,Alternatives Evaluation Lead centrifuges for thickening;and led the evaluation of active compost building,aerated curing building, centrifuges and belt filter presses for dewatering using product storage building,2-stage biological scrubbers detailed present worth cost analysis and non-monetary and biofilter odor treatment system,and criteria for current and future 2045 biosolids administrative/maintenance building for the Boulder production.Recommended the installation of 8 GBTs Biosolids Recycling Center. for co-thickening primary/WAS and 5 centrifuges for Project Manager,In-Vessel Composting Facility dewatering anaerobically digested biosolids.Performed Audit,Denver Metro Wastewater Reclamation quality control on the design of the thickening, District(MWRD),Denver,CO(1996-2000).Project dewatering and cake storage and truck loading manager for the 1996 and 2000 evaluation of Denver facilities. MWRD's 185-mgd Robert W.Hite Plant solids Senior Technical Specialist,Thickening Equipment management facilities, including WAS thickening, Alternatives Analysis,Solids Dewatering Optimization anaerobic digesters, centrifuges,and aerated windrow Study,Design of RDT Thickening Facilities,Gresham, composting.Class A technologies,including in-vessel OR(2020-Present).Led the evaluation of RDT/GBT composting and thermal drying were evaluated. thickening options for the Gresham WWTP. RDTs were Senior Technology Specialist,Solids Management recommended due to lowest life-cycle cost and highest Master Plan Update,Westminster,CO(2011-2012). nonmonetary benefit score.Also led the evaluation of Evaluation of land application,ATAD,in-vessel using ferric addition through bench-scale testing to composting and thermal drying of dewatered biosolids increase BFP cake concentration and reduce overall and commingling of WTP and WWTP solids,including annual costs. Performed detailed QC on the design of gravity belt thickeners,belt filter presses,screw the RDT thickening improvements. presses and centrifuges and truck loading facilities. Project Manager,Biosolids Market Study/ Technical Consultant;West Boise WWTP, Boise, ID; Preliminary and Final Design of Centrifuge 2015-2017. Performed QC review during the design Dewatering and In-Vessel Composting Facilities/ phase and optimization of rotary drum thickening Final Design of$13 M Solids Processing Facilities, performance during startup.Evaluated thermal City of Boulder,CO(2001-2007).Project manager for hydrolysis,composting,and thermal drying the evaluation of ten Class A Biosolids Management management alternatives. Alternatives including in-vessel,windrow and aerated static-pile composting,air drying,alkaline Principal Technologist,Anaerobic Digestion and stabilization,thermal drying,ATAD,and enhanced Dewatering Improvements and Sustainability anaerobic digestion processes. Each alternative was Project,Austin,TX(2011-2013).Conceptual and analyzed and ranked in terms of product and process final design of$28 million project that included criteria on a nonmonetary basis,and present-worth design of belt filter presses(BFPs),rehab of 2 existing cost on an economic basis.The alternatives were BFP units,belt conveyors,new linear motion anaerobic screened in conjunction with a board of citizens and digester mixers, covers,and digester gas handling City staff,culminating in a final report that system for nine tanks. Evaluated in-vessel,aerated recommended in-vessel composting.Led the static pile,and windrow composting facilities with cost preliminary/final design of 12 dry tons per day and non-monetary criteria. dewatering centrifuge and agitated bed in-vessel composting facilities.The project design scope including solids screens,biosolids transfer pumps,2- mile solids transfer pipeline, 7-day biosolids storage tank,centrifuge feed pumps, 2-250 gpm centrifuges, solids grinder,polymer and FeCl3 storage and handling facilities,7-day centrate holding tank,cake storage,amendment/yard waste storage building, biosolids/amendment/recycle stationary mixers, Page A.A-9 Jacobs Scott Cowden, PE , r Project Role: Odor Control Lead Education B.S.,Mechanical Engineering, University of California,Santa Barbara � �"` Professional Registrations , , �t Professional Engineer:California No.M29146;Minnesota No.40642;Oregon No.84296PE;Washington No.45727;Arizona No. 52321 Distinguishing Qualifications • Recognized industry icon with 35 years of experience in HVAC and odor control design • Project manager/design manager for over 20 projects dealing with odor or air emissions,and has provided senior review on numerous odor-related projects • Lead building services engineer on over 30 WWTP designs including a variety of building types,wastewater treatment plant facilities,office buildings,computer rooms,and laboratories • Lead odor control designer on several large,complex wastewater treatment facilities with systems as large as 1,000,000 cfm • Presented formally on the topics of odor control technologies and design considerations for Water Environment Federation(WEF)odor/air specialty conferences, California Water Environment Association (CWEA)conferences,Water Environment Federation Technical Exhibition and Conference(WEFTEC),and at Pacific Northwest Clean Water Association(PNCWA)Odor and Air Quality Committee workshops • Authored over 25 papers on the topic of odor control • Lead author on the Water Enviroment Federation(WEF)Method of Practice(MOP)25,"Control of Odors and Emissions from Wastewater Treatment Plants",2020 edition Relevant Experience Scott has more than 35 years of experience in odor control planning and design.He specializes in odor control system design and has completed detailed designs for more than 100 odor control systems,including those that use biofilters,carbon adsorption, chemical scrubbers,and bio-trickling filters. He has led the design of some of the largest and most efficient vapor phase odor removal systems in the world,including the multistage 400,000-cfm Brightwater Plant in Washington that was required to be designed to meet the strictest offsite odor goals in the United States.Other large systems Scott has designed include the Doha South Sewage Treatment Works(Inner . Doha Re-sewerage Implementation Strategy)in Qatar that had odor control systems with more than 900,000 cfm of capacity and the 1.5-million cfm odor control system for the Changi Water Reclamation Plant(Singapore), which is believed to be the largest wastewater odor control system in the world. Representative Projects Lead Odor Control Engineer,Biosolids Expansion Evaluation Project,City of McMinnville,OR(2020-Present). Evaluated existing biofilter odor control system serving existing autothermal thermophilic aerobic digestion (ATAD)units and made recommendations for new biofiltration system serving plant upgrades. Lead Odor Control Engineer,Secondary Treatment Expansion Program(STEP)Project,Columbia Boulevard Wastewater Treatment Plant,City of Portland Bureau of Environmental Services,Portland,OR(2019-Present). Senior odor control technologist for the addition of odor control for a new solids processing facility. Project included extensive source sampling,air dispersion modeling,temporary odor control,and a roof-mounted biofilter system for treating complex odorants from multiple solids process sources. Page A.A-10 Resume Continued: Scott Cowden, PE I Odor Control Lead Odor Control Quality Control Engineer,Secondary Lead Odor Control Engineer,NARS Commercial Waste Treatment and Dewatering Project,City of Sunnyvale, Building Design, Department of Waste Management CA(2017-2021)Acting as quality control reviewer for and Recycling,County of Sacramento,CA(2019- extensive odor control system for solids treatment 2020).Provided engineering services for a waste facilities. Led dispersion modeling activities to support transfer facility and conducted air dispersion modeling permitting with Bay Area Air Quality Management to determine odor control requirements.Completed District. extensive source odor analyses and concluded that dispersion without treatment would be sufficient for Lead Odor Control Engineer,South Treatment Plant meeting offsite odor goals. Loop Compost Pilot Project,King County,WA(2020- Present).Acting as lead for permitting services for a Lead Odor Control Engineer,San Jose Headworks new pilot compost facility