Loading...
HomeMy WebLinkAbout2004-054 Contract - Carollo Engineers ENGINEERING SERVICES CONTRACT Consultant services contract made on the date specified below in Recital A between the City and Consultant as follows: Recitals: A. The following information applies to this contract: CITY: CITY OF ASHLAND Consultant: CAROLLO ENGINEERING City Hall ROBERT EIMSTAD, PE 20 E. Main St. Address: 5100 SW MACADAM AVE, STE 440 Ashland, Oregon 97520 PORTLAND OR 97201 (541) 488-5347 FAX: (541) 488-6006 Telephone: 503/227-1885 FAX: 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 16. 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\PROJECll2003\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 contracting 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. Consulting 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\PROJECl12003\03-34 Carollo Contract 1 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 1 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\PROJEC-82003\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\PROJECl12003\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\PROJECT\2003\03-34 Carollo Contract 1 04.doc 18. Modification: No modification of this contract shall be valid unless in writing and signed by the parties. CONSUL BY BY S Fed. ID # f:?K- 09ffZFZ REVIEWED AS O CONTENT BY City Department He66 Date: //3/o v Codin, ' (for City use only) 17ZI/ 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 1 - 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 H20Net 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. 1ACarolloProjects\Ashland\TAPWatermainPreDesign\Contract\RevisedContractScope_P1vm tdoc 1 Subtask 2.4. Calibrate Water System Model. Use pressure and flow data provided by the City to finalize calibration of the City's H20NET 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 H20NET Water 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:\CamlloPmie tsWshlandtTAPWatermainPreDesign\Contract\RevisedContractScope_Plvml.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 H20Net 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 H20NET 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 12000 and other permits), Oregon Water Resources Department, Talent Irrigation District, Medford Water Commission, City of Talent, and/or Jackson County. I:\CarolloPmiects\AshlandtTAPWatermainPreDesign\Contract\RevisedContmctScope Plvml.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 (11x17). 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\Ashland\TAPWatennainPreDesign\Contracl\RevisedContmctScope_Plvmt.dm 4 U O F N N N I~ O Q N m m N` b d d N N fp l7 Q b N d O m m d p O O O O O O m b A ~ 1~ y` m Q m m Cl m b m m n d n d m h d p O N V O O O H d V O b N Ol m m d O d N N Q 10 t7 O (7 Ip O O m N O m N (7 p T d (O d N N (p O m A' m N O '1° a N Q w f9 l9 b b b b ~ ~ N ~ ~ d ~ ~ b ~ N b b e' m N CI b N b Q N N' N N 16 ,y F W I9 W M N 19 m N (9 m m Vf f9 M (9 M W N I9 Vl H H N ~ 19 V! W I9 M N f0 N Of LL`~". w wN N N t a" '.K W lC0 «Od#O. m m m O m NQ N N Q 0d Q N d O m H O O m O d m N° b N N m d° O U ~ O O O !O m 1O (~mb 5 S L U Imp O O O N ~ ^ I m C d m d m m m m H m b Q d H m N N g A I bW I ~ X21 0 > Ybj N I N ~ Vl N ~ Cl N N d ~r U @ H M a' O N N O Q N m OJ Wqm. CfJ N: m N ~ N N ~ N N O Q N (p O Jk0 p ~ I O (d~N~N N O L O N ~d b~ 3 n ' m ~ { aw~N Q Q Q d m N N d Q N N N~m Q 1~ Q Q Q Q Q m O N m n ~ mQ QI~ I~y{b b a E m N ~ Q N d ~ A N Q ~ ~ m I Q Q H ` t m c c o O t I c f I o o o g p U d I ~ ~ ~ ~ y c Z y N n d` Y m L ~ ;m U .,K I m ( ' m a n w C i4 E ~ U C a C k h ~ I H H h O - y s~ ro E w c ~ d~ 3~ ~ m m a = z " U E s o ~'E O. m c 4 p V I I ~ c a' f o Q K m ~ g ° °w m ° o ~ ~ d ~ 1 LL ° v o E ( ~ > N O 0 N c 1 O' j w N i.4 W r. c m o co o 4 m p I ~I i N 10- 75 m K., v m, m e p o Q m O U y b 1p N) c C i° m i~mcm. m~°Em - rcm3 m¢~m m ml~ of mi m~U m o U m ° LL c OI LL m. o m E o LL y, m H a c > LL qq Q y W l0 Y~m .`.IU Odpm mJO~ N~ OJN°,C ~O ,OfT~VQIV E mI1°~°~ BILL E P NOq ZN cLLcQLL °`m dam°N C N of y U c n~H bl v LL m ri m m LL LL c O o N a m m E W R''ul Fi i°c D c U w m w K E z w E ~J - N c ni c x m m (3 m a N a° S v (U U LL n a Q ° u LL ° a c E O. LL ° of mI LLI m w 3 m m ~ HI q m m y LL~ g m v c° U m m o m m v m u a Y N D m ml r oI 3 3 of m o 3 rr E n ,Z m 'm m Y v D C _ Y m d d ma m v s ° ° Ti U `m m m U O m am m m ~nE nn c c b c £ >m m~>>>! E m U m ml m c v > > we >E!02227 _m m °1 m p;l m m m t of 3 U.v p m~ po p'K a 'c J a W w w m LL ° w LL o LL oo p m J t a t y O O I N CI d y q N Cl d~ b m m m C A N l7 Q N m I~ d E S N l7 d N m ~ a= LLI ~ ~ F- w N N N N N N N N f U I+! Ol m t+! m m m f U d d d d d d O p O Y m Y Y Y Y Y'Y Y m Y Y Y Y Y Y m Y Y Y Y O Y m~ N 19 N N NI 19 19 2 2 2 N~ 2 2 N O 2 R 0 2 2 N 2 N Q 2 2 A 2 2 A 21 41 N W a mn~nlnnm ml.oaaaan am paannn nn paaaaaa O L~U`• U F 'm-i inl ~I m'~a` tm-lw rnlo w 0 w r' 0 rn rJn y rn r w wn ~~wJ w w NO 0 C I T Y O F A S H L A N D O R B 0 O N !La L'TAPWaterline Extension Sy „g~ rt'~i Project No. 2003-34P r o p o s a I ~W Imo., s Q+r y e y November 26 2003 i +1 ~7 R 5 i t+ y 1 ly.. 4 Me r C ~ M 1 1 1 KEEP 5 s ~ a f ~ •i Xi . Yk ~Ji a may. , D 4 U.Y• .Y~ 6 Mr 16 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, CAR O ENGINEERS ~P.C. Robert . Etmstad, P.E. Partner RBE:tb V:\Client89W5htand\Prop\2003\TAPprolect1103\DM\TAF`G0"rLeRer.doc 4380 SOUTHWEST MACADAM AVENUE, SUITE 350 • PORTLAND, OREGON 97239-6406 • (503) 227-1885 • FAX (503) 227-1747 F • ; ; erline Extension a .qRp. STANDING > The optimum TAP pipeline route that minimizes C>a Id V i o as been providing costs and impacts (both environmental and en meerin City of Ashland for over community); v n ear . time, we have completed a > Mitigation of hydraulic and water quality impacts n m projects and have consistently from the TAP connection to City's distribution t".6 oa commitment to high quality service system; > Permitting and right-of-way/easement acquisition The Carollo team offers a detailed understanding of assistance; the engineering issues and community needs that > Detailed preliminary cost estimates; and must be addressed in completing preliminary design of the TAP pipeline extension and connection to the > Use of TAP water in conjunction with Ashland's City's water distribution system. Our past work in water to meet demand and optimize the City's preparing your Long-Range Comprehensive Water water costs. Supply Plan established water demands over a range of conservation scenarios, identified future supply KEY ISSUES deficits, and evaluated alternative supply sources. The Key project issues are summarized herein. plan had extensive community involvement resulting in buy-in from a broad cross section of the community Identify TAP Water Delivery Options and resulted in the City sharing the cost of the TAP project. No other firm understands the City's water The regional pump station does not have capacity supply issues as well as Carollo. to deliver TAP water to the City of Ashland. Intermediate pumping facilities will be required. A list Carollo also has a thorough understanding of your of additional improvements for the City of Ashland to water distribution system. We completed the initial utilize the TAP pipeline included in the August 1997 development of your water distribution system TAP Waterline Interne Study noted that a booster hydraulic model and, most recently, a technical review pump station may be required.We will utilize the of your Water Master Plan and hydraulic model. City's water distribution system hydraulic model to evaluate options to minimize pumping while providing Our understanding of your community and long-range additional storage as recommended in the City's Water water supply issues, our knowledge of your water Master Plan. Options may include: distribution system, our expertise in H20Net modeling, and our water system planning and design expertise > Installing a small booster pump station near Hwy will help ensure project success. 