Loading...
HomeMy WebLinkAbout2004-054 PO - Carollo EngineersCiTY OF ASHLAND 20 E MAIN ST. ASHLAND, OR 97520 (541) 488-5300 CITY RECORDER'S COPY Page 1 VENDOR: 000162 CAROLLO ENGINEERS, PC 3033 N. 44TH STREET STE. 101 PHOENIX, AZ 85018 SHIP TO: Ashland Public Works (541) 488-5587 27-1/2 N MAIN STREET ASHLAND, OR 97520 FOB Point: Terms: Net 30 days Req. Del. Date: Special Inst: Req. No.: Dept.: PUBLIC WORKS Contact: Paula Brown Confirming? No Quantity I Unit Descript on Un t Price Ext, Price Engineering design for the Talent, 75,000.00 , Ashland, Phoenix (TAP) Water ne extension from Talent to Ashland RFP Date of a.qreement: Jan 05 2004 Insurance required/On file SUBTOTAL 75,000.00 BILL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2028 TOTAL 75,000.00 ASHLAND, OR 97520 Account Number Amount Account Number Amount E 670.08.18.00.604130 25,000.00 E 670.08.36.00.604110 50,000.00 Signature VENDOR COPY CITY OF - SHLAND NOTICE OF TRANSMITTAL TO: KARI OLSON DATE: PURCHASING PROJECT: JOB NO.: SUBJECT: FEBRUARY 10, 2004 TAP WATERLINE EXTENSION 03-34 CONTRACT DOCUMENTS THE FOLLOWING ITEMS ARE BEING SENT TO YOU: Please find attached the original contract and requisition for Carollo Engineers for the TAP Waterline Extension engineering project. Insurance should already be on file. ENCLOSED ~, UNDER SEPARATE COVER REMARKS' COPIES TO: Department of Public Works B.y: Dawn .La. mb~j//'i . Title: Admims~¢e Assistant PUBLIC WORKS Tel: 541488-5587 20 E. Main Street Fax: 541-488-6006 Ashland, Oregon 97520 TTY: 800-735-2900 www.ashland,or.us G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003\03-34 IH Contract Req NOT 2 04.doc CITY OF kSHLAND REQUISITION No. PW - FY 2004 Department Public Works Date February 10, 2004 Vendor CAROLLO ENGINEERS Requested Delivery Date ASAP 4380 SW MACADAM AVE STE 350 Deliver To PAULA BROWN PORTLAND OR 97239 Via Account No. ~. ~'?O, O~ , .~.,3 . C,~). ~,~p I IO (* Note: PI .... Ilow approximately two(2) weeks for delivery on it ..... t ..-~.,~ ...... ' generally caried in stored, and approximately two (2) months on printing jobs.) 4,z~-~ -~[:,-7o, o:Y. t o% oO. ~, 0'7 t '~ Item No. Quantity Unit Description Use of Purchasing Office Only Unit Price Total Price PO No. 'Engineering design for the Talent, Ashland Phoenix (TAP) Waterline extension from l'alent to Ashland $ 75,000.00 TOTAL $ 75,000.00 for Kari: BID /RFP / EXEMPT: RFP COntraCt Start Date: January 5, 2004 ContraCt COmpletion Date: Insurance on file: ~ NO Project No: 03-34 Job No. Unit No. I hereby certify that the above items are necessary for the operation of this department and are budgeted /f epartment ea or ul orize erson Issued By Date Received By G:Pubwrks\eng\deptadmin\engineer\project\03-34 Carollo TAP Requisition I 04.xls ENGINEERING SERVICES CONTRACT Consultant services contract made on the date specified below in Recital A between the City and Consultant as follows: Recitals: A. The following information applies to this contract: CITY: CITY OF ASHLAND City Hall 20 E. Main St. Ashland, Oregon 97520 (541) 488-5347 FAX: (541 ) 488-6006 Consultant: Address: Telephone: FAX: CAROLLO ENGINEERING ROBERT EIMSTAD, PE 5100 SW MACADAM AVE, STE 440 PORTLAND OR 97201 503/227-1885 503/227-1747 Date of this agreement: ¶ B: RFP date: November 24, 2003 January 5, 2004 Proposal date: December 10, 2003 ¶2.2. Contracting officer: Paula C. Brown, PE ¶2.4. Project: TAP Water Line Extension Project ¶6. Consultant's representative: Robert Eimstad, PE ¶8.3. Maximum contract amount: NTE $75,000.00 B. On the date noted above, City issued a request for proposals (RFP) for consulting services needed by City for the project described above. Consultant submitted a proposal in response to the RFP on the date noted above. C. After reviewing Consultant's proposal and proposals submitted by other offerors, City selected Consultant to provide the services covered by the RFP. City and Consultant agree as follows: To accept submitted proposal, revised scope of work and deliverables. 1. Relationship between City and Consultant: Consultant accepts the relationship of trust and confidence established between Consultant and City by this contract. Consultant covenants with the City to perform services and duties in conformance to and consistent with the standards generally recognized as being employed by professionals of consultant's caliber in the locality of the project. Consultant further covenants to cooperate with City, City's representatives, contractors, and other interested parties in furthering the interests of City with respect to the project. In order to promote successful completion of the project in an expeditious and economical manner, Consultant shall provide professional consulting services for City in all phases of the project to which this contract G:\pub-wrks\eng\dept-admin\ENGINEER\PROJEC'R2003\03-34 Carollo Contract 1 04.doc applies, serve as City's professional consulting representative for the project, and give professional consultation and advice during the term of this contract. Consultant acknowledges that City is relying on consultant to provide professional consulting services in a manner that is consistent with the interests of City. 2. Definitions: Generally words, terms and phrases used in this contract shall have the meaning ascribed to them in the construction industry, unless the context clearly indicates otherwise. As used in this contract: 2.1. "City" means the City of Ashland, Oregon. 2.2. "Contracting officer" means the person specified in Recital A above or that person's designee. 2.3. "Project" means the project described in Recital A. 2.4. "Work" or "Services" shall mean all labor, materials, plans, specifications, opinions, reports, and other consulting services and products which Consultant is required to provide under this contract. 3. Term: The term of this contract shall commence on the date specified in Recital A above and end on completion of all services required by this contract unless sooner terminated as provided in this contract. 4. Authority of contractinq Officer: The contracting officer shall have the authority to act on behalf of City in the administration and interpretation of this contract. The contracting officer shall have complete authority to authorize services, transmit instructions, receive information, interpret and define City's policies and make other decisions with respect to Consultant's services. 5. Consultinq Services: Consultant shall provide services to City that are described in the RFP. 5.1. In connection with the services described in the RFP, Consultant shall: 5.1.1. Consult appropriate representatives of City to clarify and define City's requirements relative to the services. 5.1.2. Review available data relative to the services. 5.1.3. Identify data which is not available and is needed to fulfill the services, and act as City's representative in obtaining such data. 5.1.4. Prepare monthly progress reports to the contracting Officer on the status of services. 5.1.5. Cooperate with other consultants retained by City in the exchange of information needed for completion of the services and the project. 5.2. Consultant shall commence performance of services within five days after receiving written authorization from the contracting officer for work described in the RFP. Consultant shall perform the services as expeditiously as G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~.003\03-34 Carollo Contract I 04.doc is consistent with professional skill and care and the orderly progress of the project. Upon request of City, Consultant shall submit for City's approval, a schedule for the performance of work elements described in the RFP. Each schedule shall include allowance for periods of time required for City's review and approval of Consultant's services. Each schedule, approved by City, shall become a part of this contract. 5.3. Consultant shall perform the services as an independent contractor in accordance with generally accepted standards in Consultant's profession. Consultant shall be responsible for the professional quality, technical accuracy and the coordination of all services performed by Consultant. Consultant shall, without additional compensation, correct or revise any error or deficiencies in the services that are caused by Consultant's negligence. City's review, approval, acceptance of, or payment for, any of the services shall not be construed to waive any of City's rights under this contract or of any cause of action arising out of Consultant's services. In the event of any breach of this contract by Consultant or negligent performance of any of the services, City's cause of action against Consultant shall not be deemed to accrue until City discovers such breach or negligence, or should have, with reasonable diligence, discovered such breach or negligence. The preceding sentence shall not be construed, however, to allow City to prosecute an action against Consultant beyond the maximum time limitation provided by Oregon law. 6. Assignment of Consultant's Personnel: 6.1. The services covered by this contract shall be rendered by, or under the supervision of the person specified in Recital A above, who shall act as Consultant's representative in all communications and transactions with City. 6.2. Consultant will endeavor to honor reasonable specific requests of City with regard to assignment of Consultant's employees to perform services if the requests are consistent with sound business and professional practices. 7. Responsibilities of City: 7.1. City will cooperate fully with Consultant to achieve the objectives of this contract. 7.2. City will provide information, documents, materials and services that are within the possession or control of City and are required by Consultant for performance of the services. 7.3. City will arrange for access to, and make all provisions for Consultant to enter upon, public and private property as required for Consultant to perform the services. 7.4. City will provide all permits necessary for completion of the project. 7.5. The contracting officer will act as liaison between City, Consultant, public agencies, and others involved in the project. 8. Payment: 8.1. City shall pay Consultant for services and reimburse Consultant for expenses incurred by Consultant in performance of services in accordance with a G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003\03-34 Carollo Contract I 04.doc payment schedule to be submitted by Consultant and accepted by City. No reimbursement will be made for expenses that are not specifically itemized in this payment schedule without prior approval by the contracting officer. 8.2. Consultant shall submit monthly invoices to City for Consultant's services within ten days after the end of the month covered by the invoice. 8.3. Total payments under this contract or any amendments shall not exceed the sum specified in Recital A above. 9. Compliance with Law: 9.1. This contract will be governed by and construed in accordance with laws of the State of Oregon. Consultant shall promptly observe and comply with all present and future laws, orders, regulations, rules and ordinances of federal, state, City and city governments with respect to the services including, but not limited to, provisions of ORS 279.312,279.314, 279.316 and 279.320. 9.2. Pursuant to ORS 279.316(2) any person employed by Consultant who performs work under this contract shall be paid at least time and a half pay for all overtime in excess of 40 hours in any one week, except for persons who are excluded or exempt from overtime pay under ORS 653.010 to 653.261 or under 29 U.S.C. Sections 201 to 209. 9.3. Consultant is a "subject employer" as defined in ORS 656.005 and shall comply with ORS 656.017. Prior to commencing any work, Consultant shall certify to City that Consultant has workers' compensation coverage required by ORS Chapter 656. If Consultant is a carrier insured employer, Consultant shall provide City with a certificate of insurance. If Consultant is a self-insured employer, Consultant shall provide City with a certification from the Oregon Department of Insurance and Finance as evidence of Consultant's status. 9.4. If the amount of this contract is $15,713.00 or more, Consultant is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any subcontractor who performs 50% or more of the service work under this contract. Consultant is also required to post the attached notice predominantly in areas where it will be seen by all employees. 10. Ownership of Documents: All documents prepared by Consultant pursuant to this contract shall be the property of City. To the extent permitted by law, City shall, within the limits of the Oregon Tort Claims Act, defend, indemnify and hold harmless Consultant, its consultants, agents and employees against all damages, claims, expenses and losses arising out of any reuse of plans, specifications and other documents prepared by Consultant without prior written authorization of Consultant. 