including mixing zone, Design-Build,City of San Jose,CA(2018-Present). primary bunkers,curing piles,and finished product Lead designer for a biotrickling filter system for a new piles.System allows both positive aeration piles and headworks facility. Project included air dispersion negative aeration piles.Worked closely with air district ' modeling to confirm location and stack height on obtaining permit approval.Work included requirements for vapor phase system for meeting strict development of emissions rates and dispersion offsite odor goals.Project also included services during modeling. construction. Lead Odor Control Engineer,Aerated Static Pile Odor Odor Control Lead,Kellogg Water Pollution Control Attribution Study,Bay Area Air Quality Management Plant(WPCP)Odor Study-Odor Flux Evaluation,City District,San Francisco,CA(2020-Present).Lead for of Milwaukie,OR(2014).Completed a study which the extensive study to quantify odor impacts from three included comprehensive sampling,dispersion model odor contributing sources including a landfill with large calibration/set-up,and alternative analyses. Findings compost facility,a wastewater treatment plant,and a and recommendations were provided to enable the food waste anaerobic digester facility.Landfill source City s Kellogg Good Neighbor Committee(KGNC)to testing was unique,including capturing emissions from identify and prioritize odor reduction alternatives, overs from nearby digestion facility. Project is unique in including operational changes and Capital that it includes comprehensive sampling'and analyses, Improvement Projects. offsite odor surveys, Proton Transfer Reaction(PTR) Lead Odor Control Engineer,Wilsonville Wastewater technology,and extensive offsite odor surveys. Treatment Plant Improvements,City of Wilsonville, Odor Control Quality Control Engineer,Project 5B2— OR(2010-2014). Led odor control design of an Biofilter Design,Durham WRRF,'Clean Water Services, engineered biofilter system and dispersion air system. Tigard,OR(2014-2016)Acted as quality control Biofilter design was unique in that the biofilter infrastructure was designed around a proprietary reviewer for primary clarifier biofilter design with engineered media as opposed t`o using a more costly biofilters located adjacent to public space and no odor packaged system approach. Dispersion air system was or noise present.Trained plant staff in operation of designed to serve the aeration basins expected to biofilter system. • exhibit lower odor emissions.Design was intended to Lead Quality Control Odor Control Engineer,Multiple meet strict offsite odor goals. Compost Designs,Various Clients,US(2010-Present). Lead Odor Control Engineer,Oak Lodge Wastewater Completed quality control reviews for five compost Treatment Plant,Lake Grove,OR(2008-2012).Led designs,all of which included large bark nugget the design of a centralized odor control biofilter system biofilters.All designs consisted of various types of air serving headworks,grit basins,influent pump station, distribution systems including floor drain configuration, and plant drain pump station.Design included a 6,000- trenches,and perforated pipes.Quality control included cfm open organic biofilter to meet offsite odor goals. verifying pressure drops,performance,fan sizing,and Treatment plant included nutrient removal via duct arrangement. nitrification and BNR.Also designed retrofit improvements to an existing chemical scrubber system. Page A.A-11 S Appendix B _. -0eoa )07;W� ...d,',H,.l r,,.A-z`'-s-s,4.. x,,;tea,.>;: #. .. + „':'r„,.a ,< vb" m +, j.R' `,,,, .YtyN'ot., , :"i.. , '+'•si.,sv' ,.e"A1.G J . ;:,,,, . t...d`t$- a,,. ...; .. . - . •.':-.....- .,,,:-. ...