99 to deliver TAP water to a new storage reservoir Project Objectives or distribution system connection in a low pressure zone We will provide recommendations for the TAP pipeline > Installing a larger booster pump station near Hwy considering all impacts on the City and the City's existing water distribution system: 99 to deliver TAP water to Crowson Reservoir, a new reservoir, or a distribution system connection ► Storage reservoir and pumping recommendations in a high pressure zone. for the TAP connection that will strengthen the ► Constructing a new reservoir outside the city City's ability to meet water demand in all zones; limits (e.g. Jackson County), and pumping to the distribution system connection point. vdCGco,69Nshl nd\Proi>\rprro;mvndd\ProV)s:dI103.fndd C o r o l l a Engineers • A-1 Optimize Water Storage and Distribution System other direct costs. Our detailed approach and expert Hydraulics cost estimating databases will allow us to accurately assess these costs. The October 2002 City of Ashland Water Distribution Analysis and Capital Improvement Plan (Master We will base the final recommendation on an evaluation Plan) estimates a storage deficit in the City of 5.17 of economic and non-economic criteria. We will work million-gallons by 2022. Therefore, the Master Plan with the City to develop a list of criteria and weighting recommends the City construct two new 2.5 million- factors to select the best long-range alternative. gallon reservoirs. One of these reservoirs would store Potential criteria may include: initial construction cost, TAP water and provide storage for lower pressure zones life-cycle cost, constructability, storage optimization, near the incoming TAP connection. distribution system impacts, environmental and natural resources impacts, permitting, operations and However, our review of the Master Plan storage maintenance, water supply reliability, and other factors. assumptions indicates the future storage deficit may not be this large. An indication of this is the City's Prepare Conceptual Design and Detailed Cost current problem with utilization and turnover in Alsing Estimates Reservoir. We will use the City's calibrated hydraulic model to provide storage recommendations meeting We will complete preliminary design of recommended your long-term storage requirements, and optimizing pipelines, pumping facilities, and reservoirs. This utilization and turnover in your existing reservoirs. preliminary design will be developed in sufficient detail to uncover fatal flaws, identify all costs associated with We will also review hydraulic impacts associated the TAP connection, and allow a smooth transition with pipeline velocities and pumping requirements in into final design and construction. We will provide evaluating and locating a TAP water reservoir. Pumping conceptual design drawings showing the recommended into the existing distribution system will likely increase TAP pipeline and pumping facilities delivered from velocities and may reverse the direction of flow in some the end of the pipeline near the City of Talent to the pipelines. These changes can negatively impact water recommended connection point within the City's quality in pipelines by dislodging pipe tuberculation. We existing distribution system. will evaluate these potential impacts and recommend mitigation strategies and system improvements to The detail of our preliminary design and cost estimates protect water quality for all of Ashland's customers. will allow the City to systematically implement this project to fit within its Capital Improvement Program. Review TAP Water Qualitylmpacts Where possible, we will identify intermediate projects in the Preliminary Design Report that can or should We will review the water chemistry of the finished water be completed prior to pipeline construction. These from the two sources and evaluate potential impacts of projects may include property and easement acquisition, the mixing of City of Ashland water with TAP water. distribution system improvements to reduce impacts There is a potential that the mixing of these two water of the TAP connection, pumping facilities, and sources could negatively impact water quality or cause optimization strategies for the City's existing storage variations in taste and water quality that could displease reservoirs. customers. We will review the chemistry of the two water sources and identify any potential impacts. If Provide Right-of-Way/Easement Documents potential impacts exist, we will recommend mitigation strategies. Once the recommended location of additional storage facilities and the TAP pipeline are determined, we Recommend the Best Long-Range Solution will prepare legal descriptions and provide preliminary drawings. The legal descriptions and drawings will be We will develop several pumping, storage and pipeline valuable in explaining impacts to property owners and routing options, considering initial construction costs will be attached as exhibits to finalized agreements. associated with the pipeline, storage reservoir, pumping, We will also conduct research and include costs for land acquisition, distribution system improvements, and easement and right-of-way acquisition in the overall costs for the project. V:\Cli.t89Wshland\Prop\T pProjeuUnddT,optrsa11103.indd C a r o I 1 o Engineers a A-2 SCOPE OF SERVICES storage required for operational equalization, The following scope of services outlines specific tasks to emergency, and fire reserve. Provide the size be completed by Carollo for the TAP Interne Extension and pressure zone for a future TAP reservoir, if Project. We will complete all services required in the recommended. Request for Proposals. Subtask 2.2. Identify TAP Reservoir Location and A list of tasks follows the scope of services and provides Pumping Requirements. Use the City's H20Net further detail to our anticipated services. water system model to identify the optimum location of any TAP reservoir and pumping requirements. Task 1. Project Initiation Evaluate impacts of the reservoir on distribution system hydraulics, including flow direction and Subtask 1.1. Workshop I - Project Kick-off velocity. Select a preliminary site for any future TAP Meeting. Conduct a project kick-off meeting with Reservoir. City staff to introduce Carollo team members and review the scope of services, City goals, and Review current w c Evaluate Pipeline Size Requirements. and future water system demands objectives. and water production capacity at the City's Water Subtask 1.2. Gather and Review Background Treatment Plant. Identify the optimum size TAP Data. Gather and review existing water system data pipeline based upon contracted flows and potential including the existing H20Net hydraulic model, future demands, system head losses, and pumping TAP design information and as-built construction requirements. drawings, CIS data files, copies of TAP-related reports and studies, data and information available Subtask 2.4. Review TAP Water Quality Impacts. from Rogue Valley Council-of-Governmen[s Evaluate the quality of MWC water and develop (RVCOG), aerial photographs, topographic recommendations to mitigate potential impacts on information, environmental and natural resources water quality associated with mixing of TAP and data, and other related information. City-produced waters. Recommend facilities or operational strategies to mitigate any noted water Subtask 1.3. Identify Project Constraints. Conduct quality impacts (e.g. clearwell, chemical feed, etc). meetings with local and state agencies to identify key project constraints, environmental concerns, costs, Subtask Workshop 2 - Future Storage and and funding opportunities. Constraints will be used Pumping ng Requirements. Conduct a workshop with to develop and evaluate alternatives. Agencies will City staff to review future storage and pumping include, at a minimum, those listed in the RFP work requirements, and preliminary locations for the future TAP reservoir. description. Subtask 2.6. Finalize TAP Reservoir Size and Subtask 1.4. Review Existing TAP Project and Location and Pumping Requirements. Based upon Pumping Facilities. Review the existing TAP project feedback from Workshop 2, finalize the preliminary drawings, design documents, and construction size and location of the TAP reservoir location and specifications. Evaluate requirements for connection pumping requirements for delivery of MWC water to the existing pipeline, and pumping requirements from existing TAP facilities to the City. If necessary, in addition to the existing regional pump station. conduct preliminary geotechnical and environmental Task 2. Evaluate Storage, Distribution System, evaluations on proposed reservoir site. and Water Quality Requirements Subtask 2.7. Update Water System Hydraulic Subtask 2.1. Assess Future Storage Requirements. Model. Update the City's H20Net hydraulic Complete an evaluation for each of the City's model with a future scenario for the TAP pipeline, water system pressure zones to assess future storage including water mains, reservoirs, pumping and water requirements. The storage analysis will consider quality facilities, if needed. V.