11. Records: 11.1. Consultant shall develop and maintain complete books of account and other records on the services which are adequate for evaluating Consultant's performance. Consultant shall maintain records in such a manner as to provide a clear distinction between the expenditures and revenues related to the project and the expenditures and revenues related to Consultant's other business. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003\03-34 Carollo Contract 1 04.doc 11.2. Consultant's books and records shall be made available for inspection by City at reasonable times, to verify Consultant's compliance with this contract. City shall have the right to request an audit of Consultant's books and records by a certified public accountant retained by City. 12. Indemnification: Consultant shall defend, indemnify and save City, its officers, agents, and employees harmless from any and all claims, actions, costs, judgments, damages or other expenses resulting from injury to any person (including injury resulting in death,) or damage to property (including loss or destruction), of whatsoever nature arising out of or incident to the negligent performance of this contract by Consultant (including but not limited to, the negligent acts or omissions of Consultant's employees, agents, and others designated by Consultant to perform work or services attendant to this contract). Consultant shall not be held responsible for any claims, actions, costs, judgments, damages or other expenses, directly and proximately caused by the negligence of City. 13. Insurance: 13.1. Consultant shall, at its own expense, at all times during the term of this contract, maintain in force: 13.1.1. A comprehensive general liability policy including coverage for contractual liability for obligations assumed under this contract, blanket contractual liability, products and completed operations and owner's and contractor's protective insurance; 13.1.2. A professional errors and omissions liability policy; and 13.1.3. A comprehensive automobile liability policy including owned and non-owned automobiles. 13.2. The coverage under each liability insurance policy shall be equal to or greater than the limits for claims made under the Oregon Tort Claims Act with minimum coverage of $500,000 per occurrence (combined single limit for bodily injury and property damage claims) or $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. 13.3. Liability coverage shall be provided on an "occurrence" basis. "Claims made" coverage will not be acceptable, except for the coverage required by subsection 13.1.2. 13.4. Certificates of insurance acceptable to the City shall be filed with City prior to the commencement of any work by Consultant. Each certificate shall state that coverage afforded under the policy cannot be cancelled or reduced in coverage cannot be made until at least 30 days prior written notice has been given to City. A certificate which states merely that the issuing company "will endeavor to mail" written notice is unacceptable. 14. Default: 14.1. There shall be a default under this contract if either party fails to perform any act or obligation required by this contract within ten days after the G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003\03-34 Carollo Contract 1 04.doc other party gives written notice specifying the nature of the breach with reasonable particularity. If the breach specified in the notice is of such a nature that it cannot be completely cured within the ten day period, no default shall occur if the party receiving the notice begins performance of the act or obligation within the ten day period and thereafter proceeds with reasonable diligence and in good faith to effect the remedy as soon as practicable. 14.2. Notwithstanding subsection 1.4.1, either party may declare a default by written notice to the other party, without allowing an opportunity to cure, if the other party repeatedly breaches the terms of this contract. 14.3. If a default occurs, the party injured by the default may elect to terminate this contract and pursue any equitable or legal rights and remedies available under Oregon law. All remedies shall be cumulative. 14.4. Any litigation arising out of this contract shall be conducted in Circuit Court of the State of Oregon for Jackson County. 15. Termination without Cause: 15.1. In addition to the right to terminate this contract under subsection 14.3, City may terminate by giving Consultant written notice sixty days prior to the termination date. 15.2. In addition to the right to terminate this contract under subsection 14.3, Consultant may complete such analyses and records as may be necessary to place its files in order and, where considered necessary to protect its professional reputation, to complete a report on the services performed to date of termination. 15.3. If City terminates the contract under subsection 15.2, Consultant shall be paid for all fees earned and costs incurred prior to the termination date. Consultant shall not be entitled to compensation for lost profits. 16. Notices: Any notice required to be given under this contract or any notice required to be given by law shall be in writing and may be given by personal delivery or by registered or certified mail, or by any other manner prescribed by law. 16.1. Notices to City shall be addressed to the contracting officer at the address provided for the City in Recital A above. 16.2. Notices to Consultant shall be addressed to the Consultant's representative at the address provided for the Consultant in Recital A above. 17. Assignment: City and Consultant and the respective successors, administrators, assigns and legal representatives of each are bound by this contract to the other party and to the partners, successors, administrators, assigns and legal representatives of the other party. Consultant shall not assign or subcontract Consultant's rights or obligations under this contract without prior written consent of City. Except as stated in this section, nothing in this contract shall be construed to give any rights or benefits to anyone other than City and Consultant. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJEC'lA2003\03-34 Carollo Contract 1 04.doc 8. Modification: No modification of this contract shall be valid unless in writing and signed by the parties. BY Fed. REVIEWED ONTENT BY Depa~ City Date: Coding (for City use only) G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003\03-34 Carollo Contract 1 04.doc SCOPE OF SERVICES The following scope of services details specific work elements to be completed by Carollo Engineers on the TAP Intertie Extension Project. Task 1. Project Initiation Subtask 1.1. Workshop I - Project Kick-off Meeting. Conduct a project kick-off meeting with City staff to introduce Carollo team members, review the scope of services, and formalize City goals and objectives. Subtask 1.2. Gather and Review Background Data. Following the Project Kickoff Meeting, gather and review existing water system data including the existing H2ONet hydraulic model, TAP project design information and as-built construction drawings, GIS data files, copies of TAP-related reports, geo-technical reports and studies, data and information available from Rogue Valley Council-of-Governments (RVCOG), aerial photographs, topographic information, environmental and natural resources data, and other related information. Subtask 1.3. Identify Project Constraints. Review and conduct necessary meetings or conversations with local and state agencies to identify key project constraints, environmental concerns, costs, and funding opportunities. Identified constraints will be used to develop and evaluate alternatives. Agencies will include, at a minimum, those listed in the RFP work description. Subtask 1.4. Develop Design and Cost Criteria. Develop criteria for sizing pipelines, pump stations and storage reservoirs, and for reviewing hydraulic and water quality impacts of the TAP connection to the City's water system. Develop capital and life cycle cost criteria for evaluating alternatives. Deliverables - Task 1 · Summary Notes from the Project Kick-off Meeting. · Summary notes from meetings/conversations with local and state agencies and franchise utilities. · Technical Memorandum #1 summarizing project constraints, and design and cost criteria. Task 2. Evaluate Storage, Distribution System, and Water Quality Requirements Subtask 2.1. Review Existing TAP Project and Pumping Facilities. Review the existing TAP project drawings, design documents, and construction specifications. Evaluate requirements for connection to the existing pipeline, and pumping requirements. Subtask 2.2. Review Water System Demands. Review current and future water system demands and water production capacity at the City's Water Treatment Plant. Subtask 2.3. Develop and Evaluate Storage Options. Evaluate storage requirements for each of the City's designated reservoir service areas based upon current and build-out land use conditions. The storage analysis will consider requirements for operational equalization, emergency, and fire reserve. Develop and evaluate storage options to address current and/or future storage deficits. Review locations for a future TAP Reservoir, if recommended. ~:\Car~Pr~jects~`sh~an¢TAP~atermainPreDesign\~ntract\Revised~ntractSc~pe_P~vm 1 .doc 1 Subtask 2.4. Calibrate Water System Model. Use pressure and flow data provided by the City to finalize calibration of the City's H2ONET water system hydraulic model to facilitate evaluation of connection alternatives. Subtask 2.5. Develop and Evaluate TAP Connection Options. Develop alternatives for the TAP connection based upon current and future storage requirements. Identify preliminary pipeline size and pumping requirements for each alternative using the water system model. Select the optimum TAP connection point. Evaluate impacts of the TAP connection on distribution system hydraulics, including flow direction and velocity. If recommended, select a preliminary site for a future TAP Reservoir. Subtask 2.6. Review TAP Water Quality Impacts. Evaluate the quality of MWC water and develop recommendations to mitigate potential impacts on water quality associated with mixing of TAP and City-produced waters. Recommend facilities or operational strategies to mitigate any noted water quality impacts (e.g. clear well, chemical feed, etc). Subtask 2.7. Workshop 2 - TAP Storage and Delivery Options. Conduct a workshop with City staff to review TAP storage and delivery options, and review potential hydraulic and/or water quality impacts associated with the TAP connection. Subtask 2.8. Finalize TAP Reservoir Size and Location and Pumping Requirements. Based upon feedback from Workshop 2, finalize the preliminary size and location of the TAP reservoir location and pumping requirements for delivery of MWC water from existing TAP facilities to the City. If necessary, conduct preliminary geotechnical and environmental evaluations on proposed reservoir site. Deliverables - Task 2 · Calibrated H2ONETWater System Model. · Technical Memorandum #2 summarizing current and future water system demands, storage requirements, TAP connection alternatives, and potential hydraulic and/or water quality impacts associated with TAP connection and MWC water. · Summary notes for Workshop 2. Task 3. Conduct Pipeline Routing Study Subtask 3.1. Identify Preliminary Pipeline Routes. Develop up to three (3) pipeline routing options for delivery of MWC water from the existing terminus of the TAP pipeline to the recommended water system connection. Consider contracted flows, current and future demands, diameter, system head losses, and pumping requirements. Subtask 3.2. Evaluate Constraints for Route Options. Review comments with local and state regulatory agencies to evaluate specific constraints and requirements for each preliminary route. Evaluate natural resources, environmental, geological, permitting and other constraints for each option. Subtask 3.3. Estimate Capital and Life-cycle Costs. Prepare preliminary project cost estimates and estimated 20-year life cycle costs for each option using cost criteria developed in Task 1. Subtask 3.4. Evaluate Pipeline Alternatives. Evaluate each pipeline alternative using a matrix-based approach considering economic and non-economic criteria and weighting factors. I:~CarolloP rojects~Ashland\TAPWatermainPreDesign\Contract\RevisedContractScope_Plvm 1 .doc 2 Criteria to be included in the analysis may include criteria summarized in the project approach, and other criteria specified by City staff. Weighting factors will be determined with input from City staff. Subtask 3.5. Workshop 3 - TAP Pipeline Alternatives. Conduct a workshop with City staff to pipeline routing alternatives for the TAP pipeline from the existing terminus to the selected TAP reservoir location. Subtask 3.6. Select Optimum Pipeline Route. Based upon feedback from Workshop 3 and