Loading...
HomeMy WebLinkAbout2004-046 Contract - Brown & Caldwell ENGINEERING SERVICES CONTRACT Consultant services contract made on the date specified below in Recital A between the City and Consultant as follows: Recitals: A. The following information applies to this contract: CITY: CITY OF ASHLAND City Hall 20 E. Main St. Ashland, Oregon 97520 (541) 488-5347 FAX: (541) 488-6006 Consultant: Address: BROWN & CALDWELL MR. TOM NEVINS 1025 WILLAMETTE STREET STE 300 EUGENE OR 97401 Telephone: 541/686-9915 FAX: 541/349-2150 Date of this agreement: ¶ B: RFP date: November 25, 2003 January 16, 2004 Proposal date: ¶2.2. Contracting officer: Pieter N. Smeenk, PE ¶2.4. Project: Main Feeder and Raw Water Line Upgrade Project ¶6. Consultant's representative: Tom Nevins, PE ¶8.3. Maximum contract amount: $279,000.00 ~-~/.~/,~ 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: 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 representative for the project, and \ \COMPAQ1\DATA\GOV\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2003\03-15 Brown Caldwell Contract 12 03,doc give professional consultation and advice during the term of this contract. Consultant acknowledges that City is relying on consultant to provide professional consulting services in a manner that is consistent with the interests of City. 2. Definitions: Generally words, terms and phrases used in this contract shall have the meaning ascribed to them in the construction industry, unless the context clearly indicates otherwise. As used in this contract: 2.1. "City" means the City of Ashland, Oregon. 2.2. "Contracting officer" means the person specified in Recital A above or that person' s designee. 2.3. "Project" means the project described in Recital A. 2.4. "Work" or "Services" shall mean all labor, materials, plans, specifications, opinions, reports, and other consulting services and products which Consultant is required to provide under this contract. 3. Term: The term of this contract shall commence on the date specified in Recital A above and end on completion of all services required by this contract unless sooner terminated as provided in this contract. 4. Authority of contractinq Officer: The contracting officer shall have the authority to act on behalf of City in the administration and interpretation of this contract. The contracting officer shall have complete authority to authorize services, transmit instructions, receive information, interpret and define City' s policies and make other decisions with respect to Consultant' s services. 5. Consultinq Services: Consultant shall provide services to City that are described in the RFP. 5.1. In connection with the services described in the RFP, Consultant shall: 5.1.1. Consult appropriate representatives of City to clarify and define City' s requirements relative to the services. 5.1.2. Review available data relative to the services. 5.1.3. Identify data which is not available and is needed to fulfill the services, and act as City' s representative in obtaining such data. 5.1.4. Prepare monthly progress reports to the contracting Officer on the status of services. 5.1.5. Cooperate with other consultants retained by City in the exchange of information needed for completion of the services and the project. 5.2. Consultant shall commence performance of services within five days after receiving written authorization from the contracting officer for work described in the RFP. Consultant shall perform the services as expeditiously as is consistent with professional skill and care and the orderly progress of the \ \ CaM PAQ 1 \ DATA\ GOV\ pub-wrks\ eng\ dept-admin \ E NGIN EER\ PROJECT\ 2003\ 03-15 Brown Caldwell Contract 12 03.doc 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 pedorm 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 \ \ COM PA© ] \ DATA\ GOV\ pub-wrks\ eng\ dept-admin \ E NGIN EER\ PROJECT\ 2003\ 03- ] 5 Brown Caldwell Contract 12 03.doc 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. \\COMPAQ1\DATA\GOV\pub-wrks\eng\dept-admln\ENGINEER\PROJECT\2003\03-15 Brown Caldwell Contract 12 03.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 to the extent arising out of 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 for whom Consultant is legally responsible). Consultant shall not be held responsible for any claims, actions, costs, judgments, damages or other expenses. 