\Clie.,89Wshland\P.pkTapPrujec,VnddT,orw.11103.indd C a r o I l o Engineers • A-3 Task 3. Conduct Pipeline Routing Study Subtask 4.2. Prepare Conceptual Cost Estimates. Subtask 3.1. Identify Preliminary Pipeline Routes. Prepare cost estimate based upon the preliminary Develop 2 or 3 pipeline routing options for delivery design drawings. Estimates will include all project of MWC water from the existing terminus of the costs including construction, easement and right-of- TAP pipeline to the connection with the City's way acquisition, engineering, permits, etc. existing water distribution infrastructure. Subtask 4.3. Complete Permit Applications. Subtask 3.2. Evaluate Constraints for Route Prepare applications for required permits associated Options. Review comments with regulatory agencies with the recommended alternative. to evaluate specific constraints and requirements for Subtask 4.4. Prepare Land/Easement Acquisition each preliminary route. Evaluate natural resources, Documents. Prepare legal descriptions and exhibit environmental, geological, permitting and other maps for identified rights-of-way, casements, and constraints for each option. land to be acquired by the City prior to construction Subtask 3.3. Estimate Project and Life-cycle Costs. of the TAP project. Prepare preliminary project cost estimates and Subtask 4.5. Prepare Preliminary Design Report. estimated 20-year life cycle costs for each option. Prepare a draft Preliminary Design Report Subtask 3.4. Evaluate Pipeline Alternatives. summarizing the study. Include preliminary design Evaluate each pipeline alternative using a matrix- drawings (11x17), and cost estimates. Permit based approach considering economic and non- applications, and acquisition legal descriptions and economic criteria and weighting factors. Criteria exhibits will be provided separately. to be included in the analysis may include criteria Subtask 4.6. City Council Acceptance. Present the summarized in the project approach, and other Preliminary Design Report to City Council. criteria specified by City staff. Weighting factors will be determined with input from City staff. CITY AND CONSULTANT DELIVERABLES Subtask 3.5. Workshop 3 - TAP Pipeline For this project, we will need from you (estimated Alternatives. Conduct a workshop with City staff to hours): get input on pipeline routing alternatives. 1. General City Project Management (1.2 hours per Subtask 3.6. Select Optimum Pipeline Route. week) Select the optimum pipeline route based upon the 2. Attend Project Workshops (3 workshops @ 2-3 results of the pipeline alternative evaluation. hours each) Task 4. Complete Conceptual Design 3. Assist in gathering background information (4 hours) Subtask 4.1. Prepare Conceptual Design Drawings. 4. Review TAP Reservoir Site options (2 hours) Prepare preliminary design drawings for the 5. Review TAP pipeline routing alternatives (2 hours) recommended alternative. Drawings will include 6. Provide H20Net water system hydraulic model and water main size and location, pumping facilities, summary documentation (2 hours) storage reservoirs, water quality facilities, distribution system improvements, sediment and erosion control 7. Review Draft Preliminary Design Report (4 hours) plans, electrical, instrumentation and controls, and 8. Attend the City Council study session and other specialty design requirements associated with presentation meetings (2 meetings @ 3 hours) the recommended alternative. Plans will identify areas with required land, right-of-way, or easement acquisition. \5\Client89bA.hland\Pmp\Taprmject\fndd'P.o a11103.indd Co r o I l o Engineers • A-4 We will provide you with: Management and Organizational Structure Carollo's organizational structure is based on our belief 1. Presentation materials and facilitation of project in the special nature of the owner/client relationship. meetings and workshops, the City Council study Administrative duties are split among our 40 session, and the City Council presentation. partners, and every project has apartner-in-charge of 2. Five (5) hard copies and one electronic copy coordinating the project team. The partner-in-charge of summary notes from project meetings and has final responsibility for all contractual matters, final workshops, public meetings with community groups, project quality, and client satisfaction. This provides and meetings with regulatory agencies. our clients with the talent of top management and strengthens our efforts in directing staff through each 3. Five (5) hard copies of summary notes from all assignment. As a result, our work is executed in a timely project-related meetings and workshops and efficient manner in accordance with the needs 4. Five (5) hard copies and one electronic copy of the and directives of our clients. To ensure continuity, we Draft and Final Preliminary Design Reports maintain the assignment of the partner and project manager on each project from the planning stage to 5. Five (5) hard copies and one electronic copy of all completion of construction and start-up. right-of-way/easement acquisition legal descriptions and exhibits, and permit applications Bob Eimstad has maintained a close working relationship with the City on several past projects, 6. Five (5) hard copies of all permit applications and will continue an active presence in ensuring that 7. Updated H20Net files for any new supply scenarios our work products are delivered on time and with the analyzed as part of the project level of quality you have come to expect from Carollo 8. All documents or drawings will be provided in a Engineers. Microsoft Word or AutoCAD format compatible with the City's software Impact of Concurrent or On-going Projects We have highlighted the availability of key team 2 - FIRM CAPABILITIES members in the Project Team section of this proposal. Carollo Engineers has significant experience in the Our proposed project staff does not currently have any planning, design, and construction of complex pipelines concurrent projects that will limit their availability or through environmentally sensitive terrain. In the past impact completion of the project. Contingencies for 70 years, we have designed over 700 miles of water any change in project staffing will be addressed in the transmission mains and pipelines ranging in size from Project Procedures Manual. Our team is ready and less than eight inches to over 100 inches in diameter. available to begin work on this exciting and challenging We are a full-service civil and environmental firm with project. over 600 employees in 21 offices located throughout the United States. SIMILAR SERVICES City of Ashland - Long Range Comprehensive Water Work Quality and Cost Controls Supply Plan We will utilize specific control measures to produce Carollo completed a long-range water supply plan for high quality work products