the pipeline alternative evaluation, select the optimum pipeline route. Subtask 3.7. Provide TAP Scenario for Water System Model. Update the City's H2ONet hydraulic model with a future scenario for the TAP pipeline, including water mains, reservoirs, pumping and water quality facilities. Deliverables - Task 3 · TAP scenario for the H2ONET Water System Model. · Technical Memorandum #3 summarizing pipeline routing alternatives, capital and life cycle costs associated with each option, and the recommended pipeline route. · Summary notes from Workshop 3. Task 4. Complete Conceptual Design Subtask 4.1. Evaluate Right-of-Way and Prepare Oversized Drawing. The City will collect and compile right-of-way and topography information along the selected pipeline route and prepare an AutoCAD base map. Carollo will add the routing options including connections to existing water mains, and proposed pipeline alignment, pump stations, and reservoirs. The final oversized drawing will identify pipeline alternatives, existing rights-of-way and easements, land acquisition requirements, public and franchise utilities, creeks and streams, wetlands and ntural resource elements, soil boring locations, and miscellaneous structures and obstructions. Subtask 4.2. Prepare Reservoir & Pump Station Schematic Drawings. Prepare schematic drawings of proposed reservoirs and pump stations to be included in the final report. Schematic drawings for reservoirs will show preliminary site drawings with plan and profile views. Schematic drawings of pump stations will show preliminary site layout and a preliminary plan for the pump station. Subtask 4.3. Prepare Conceptual Cost Estimates. Prepare cost estimates for the recommended alternative. Estimates will include all project costs including construction, easement and right-of-way acquisition, final design engineering, permit acquisition, and construction management. Subtask 4.4. Complete Permit Applications. Prepare applications for required permits associated with the recommended alternative. Permits or agreements for the TAP project may be required from ODOT (right-of-way permit), Oregon Health Division (construction permit), Oregon Department of Environmental Quality (NPDES 1200C and other permits), Oregon Water Resources Department, Talent Irrigation District, Medford Water Commission, City of Talent, and/or Jackson County. I:\Ca rolloP rojects~Ashlan~TAPWatermain PreDesign\Cont ract\RevisedCont ractScope_Plvm 1 .doc 3 Subtask 4.5. Prepare Land/Easement Acquisition Documents. Prepare legal descriptions and exhibit maps for identified rights-of-way, easements, and land to be acquired by the City prior to construction of the TAP project. Subtask 4.6. Prepare Preliminary Design Report. Prepare a draft Preliminary Design Report summarizing the study. The report will include alternatives, analyses, cost estimates, conclusions and recommendations, the oversized alternatives drawing prepared with City assistance, schematic design drawings for reservoirs and pump stations (1 lx17). Permit applications, and legal descriptions for land and easement acquisitions will be provided separately. Subtask 4.6. City Council Acceptance. Make a presentation of the Preliminary Design Report to City Council providing an overview of work completed on the project, a summary and justification of recommendations. Deliverables - Task 4 1. Five (5) hard copies and one electronic copy of the Draft and Final Preliminary Design Reports. 2. One electronic copy of reservoir and pump station schematic drawings drawings. (Note: All documents or drawings will be provided in a Microsoft Word or AutoCAD format compatible with the City's software.) 3. Five (5) hard copies and one electronic copy of all required permit applications. 4. Five (5) hard copies and one electronic copy of all right-of-way/easement acquisition legal descriptions and exhibit maps. I:\CarolloProjects~shlanc~TAPWatermainPreDesign\Contract\RevisedContractScope Plvml.doc 4 C { T Y 0 F ^ ~ ~I L A N D OREGON TAP Waterline Extension Project No. 2003-34 November 26, 2003 City of Ashland Department of Public Works 51 Winburn Way Ashland, OR 97520 Attention: Ms. Paula Brown Subject: Proposal for Preliminary Engineering Services - TAP Waterline Extension Project No. 2003-34 Dear Paula: Our goal on the TAP project is to provide the City with the greatest benefit from it's new water supply. If selected, we will identify where and how to make the TAP connection to control costs, to allow the best utilization of the water, and to help the City address any water storage and distribution deficiencies. Our familiarity with your system and your H20Net model will allow us to complete the work without putting a burden on your staff resources. We will hit the ground running. I am proposed as both the Project Manager and the partner-in-charge. I enjoy working for the City of Ashland and I believe that my planning and preliminary design expertise will help the City find the best alternative. I have maintained my personal commitment to high quality service to the City for the past seven years. That commitment to service will be maintained throughout this project. You know that our work is of high quality and that we will be responsive to any issues or concerns that you may have as the project unfolds. I am pleased to be able to offer Preston Van Meter as the Project Engineer. Preston has the right mix of skills, project experience and energy to push this project to successful completion. I know he has been responsive and helpful during his review of your water system planning and your H20Net model. That is indicative of the service that he will provide on this project. Give me a call if you need additional information or have questions and have a great Thanksgiving! Very truly yours, Partner RBE:tb V:\Client89XAshland\Prop~2003\TAPproject'l 103~Docs\TAPCoverLetter.d0c 4380 SOUTHWEST MACADAM AVENUE, SUITE 350 · PORTLAND, OREGON 97239-6406 · (503) 227-1885 · FAX (503) 227-1747 Extension {STANDING has been providing of Ashhmd for over we have completed a '~ects and have consistently to high qt,ality service The Carollo team offers a detailed understanding of the engineering issues and community needs that must be addressed in completing preliminary design of the TAP pipeline extension and connection to the City's water distribution system. Our past work in preparing your Long-Range Comprehensive Water Supply Plan established water demands over a range of conservation scenarios, identified future supply deficits, and evaluated alternative supply sources. The plan had extensive community involvement resulting in buy-in from a broad cross section of the community and resulted in the City sharing the cost of the TAP project. No other firm understands the City's water supply issues as well as Carollo. Carollo also has a thorough understanding of your water distribution system. We completed the initial development of your water distribution system hydraulic model and, most recently, a technical review of your Water Master Plan and hydraulic model. Our understanding of your community and long-range water supply issues, our knowledge of your water distribution system, our expertise in H20Net modeling, and our water system planning and design expertise will help ensure project success. Project Objectives We will provide recommendations for the TAP pipeline considering all impacts on the City and the City's existing water distribution system: Storage reservoir and pumping recommendations for the TAP connection that will strengthen the City's ability to meet water demand in all zones; · The optimum TAP pipeline route that minimizes costs and impacts (both environmental and community); } Mitigation of hydraulic and water quality impacts from the TAP connection to City's distribution system; } Pe~itting and right-of-way/easement acquisition assistance; } Detailed preliminary cost estimates; and } Use of TAP water in conjunction with Ashland's water to meet demand and optimize the Ciw's water costs. KEY ISSUES Key project issues are summarized herein. Identify TAP Water Delivery Options The regional pump station does not have capacity to deliver TAP water to the City of Ashland. Intermediate pumping facilities will be required. A list of additional improvements for the City of Ashland to utilize the TAP pipeline included in the August 1997 TAP Waterline Intertie Study noted that a booster pump station may be required.We will utilize the City's water distribution system hydraulic model to evaluate options to minimize pumping while providing additional storage as recommended in the City's Water Master Plan. Options may include: · Installing a small booster pump station near Hwy 99 to deliver TAP water to a new storage reservoir or distribution system connection in a Iow pressure zone · Installing a larger booster pump station near Hwy 99 to deliver TAP water to Crowson Reservoir, a new reservoir, or a distribution system connection in a high pressure zone. · Constructing a new reservoir outside the city limits (e.g. Jackson County), and pumping to the distribution system connection point. V:\Client89~Ashland\Prop\TapProject~lnd&Proposall103.indd C o r o I I o E n g i n e e r s · A-I Optimize Water Storage and Distribution System Hydraulics The October 2002 City of Ashland Water Distribution Analysis and Capital Improvement Plan (Master Plan) estimates a storage deficit in the City of 5.17 million-gallons by 2022. Therefore, the Master Plan recommends the City construct two new 2.5 million- gallon reservoirs. One of these reservoirs would store TAP water and provide storage for lower pressure zones near the incoming TAP connection. However, our review of the Master Plan storage assumptions indicates the future storage deficit may not be this large. An indication of this is the City's current problem with utilization and turnover in Alsing Reservoir. We will use the City's calibrated hydraulic model to provide storage recommendations meeting your long-term storage requirements, and optimizing utilization and turnover in your existing reservoirs. We will also review hydraulic impacts associated with pipeline velocities and pumping requirements in evaluating and locating a TAP water reservoir. Pumping into the existing distribution system will likely increase velocities and may reverse the direction of flow in some pipelines. These changes can negatively impact water quality in pipelines by dislodging pipe tuberculation. We will evaluate these potential impacts and recommend mitigation strategies and system improvements to protect water quality for all of Ashland's customers. Review TAP Water QualityImpacts We will review the water chemistry of the finished water from the two sources and evaluate potential impacts of the mixing of City of Ashland water with TAP water. There is a potential that the mixing of these two water sources could negatively impact water quality or cause variations in taste and water quality that could displease customers. We will review the chemistry of the two water sources and identify any potential impacts. If potential impacts exist, we will recommend mitigation strategies. Recommend the Best Long-Range Solution We will develop several pumping, storage and pipeline routing options, considering initial construction costs associated with the pipeline, storage reservoir, pumping, land acquisition, distribution system improvements, and other direct costs. Our detailed approach and expert cost estimating databases will allow us to accurately assess these costs. We will base the final recommendation on an evaluation of economic and non-economic criteria. We will work with the City to develop a list of criteria and weighting factors to select the best long-range alternative. Potential criteria may include: initial construction cost, life-cycle cost, constructability, storage optimization, distribution system impacts, environmental and natural resources impacts, permitting, operations and maintenance, water supply reliability, and other factors. Prepare Conceptual Design and Detailed Cost Estimates We will complete preliminary design of recommended pipelines, pumping facilities, and reservoirs. This preliminary design will be developed in sufficient detail to uncover fatal flaws, identify all costs associated with the TAP connection, and allow a smooth transition into final design and construction. We will provide conceptual design drawings showing the recommended TAP pipeline and pumping facilities delivered from the end of the pipeline near the City of Talent to the recommended connection point within the City's existing distribution system. The detail of our preliminary design and cost estimates will allow the City to systematically implement this project to fit within its Capital Improvement Program. Where possible, we will identify intermediate projects in the Preliminary Design Report that can or should be completed prior to pipeline construction. These