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 commercial 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 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 \ \ COM PA© 1 \ DATA\ C~OV\ pub-wrks\ eng\ dept-admin \ E NGINEE R\ PROJECT\ 2003\ 03-15 Brown Caldwell Contract 12 03.doc 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 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. Assi.qnment: City and Consultant and the respective successors, administrators, assigns and legal representatives of each are bound by this contract to the other party and to the partners, successors, administrators, assigns and legal representatives of the other party. Consultant shall not assign or subcontract Consultant' s rights or obligations under this contract without prior written consent of City. Except as stated in this section, nothing in this contract shall be construed to give any rights or benefits to anyone other than City and Consultant. 18. Modification: No modification of this contract shall be valid unless in writing and signed by the parties. \ \ COMPAQ 1 \ DATA\ GOV\ pub-wrks\ eng\ dept-admin\ ENGINEER\ PROJECT\ 2003\ 03-15 Brown Caldwell Contract 12 03.doc 9. Consultant's Opinion of Probable Costs: Client acknowledges that construction cost estimates, financial analyses and feasibility projections are subject to many influences including, but not limited to, price oflabor and materials, unknown or latent conditions of existing equipment or structures, and time or quality of performance by third parties. Client acknowledges that such influences may not be precisely forecasted and are beyond the control of Consultant and that actual costs incurred may vary substantially from the estimates prepared by ConsUltant. Consultant does not warrant or guarantee the accuracy of construction or development cost estimates. CONSULTANT Fed. ID# c[q_ City Department He~l Date: Coding (for City use only) \ \ COMPAQ 1 \ DATA\ (~OV\ pub-wrks\ eng\ dept-admin \ ENGINEER\ PROJECT\ 2003\ 03-15 Brown Caldwell Contract 12 03.doc January l4,2oo4 Mr. Pieter Smeenk City of Ashland 51 Winburn Way Ashland, Oregon 97520 3-91398-204 Subject: Engineering Services - Main Feeder / Raw Water Line Upgrade Proposal for Task 6 - Treatment Plant Services Dear Mr. Smeenk: I appreciate your call on January 13, 2004, in which you asked Brown and Caldweli to provide consulting services for a current need at the water treatment plant. These services will be authorized as separate tasks under the engineering services agreement for the Main Feeder and Raw Water (MFRW) Pipelines project. The pipelines for the MFRW project connect to the water treatment plant, and the water treatment plant tasks may or may not be directly related to the pipeline work. In response to our conversation about the current need at the water treatment plant, I worked with Bill Persich, Brown and Caldwell's water treatment specialist in the Northwest, to assess the letters and memos that you sent and to discuss specific conditions and needs with Daryl McVey. From that I have prepared a scope of work and fee proposal for completing a preliminary design for improvements to the soda ash feed system. Enclosed is a Scope of Work, identified as Task 6 Treatment Plant Services, which you may add to the Scope of Work that we previously proposed for the pipeline work. The enclosed Scope of Work includes an initial Task 6-1 Preliminary Design for Soda Ash Feed System, which is requested at this time. This format allows for Task 6 to be amended for additional tasks if needs arise in the future. The estimated fee for Task 6-1 is $3,500. Task 6-1 can be completed immediately upon authorization of the Engineering Services Agreement, and independently from the pipeline work. If you have any questions concerning this proposal, please call me at 541/349-2104. We look forward to working with the City of Ashland on this vital project. Very truly yours, BROWN AND CALDWELL Tom Nevins, P.E. Project Manager TRN:ps Enclosure(s) C:\user\temp\nevins\2 Cover Letter - Task 6.doc Scope of Work Task 6 Treatment Plant Services Task 6-1 Preliminary Design for Soda Ash Feed Improvements Objective: The purpose of this task is to assess the condition of the existing soda ash feed system with respect to feeding larger amounts of soda ash to raise the finished water pH to between 7.6 and 7.8. This assessment will also identify and investigate potential equipment sizing and handling improvements to feed the quantities of soda ash expected in the future. Approach: This task will provide a preliminary design report in the form of a technical memorandum that addresses the task