meeting your schedule and budget. These controls will be developed early in the the City Ashland. The City's supply reservoir is small and has inadequate capacity to supply Ashland with project with the preparation of the Project Procedures water during drought years. The City also had concerns Memorandum, including QA/QC procedures, that will regarding the reliability of its drinking water supply guide completion of the project, establish cost controls since both the reservoir and the treatment plant were and progress monitoring protocols, and highlight potentially vulnerable to catastrophic failure. Carollo procedures to manage the project scope and schedule. projected water demands for the 50-year planning period and evaluated seven different supply alternatives to meet projected water supply deficits. V:1CIimB9b\shlandWrop\TapProjecrUnddlPmposa11103A.dd C a r o I I o Engineers - A-5 The planning effort included extensive public operational strategies to meet the Santa Cruz's overall involvement. There were community concerns about objective of improved reservoir operation without the impact that the supply alternatives would have on frequent changes in the flow rate at the Graham Hill community growth, business development, and public Water Treatment Plant. health. Carollo facilitated a citizens advisory committee with 14 members. The plan recommended that the City Carollo also completed an evaluation of the best way of Ashland share in the cost of the TAP project. to supply water from the City to the University of California Santa Cruz (UCSC).The purpose of the study County of San Luis Obispo, CA - Nacimiento Water was to identify pumping and storage improvements Supply Project which provide cost effective water distribution for the current and future demands. Carollo developed Carollo evaluated alternatives for a comprehensive layouts for the recommended upgrades, preliminary cost water supply system to service 18 different water estimates for the recommended facilities, and a phased purveyors in San Luis Obispo County. The project implementation plan for each of the recommended includes program development, engineering, and EIR project elements. development for two new water treatment plants, 72 miles of raw water pipeline, upgrades to two existing San Francisco PUC - East Bay Municipal Utility water treatment plants, two new steel storage reservoirs, District, CA - Emergency Water Intertie two high-lift pump stations, one 2,500-foot tunnel, and one multi-port surface water reservoir intake. Carollo Carollo conducted a feasibility study for constructing an performed an evaluation to examine the potential for emergency intertie between the SFPUC and EBMUD corrosion and aesthetic problems based on different water supply systems. The facility's purpose is to convey blends of two source waters. large amounts of wate between the two systems when either system is addressing an emergency condition that City of Everett, WA - Panther Creek Reservoir has impacted its water supply capacity. Carollo is providing engineering services for the City of Lake Oswego, OR - McNary Reservoir No. 2 planning and design of the Panther Creek Reservoir for the City of Everett, Washington. Sizing the reservoir In addition to designing improvements to the City's required analysis of the projected water demands for water treatment plant, Carollo provided complete the transmission system and sizing to allow the reservoir services from planning and permitting through to serve its intended function. Carollo completed construction of McNary Reservoir No. 2. The facility numerous computer simulations of the transmission was place on-line in June 2000, four months ahead of system to determine the appropriate location of the schedule, in time to provide peaking water supplies reservoir in the hydraulic grade line. during a dry period experienced that summer. City of Santa Cruz, CA - Water System Improvements The reservoir is a buried, rectangular, cast-in-place concrete structure that is fully covered by extensive Carollo has provided engineering on a number of water landscaping and a small children's play area. A lengthy system improvement projects for the City of Santa Cruz, permitting process was required to obtain the necessary CA. The Bay Street Reservoir is the primary treated approval for the project. Included in this process water storage component of the City of Santa Cruz's were several meetings with the local neighborhood water distribution system but, the reservoir is not being association, the preparation of a land use application, used to its fullest extent. and public presentations to the local development Carollo is conducting an engineering analysis of the review commission. A limited site area and strict distribution system to identify how the operation of the conservation requirements present several challenges to reservoir can be improved by providing more operational the construction phase of the project. flexibility and reliability. The preferred alternative will likely include pipeline improvements, a new booster station and/or new V:\Cliem39\A,hland\Prop\TapPrujeaVndd\P.,o a1I 103.indd C o r o l l a Engineers - A-b 3 - PROJECT TEAM that our work products are delivered on time and with This section identifies the key project team members, the level of quality you expect. provides a brief synopsis of their relevant experience, Preston Van Meter (50% availability) is the proposed describes their role on the project, and identifies time Project Engineer. Preston has a detailed familiarity of the commitments to this project. A more complete summary City of Ashland's water distribution system through his of each team member's experience can be found in her/ review of the City's Water Master Plan and the City's his resume, located in the Appendix. H20Net hydraulic model. Preston has extensive project experience helping small and medium sized Oregon communities improve their water supply capabilities. His experience includes: 1 partner-b-ciiamwProject manager Technical Advisor > Project manager for the preliminary design, design Bob L7msted FE. Jim Hagstrom, P.E and construction management of the Ballston Road 1.5 million gallon Reservoir and Pump Station Project in Sheridan, OR Freston Van Meng eF > Project engineer for the preliminary design, design, and construction management of the Olinger Water Project Team System in Donald, OR. This reservoir, pipeline, m-wing - Dave Kra" P.F-, Preston van meter, F.F. and pump station serves a commercial/industrial Pumping Systems - Allen de Steiguey F.E Water 4uafKV issues - Dave Kraska, RE. development along the 1-5 corridor. FiecbleaNbK - Doug Hendren, P.E Frrvironrientawermilting - Robert DDiNger, Ph.D. (t) > Project engineer for several pipeline projects for the SurVaYing - Travis Foster, PLS (2) Geotedwcel - ic" Jadohe (3) City of Keizer, OR including replacing 3000 lineal Judsdictionai coordination - joe Stralu (s) feet of 10-inch water main on Chemawa Road, 5,000 Subconsuhants lineal feet of 12-inch transmission main on Cherry (t) Natural Resources Phenirg Servic Avenue, and 8,000 lineal feet of the City's 14-inch (g) W&H Padfic (3) meinlelder primary transmission main on the City's primary arterial street. These projects included easement Carollo is teamed with Natural Resources Planning acquisition assistance, permitting, traffic control, and Services for environmental permitting, W&H Pacific complex project sequencing. for survey and easement acquisition services, and Kleinfelder (formerly Squire Associates) for geotechnical Allen deSteiguer (20% availability) is a leader of services. Carollo has teamed with each of these Carollo's Infrastructure Group and will assist Preston subconsultants on previous projects. with the pump station design. Allen has designed numerous pump stations, both large and small, Key Team Members throughout the Northwest. Robert Eimstad (25% availability) is proposed as the Dave Kraska (20% availability) will review all modeling Project Manager and as Carollo's partner-in-charge. efforts and help with identifying and resolving any water Bob has been working with the City of Ashland for quality issues associated with connecting to TAP. Dave nearly seven years on both water and wastewater developed the initial H20Net model for the City and projects, including the design of the improvements to identified measures needed to allow Crowson Reservoir the City's wastewater treatment plant, the Long Range to be taken out of service. Dave has extensive H20Net Comprehensive Water Supply Plan, and the City's water distribution system modeling experience and Collection System Master Plan. Bob has broad-ranging knows Ashland's distribution system. 