projects may include property and easement acquisition, distribution system improvements to reduce impacts of the TAP connection, pumping facilities, and optimization strategies for the City's existing storage reservoirs. Provide Right-of-Way/Easement Documents Once the recommended location of additional storage facilities and the TAP pipeline are determined, we will prepare legal descriptions and provide preliminary drawings. The legal descriptions and drawings will be valuable in explaining impacts to property owners and will be attached as exhibits to finalized agreements. We will also conduct research and include costs for easement and right-of-way acquisition in the overall costs for the project. V:\Client89\Ashland\Prop\TapProject~Indd~Protx,sall103.mdd C o r o I I o E n § i n e o r s · A-2 SCOPE OF SERVICES The following scope of services outlines specific tasks to be completed by Carollo for the TAP Intertie Extension Project. We will complete all services required in the Request for Proposals. A list of tasks follows the scope of services and provides further detail to our anticipated services. Task 1. Project Initiation Subtask 1.1. Workshop 1 - Project Kick-off Meeting. Conduct a project kick-off meeting with City staff to introduce Carollo team members and review the scope of services, City goals, and objectives. Subtask 1.2. Gather and Review Background Data. Gather and review existing water system data including the existing H2ONet hydraulic model, TAP design information and as-built construction drawings, GIS data files, copies of TAP-related reports and studies, data and information available from Rogue Valley Council-of-Governments (RVCOG), aerial photographs, topographic information, environmental and natural resources data, and other related information. Subtask 1.3. Identify Project Constraints. Conduct meetings with local and state agencies to identify key project constraints, environmental concerns, costs, and funding opportunities. Constraints will be used to develop and evaluate alternatives. Agencies will include, at a minimum, those listed in the RFP work description. Subtask 1.4. Review Existing TAP Project and Pumping Facilities. Review the existing TAP project drawings, design documents, and construction specifications. Evaluate requirements for connection to the existing pipeline, and pumping requirements in addition to the existing regional pump station. Task 2. Evaluate Storage, Distribution System, and Water Quality Requirements Subtask 2.1. Assess Future Storage Requirements. Complete an evaluation for each of the City's water system pressure zones to assess future storage requirements. The storage analysis will consider storage required for operational equalization, emergency, and fire reserve. Provide the size and pressure zone for a future TAP reservoir, if recommended. Subtask 2.2. Identify TAP Reservoir Location and Pumping Requirements. Use the City's H2ONet water system model to identify the optimum location of any TAP reservoir and pumping requirements. Evaluate impacts of the reservoir on distribution system hydraulics, including flow direction and velocity. Select a preliminary site for any future TAP Reservoir. Subtask 2.3. Evaluate Pipeline Size Requirements. Review current and future water system demands and water production capacity at the City's Water Treatment Plant. Identify the optimum size TAP pipeline based upon contracted flows and potential future demands, system head losses, and pumping requirements. Subtask 2.4. Review TAP Water Quality Impacts. Evaluate the quality of MWC water and develop recommendations to mitigate potential impacts on water quality associated with mixing of TAP and City-produced waters. Recommend facilities or operational strategies to mitigate any noted water quality impacts (e.g. clearwell, chemical feed, etc). Subtask 2.5. Workshop 2 - Future Storage and Pumping Requirements. Conduct a workshop with City staff to review future storage and pumping requirements, and preliminary locations for the future TAP reservoir. Subtask 2.6. Finalize TAP Reservoir Size and Location and Pumping Requirements. Based upon feedback from Workshop 2, finalize the preliminary size and location of the TAP reservoir location and pumping requirements for delivery of MWC water from existing TAP facilities to the City. If necessary, conduct preliminary geotechnical and environmental evaluations on proposed reservoir site. Subtask 2.7. Update Water System Hydraulic Model. Update the City's H2ONet hydraulic model with a future scenario for the TAP pipeline, including water mains, reservoirs, pumping and water quality facilities, if needed. V:\Client89kAshland\Prop\TapProjectklnddkProposal1103.indd C o r o I I o E n § i n e e r s · A-3 Task 3. Conduct Pipeline Routing Study Subtask 3.1. Identify Preliminary Pipeline Routes. Develop 2 or 3 pipeline routing options for delivery of MWC water from the existing terminus of the TAP pipeline to the connection with the City's existing water distribution infrastructure. Subtask 3.2. Evaluate Constraints for Route Options. Review comments with regulatory agencies to evaluate specific constraints and requirements for each preliminary route. Evaluate natural resources, environmental, geological, permitting and other constraints for each option. Subtask 3.3. Estimate Project and Life-cycle Costs. Prepare preliminary project cost estimates and estimated 20-year life cycle costs for each option. Subtask 3.4. Evaluate Pipeline Alternatives. Evaluate each pipeline alternative using a matrix- based approach considering economic and non- economic criteria and weighting factors. Criteria to be included in the analysis may include criteria summarized in the project approach, and other criteria specified by City staff. Weighting factors will be determined with input from City staff. Subtask 3.5. Workshop 3 - TAP Pipeline Alternatives. Conduct a workshop with City staff to get input on pipeline routing alternatives. Subtask 3.6. Select Optimum Pipeline Route. Select the optimum pipeline route based upon the results of the pipeline alternative evaluation. Task 4. Complete Conceptual Design Subtask 4.1. Prepare Conceptual Design Drawings. Prepare preliminary design drawings for the recommended alternative. Drawings will include water main size and location, pumping facilities, storage reservoirs, water quality facilities, distribution system improvements, sediment and erosion control plans, electrical, instrumentation and controls, and other specialty design requirements associated with the recommended alternative. Plans will identify areas with required land, right-of-way, or easement acquisition. Subtask 4.2. Prepare Conceptual Cost Estimates. Prepare cost estimate based upon the preliminary design drawings. Estimates will include all project costs including construction, easement and right-of- way acquisition, engineering, permits, etc. Subtask 4.3. Complete Permit Applications. Prepare applications for required permits associated with the recommended alternative. Subtask 4.4. Prepare Land/Easement Acquisition Documents. Prepare legal descriptions and exhibit maps for identified rights-of-way, easements, and land to be acquired by the City prior to construction of the TAP project. Subtask 4.5. Prepare Preliminary Design Report. Prepare a draft Preliminary Design Report summarizing the study. Include preliminary design drawings (1 lx17), and cost estimates. Permit applications, and acquisition legal descriptions and exhibits will be provided separately. Subtask 4.6. City Council Acceptance. Present the Preliminary Design Report to City Council. CITY AND CONSULTANT DELIVERABLES For this project, we will need from you (estimated hours): 1. General City Project Management (1-2 hours per week) 2. Attend Project Workshops (3 workshops @ 2-3 hours each) 3. Assist in gathering background information (4 hours) 4. Review TAP Reservoir Site options (2 hours) 5. Review TAP pipeline routing alternatives (2 hours) 6. Provide H2ONet water system hydraulic model and summary documentation (2 hours) 7. Review Draft Preliminary Design Report (4 hours) 8. Attend the City Council study session and presentation meetings (2 meetings ~ 3 hours) V:\Client89~shland\Prop\%pProject\lndd~roposall103.mdd C o r o I I o E n g i n e e r s ° A-4 We will provide you with: 1. Presentation materials and facilitation of project meetings and workshops, the City Council study session, and the City Council presentation. 2. Five (5) hard copies and one electronic copy of summary notes from project meetings and workshops, public meetings with community groups, and meetings with regulatory agencies. 3~ Five (5) hard copies of summary notes from all project-related meetings and workshops 4. Five (5) hard copies and one electronic copy of the Draft and Final Preliminary Design Reports 5. Five (5) hard copies and one electronic copy of all right-of-way/easement acquisition legal descriptions and exhibits, and permit applications 6. Five (5) hard copies of all permit applications 7. Updated H2ONet files for any new supply scenarios analyzed as part of the project 8. All documents or drawings will be provided in a Microsoft Word or AutoCAD format compatible with the City's software 2 - FIRM CAPABILITIES Carollo Engineers has significant experience in the planning, design, and construction of complex pipelines through environmentally sensitive terrain. In the past 70 years, we have designed over 700 miles of water transmission mains and pipelines ranging in size from less than eight inches to over 100 inches in diameter. We are a full-service civil and environmental firm with over 600 employees in 21 offices located throughout the United States. Work Quality and Cost Controls We will utilize specific control measures to produce high quality work products meeting your schedule and budget. These controls will be developed early in the project with the preparation of the Project Procedures Memorandum, including QA/QC procedures, that will guide completion of the project, establish cost controls and progress monitoring protocols, and highlight procedures to manage the project scope and schedule. Management and Organizational Structure Carollo's organizational structure is based on our belief in the special nature of the owner/client relationship. Administrative duties are split among our 40 partners, and every project has a partner-in-charge of coordinating the project team. The partner-in-charge has final responsibility for all contractual matters, final project quality, and client satisfaction. This provides our clients with the talent of top management and strengthens our efforts in directing staff through each assignment. As a result, our work is executed in a timely and efficient manner in accordance with the needs and directives of our clients. To ensure continuity, we maintain the assignment of the partner and project manager on each project from the planning stage to completion of construction and start-up. Bob Eimstad has maintained a close working relationship with the City on several past projects, and will continue an active presence in ensuring that our work products are delivered on time and with the level of quality you have come to expect from Carollo Engineers. Impact of Concurrent or On-going Projects We have highlighted the availability of key team members in the Project Team section of this proposal. Our proposed project staff does not currently have any concurrent projects that will limit their availability or impact completion of the project. Contingencies for any change in project staffing will be addressed in the Project Procedures Manual. Our team is ready and available to begin work on this exciting and challenging project. SIMILAR SERVICES City of Ashland - Lon§ Ran§e Comprehensive Water Supply Plan Carollo completed a long-range water supply plan for the City of Ashland. The City's supply reservoir is small and has inadequate capacity to supply Ashland with water during drought years. The City also had concerns regarding the reliability of its drinking water supply since both the reservoir and the treatment plant were potentially vulnerable to catastrophic failure. Carollo projected water demands for the 50-year planning period and evaluated seven different supply alternatives to meet projected water supply deficits. \~\Client89~shland\Prop\TapProject\Indd~roposall103.indd C o r o I [ o E n g i n e e r s ° A-5 The planning effort included extensive public involvement. There were community concerns about the impact that the supply alternatives would have on community growth, business development, and public health. Carollo facilitated a citizens advisory committee with 14 members. The plan recommended that the City of Ashland share in the cost of the TAP project. County of San Luis Obispo, CA - Nacimiento Water Supply Project Carollo evaluated alternatives for a comprehensive water supply system to service 18 different water purveyors