objectives. The approach for this task will include: 6-1.1 Assume that the existing minimum soda ash feed rate is 200 pounds/day with an existing maximum feed rate of 600 pounds/day. Also assume that the ultimate capacity of the soda ash feed system is to be 1,500 pounds/day. 6-1-2 Obtain information from the City pertaining to the layout, dimensions, and capacities of the existing soda ash feed system components: a. Bag unloading system b. Storage hopper volumes c. Soda ash feeder capacities d. Soda ash dissolution tank volumes and mixer sizes e. Soda ash metering pump capacities and distribution line sizes 6-1.3 Obtain information from the City regarding dissolution water chemistry and current prices paid for soda ash. 6-1.4 Determine the practical capacity of the existing soda ash feed system. 6-1.5 Determine the size and capacity requirements of a new soda ash feed system capable of meeting the ultimate soda ash demand. 6-1.6 Perform a preliminary assessment of the merits of various soda ash delivery modes including bags, super-sacks, and pneumatic bulk trucks. This assessment will be. done preliminarily to help rule out modes that are not viable. 6-1.7 Layout drawings of the new system will not be prepared in this task. 6-1.8 Prepare a draft technical memorandum (memo) that summarizes findings and presents a budgetary cost for recommended improvements. Incorporate city comments into a final memo. Deliverables: The products for this task will include: a. Excel spreadsheets documenting soda ash system sizing calculations b. A draft technical memorandum c. A final technical memorandum that incorporates City review comments C:\user\tempXnevinsX3 Scope of Work - Task 6.doc Fee Proposal The fee table on the following page summarizes our proposed fee and level of effort for the preliminary and detailed design tasks described in the Section 4, Scope of Work and Project Calendar. The total estimated fee for the proposed design related tasks is $275,000. The fee for construction period services such as field inspection, field engineering and office engineering can vary depending on the actual services required and the level of participation that the City may wish to perform. For Brown and Caldwell to provide the full scope of construction period services described, our experience indicates that a budget in the range of 6 percent to 10 percent of the construction cost would be appropriate for a project of this nature and size. GOLDER ASSOCIATES CITY OF ASHLAND RAW WATER - MAIN FEEDER LINE BUDGET ESITMATE UNITS RATE UNITS PRICE SITE INVESTIGATION Prinicpal (Knitter) Hrs $ 180 16 $ 2,880 Project (Sylwester) Hrs $ 75 110 $ 8,250 Staff Hrs $ 70 $ - Support Hrs $ 65 8 $ 520 Cad Hrs $ 65 4 $ 260 Geophysicist (Kammereck) Hrs $ 85 48 $ 4,080 Per Diem Days $ 125 15 $ 1,875 Truck Days $ 100 15 $ 1,500 Travel Trip $ 700 1 $ 700 Air Photos Is $ 1,000 1 $ 1,000 Misc. Is $ 1,000 1 $ 1,000 Communications 5% labor $ 800 Task Total $ 22,865 ANALYSIS AND REPORT Prinicpal (Knitter) Hrs $ 180 16 $ 2,880 Associate Hrs $ 125 20 $ 2,500 Project (Sylwester) Hrs $ 75 60 $ 4,500 Staff Hrs $ 70 24 $ 1,680 Support Hrs $ 65 16 $ 1,040 Cad Hrs $ 65 16 $ 1,040 Geophysicist (Kamrnereck) Hrs $ 85 16 $ 1,360 .Reproduction Is $ 500 I $ 500 tvlisc Is $ 1,000 1 $ 1,000 Communications 5% labor $ 750 ~'ask Total $ 17,250 ~'OTAL $ 40,115 ITERRASURVEY, INC. PROFESSIONAL LAND SURVEYORS 274 FOURTH STREET ASHLAND, OREGON 97520 TELEPHONE: (541) 482-6474 FACSIMILE: (541) 552-0292 ELECTRONIC: terrain @ bisp.net 11-21-03 SURVEYING SERVICES ESTIMATE FOR BROWN AND CALDWELL CITY OF ASHLAND MAIN FEEDER LINE, RAW WATER LINE PERSONNEL HOURS AMOUNT RATE 2 PERSON CREW 28,000 (Topographic survey, boundary survey, construction staking) 200 140 PRINCIPAL 8,100 (Research, meetings, calculations, legal descriptions) 90 90 DRAFTING 7,500 lO0 75 TITLE REPORTS 7O0 4@175 MISCELANEOUS 20O (Survey supplies, gas, faxes, prints) TOTAL $44,500 ESTIMATE: We propose to do the above described work for the lump sum fee of $44,500.00 which is broken down into the following stages: Topographic Survey 62% Legal Descriptions 3% Construction Staking 35% Section project Objectives The City of,Ashland wants to achieve: · Needed hydraulic ~apaC~ty · Geotechnical stabili.ty · Quality construction Long service life' , ·. optimum Value'~ithir['.:' bud§et 1 Understanding and Approach The City of Ashland (City) wishes to replace the Raw Water and Main Feeder pipelines which form the sole link for drinking water supply between Hosler Dam and