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 V.\Cliem89\A,h1andV'rup\T.ipP,.ie.NnddT.,,,nl l 103.indd C a r o I l o Engineers e A-7 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. Client/Project Contact Phone City of Ashland - Long Range Comprehensive Water Ms. Paula Brown, RE., 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, RE., City Engineer 503-697-6588 4 - RESOURCES Kleinfelder (formerly Squire Associates) will provide Carollo's staff numbers more than 600 employees geotechnical information for the preliminary design. including over 250 registered engineers. We are a full- Squire provided geotechnical services for the TAP service company with the experience and qualified pipeline design and has familiarity with the local professionals to successfully manage water related geology and soils. projects of any size. Our staff includes civil, sanitary, W &H Pacific will provide survey and easement hydraulic, environmental, electrical, mechanical, acquisition assistance. Joe Strahl of W&H Pacific has chemical, structural, control systems, and corrosion an excellent working relationship with Jackson County. control engineers, as well as architects, planners, and specialists in other areas.] - RESPONSE TIME Carollo also has state-of-the-art communications Key milestones - including meetings, workwhops and infrastructure to facilitate sharing work between offices deliverables - are highlighted in the graphic below. and to strengthen project team communications. In addition to our local area networks (LANs) within As shown, we envision completing the project in each office and wide area network (WAN) between our approximately ten months, including presentation of offices, we have a Carollo Intranet and video conference findings to the Ashland City Council. equipment in each office. Video conferencing reduces travel costs and enhances our ability to tap into MILESTONE DATE expertise throughout the company. Workshop No. I - Project Kick- Jan. 19, 2004 We have added three subconsultants to provide off Meeting expertise on this project: Workshop No. 2 -Future Storage Apr. 30, 2004 Natural Resources Planning Services (NAPS) will and Pumping Requirements provide any needed natural resource and environmental Workshop No. 3 - TAP Pipeline Jul. 16, 2004 evaluations and any necessary environmental Alternatives assessments. NRPS has a detailed understanding of the Draft Report Submitted Sep. 15, 2004 local area, having provided environmental services for the Bear Creek Greenway. They are currently providing City Council Presentation Oct. 1, 2004 environmental services for the WISE project and for the City of Medford's reclamation pipeline. Final Report and Documents Oct. 15, 2004 Submitted V:\Client894A,hland\P,.p\TaPProiectUndd\P.,,,,l l 103.indd C o r o l l a Engineers • A-8 RESUMES The following resumes are included in this appendix for your review. Team Member Firm Role Bob Eimstad, PE. Carollo Engineers 'Parnter-in-Charge/Project Manager Preston Van Meter, P.E. Carollo Engineers Project Engineer James Hagstrom, PE. Carollo Engineers =Technical Advisor David Kraska, P.E. Carollo Engineers Water Quality Issues/Modeling Allen de Steiguer, PE. Carollo Engineers "Pumping Systems Doug Handran, PE. Carollo Engineers Electrical/I&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.\Clienr89Wshland\Prop\T pProjeaUndd\Proposa1110J.indd C a r o I I o Engineers- ~CCCCCCCCCCCCCCCCCCCCCC-- - CCCCCCCCC CITY OF ASHLAND DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSALS , PRELIMINARY ENGINEERING SERVICES TAP ' WATERLINE EXTENSION I PROJECT NO.: 2003-34 TYPE OF PROPOSAL: GENERAL ENGINEERING DESIGN & RELATED SERVICES FOR THE TAP WATERLINE EXTENSION PROPOSAL DUE DATE: NOVEMBER 26,2003,1:30 PM ~j C"1 1-, TO RECEIVE A PROPOSAL CONTACT: Dawn Lamb, Administrative Assistant , 20 EAST MAIN STREET ASHLAND OR 97520 I 541/488-5587 C~ CCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCi TABLE OF CONTENTS PAID AcNerti s ement 3 Oancepf 4 Follow on Find Endneering Design 4 Baicgcund 4 Work Description 5-8 Scope of Work 5-6 Description of Consultant's Duties 6-7 Adcitiond Consultant Responsibilities 7 aty Responsilbilities 7 Proposd Contents 8 Pre-Propcsd Meeting 8 Qiteriafor Selection 9- 10 Proposal Evducticn and Seledicn 11 Contract & Terms 12 Contract 12 Oontract Term 12 Appendx 13 Sorniole Contrazt 14-20 Oty of Ashland Living Wcge Requirement- 21 Vicinity Mcp 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 The Cty of Ashlond retests propcscis for prdirrinay engineering services recpired for the eventud extension of the TAP (T dent Ashlond Phoenix) wderline from it's terminus in Tdent to a yet to be determined locctim the Ashland wder dstribution system This project indudes: a evdudewderline routing fecaiblity options + sled a preferred alignment option + identify and attdn dl potentid right of wq/ eat ments or fee title acquisition, + identify permit requirements ond prep re initid permit cipliodion process, 4 co npete preliminay engineering clesign(10%) of the preferred routing, • complete environmental, sails ond erosion ondysis ond ony other subspeddty ondysis, + prosde=rate prdiminay oonstrudion estimates. Also inducted in this Kreliminay engineering is on mdysis of the gxxoFxide connection cnd location to the (Ity's system, devdion, hyd culics, pumping and ony re-chlorination or other process improvements that would be necessay for that ultimate connection. Appropriate looation cnd any decr well or cistribution reservoir d this location must beinducled If adea well or dstributicn reservoir is recommended, prdiminay engineering ondsite locdion, right of way, etc must be identified ond ondyzed This portionalso includes prepactionof oust estimates d aprelirninay (10°/6) design level. Propcsds must be received by 1: 30 PM, Nwerr ber 26, 2003, in the Cty of Ashlond Engineering Cffice looated of 51 Winburn Way, Ashlond CR 97520; mailing address: 20 E. Main Street Ashland OR 97520. Proposd documents ere wdldde of the dDove address ond dl proposals must address the RFP format. Proposals ere limited to 8 pages. Cansultont selection will be bcsed upon weighted aiteriacis died in the Recluestfor Proposdcomment. Astand7dseledion criteria) includes, but is not limited to acperience, wdlcbility, schedule, response time ondoast. The proposer must be registered cis a Prdessiond Engineer (C M L) with the State of Cregnn. T he Oty of Ashland reserves the right to reject ony ond all prcposds, to waive formalities or to a>ceo ony propcsd, which cl~peas to serve the best interest of the Cty of Ashlond For further information, contact Pcula Branco, Pudic Works Director/ Qty Engineer or Pieter Srneenk, Associate Engineer at 541/488-5587. PculaC Brawn, P.E. Pudic Works Direda/ Qty Engineer G:\pub-wrks\eng\dept-admin\ENGINEER\PRQIECT\2003\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 city of Ashland intends to hire a conpetent civil engineering firm (or team) to provide a widercngeof andysis ondcorlplereFxdiminayengineering services required for deign and ultimate construction for the extension of the TAP (T dent Ashland Phoenix) wol-eline from itt terminus in Tdent to a yet to be c}rtemined looction in the Ashlcnd wota distribution system. This prdiminay engineering