in San Luis Obispo County. The project includes program development, engineering, and EIR development for two new water treatment plants, 72 miles of raw water pipeline, upgrades to two existing water treatment plants, two new steel storage reservoirs, two high-lift pump stations, one 2,500-foot tunnel, and one multi-port surface water reservoir intake. Carollo performed an evaluation to examine the potential for corrosion and aesthetic problems based on different blends of two source waters. City of Everett, WA - Panther Creek Reservoir Carollo is providing engineering services for the planning and design of the Panther Creek Reservoir for the City of Everett, Washington. Sizing the reservoir required analysis of the projected water demands for the transmission system and sizing to allow the reservoir to serve its intended function. Carollo completed numerous computer simulations of the transmission system to determine the appropriate location of the reservoir in the hydraulic grade line. City of Santa Cruz, CA - Water System Improvements Carollo has provided engineering on a number of water system improvement projects for the City of Santa Cruz, CA. The Bay Street Reservoir is the primary treated water storage component of the City of Santa Cruz's water distribution system but, the reservoir is not being used to its fullest extent. Carollo is conducting an engineering analysis of the distribution system to identify how the operation of the reservoir can be improved by providing more operational flexibility and reliability. The preferred alternative will likely include pipeline improvements, a new booster station and/or new operational strategies to meet the Santa Cruz's overall objective of improved reservoir operation without frequent changes in the flow rate at the Graham Hill Water Treatment Plant. Carollo also completed an evaluation of the best way to supply water from the City to the University of California Santa Cruz (UCSC).The purpose of the study was to identify pumping and storage improvements which provide cost effective water distribution for the current and future demands. Carollo developed layouts for the recommended upgrades, preliminary cost estimates for the recommended facilities, and a phased implementation plan for each of the recommended project elements. San Francisco PUC - East Bay Municipal Utility District, CA - Emergency Water Intertie Carollo conducted a feasibility study for constructing an emergency intertie between the SFPUC and EBMUD water supply systems. The facility's purpose is to convey large amounts ofwate between the two systems when either system is addressing an emergency condition that has impacted its water supply capacity. City of Lake Oswego, OR - McNary Reservoir No. 2 In addition to designing improvements to the City's water treatment plant, Carollo provided complete services from planning and permitting through construction of McNary Reservoir No. 2. The facility was place on-line in June 2000, four months ahead of schedule, in time to provide peaking water supplies during a dry period experienced that summer. The reservoir is a buried, rectangular, cast-in-place concrete structure that is fully covered by extensive landscaping and a small children's play area. A lengthy permitting process was required to obtain the necessary approval for the project. Included in this process were several meetings with the local neighborhood association, the preparation of a land use application, and public presentations to the local development review commission. A limited site area and strict conservation requirements present several challenges to the construction phase of the project. V:\Client89\.Ashlana\Prop\TapProjectkh~dd~Proposall103.indd C o r o I I o E n g i n e e r s ° A-6 3 - PROJECT TEAM This section identifies the key project team members, provides a brief synopsis of their relevant experience, describes their role on the project, and identifies time commitments to this project. A more complete summary of each team member's experience can be found in her/ his resume, located in the Appendix. Partner-in-Charge/Pro~ect Manager Bob F. Jmstacl, RE. Project Engineer Pre, ton Van Meter, RE. Technical Advisor Jim Hagstrom, RE. Project Team Modeling - Dave Kraska, RE., Pumping Systems - Water Quality issues - ElectricaVl&'C - Environmental/Permitting - Surveying - Geotechnica~ - Jurisdictional Coordination - Preston Van Meter, RE. Allen de Steiguer, RE. Dave Kraska, RE. Doug Handran, RE. Robert Dillinger, Ph.D. (1) Travis Foster, PLS (2) Jerry Jacksha (3) Joe Strahl (2) Sul~onsult~nts (1) Natural Resources Planning Services (2) WS'H Pacific (3) Kleinfelcler Carollo is teamed with Natural Resources Planning Services for environmental permitting, W&H Pacific for survey and easement acquisition services, and Kleinfelder (formerly Squire Associates) for geotechnical services. Carollo has teamed with each of these subconsultants on previous projects. Key Team Members Robert Eimstad (25% availability) is proposed as the Project Manager and as Carollo's partner-in-charge. Bob has been working with the City of Ashland for nearly seven years on both water and wastewater projects, including the design of the improvements to the City's wastewater treatment plant, the Long Range Comprehensive Water Supply Plan, and the City's Collection System Master Plan. Bob has broad-ranging experience in pipeline design, pump station design, and infrastructure planning and design. Bob will be actively involved in your project from start to finish to ensure that our work products are delivered on time and with the level of quality you expect. Preston Van Meter (50% availability) is the proposed Project Engineer. Preston has a detailed familiarity of the City of Ashland's water distribution system through his review of the City's Water Master Plan and the City's H2ONet hydraulic model. Preston has extensive project experience helping small and medium sized Oregon communities improve their water supply capabilities. His experience includes: · Project manager for the preliminary design, design and construction management of the Ballston Road 1.5 million gallon Reservoir and Pump Station Project in Sheridan, OR · Project engineer for the preliminary design, design, and construction management of the Olinger Water System in Donald, OR. This reservoir, pipeline, and pump station serves a commercial/industrial development along the I-5 corridor. · Project engineer for several pipeline projects for the City of Keizer, OR including replacing 3000 lineal feet of 10-inch water main on Chemawa Road, 5,000 lineal feet of 12-inch transmission main on Cherry Avenue, and 8,000 lineal feet of the City's 14-inch primary transmission main on the City's primary arterial street. These projects included easement acquisition assistance, permitting, traffic control, and complex project sequencing. Allen deSteiguer (20% availability) is a leader of Carollo's Infrastructure Group and will assist Preston with the pump station design. Allen has designed numerous pump stations, both large and small, throughout the Northwest. Dave Kraska (20% availability) will review all modeling efforts and help with identifying and resolving any water quality issues associated with connecting to TAP. Dave developed the initial H20Net model for the City and identified measures needed to allow Crowson Reservoir to be taken out of service. Dave has extensive H20Net water distribution system modeling experience and knows Ashland's distribution system. V:\Client89X?xshlandXProp\TapProject~lndd~Prolx~sal1103.indd C o r o I I o E n g i n e e r s ° References Carollo prides itself on the continuing relationships that we have developed with our clients. In the table below, we have provided references for several of our key projects for water conveyance summarized in the previous section. We invite you to contact these individuals to verify our responsiveness and quality of service on similar projects. City of Ashland - Long Range Comprehensive Water Ms. Paula Brown, P.E., Public Works 541-552-2411 Supply Plan Director/City Engineer County of San Luis Obispo, CA - Nacimiento Water Ms. Christine Ferrara, Utilities Division 805-781-5272 Supply Project Manager City of Everett, WA - Panther Crek Reservoir Mr. Mark Sadler, Senior Engineer 425-257-8967 City of Santa Cruz, CA - Water System Improvements Mr. Bill Kocher, Director Water Dept. 831-420-5200 City of Lake Oswego, OR- McNary Reservoir No. 2 Mr. Joel Komarek, P.E., City Engineer 503-697-6588 4 - RESOURCES Carollo's staff numbers more than 600 employees including over 250 registered engineers. We are a full- service company with the experience and qualified professionals to successfully manage water related projects of any size. Our staff includes civil, sanitary, hydraulic, environmental, electrical, mechanical, chemical, structural, control systems, and corrosion control engineers, as well as architects, planners, and specialists in other areas. Carollo also has state-of-the-art communications infrastructure to facilitate sharing work between offices and to strengthen project team communications. In addition to our local area networks (LANs) within each office and wide area network (WAN) between our offices, we have a Carollo Intranet and video conference equipment in each office. Video conferencing reduces travel costs and enhances our ability to tap into expertise throughout the company. We have added three subconsultants to provide expertise on this project: Natural Resources Planning Services (NRPS) will provide any needed natural resource and environmental evaluations and any necessary environmental assessments. NRPS has a detailed understanding of the local area, having provided environmental services for the Bear Creek Greenway. They are currently providing environmental services for the WISE project and for the City of Medford's reclamation pipeline. Kleinfelder (formerly Squire Associates) will provide geotechnical information for the preliminary design. Squire provided geotechnical services for the TAP pipeline design and has familiarity with the local geology and soils. W&H Pacific will provide survey and easement acquisition assistance. Joe Strahl of W&H Pacific has an excellent working relationship with Jackson County. 5 - RESPONSE TIME Key milestones - including meetings, workwhops and deliverables - are highlighted in the graphic below. As shown, we envision completing the project in approximately ten months, including presentation of findings to the Ashland City Council. Workshop No. 1 - Project Kick- Jan. 19, 2004 off Meeting Workshop No. 2 - Future Storage Apr. 30, 2004 and Pumping Requirements Workshop No. 3 - TAP Pipeline Jul. 16, 2004 Alternatives Draft Report Submitted Sop. 15, 2004 City Council Presentation Oct. 1, 2004 Final Report and Documents Oct. 15, 2004 Submitted V:\ClientS9~shland\Prop\TapProject~Indd~roposall103.indd C o r o I I o E FI g i [1 e e r s · A-8 RESUMES The following resumes are included in this appendix for your review. Bob Eimstad, P.E. Carollo Engineers Parnter-in-Charge/Project Manager Preston Van Meter, P.E. Carollo Engineers Project Engineer James Hagstrom, P.E. Carollo Engineers Technical Advisor David Kraska, P.E. Carollo Engineers Water Quality Issues/Modeling Allen de Steiguer, P.E. Carollo Engineers Pumping Systems Doug Handran, P.E. Carollo Engineers Electrical/l&C Robert Dillinger, Ph.D. Natural Resources Planning Services Environmental/Permitting Travis Foster W&H Pacific Surveying Jerry Jacksha Kleinfelder Geotechnical Joe Strahl W&H Pacific Constructability Review V:\Client89~Ashland\Prop\TapPiojectkIndd~Proposall103.indd C 121 r o I } o E iq g [ iq e e F $ ~' CITY OF DEPARTMENT OF PUBLIC WORKS WATERLINE EXTENSION PROJECT NO.: TYPE OF PROPOSAL: 2003-34 GENERAL ENGINEERING DESIGN & RELATED SERVICES FOR THE TAP WATERLINE EXTENSION PROPOSAL DUE DATE: NOVEMBER 26, 2003, 1:30 PM TO RECEIVE A PROPOSAL CONTACT: Dawn Lamb, Administrative Assistant 20 EAST MAIN STREET ASHLAND OR 97520 541/488-5587 TABLE OF CONTENTS PA~E Ad~tis~t ........................................................................................ 3 Fdlow on Find Endne~ing DEsign ........................................................ 4 Bc~kgound ......................................................................................... 4 Work De~idion ................................................................................... 5 - 8 Scope of Work ............................................................................. 5-6 De~iption of Consultont's Dutie~ ................................................. 6-7 Acidtiond Consultont Re~ponsibilitie~ ............................................ 7 City R~ponsibilitie~ ...................................................................... 7 Propced Contents .................................................................................. 8 Pre-Prqocsd IVleding .............................................................................. 