the City of Ashland. The Raw Water pipeline runs between Hosler Dam, the hydroelectric power plant and the City's water treatment plant. The Main Feeder pipeline transports finished water from the treatment plant to the Crowson Reservoir. This section summarizes our understanding of the challenges that could effect replacement of these lines and our approach to overcoming them. Additional background information that supports our understanding of your project is included in Appendix A. Project Challenges Achieving the objectives outlined at left will require that significant challenges be met. These challenges are discussed below. Challenge 1: Pipe Construction Must Start in Spring/Summer 2004 There is significant potential for slope failure or flood washout and loss of the Raw Water and Main Feeder pipelines. The Main Feeder capacity of 7 million gallons per day (mgd) is insufficient to meet current peak demand of 7.5 to 8 mgd during the summer, resulting in mandatory conservation. Additionally, the Main Feeder must be able to handle the ultimate 10 mgd capacity of the water treatment plant. City staff have committed to initiating construction of the Main Feeder line in the spring of 2004. This allows only three to four months for the completion of final design. This tight design schedule could be significantly impacted by outside stakeholders and agencies. Adequate review by City staff that have limited time and resources must also be allowed. The bid documents must be high quality and tailored for the anticipated subsurface conditions to avoid costly changes during the construction. Challenge 2: Project Approval is Subject to Multiple Stakeholders The Raw Water pipeline will be constructed in the Ashland Creek watershed. This watershed is monitored by stakeholders as well as agencies charged with environmental oversight. Timely approvals from multiple agencies can be difficult to obtain, and permit and easement acquisition is a substantial portion of pipeline projects. Approval must be secured from the agencies, organizations and other interests, including the Federal Energy Regulatory Commission (FERC), US Forest Service (USFS), Oregon Department of Human Services Drinking Water Program (DHS-DWP), US Army Corps of Engineers (COE), Oregon Department of State Lands (DSL), Oregon Department of Fish and Wildlife (ODFW), Talent Irrigation District (TID), Jackson County, and City of Ashland commissions for Planning, Trees, Parks, and Forest Lands. Managing and satisfying each agency's criteria will be critical to meeting the City's schedule. For example, the Raw Water pipeline alignment includes six crossings of Ashland Creek, and the creek construction window allowed by COE/DSL for fish protection purposes is June 15 and September 15. As this period also corresponds with forest fire season, the USFS may desire to shut down construction operations to minimize the risk of fire. The FERC is primarily concerned with dam safety and its criteria will most likely include conditions, such as road maintenance. The Raw Water pipeline alignment in USFS property will require an easement. Any construction activity on USFS property will be constrained by approved criteria related to forest practices, tree preservation, safety, and fire prevention. The DHS-DWP places high priority on water system security to assure water quality. The watershed, Water Treatment Plant (WTP), and Ashland Creek canyon are classified as restricted areas and will require closely controlled and scheduled access for the contractor and suppliers. In addition to these criteria permits, from the COE/DSL must be obtained to work in or near the creek. Easements are also required from a private party. Pr,~posal for Raw Water and Main Feeder Pipelines Upgrades Challenge 3: Construction Uncertainties Can Result in Cost Escalation and Delays The uncertainty of subsurface conditions along the alignment of the Raw Water and Main Feeder pipelines creates the greatest risk of cost escalation during construction and reduced reliability. These uncertainties relate to shallow unrippable rock, large boulders, and unstable soils on steep slopes adjacent to the pipeline. Due to variability it is difficult to determine, with any certainty, the technical condition of every foot of the alignment. This may result in the contractor encountering conditions, such as rock, in the field that were not detected even with thorough investigation. Without appropriate design guidance, upon encountering substantial unrippable