cndysis must be detciled enough to select a preferred dternctive routing, identify dl of the respired right of vdcy next, cost estimates and process/distribution system improvements. FOLLOW ON FINAL ENGINEERINGDESIGIN The Gty may elect to utilizethe some engineering design firm (tarn) to corpletethe find engineering dssigh. Ha over, being hired for initid prdiminay engineering is not a gtamtee and does not in-0y any further work on this effort. T he tim ng of find cosign is not firm cnd rro/ not be pinned until sometime in the future, FY08 or beyond I nduded in the find cleign scope (to be dined fully if there is cny follow on cc ntrcct work) Wll be a disausion of the benefits of design build, vdue engineering or other contracting options, crud the requirement to pre-qudify eantroxtors for this level of cr petitive bid projects. BACKGROUND T he aty of Ashland paticipoted Wth the dties of Tdent cnd Phoenix, ding with support from the Rogue Vdley Council of Governments and the IvIedfcrd Wde Cxrrrissicn, to reserve opacity and shore in the cost of building the T AP Pipeline xnd Regond Booster Stcticn from the Ivledod Wolter Gorrmssion mcin trcnsmissian line to the Qty of Tdent. The projectwcs designed by Ivbntgxrney Watson Engineering (now IvNVH) and built by James W. FoWer for a told cost of $9,227,906. Ashlar shorewes $1.1 million. Crnstruction wcs substaifidly compete in June 2002. Reference dcW ngs and a-buiIts orecwdld9e. The (Jty of Ashlond hcs reserved opacity for 1.5 trillion gdlons of wcter a cb/, and dtho ugh the system wrs initidly envisioned for delivery to offset summer pecks, the weer could be delivered yea-wound Bcsed on a wo#a suppy andysis competed in 1998 by Crdlo Engineers, the Qty Cbundl is ccmmtted to the project. T he project is included in the Ccotd I mpravernents Progcm (a P) for a 2008-09 scat, but staff does not cnticipote construction stat until 2010-2012. G.\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 4 of 22 WORK DESCRIPTION I . SCOPE CF WORK: T he selected consultonts will provick engineering design services that include, tart cre not limited to A Evducticnofwderlinercutingfecsiblifyopticns. The current routing for the TAP line from Nkcfordto Tdent is dongHwy 99. The consultontshould evduatelikely alternative options, the pros and cons of each option aid reoxnmencl a preferred option to stdf for presentation cnd ODundl cpprovd. This evduation should include oast-related effects on the find Engineering design cnd construction of etch dignm e nt option cnd the future ddlity to mndntdn the line T his rearrrnendfion should include a comparison of assts cnd befits of the two or three most likely alternatives. B. Selection of apreferred dignmentoption. The eonsultontshould verify the preferred alignment option, the pros cnd corns cnd with stdf, gdn Goundl opprovd. C With rrinimnd Qty cssistonon, the oxnsultont shdl identify cnd assist with documentation to attdn dl potentid right of way easements or fee title axpisition. T his item includes waking with the Qty stcff on identifying costs a sodated With ecd) axpisition, developing dl legd descriptions or cgreemerrts, end other cssocided documentation. T his item does not neoesscrily mean that the oonsultcnt will negotiate with property owners, but mnay acsist the Qty with this effort for identifying cuTpcrcde costs, etc D. Thearuultmt Wll identify all project permt requirements andprepcreinitid permit cppliations. This item includes completing initial title search, legd descriptions end filling out the initid pier work with state end loot cgendes. I t is ontidpxted that the fdloWng c>gencies will need to be involved (end there may be others): CDOf, NCAA (creek crossings), T I D, BCR, CJty at Talent, Jackson County, tvkcfcrd Water C ommssion, TAP 0-mr ittee (with RVODGpravicing ad-ninistrative oversight), end Cregc n Stale Division of Water. E. T he ccnsultmt will oxrplete prelim ncry engineering design (bcsiodly to the concept design stage) of the preferred routing to include, but not necesscrily be linited to, topographicinfcrmatcn, depth cndgrad`s, pipe sizing, pun-Ong recpireme nts (grace bcsed), SCPDA system neeck, and identify dl a4coent property ownership, generd mderids end generd layout. Prelirrinory engineering shall follow CDOT end APWA design stondorek. F. To properly complete the prelimincry engineering end selection of the preferred routing, the oonsultcnt will complete en\,ircnme ntd, sdls end erosion ondysis end ony other recpired subspecialty ondysis (list each subspeddty end suboansultcnt in the response to the RFP). G Pravicle accurate preliminary construction (inducing system improvements - pumping, connections, reservoirs, etc) estimctes d the oonceptud engineering level. I ndude goprop ricdejusfifioctian for dl contingency figures. For the selected citernctive, pro0cle suff ident cost datdl to d1c w for independent verifloction at costs end a defciled soope at work to be used in find design preparation. Find G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECnh2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 5 of 22 design and construction wok ma/ be completed through a cl`sign-build dternafive I ndude on andysis and reoa -n-le nddionaf this option. H. Provide, on ondysis of the cpp rcpriafe connection and looafion to the OtyS system devotion, hydirculics, pumping (ond pumping fadlities) and any re-chlorinafion or other process imprwerme nts that would be neaessay for thaf ultimafe connection. Staff has initidly assumed that the T AP pipeline connection would be at the north end of town (Ashland Mne Rood aecD and feed one or more of the lower pressure zones. I t rrght be cppropricte to hwe a recimdtnt a supplermE,ntay pumping system to pump some a dl of the TAP water to the Oty§ mcin feeder reservoir (Qoason) for better flow dstribution. T hese cnd other options should be evduafed and dscussed with staff prior to recorTme ndotians being mods I ndude on andysis of the relative cost of storage ccloCrity, cuss, mdntenane issues, etc for earn locction. I . Address the need for and opprcpricte loodion cnd size (to aocarrnodcte a 20-year planning horizon) of ony dear well or dstribution reservoir of the connection loco icn. If a rear well or dstribution reservoir is reoommendad, provide prdirrinay engineering and site Iooafion, right of wo/, sells odculafio ns and construction type, cloerafiond needs, size, eievaficns, piping, etc J. T he loation of the oonnedion to the Oty~ system should be modeled using the Otys H2O Net n-cclel to show, the affects of the adcItiond 1.25 - 1.5 mngd oopcdty to the Otys dstributicn system at the reoanm e nded looafion/devafion. K. I nduda preliminary design cnd construction cost estimafes of the connection and dl associated Improvements. I I . DESCRI PT I CN CF GCNSULT ANT DUT I ES: A T he oahsult nt Will provide a basic understondng to follow the scope of work, aid detoiled cost estimates for the services to be performed, time frame and on axneptddelist of project personnel. B. Research ond prepare adeclude m cterids for the project elements or, described in the scope of wrrk. C Prepare presentation mnterids for various public ondinformafiond meetings. D. Aftandworking meetings cndpublicmeetings (afternoon/evening) as required- plan on two public meetings, one council study session (mid cloy) and one council presentation daregular meeting (evening). The consultant shdlkeep staff infcrmned cn a regular basis af prcjed cLvdoprmernts, schedule ond oats. Waking meeting; shdl be held as often as is necessary, but no less thon once every 2-3 months. The consultant should show the meeting frequency in the prcpcsd. E. The oansultantshall supervise speddtyconsultant servioesfor the follovaingtypes of speddties: hydraulic mooing, emAronmental, gectechniacd, gedcgod, or simila specialty wok items. These services ere to be included in your proposal costs ond should be specifiodly identified or, such. F. T he oornsultant shdl provide- 5 copies of dl