8 Criteria for Sdedion ............................................................................... 9 - 10 Propcsd Evdudion and Sdedion ...........................................................11 Contrcd & Terms ................................................................................... 12 Contr a~ ...................................................................................... 12 Contrad Term .............................................................................. 12 Appendx SaTde Contrcd ................................................................. 14-20 aty of Ashlond Living Wcl~ Requirement ............................ 21 Vidnity IVlcp ....................................................................... 22 G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003\03~34 TAP Waterline Extension RFP 10 03.doc Page 2 of 22 CITY OF ASHLAND DEPARTMENT OF PUBLIC WORKS PRELIMINARY ENGINEERING SERVICES TAP WATERLINE EXTENSION T he Oh/of Ashland requests prolz~ds for prdirninory engneering serviaes required for the eventud E~tension of the TAP (Tdent Ashland Phoenix) wderline frann it's terminus in Tdent to a yet to be ddermined Icx:dian the Ashland wrier dstributian system. T his projEd indudes: ~. evdude wderline routing fecsibility q3tions ~ sded a prel:errEd di~nment option identify and dtdn dl potentid right of way ecs~ts or fee title a3zluisition, identify permit requirE~n~ts and prE~oore initid permit c1:tdiodian proc~s, azn-dete prdiminory endneering c~ign(10% ) of the preferred routing, ca-rlflde E~ndranrnentd, sdls and erosion andysis and any dher su~peddty ondysis, pravide a3curde prdimincry construdion estimdes. Also induded in this prdiminory endneering is an ondysis of the qztoro13riate connection ond Icx:dion to the Gty's system, devdion, hyctoulics, pumldng and any re-chlorindion or dher proc~s improvements thof would be necessory far that ultimde oonnedion. APl~ide Ioadion and any deor wdl or dstriloution reservdr d this Ioadian must be induded If a decr wdl or dstribution reservdr is recorTrr~ded, prdiminory endneering and site Icx:dion, right of wa7, dc must be identified and andyzed T his portion dso indudes 13repordion of cost estimates d al3rdiminc~y (10%) c~sig~ levd. Proposds must be recdved by 1:30 PM, NaverTi0er 26~, 2003, in the aty of Ashlond Endneering C~fioe Icx:ded d 51 Winburn Wc~/, Ashland (DR 97520; mailing address: 20 E. Main Street Ashland OR 97520. Prq3osd d3cu~ts ore avdlctJe d the dzove cdcfess md dl IOrOposds must at:tess the RFP formal. Propcsds ore limited to 8 pclE~. Consultant sdedian will be hosed upon wdghted criteria cs dted in the Request for Prolzcsd ctzxzu~t. A standcrd sdectian criterion includes, but is not limited to E~perience, c~dldfility, schedule, response time and cost. T he prq:x:ser must be redstered cs a Professiond Endneer (a vi L) with the Stale of Cregon. The City of Ashland reserves the right to rejed any and d113rqz~ds, to wdve formdities or to a3:E~ any pqocsd, which ~s to serve the best interest of the City of Ashland For further informdion, contact Paula Brown, PulJicWorks DirEdor/aty Endneer or Pitier Sme~k, Assodde Endneer dr 541/488-5587. ! Paula C Brawn, P.E. PublicWorks Diredor/aty Endneer G:Xpub-wrks\eng\dept-admin\ENGINEER\PROJECTX2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 3 of 22 CITY OF ASHLAND DEPARTMENT OF PUBLIC WORKS PRELIMINARY ENGINEERING SERVICES TAP WATERLINE EXTENSION CONCEPT T he aty of Ashland intends to hire a a:zqodent dvil engneering firm (or tea-n) to provide a wide range of andysis and ccrrdete prdirdncry engneering servia~s required for design and ultimde a3nstrudion for the extension of the T AD (T dent Ashland Phoenix) wderline from it§ terrdnus in T dent to a yet to be ddermined lEx:dion in the Ashland wd6r dstributian system. This prdirnincry endneering andysis must be dddled enough to sded a preferred dterndive routing, identify dl of the required right of wo/needs, oost estimdes and prooess/dstributian system irqorov~ts. FOLLOW ON FI NAL ENGINEERINGDESIGN T he City may deal to utilize the scrne engineering d~siGn firm (teorn) to oorrdete the find endneering design. However, bdng hired for initid p'diminory endneering is not a guorantee and does not irnldy any further work cn this effort. Thetirning of find design is not firm and mo/nd be danned until sometirT~ in the future, FY08 or beyond I nduded in the find design scope (to be defined fully if there is any fdlow an contrcd work) will be a dsoussian of the benefits of design build, vdue endneering or other oontrading options, and the requirement to pre-qudify a~ntra~ors for this lecd of ~itive bid p'ojeds. BACKGROUND T he Oty of Ashland portidpated with the dties of T dent and Phoenix, dang with support from the RoGue Vdley Coundl of G:~vernments and the IViE~ord Wrier CaTrdssian, to reserve ccpcdty and shore in the cost of buildng the T AD Pipdine and Redand Booster Stdian from the MEn,ford Wrier Corrrdssian mdn transrdssian lineto the City of Tdent. The projed wcs designed by Mont~y Wdsan Endneering (now IV~H) and built by Jcrnes W. Fader for a tdd ocst of $9,227,906. Ashlan~ shorewcs $1.1 rdllion. Construdian wcs substantidly a:~qolde in June 2002. Referenoe ctawings and cs-builts ore c~/dlcble. T he City of Ashland hcs reserved acpadty for 1.5 million 9dlons of wafer a day, and dthough the system wcs initidly envisianed for ddivery to affset surrcr~ pecks, the wafer oould be ddivered yeor-oround Bcsed an awder supdy andysis caYCded in 1998 by Cordlo Endneers, theaty Coundl is a3mrdttedto the projed. Theprojed is indudedin the C_qfitd I mprov~ts Prc~em (a P) for a 2008-09 stort, b, fl st(:ff does not antidpafe construdian stort until 2010-2012. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJEC~2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 4 of 22 WORK DESCRIPTION SE]OPE CE WCRK: T he sdeded a~nsultonts will provide endneering d~ig~ servia~ thd indude, but ore not lirdted ta. A. Evdudion of wderline routing fecsilfility cptions. Thecurrent routing for theTAP line from lVlec~ord to T dent is dong Hwy 99. T he consultont should e~dude iikdy dterndive odions, the pro~ ond acns of eaSn option ond recormnend a prderred option to stoff for presentdion ond Coundl q3ffiovd. T his e~duafion should indude acst-rdded effeds on the find endneering d~ign and o0nstrudion of ec~h digest option ond the future ddlity to rndntdn the line. T his r~ddion should indude a oorrp:rison of a~ts ond bendits of the two or three mcst likdy dterndive~. B. Sdedion of a prderred dif~nrnent odion. T he consultont should v~rify the prderred diEjnnnent option, the prcs ond cons ond with stctf, gdn Coundl q0provd. C With minimd aty cssistonoe, the consultont shdl identify ond cssist with documentdion to attdn dl potentid right of way ecsernents or fee title a0quisition. T his itE~-n indud~ working with the aty stoff on identifying ac~ts cssodated with each aoquisition, de~dq~ng dl legd c~criptions or q~e~ments, ond other cssodded doa, Jmentdion. T his item do~ nd nea~sorily mean thd the consultont will negotide with property owners, b, Jt mo/cssist the Ofy with this effort for identifying a0mpcrc~le a~ts, dc D. T he consultant will identify dl projed perrdt requirements ad prepc~e initid perrdt cpdiEdions. T his item indud~ corndding initid title sec~ch, legd descriptions ond filling out the initid pcper work with stale ond load ~dE~. I t is ontidpded thd the fdlowing cl~E~nd~ will need to be invdved (ond there may be dhers): CDOT, NOAA (c~eek cra~sings), TID, BCR, Ofy of Tdent, Jackson County, Me~ord Wrier ~ssion, TAP ~ttee (with RVCOGproddng c~tnninistrdive oversight), ond C~egon Stale Division of Wrier. E. T he consultont will comdde prdiminory engneering d~ig~ (bcsicdly to the cona~t c~ign stc~e) of the prderred routing to indude, lout nd nea~sorily be lirdted to, topog'~ic information, depth ond g'cde~, pipe sizing, purnldng requirements (gaffe bcsed), SC/~DA system need~, ond identify dl a~a~ent properfy awnership, generd rnderids ond generd layout. Prdirdnory endneering shdl fdlow CDOT ond APWAc~ign stondcr~. F. T o properly conndde the prdirdnory endneering ond sdedion of the prderred routing, the consultont will ccmdde environrnentd, sdls ond erodon ondysis ond ony dher required sub~peddty ondysis (list each sub~peddty ond subaonsultont in the response to the RFP). Provide a0curde prdirdncry construdion (indudng system irr13rovements - purnlfing, oonnedions, re~ervdrs, dc) E~tirndE~ d the conaeptud encjneering le~d. I ndude cpprq3ridejustificdion for dl aontingeno/figure~. For the sdeded dterndive, prodde suffident a~t dddl to dlow for i~dent verifia~ion of a~ts ond a c~dled saope of work to be used in find d~ign prepcrdion. Find G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003103-34 TAP Waterline Extension RFP 10 03.doc Page 5 of 22 Ho c~ign ond aonstrudion work may be comdeted through a d~ign-build dterndive. I ndude an ondysis and r~ddion of this cption. Provide an ondysis of the cp~c~ide oonnedion and Iocdion to the Gty§ syster~ devdion, hyctoulics, putting (and purTldng fa~lities) and any re-chlccinafion cc other proa~s improv~ts thd would be nea~sccy fcc thd ultirnde connedian. Stc~f hcs initidly cssumed that the TAP ~ipdine a0nnedion would be d the nccth end c~ town (Ashland Mne Road ccea) and feed one cc more of the lower pressure zones. It rdght be q~zopride to hc~e a redJnd~t cc SUlEdernentccy pumdng systE~n to pUrTIO sa'ne cc dl of the TAP water to the Qty~ mdn feeder reservdr (Qowson) for better flow dstribution. These ond dher options should be evduded and dscussed with stoff pricc to r~ddions bdng marie. Indude on ondysis of the rddive ao~t of stcca~e aq0cdty, a~ess, mdntenonoe issues, dc fcc ec~h Ioodion. Adc~ess the nE~d fcc and q0pr~ide Ioadion and size (to ~e a 20-yecr plonning horizon) of ony decr wdl cc dstribution reservdr d the aonnedion lEx:dion. If adecc wdl cc dstribution reservdr is r~ded, pravide prdirdncry endne~ing ond site Iocdion, right of way, sdls cd~ulofions and construdion type, operdiond neecO, size, devdions, ddng, dc T he Ioadion of the connedion to the Oty§ systE~nn should be mcdded using the Oty§ H20 Nd rncx~ to show the c~feds of the aclcitiond 1.25 - 1.5 mgd ccpadty to the Oty§ dstribution system d the recommended Iocdion/devdion. Indude prdiminc~y c~ign and construdion a~t estimdes of the aonnedion ond dl cssodded irTlorovE~nnents. II. DESCRIPTICN CF COlXL~ULTANr DUTIES: A The a3nsultont will pradde a bcsicunderstondng to fallow the scope of wcck, and dddled aost estimdes fcc the servicE~ to be perfccn'Ed, time fra'ne and on a3:E~dfle list of projed personnd. B. Reseccch ond prep~e cdequde rTd~rids fcc the projed dements cs d~cTibed in the scope of work. C Prepcce presentdion rnderids fcc vccious public a-d infccrndiond medings. D. Attend working medin~ and public medings (ofternoon/evening) cs required- ldon on two public medings, one coundl study session (rdd d~/) and one aoundl presentation d a regulcc meeting (evening). T he consultant shdl keep stc~f infccmed on a regulcc bcsis of projed devd~ts, schedule ond ao~ts. Wccking medings shdl be hdd cs often cs is nea~sccy, but no less than onae every 2-3 months. T he consultant should show the meeting frequency in the propcsd. E. T he a~nsultont shdl supervise speddty a0nsultont servia~ fcc the fdlowing types of speddties: hyctoulicmodding, environmentd, geotechniod, gedodd, cc similcr speddty work items. These servia~ cce to be induded in your p-opcsd a~ts and should be spedficdly identified cs such. F. T he a3nsultont shdl provide 5 copies of dl reports, techniEd merncconda and cratings, indudng thcse from sub-aonsultonts. T he aonsultont shdl prodde a G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 6 of 22 cop/of dl techniad merT~an~ and reports/reazrrrn~datians (indudng sub- consultants) in WCRD format and dl dradngs in CADD formal aonsistent with the aty§ versian of AutoCAD. Provide a copy of dl input and output dda for the hyctculic andysis and any survey/fidd work in ddtd and mcp formal dong with the find report. Use H20 Nd for the Water Distribution Modding III. ADDI TI CNAL CE~SULT ANT S RESPCNSI BI LIT I ES: T he aonsultant§ person in chorge of the projed must be an Oregon Professiond Gvil Endneer cs required by Oregon Redsed Stdut~ and shdl cssume full r~ponsildlitie~ for the fdlawing A. Persannd, IVlderids &Equipment: Theoansultant shdl provide qudified and aa-rlodent personnd and shdl furnish dl supdiE~, equipment, tods and inddentds requiredto cz:corrdish thework. All mderids crdsuplflie~ shdl beof good qudity and suitd31e for the cssigned work. B. Scfety Equipment: T he consultant shdl pradde and use dl scfdy equilzrnent indudng, 10ut not lirdted to had hals, scfety ve~ts and dofhing required by Stale and Federd reguldior~s and DEp~t~t pdidE~ and proaedJre~. C BusinEss License Required Thesdeded oonsultant must have a ~urrent aty of Ashland business