rock the contractor would either delay construction, which is costly, to claim changed conditions or continue with rock excavation, which is even more costly. Such surprise costs add up quickly to and must be minimized and positively controlled. Construction must mitigate the potential for service interruptions and the disruption of treatment plant operation as this system is the sole source of water for the City. Unscheduled disruption to the pipeline or water treatment plant operation cannot be tolerated as it would resuk in loss of water service to the City. The pipeline route along the only access road to the WTP, Hosler Dam, and the Ashland Creek watershed must not interrupt operation staff access to the WTP, chemical delivery tracks, or USFS crew access for forest patrol and fire fighting activities. In addition, the existing pipeline must remain intact during construction to provide continuous delivery of water. Shut downs for pipeline connections will be possible only for a few hours during lowest demand. Project Approach Brown and Caldwell will provide a reliable water supply from the Hosler Dam to the Crowson Reservoir. Table 1 outlines our approach to the project challenges, which is described in detail below. Pipe construction must staff in Spring/Summer 2004 Fast-tracking design and easement acquisitions to facilitate immediate capacity upgrades Project approval is subject to multiple stakeholders Working collaboratively with regulators to gain timely approval Construction uncertainties can result in cost escalation Providing flexible design and responsive in-field engineering adjustments to reduce and delays construction costs Approach to Challenge 1: Fast-tracking design and easement acquisitions to facilitate immediate capacity upgrades Our approach to expediting the completion of the Main Feeder pipeline, while addressing the more complex permitting and siting issues surrounding the Raw Water line, starts with developing a detailed, realistic project schedule. This schedule will show the work tasks, key decision points, review periods, meeting dates, and will reflect an analysis of elements that can proceed in parallel versus those that must happen sequentially. We will expedite review procedures, such as decision workshops and concurrent and expedited review times, to allow for the completion of the design in four months. Clearly, easement acquisition will be on the critical path and negotiations with property owners will need to begin at the outset of the project, prior to the alignment being finalized. At project commencement, the Brown and Caldwell and Ashland team will participate in a focused workshop to develop and articulate the project success criteria based on the consensus of the overall project team. This process will help produce construction documents that can be successfully bid during the most opportune time of year for low bid prices and should result in construction with minimal change orders. The work will be performed by a small group of dedicated individuals on the consultant team, closely managed by Tom Nevins, who will intensely focus their efforts. Frequent communication among the team and with the City will be required and progress updates will be conducted bi-weekly to allow time for any corrective actions to be made. 2 Proposal for Raw Water and Main Feeder Pipeline Upgrades During the fast-track design of reuse pipelines in Klamath Falls, Brown and Caldwell used this approach to complete bid. documents resulting in a bid that was nine percent below the engineer's estimate, and in the completion of construction one month ahead of schedule. This allowed the City of Klamath Falls to meet its revenue projections and avoid penalties for late completion. Approach to Challenge 2: Working collaboratively with regulators to gain timely approval Successfully working with the multiple regulatory agencies and requirements to secure the needed permits in a timely manner requires a proactive strategy. Brown and Caldwell's approach is to start with a regulatory roundtable meeting that allows early identification of issues. A focused regulatory working session will be held with representatives from all involved agencies to begin the process of identifying issues and concerns as well as building consensus and support fro: the pipeline alignment. Fishman Environmental Services (Fishman) will lead the environmental tasks, and will first attempt to obtain a Nationwide Permit, based on the presence of a downstream barrier that