-„ '„- Jacobs « , • r ® o W3-11 dtgD ° Section 8 Proposal Form Proposals should be prepared and organized in a clear and concise manner,and must include all information required by this RFP. Headers,Titles or Tabs should be used to identify required information. Responses to the Evaluation Criteria found in Section 4 shall be organized in the same order listed in that Section,preferably by re-stating the Criteria,then responding below. REQUIRED RESPONSE DOCUMENTS THE FOLLOWING INFORMATION MUST BE RETURNED WITH YOUR PROPOSAL: (Place a check in front of the item indicating inclusion-in your response) x❑ RESPONSE TO ALL EVALUATION CRITERIA listed in Section 4 ❑x SECTION 8—Proposal Form ❑ Independent Contractor Certification MWESB INFORMATION City encourages contracting with minority owned,woman owned,and emerging small business (MWESB). The State of Oregon offers a certification process. Indicate below if your business is a MWESB and if so,which categories have been state certified. MWESB certified?Yes_No_x_. If yes, indicate which categories below: Minority Owned_ Woman Owned_ Emerging Small Business_ Veteran Owned_ ACKNOWLEDGMENT OF RECEIPT OF ADDENDA TO PROPOSAL DOCUMENTS: Proposer acknowledges receipt of Addenda and agrees to be bound by their contents. Circle each RFP addendum received: 1,2,3,4,5,6,7,8,9, 10 Check if not applicable or no addenda were received: x_ OSBEELS/OSBGE/ORBAE No.(s) Provide name(s),title(s),and certification number(s)for each Key Person listed under Section 6.3(b). Attach additional sheet if necessary) Name: Craig Massie Title: Project Manager/Quality Manager Certification No: Oregon PE (No. 16043) Name:Josh Koch Title: Project Engineer Certification No: Oregon PE(No.82538) Name:Todd Williams Title: Composting Lead Certification No:Virginia -Civil (No. 017784); Iowa -Civil (No. 12940) Name: Dave Oerke Title: Biosolids Alternatives Evaluation Lead Certification No:Colorado(No. 20047) Name:Scott Cowden Title: Odor Control Lead Certification No: Oregon PE(No.84296) Jacobs Page A.B-1 • GNI,di Ashland-Wastewater.TreatmentPlinInVessel Composting Feasibility Study Appendix B PROPOSER INFORMATION: Jacobs Engineering Group Proposer Company Name 1100 NE Circle Blvd.,Suite 300;Corvallis, Oregon 97330 Company Address(from which work will be performed) _541-752-4271 _95-4081636 Telephone Number Fax Number FEDERAL ID NUMBER Person Signing RFP_R. Brady Fuller Title_Client Account Manager Signature: Email Address:_Brady.Fuller@jacobs.com .i1CObS, Page A.B-2 t • 4' 7Challenging today. Jacobs Reinventing tomorrow. • n < jn ,a 4'ft� {rt t ski! sv 3 yy�rr ;,ay.(tyy7t4 ,/ 11111 } 3 1(�(1r�F J 14ii'F�.�,',vF'Y/( +�� � �p111/d i '••(43,41:00t� 1 �h ' �k< • > l Y. `y t4. i • $' •h YSWI' i� l`.dr/ -i=".,:, .. `_ -.*� ,- . _ ..e T4'xe" .'''''._,,,,...:,..t., s.-5-j....;%,,,, . .t, h'•fii,.:0,-74.5..,...;,..,., .tt r,.E^.,',t,_-,,,,,e1 ,' ,_ SFf rj k� 4 �T i _ e ct.-_. '...4-'' ,,,a Z -.17-•1'.; ,er ,....,e- ,..,-,yy"Jt .tYv y �'+ ! c ' '� .E..+`i b yr( )...-'e t, . tt�! -.�.. .•�7rv�,^. •.e- a ..4 111( " .r •L4 +-A.',... v> - -dye .{ i ti � ,',Vet., ,' y •,'',,,,416; ..',!:"4-� ,'.`:'47'���b t2d•"• u r..,.,-..„,,T, _ _ y r .-4:04:79',...11');•,.y....,t• �-' .2 . r 4f 4' ,�' N \s. a• �d1M a `fij't P e•�'',-,,%.,..0,1-1,,,,, ,�r.,j; N ~ •{�pr�t� N$-' ^+r' �3^ •�"", S Y'!. 1' .•1'��:' � 4 1 (•11<:1 7. .•''1......:*. R•r• ,4, .a .ti\i�+t - .i i! •-.1--,,:...!...,4+ =.I�` ti�Y• +�?'- 1( \ ,,,,'4,,,`vh .;:t1,." '"!I',-„,---:".'',x: tai�I '`S ,- • . ST $+ _ t-,. '�s,,•1 L; e ...h...1,„ i.s ''!1, e ; �' Sir Si 2C,...\ �i� S„ (:a{� a t 4 J 'n 'Yc '* 'i( 1 4i(, { t _� a� • ...NO t -2,t *. 7 '• i�"•', t y'wtt t\ 'y. tc` .t,• i EJ �Q _� IL '11 r,.�- 7 ',.iI� z'''''--:-'.-,1.--L..: It ��n (LL q iz ;� �u � = r ���` ��� . j►' 1 _ _ T75 , , -4^ . `;3'i — redia •_- .77 - SFE RI(y0\' :,..J. I a-%.„....",,,....,,,,..... .,,,,,,,,,,,„.„1„:„....,-„,,,,.„ _a4.+ ' 4�' r .:*sit. �� _{� y, � + �'+j^ac *. ../.tri..- - - .. F� tt {.�. y114.,,,,-''q A- ate" •�--.1-1.7)"'•-?-79 -4411M -•-•-',..,, ,i-- i iii. -t-- -1 t z 1 ,.'�,It. '"' .4 '�` 1 . �W^,fh4-�,.:±11._,R,..!.; _ �. �-Irr- �� •+a'1 w r yay a .;la y. �G �_f .,t.' `r 'i'.. `ltd•.+_ x r- _ . »d�v,r' .._,,.--4-173,...,...„44..,.,....,.6-,A-4.,,,,4,-,.„,;:_,,,,,, ;.-.��T�.�74.�'?t � �Mf ��„+ ,,� ,,,�ai�4, 4.,,�'1L,�` w• dry 1 _r ; < - t*�t, a • - rpn ., i�.i(. r '7. { !.yr r..,,,,4�Se 'S`.4,, "...-.....,..,4 ,,�`. j a ."` _,,.4. -"" t �+ },.s""? .R tit,� `a •1 .,jl r• n ?."'_� - mcg-•-".,. '?:c'?r5 ' ,.---:,:-.,1,._. °�. For more information, please contact: Craig Massie, PE Project Manager P: 1.541.602.6895 E:craig.massie@jacobs.com ' OO63Po00004N%Ir000 _ ..