license prior to conduding any work for the aty. D. ProfE~siond RE~pansibiliti~: T he consultant shdl perform thework usingthe standcrds of a~e, skill and dligenae normdly pradded by a professiond in the p~forrnanoe of suah servia~ in resped to sirdlc~ work and shdl a:~ply with dl cpdia~e coc~ and standcrds. E. Sub-aonsultant IVlan~t: T he consultant shdl sup~vise speddty consultant services for the fdlawing types of speddtiE~: enviranmentd, gEotechniad, gedogod, or similor speddty work itE~ms. IV. OTY RESPONSIBILITIES: In the deyd~t and imlflernentdion of this projed the Gty of Ashland will cssume the fdlowing re~pansibilitiE~: A Prodde a projed mancEler and lidscn B. Prodde avdldfle "cs-built" ddafor theTAP Pipdine C Provide a timdy review of subrdttds D. Prodde dda an hyctant flaw and stdic prE~surE~ throughout the City§ system Provide data on pressure zones within the aty~ dstribution system and dl mcxJding informdion in our H20 Net softwcr~ E. Prodde a copy of the aty§ aerid photo (1998) ond topo~c1~icla~,ers (1998) to the sdeded engineering tecrn (prq0c~ers ma7 purchcse this informdion d a totd acst of $125). G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 7 of 22 PROPOSAL CONTENTS T he consultant shdl suL~nit three cold~ of the prq3csd for considerdian by the Oty. T he propcsd shdl cdctE~s each of the fdladng listed items and shdl be organized in a0c~danoe with this sedion of the i~opcsd. Propcsd shdl indude the fallowing information: Title of Project Pr oposer's Contact Title. Phone & Fa~ NurT'ber: Date of Opening Proposal: Each p'cpcsd is limited to no more thc~ 8 pages; re~urn~ mo/be dta~hed cs an cpp~dx; and shdl contdn the fdladng informdian: (see dso Oiteria for Sdedion) A. T ransrniltd Shed / Cover Ldter B. Projed d~cription indudng firm§ scope c~ servioE~ C Firr~ cqoc~litiE~ and r~ouroE~ D. Propcsed stcfl and propcsed time con-~trnents for ~imory stoff medoers E. Proa~s of a3n~eting the work and crnount of time reqJired of aty stoff. F. Projed Cd~ndcr with spedficcon~dion dde~ or mil~toneddE~ for each sedion of work. H. C~t of Serda~ (fee strudure, numb~ of hours for each tcsk and the totd fee indudng dl rdmbursc~e items) PRE-PROPOSAL MEETING There alii be an informd I~e-prqoasd rneding d the Public Works Confer~nae Room, 51 Winburn Wc¥, Ashland, Cregon, on Nav~ 5th from 2:00 - 4:00 PM This meding is dEdgned to onswer gE~nerd ~peddions for the I~ojed. Although non-monddory, it is suited thd interested consultonts, at lecst the I~irnory consultont for the teann, be in dtendcnae cs dher stcff interEdions may be limited G:\pubwrks\eng\dept-admin\ENGINEER\PROJEC~2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 8 of 22 CRITERIA FOR SELECTION PROJEC[ UNDERST ANDI NG MAX SCCRE 10 PTS T he consultant shdl prodde a decr and condse understandng of the serviaes to be provided bcsed an misting informction. Prcdde a generd d~criptian of the requested servic~ and the primory issues to be aJ~essed II. FI RIVlS CAPABILITIES ~ SOE~E 25 PT S T his rddes to the firm~ aZlZXJfilities in performing the requested servioes. References mai be induded in this sedian of the cziteric~ T he response should cEtztess the fdladnG Similor servia~, performed within the Icst five ye:rs, thd best chcra:terize work qudity and a~t contrd; indude at lest three aJrrent reference; Acknaded~ ea:h type of d~iGn servicE~ requested and prodde information an strengths and weckness to perform each type of design; Internd prooedures and/or pdides rdded to work qudity and a:st contrd, IVlan~t and organizdiond strudure; Ofher on-gdng projeds thd may c~fed a~dlcbility for this work; Avdldfility to perform the work for the durdian of the contrad. III. PROJEC[ TEAM MAX SOORE 20 PT S he projed teann is aiticd for the Oty. Provide informdian on the projed prindpd, the projed manaEier, key stctf and sub-consultants. T he consultant must provide the tea-n§ qudifiodians and experienae rdded to the requested servia~: Extent of prindpd invdvernent, CUrrent on-gdng work cssignrnents, projed types, and Iocdian of key merdz~s, Ncrn~ of key members x~ho will be performing the work on this projed andthdr responsibilities, QJdifiadians and rdevant indvidud E~<perienae, indudng sd>consultants, Experienae cs a tecrn on similor or rdded proj eds, Projed IVlan~§ e~<perienae with sirdlor projeds and interdsdlflinory tea-ns. List potentid sub-dsddine consultants thd could be cdled for speddty work and pravide ncrnes of key 131c~,ers and current fee schedule for the fdlowing dsdlflines: environmentd, geotechnicd, gedodcd, and engneering d~ign. List five current referencE~ for similor work projeds. IV. RESCURCES MAX SCENE 15 PTS T his rddes to the totd resources dlooded to prodcing the requested serdc~. ( ~ azlcl es : personnel to hond e the project, qq~r ~ i d e s ut:> o~ns ul ton t pcr ti d pct ion, azrqc~ible cz~rqaJter equilz~nent, adequ~e survey equi~t, etc ). G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 9 of 22 RESPCNSE TI RE MAX SCORE 15 PTS T his cTit~ria rddE~ to the time corrrdtrnent and the time frcrne of the ~ojed cnd v~nd I~iority is cssigned to this City projed. CE~T CF SERVICES MAX SOE~RE 15 PTS I n an attcdqed seded ~nvdope, provide a sumrnory of serviae acsts indudnG e Prindpd Endneer (or other rdded nqan~t pcdtion) rate(s), e Prof~siond Endne~r rde, e Endneer in Trdningrde, e Engneering T eohnidcn rde, e Droftsperson rate, e Ofher profE~siond/sub-prof~siond rde(s), e Dired non-lcb~ co6ts that rdf~t be qEtfli~e. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJEC~2003~03-34 TAP Waterline Extension RFP 10 03.doc Page 10 of 22 II. PROPOSAL EVALUATION AND SELECTION REVIEW Propcsds will be rede~ed and evduofed by persannd frann the Gty of Ashland D~portrnent of PulflicWorks. Ea:h propcsd will be e,~duated an content qudity and aorndeteness cs d~E~ibed in the I~eaedng sedion. I ntervie~vs may be Eonduded with the top ranking firms if the aty deems it nea~sory. EVALUAT I ON CRI T ERI A Each propcsd will be judged cs a dernanstrdian of the consultant§ cEtoc~lities and understandng of the servia~ recluested Evdudian will be cs fdlo~s: Criteria Maximum Score A. Undsrstandng of Requested Serviass 10 B. Firms Cc:tEx:ifilities 25 C. Projed Tecrn 20 D. Resources 15 E. Reslsanse Tirne 15 F. Cast of Serviass 15 TOTAL 100 Points III. IV. Ci T Y RESERVAT I ON T he ah/of Ashland reserves the right to wdve irregulcrities or dscrepandes in a prqacsd if 'the ah/ddermines thd the wdver is in the best interest of the City. ADDENDAT OT HE RFP T he provisions of this RFP aannd be modfied by ord interprdofions or stdE~ments. If inquiries or ~ts by offerors rdse issues thd require dorificdion by the ah/, or the Oty dedd~ to revise any pcrt of this RFP, aclct~da will be prodded to dl persons known to the cantcd person who ha~e reodved or will subsequently readve the RFP. Readpt of c_dd~da must be acknowledged by signing and returning it with the prop~d. PROT EST Any prospective consultant who aontend~ thd the I~odsions of the RFP or any csped of the ~r~t ~s alii ~r~ f~itism in the ~d of the ~tr~, ~ su~t~tidly d~nish ~iti~, ~st file a ~itt~ ~d~t to the RFP d I~t t~ ~s ~i~ to the ~e sd f~ the ~ing ~ ~ds. Fdlure to file a ~d~t rill ~ ~a~v~ ~ ~y ddm ~ ~ off~ thd the ~r~t ~s ddd~ ~y ~si~ ~ ~S ~ 279, the ON ~ ~hl~d L~ ~tr~ R~ B~d Rul~ ~ the ~ ~r~ f~ s~ing ~d sd~i~ ~ ~s~ to ~f~m ~s~d s~d~. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 11 of 22 II. CONT RACI' AND TERMS ~RACT T he engneering firm (tecrn) sde~ted by the aty will be expeded to enter into a w~itten aontrcd in the form dtached to this RFP in the Appendx. T he prop~d should indade a~oE~otonae of the aty~ contrcd provisions or sugg~t re~sondfle dternofive$ thd do not su~tontidly ir~pdr the Oty~ rights und~ the oontrcd. If indusion of any of the Qty~ a~ntrcd provisions wilt result in higher a~ts for the servio~, suah a~ts must be spedfia~ly identified in the propa~d. Una3ndtiond rE~usd to ca~E~ the oontrcd provisions propcsed by the Qty without dffering a~E~c~e dterndivE~ may result in dsqudificdion of the offeror or a IE~s fa~ord31e e~dudion of its prqoa~d. CCNT RACT TERM I t is ontidpated the en~neering firm (tea-n) will de~ine the time nea~sory to EE~T~ete the contrcd, but in no ccse shdl the initid prdirninory endneering andysis ~tend beyond 18 months (through June 30, 2[]05). G:\pub-wrks\eng\dept-admin\ENGINEER\PROJEC~2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 12 of 22 APP NDI X CONSULTANT SERVICES CONTRACT Consultant services contract made on the date specified below in Recital A between the City and Consultant as follows: Recitals: A. The following information applies to this contract: CITY: CITY OF ASHLAND City Hall 20 E. Main St. Ashland, Oregon 97520 (541) 488-6002 FAX: (541) 488-5311 Consultant: Address: Telephone: FAX: Date of this agreement: ¶ B: RFP date: Proposal date: ¶2.2. Contracting officer: ¶2.4. Project: ¶6. Consultant's representative: ¶8.3. Maximum contract amount: B. On the date noted above, City issued a request for proposals (RFP) for consulting services needed by City for the project described above. Consultant submitted a proposal in response to the RFP on the date noted above. C. After reviewing Consultant's proposal and proposals submitted by other offerors, City selected Consultant to provide the services covered by the RFP. City and Consultant agree as follows: 1. Relationship between City and Consultant: Consultant accepts the relationship of trust and confidence established between Consultant and City by this contract. Consultant covenants with the City to perform services and duties in conformance to and consistent with the standards generally recognized as being employed by professionals of consultant's caliber in the locality of the project. Consultant further covenants to cooperate with City, City's representatives, contractors, and other interested parties in furthering the interests of City with respect to the project. In order to promote successful completion of the project in an expeditious and economical manner, Consultant shall provide professional consulting services for City in all phases of the project to which this contract applies, serve as City's professional consulting G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT/2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 14 of 22 representative for the project, and give professional consultation and advice during the term of this contract. Consultant acknowledges that City is relying on consultant to provide professional consulting services in a manner that is consistent with the interests of City. 2. Definitions: Generally words, terms and phrases used in this contract shall have the meaning ascribed to them in the construction industry, unless the context clearly indicates otherwise. As used in this contract: 2.1. "City" means the City of Ashland, Oregon. 2.2. "Contracting officer" means the person specified in Recital A above or that person' s designee. 2.3. "Project" means the project described in Recital A. 2.4. "Work" or "Services" shall mean all labor, materials, plans, specifications, opinions, reports, and other consulting services and products which Consultant is required to provide under this contract. 3. Term: The term of this contract shall commence on the date specified in Recital A above and end on completion of all services required by this contract unless sooner terminated as provided in this contract. 4. Authority of contractinq Officer: The contracting officer shall have the authority to act on behalf of City in the administration and interpretation of this contract. The contracting officer shall have complete authority to authorize services, transmit instructions, receive information, interpret and define City' s policies and make other decisions with respect to Consultant' s services. 5. Consultinq Services: Consultant shall provide services to City that are described in the RFP. 5.1. In connection with the services described in the RFP, Consultant shall: 5.1.1. Consult appropriate representatives of City to clarify and define City' s requirements relative to the services. 5.1.2. Review available data relative to the services. 5.1.3. Identify data which is not available and is needed to fulfill the services, and act as City' s representative in obtaining such data. 5.1.4. Prepare monthly progress reports to the contracting Officer on the status of services. 5.1.5. Cooperate with other consultants retained by City in the exchange of information needed for completion of the services and the project. 5.2. Consultant shall commence per[ormance of services within five days after receiving written authorization from the contracting officer for work described in the RFP. Consultant shall perform the services as expeditiously as is consistent with professional skill and care and the orderly progress of the project. Upon request of City, Consultant shall submit for City' s approval, a schedule for the performance of work elements described in the RFP. Each schedule shall include allowance for periods of G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 15 of 22 time required for City' s review and approval of Consultant' s services. Each schedule, approved by City, shall become a part of this contract. 