prevents fish migration into the construction area. Fishman will prepare a combined COE/DSL permit for removal/fRl in waters of the state. Brown and Caldwell recently obtained such a permit for the City of Florence to cross a listed salmon stream with a 16-inch finished water pipeline. Fishman will also define stakeholder issues and work with them to address their concerns. Proposed mitigation and responsible measures will be dearly communicated to avoid an unwarranted level of stakeholder concern and regulator actions that could delay the project. Brown and Caldwell will develop pipe crossing designs within habitat restoration criteria, enhancement of bank side riparian areas, and bank stabilization either by suspending the pipe from the bridges or installing under the creek. For Clackamas County, Tom designed an 8-inch ductile iron pipe (DIP) crossing of the Zigzag River on an ODOT bridge in the Mount Hood National Forest, 30- to 45-inch concrete cylinder pipe in rock trench and on piers founded on rock adjacent to the Willamette River, and a 12- to 16-inch dual DIP crossing beneath the Willamette River. Brown and Caldwell will also work with COE/DSL and USFS to address their concerns regarding construction during the June 15 to September 15 in-stream construction window. One approach would be to suggest innovative fire prevention measures, such as spray irrigation, to keep the construction area cool and moist. Approach to Challenge 3: Providing flexible design and responsive in-field engineering adjustments to reduce construction costs A thorough investigation of the pipeline alignment coupled with field-engineering during construction will reduce the risk of cost escalation. The pipeline alignment will be geologically mapped in detail to characterize the surface and subsurface materials and geomorphic conditions. Test pits will be dug in strategic locations ranging between 200 and 400 feet apart to observe the subsurface conditions and obtain samples for laboratory index testing. Geophysical surveys will be conducted, including ground-penetrating radar (GPR) between test pits to further characterize the subsurface conditions along the entire pipeline alignment. The GPR data will be benchmarker with conditions observed in the test pits to accurately extrapolate and interpret subsurface conditions along the entire pipeline route. This information will achieve reliability of information at a reasonable cost by minimizing rock excavation and keeping the pipe shallow. The design will be detailed and flexible enough to allow collaborative field adjustments to avoid rock and other cosily situations. Brown and Caldwell will work closely with the contractor during construction to adjust the design as work progresses in response to actual conditions to optimize the final alignment while controlling costs. For example, if a large boulder is found along the alignment, Brown and Caldwell field engineers will work with the contractor to adjust the alignment to avoid the cost of rock excavation. DIP provides both the desired 100 year life and the flexibility to insert joints easily to avoid obstacles. For the Klamath Falls pipeline, Tom Nevins led the change of the preliminary pipeline route to avoid shallow rock on a hill and the unstable condition of a nearby historic building. During construction of Segment 2 of the Columbia Slough Consolidation Conduit (approximately 8,000 feet of 12 foot finished inside diameter tunnel), our Project Engineer, Mike Britch, went out in the field, spoke with the contractor's shoring designer by cell phone and was able to resolve issues and allow work to continue. Mike also performed review of a proposed alignment change by the contractor to accommodate the elimination of a $1,000,000+ grout curtain that would Proposal for Raw Water and Main Feeder Pipelines Upgrades have been needed to protect the large existing interceptor. As an additional construction cost control strategy, we have included a retired pipeline contractor, Dick Sheumann, who will identify construction impacts of various alternatives and develop effective approaches. Dick provided similar services to Mike Britch on the city of Portland's Columbia Slough Consolidation Conduit and the Sou&west Parallel Interceptor. Because cost overruns on this project would delay other crucial projects, construction cost estimates must be accurate and change orders minimized. Brown and Caldwell will begin developing construction cost estimate information early in predesign and will provide increasingly accurate estimates at each review and a final estimate for bid 4.0- 2.0 II En~neers Estimate ~ I~arnath F~gls IOamalh Falls Florence-Well R~, Wilamet~ EWEB C~ C.