reports, tednniad marnrando and ctwdngs,inducingthosefromsub-consultonts. T he ecnsultontshdlprovide a G:\pub-wrks\eng\ dept-admin\ENGINEER\PRCJECT\2003\03-34 TAP Waterline Extension RFP 10 03_doc Page 6 of 22 copy of dl tedhniod rnerncroncbandreports/reoxm>erdotions (indudngsub- consultonts) in WORD format and dl ctcWngs in CADD forrncif consistent with the aty5 version of AutoCAD. PrcNicb a copy of dl input and output dctafor the hydaJlic ahdysis and any survey/field work in dgitd and me p format tong with the find report. Use H2O Net for the Water Distribution Modeling 111. ADDITICNALCONSULTNffSRESPCNSIBI LIT IES: The cons ultcnttperson in dirgeof the project must be on Cfegon Professiond avil Engineer cs required by Cregan Revised Stctutes ondshdl cssumefull responsiblities for thefdlowing A Personnel, Mcferids & Equipment: T he ccnsultcnt shdl provide qualified and oxrpetent personnel and shdl furnish dl supplies, equipment, tads and incidentals required toabomldish the work. Al mcterids and supplies shdl be of good quality and suitable for the assigned work. B. Scifety Equipment: T he oonsultcnt shc1I provide and use dl scifely equipment inducing but not limited to hard hats, safety vests and clothing required by State aid Federal reguldians and Deportment policies and procedures. C BusinessLicerueRequiredTheseectedconsultcntmusthoveacurrentdtyof Ashland lousiness license prior to conducting any work for the aty. D. Professiond Respansiblities: The oomultontshall perform the work using the stondords of core, skill ondciligehcenormdly provided by aprofessicnd in the performance of such services in respect to similes work ond shdl corriply with dl cpplicc de codes and stoncl rds. E. Sub-ccnsultontMoncgement:The ccnsultcntshdlsupervise speddtyocnsultmt services for thefdloWngtypes of specidties: environmer\td, geotedhniod, geclogiod, or sirrilcr speddty work ite-ris. IV. CI TY RESPCNSI BI LI T I ES: I n the development ond irrplemehtoticn of this project the Qty of Ashland will assume the fdlo&4ng responsibilities: A Provide- a project manager and lidson B. Pravideavdldde"cs-built"dotafor the TAP Pipeline C Provicb atimeiy review of submittals D. Provide- dcta on hydrant flow and static pressures throughout the dtyt system Provide data on pressure zones Within the Ctyt dstribution system and dl modeling information incur H2O Net softwrre E. Provide a copy of the atys cerid photo (1998) and topogrgdhic layers (1998) to the selected engineering teem (proposers may purdhcse this information ct a totd cost 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 oonsultcnt shdl submit three odes of the proposd for oxnsidercticn br the Qty. The prcpcsd shdl a#ess each of the following listed itens ondshdl be orgcnized in c=clcnce with this section of the proocsd. Proposal shdl include the fdloWnginformoticn: Titleof Project Proposer's Contact Name: Title. Ado}ess: Phone & Fac Number: Date of Opening Proposal: Ecrh prcpcsd is limited to no more than 8 pages; resumes ma, be cttahed as cn orpe ndx: cnd shdl oontcin the fdloWng inforn-dicn: (see also aiteria for Seledion) A Trcmrrifid Sheef /QNer Letter B. Prcjed description inducingfirms scope of se vices C Firm oqxdlities cndresources D. Proposed stoff and proposed time corrrnitmernts for primcry stc(f members E. Process of o"eting the work cnd crnount of time recluired of Oty stctf. F. Prcjed Cdencl r with specificeornioletien dotes or milestone cictes for earn section of wrrk. G References H. Cost of Services (fee structure, number of hours for eo h tcsk and the total fee inducing dl reirrtpirsdpleiters) PRE-PROPOSAL MEETING T here will be cn informal pre-prcpcsd meeting of the Puldic Works Conference Room, 51 Winburn WcV, Ashlcnd, Cregon, en November 5"' from 2:00 - 4:00 PM This meeting is designed to cnswer ge nerd expectations for the project. Althcuch ncn-mandotory, it is suggested thcd interested co nsultcnts, of lecist the primary cc nsultcnt for the teem, be in attendcnoe ca other stcf intermfions ma/ be limited G:\pub-wks\eng\dept-admin\ENGINEER\PROJECT\2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 8 of 22 CRITERIA FOR SELECTION 1. PROJECT UNDERSTANDING MAX SOME 10 PTS T he consultont shell provide a dear and condse under stand ng of the services to be pro\AdBd bcsed on existing infcrmaticn. ProAcle agened description of the requested services and the primary issues to be messed II. FIRMS CAPABILITIES MAX SORE 25 Pi S This relates tothefim-lt ogxbilities in performing the recpestedsen o%. References may be incudedd in this section of the criteria The response should odress the follov,4ng e Sion- lor services, performed within the lost five years, that best charaferize work cfudity and cost control; include at lecst three current references; e Acknowledge- each type of design services requested and proscb information on strengths and wedmess to perform ec h type of design; e Internd procedures ancVor pclides related to work cludity and cost control, e Mc ncgeme nt and agc nizcticnd structure; e Other on-gcing projects that mal affect ardIddlity for this work; e Availability to perform the work for the duration of the contract. III. PROJECS TEAM MAX SORE 20 PITS T he project team is critiod for the 31]y. Pro,Ade information on the project prindp d, the project monger, key staff and sub-consultants. The consultant must praAcbe theteami; cludifioctions and experience related to the requested services: e Extent of prindp d involvement, e (Lrrent on-gcing work assig)ments, piect types, andlooation of key members, e Naves of key men-hers who vdll be performing the work on this prdjed and their responsibilities, e Cudifiactions and relevont indvidud Experience, inducing suboonsultonts, e Experience as ateam on sirrlor or related projects, e Prcject Mince experience with similar projects and interdisciplinary teams. e List potentid sub-cisciptine consultants that could be adled for specidty work and provide names of key plovers and current fee schedule for the follovsng dscidines: en\&cni nentd, geotedmiod, gedogiod, and engineering design. e List five current references for similar work l rcje ts. IV. RESC)URCES MAX SCORE 15 PTS This relates to the told resources dlocctedto providing the recluestedservioes. (exaroes: personnel to handle the paged, ggargqricte sub a=ultcnt ,ocrtidpcticn, oarpxfide err Wer equipxrtent, acst=pude survey equipment, etc). G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECm2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 9 of 22 V. RESPCtVSE TINE M4X SCORE 15 PTS This criteria relates to the time ocrunitment cnd the time frame of the prof ect aid what priority is cssigned to this Qty project. M. COST CFSERMCES M4X SORE 15 PT S In on atkiched seded envElcpe, pro\Aclr a summary of seNcta oasts inducing e Prindpd Engineer (or other relcded rrax rnent position) rate(s), e Professiond Engineer rate, e Engineer inTrdningrate, e Engineering Technicion rate, e Drcttsperscn rode, e Other professicnd/subprofessiond rcte(s), e Direct no l costs that rnight be cpplicode. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 10 of 22 PROPOSAL EVALUATION AND SELECTION 1. REVIEW Propcscis will be renewed aid evducted by persennd from the Qty of Ashland Deportment of Punic Works. Earn proposal will be evducted on content nudity and ocr-Toete-ness as described in the preceding section. I nterviews may be conducted with the top ranking firms if the City deems it neosssay. II. EVALUAT I CN CRI T ERI A Each proposal will bejucgedas adamortstrcQien of theccnsultant~ cgDcblifies and understanding of the services recluested. Evductien will be as fdlciws: Criteria Maximum Score AL Understanding of Recluested Services 10 B. Firms Gqxblities 25 G Pr 'ect Tarn 20 D. Resources 15 E. Res eTime 15 F. Cbst of Services 15 TOTAL 100 Points III. aTYRESERVATICN T he City of Ashland reserves the right to wdve irregulcrities or dscreponcies in a proposal if the City cf?termines that thewiiver is in the best interest of the City. IV. ADDENDATOTHE RFP The provisions of this RFP c snot be mocified by ad interpretations or statements. If incTuiries or oxmnents by offerors rose issues that recuire dorifiaction by the Qty, or the City dedides to revise any pat of this RFP, adclando will be provided to dl persons known to the contact person who hove received or vrill subsequently receive the RFP. Receipt of adderndo must be ocknowiecged by signing and returning it with the propoid. V PROTEST Any prospective ocnsultant who contends that the prWsicns of the RFP or any aspect of the procurement process will encourage favoritism in the award of the contract, or substantidly drTinish oonlpetitian, must file a written protest to the RFP ct least ten days prior to the dcte set for theopening ofpreposds. Failure to file a protest will be daerTned a ,over of any ddm by on offeror that the procurerrnernt process violates any provision of CRS Chapter 279, the City of Ashland Lood Contract Review Bard Rules or the CItyt proOaclures for screening and selection of persons to perform persend services. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2003\03-34 TAP Waterline Extension RFP 10 03.doc ..Page 11 of 22 OONTRACr AND TERMS 1. C CNT RACY T he engineer ing firm (term) sel ected by the City will be expeded to enter into a written contract in the form cttazhed to this RFP in the Pppe ndx. T he proposd should indicate aaWcno; of the CItyt contrail protisions or suggest recscnccledternciHves that do not substmtidly irrpdr the Otyt rights under the oontra3. If indusion of any of the C7tyS ocntract provisions will result in higher ocsts for the ser\Aoes, such costs must be specifiodly identified in the proposal. Uncondtiond refusal to oaoept the oorntra t pro,visions proposed by the C]ty Without offering coa#c de dternatives ma/ result in dscUdificcticn of the offeror or aless fcwordbleedduaticn of its proposal. I I . C CW RACT TERM I t is anticipated the engineering firm (team) will define the time necessary to camoete the oontrad, but in no oa;e shdl the initid preliminary engineering mdysis eetand beyond 18 months (through June 30, 2005). G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 12 of 22 APPENDIX 1 1 I l I f-1 I I ~G:\pu~brng\de t-admin\ENGINEER\PROJECT\ 334 Tr Wine Extensio~~~RFP 10 03.doc Pa13 of 22 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 Consultant: City Hall Address: 20 E. Main St. Ashland, Oregon 97520 (541) 488-6002 Telephone: FAX: (541) 488-5311 FAX: Date of this agreement: ¶ B: RFP date: Proposal date: ¶2.2. Contracting officer: ¶2.4. Project: ¶6. Consultant's representative: ¶8.3. Maximum contract amount: B. On the date noted above, City issued a request for proposals (RFP) for consulting services needed by City for the project described above. Consultant submitted a proposal in response to the RFP on the date noted above. C. After reviewing Consultant's proposal and proposals submitted by other offerors, City selected Consultant to provide the services covered by the RFP. City and Consultant agree as follows: 1. Relationship between City and Consultant: Consultant accepts the relationship of trust and confidence established between Consultant and City by this contract. Consultant covenants with the City to perform services and duties in conformance to and consistent with the standards generally recognized as being employed by professionals of consultant's caliber in the locality of the project. Consultant further covenants to cooperate with City, City's representatives, contractors, and other interested parties in furthering the interests of City with respect to the project. In order to promote successful completion of the project in an expeditious and economical manner, Consultant shall provide professional consulting services for City in all phases of the project to which this contract applies, serve as City's professional consulting G:\pub-wrks\eng\dept-admin\ENGINEER\PROJEC-82003\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 contracting 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. Consulting Services: Consultant shall provide services to City that are described in the RFP. 5.1. In connection with the services described in the RFP, Consultant shall: 5.1.1. Consult appropriate representatives of City to clarify and define City' s requirements relative to the services. 5.1.2. Review available data relative to the services. 5.1.3. Identify data which is not available and is needed to fulfill the services, and act as City' s representative in obtaining such data. 5.1.4. Prepare monthly progress reports to the contracting Officer on the status of services. 5.1.5. Cooperate with other consultants retained by City in the exchange of information needed for completion of the services and the project. 5.2. Consultant shall commence performance of services within five days after receiving written authorization from the contracting officer for work described in the RFP. Consultant shall perform the services as expeditiously as is consistent with professional skill and care and the orderly progress of the project. Upon request of City, Consultant shall submit for City' s approval, a schedule for the performance of work elements described in the RFP. Each schedule shall include allowance for periods of G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2003\03-34 TAP Waterline Extension RFP 1003.doc Page 15 0122 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 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-admin\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 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 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\PROJECn2003\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 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\PRQIECT\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.,Vub-wrks\eng\dept-admin\ENGINEER\PROJEC7\2003\03-34 TAP Waterline Extension RFP 10 03.doc Page 20 of 22 CITY RECORDER'S COPY Page 1 / 1 CITY OF ASHLAND 20 E MAIN ST. DATE 7 PO NUMBER 1 ASHLAND, OR 97520 02/20/2004 04841 (541) 488-5300 . REGO VENDOR: 000162 SHIP TO: Ashland Public Works CAROLLO ENGINEERS, PC (541) 488-5587 3033 N. 44TH STREET STE. 101 27-1/2 N MAIN STREET PHOENIX, AZ 85018 ASHLAND, OR 97520 FOB Point: Req. No.: Terms: Net 30 days Dept.: PUBLIC WORKS Req. Del. Date: Contact: Paula Brown Special Inst: Confirming? NO 'Quantity Unit Description Unit Price Ext. Price Engineering design for the Talent,_. 75,000.00 _Ashland,.Phoenix_(TAP)_Waterline_ _ extension from Talent to Ashland RFP Dafe of agreement 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 PegU ized Signatur VENDOR COPY CITY OF ASHLAND NOTICE OF TRANSMITTAL TO: KARI OLSON DATE: FEBRUARY 10, 2004 PURCHASING PROJECT: TAP WATERLINE EXTENSION JOB NO.: 03-34 SUBJECT: 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 SEPARA E COVER REMARKS: COPIES TO: Department of Public Works By: Dawn Lamb ~ Title: Adminis r e Assistant PUBLIC WORKS Tel: 541 Aaa-5587 20 l Main Street Fax: 541A88-6006 Ashland, Oregon 97520 TTY: 800-735-2900 www.ashland.or.us G:1pub-wdcslengldeptadminlENGINEERIPRQIECT12003103-34 IH Contract Req NOT 2 04.doc ~2~~0 ZpQ4~ CITY OF FE8' - ASHLAND REQUISITION By 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 N~ )rp 0.OPi . '-226 . 00, 6Qµ 110 Now. Piave glow approximately two(2) weeks for delivery on itmn act gamaally caned in acted, and approximately two (2) months on primingpbs.) 2s~C ---670, ctn. l8.00.66 Oq IV 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 Talent to Ashland $ 75,000.00 TOTAL S 75,000.00 for Karin BID /RFP /EXEMPT: RFP Contract Start Date: - January5, 2004 Contract Completion Date: Insurance on file: YES NO Project No: 03-34 Job No. Unit No. 1 hacby ceniry mat the above items are necessary for ate operation of this deptuantent and are budgeted Del /atterne,ern Head or~Aumorizd Perron Issued By Date Received By G:Pubwrkslengtdeptedmintengineerlpmiect\03-34 Carono TAP Requisition 104.As