5.3. Consultant shall perform the services as an independent contractor in accordance with generally accepted standards in Consultant' s profession. Consultant shall be responsible for the professional quality, technical accuracy and the coordination of all services performed by Consultant. Consultant shall, without additional compensation, correct or revise any error or deficiencies in the services that are caused by Consultant' s negligence. City' s review, approval, acceptance of, or' payment for, any of the services shall not be construed to waive any of City' s rights under this contract or of any cause of action arising out of Consultant' s services. In the event of any breach of this contract by Consultant or negligent performance of any of the services, City' s cause of action against Consultant shall not be deemed to accrue until City discovers such breach or negligence, or should have, with reasonable diligence, discovered such breach or negligence. The preceding sentence shall not be construed; however, to allow City to prosecute an action against Consultant beyond the maximum time limitation provided by Oregon law. 6. Assi.qnment of Consultant' s Personnel 6.1. The services covered by this contract shall be rendered by, or under the supervision of the person specified in Recital A above, who shall act as Consultant' s representative in all communications and transactions with City. 6.2. Consultant will endeavor to honor reasonable specific requests of City with regard to assignment of Consultant' s employees to perform services if the requests are consistent with sound business and professional practices. 7. Responsibilities of City: 7.1. City will cooperate fully with Consultant to achieve the objectives of this contract. 7.2. City will provide information, documents, materials and services that are within the possession or control of City and are required by Consultant for performance of the services. 7.3. City will arrange for access to, and make all provisions for Consultant to enter upon, public and private property as required for Consultant to perform the services. 7.4. City will provide all permits necessary for completion of the project. 7.5. The contracting officer will act as liaison between City, Consultant, public agencies, and others involved in the project. 8. Payment: 8.1. City shall pay Consultant for services and reimburse Consultant for expenses incurred by Consultant in performance of services in accordance with a payment schedule to be submitted by Consultant and accepted by City. No reimbursement will be made for expenses that are not specifically itemized in this payment schedule without prior approval by the contracting officer. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 16 of 22 8.2. Consultant shall submit monthly invoices to City for Consultant' s services within ten days after the end of the month covered by the invoice. 8.3. Total payments under this contract or any amendments shall not exceed the sum specified in Recital A above. 9. Compliance with Law: 9.1. This contract will be governed by and construed in accordance with laws of the State of Oregon. Consultant shall promptly observe and comply with all present and future laws, orders, regulations, rules and ordinances of federal, state, City and city governments with respect to the services including, but not limited to, provisions of ORS 279.312, 279.314,279.316 and 279.320. 9.2. Pursuant to ORS 279.316(2) any person employed by Consultant who performs work under this contract shall be paid at least time and a half pay for all overtime in excess of 40 hours in any one week, except for persons who are excluded or exempt from overtime pay under ORS 653.010 to 653.261 or under 29 U.S.C. Sections 201 to 209. 9.3. Consultant is a "subject employer" as defined in ORS 656.005 and shall comply with ORS 656.017. Prior to commencing any work, Consultant shall certify to City that Consultant has workers' compensation coverage required by ORS Chapter 656. If Consultant is a carrier insured employer, Consultant shall provide City with a certificate of insurance. If Consultant is a self-insured employer, Consultant shall provide City with a certification from the Oregon Department of Insurance and Finance as evidence of Consultant' s status. 9.4. If the amount of this contract is $15,713.00 or more, Consultant is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any subcontractor who performs 50% or more of the service work under this contract. Consultant is also required to post the attached notice predominantly in areas where it will be seen by all employees. 10. Ownership of Documents: All documents prepared by Consultant pursuant to this contract shall be the property of City. To the extent permitted by law, City shall, within the limits of the Oregon Tort Claims Act, defend, indemnify and hold harmless Consultant, its consultants, agents and employees against all damages, claims, expenses and losses arising out of any reuse of plans, specifications and other documents prepared by Consultant without prior written authorization of Consultant. 11. Records: 11.1. Consultant shall develop and maintain complete books of account and other records on the services which are adequate for evaluating Consultant' s performance. Consultant shall maintain records in such a manner as to provide a clear distinction between the expenditures and revenues related to the project and the expenditures and revenues related to Consultant' s other business. 11.2. Consultant' s books and records shall be made available for inspection by City at reasonable times, to verify Consultant' s compliance with this contract. City shall G:\pub-wrks\eng\dept-adrnin\ENGINEER\PROJECT~2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 17 of 22 have the right to request an audit of Consultant' s books and records by a certified public accountant retained by City. 12. Indemnification: Consultant shall defend, indemnify and save City, its officers, agents, and employees harmless from any and all claims, actions, costs, judgments, damages or other expenses resulting from injury to any person (including injury resulting in death,) or damage to property (including loss or destructiion), of whatsoever nature arising out of or incident to the negligent performance of this contract by Consultant (including but not limited to, the negligent acts or omissions of Consultant' s employees, agents, and others designated by Consultant to perform work or services attendant to this contract). Consultant shall not be held responsible for any claims, actions, costs, judgments, damages or other expenses, directly and proximately caused by the negligence of City. 13. Insurance: 13.1. Consultant shall, at its own expense, at all times during the term of this contract, maintain in force: 13.1.1. A comprehensive general liability policy including coverage for contractual liability for obligations assumed under this contract, blanket contractual liability, products and completed operations and owner' s and contractor' s protective insurance; 13.1.2. A professional errors and omissions liability policy; and 13.1.3. A comprehensive automobile liability policy including owned and non-owned automobiles. 13.2. The coverage under each liability insurance policy shall be equal to or greater than the limits for claims made under the Oregon Tort Claims Act with minimum coverage of $500,000 per occurrence (combined single limit for bodily injury and property damage claims) or $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. 13.3. Liability coverage shall be provided on an "occurrence" basis. "Claims made" coverage will not be acceptable, except for the coverage required by subsection 13.1.2. 13.4. Certificates of insurance acceptable to the City shall be filed with City prior to the commencement of any work by Consultant. Each certificate shall state that coverage afforded under the policy cannot be cancelled or reduced in coverage cannot be made until at least 30 days prior written notice has been given to City. A certificate which states merely that the issuing company "will endeavor to mail" written notice is unacceptable. 14. Default: 14.1. There shall be a default under this contract if either party fails to perform any act or obligation required by this contract within ten days after the other party gives written notice specifying the nature of the breach with reasonable particularity. If the breach specified in the notice is of such a nature that it cannot be completely cured within the ten day period, no default shall occur if the party receiving the notice begins G:\pub-wrks~eng\dept-admin\ENGINEER\PROJECT~2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 18 of 22 performance of the act or obligation within the ten day period and thereafter proceeds with reasonable diligence and in good faith to effect the remedy as soon as practicable. 14.2. Notwithstanding subsection 14.1, either party may declare a default by written notice to the other party, without allowing an oppodunity to cure, if the other party repeatedly breaches the terms of this contract. 14.3. If a default occurs, the party injured by the default may elect to terminate this contract and pursue any equitable or legal rights and remedies available under Oregon law. All remedies shall be cumulative. 14.4. Any litigation arising out of this contract shall be conducted in Circuit Court of the State of Oregon for Jackson County. 15. Termination without Cause: 15.1. In addition to the right to terminate this contract under subsection 14.3, City may terminate by giving Consultant written notice sixty days prior to the termination date. 15.2. In addition to the right to terminate this contract under subsection 14.3, Consultant may complete such analyses and records as may be necessary to place its files in order and, where considered necessary to protect its professional reputation, to complete a report on the services performed to date of termination. 15.3. If City terminates the contract under subsection 15.2, Consultant shall be paid for all fees earned and costs incurred prior to the termination date. Consultant shall not be entitled to compensation for lost profits. 16. Notices: Any notice required to be given under this contract or any notice required to be given by law shall be in writing and may be given by personal delivery or by registered or certified mail, or by any other manner prescribed by law. 16.1. Notices to City shall be addressed to the contracting officer at the address provided for the City in Recital A above. 16.2. Notices to Consultant shall be addressed to the Consultant' s representative at the address provided for the Consultant in Recital A above. 17. Assi.qnment: City and Consultant and the respective successors, administrators, assigns and legal representatives of each are bound by this contract to the other party and to the partners, successors, administrators, assigns and legal representatives of the other party. Consultant shall not assign or subcontract Consultant' s rights or obligations under this contract without prior written consent of City. Except as stated in this section, nothing in this contract shall be construed to give any rights or benefits to anyone other than City and Consultant. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 19 of 22 18. Modification: No modification of this contract shall be valid unless in writing and signed by the parties. CONSULTANT CITY BY BY Fed. ID # REVIEWED AS TO CONTENT BY City Department Head Date: Coding (for City use only) G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 20 of 22 City of As hi and LIVING B~,~per hour effective June 30, 2003 (Increases annually every June 30 by the Consumer Price Index) For all hours worked under a service contract between their employer and the City of Ashland if the contract exceeds $15,713 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 of Ashland in excess of $15,713. If their employer is the City of Ashland including the Parks and Recreation Department. In calculating the living wage, employers may add the value of health care, retirement, 401K and IRS eligible cafeteria plans (including childcare) benefits to the amount of wages received by the employee. Call the Ashland City Administrator's office at 541-488-6002 or write to the City Administrator, City Hall, 20 East Main Street, Ashland, OR 97520 or visit the city's website at www.ashland.or, us. Notice to Employers: This notice must be posted predominantly in areas where it will be seen by all employees. CITY OF SHLAND G:Xpub-wrks\eng\dept-adrnin\ENGINEER\PROJEC%2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 21 of 22