~ove Inte~ Wate~ Pumping Water Ptpeli~e~ F~d and Water Idand Re.~ln-oir, Inte~ 0,75 MG Knox Hill 2.3 MG l& OutfaUStal]0fl and Tmablflenl ~Pufl'd~hlg ~taOon lB Elevaled Re~,ef~r Cov~ Figure 1. Accurate cost estimates eliminate overruns evaluation. As shown in Figure 1, Brown and Caldwell has a proven track record of reliable construction cost estimating for water system improvements, including pipeline projects. Brown and Caldwell's project manager, Tom Nevins, provided the City of Klamath Falls an estimate for the construction of the multiple pipelines that was 9 percent below its resultant construction cost. All of his other cost estimates are within 0.5 to 6 percent of final construction cost. Section 2 Capabilities and Resources This section provides information about Brown and Caldwell, the prime firm for this project, and the team that has been assembled to meet your project objectives. About Brown and Caldwell Brown and Caldwell understands that reliable water transmission and distribution pipelines are critical community needs that demand careful attention during planning, design, construction, and rehabilitation. Brown and Caldwell has designed pipelines ranging in size from 6- to 42-inches in diameter for potable water distribution throughout Oregon. We have designed and managed the construction of pipelines with complex right-of-way and permitting requirements in congested urban, suburban and rural areas. Our pipelines have included challenging crossings of rivers, wetlands, highways and railroads, have been founded in common soils, dunal sands, bay mud, landfill, engineered fill, and rock, and have been supported on saddles and hangers. Brown and Caldwell takes a multi-discipline approach to managing project details, from planning and preliminary field investigations to final design and construction management. On every project we use proven techniques that minimize disruption to the community and address worker safety. We emphasize close interaction with City staff in order to identify and resolve potential problems early on. Our project management efforts ensure that the goals, objectives, and success criteria, including technical, schedule, and budget, are met. Quality Assurance/Quality Control (QA/QC) will focus on the technical issues and work products to ensure that high quality plans and specifications are produced during the design phase and implemented during construction. QA/QC will be continuous. All work will be checked as it is produced and before it is used as input to subsequent work. This includes senior-level technical review and editing of draft deliverables, calculation checks, constructability assessments, and cost estimate reviews. 4 Proposal for Raw Water and Main Feeder Pipeline Upgrades Our Project Team Our team includes engineers and technical experts who will evaluate alternatives for replacing the existing pipelines to yield an effective yet affordable design. All of our team members are committed to your project and are available. Our team will be led by Brown and Caldwell, who will provide design and project management. Independent consultant Ed Olson will act as an advisor and a local liaison. Golder Associates (Golder), a premier global consulting company specializing in ground engineering, will provide geotechnical engineering. Independent consultant Bill Hicks, the author of a slope stability report for land below the Reeder Reservoir, will act as a local geology advisor to Golder. Fishman, the firm that provided environmental services for 1997 flood restoration projects, will provide environmental and permitting services for this project. In addition to this core team, TerraSurvey will provide surveying services; Right- of-Way Associates will assist with easement acquisition as needed; and Marty Matin will provide small woodland services. The organization of our project team is illustrated on the right. ~' Pt~eetf. ngineer ['J~/~Mght, DeggnEngineert I Representative Projects The projects described in this section include similar services provided within the last five years and demonstrate our team's ability to complete the design and construction of the raw water and main feeder pipelines on schedule and under budget. References included in Section 5 of this proposal. Brown and Caldwell Projects Water Supply and Wastewater Pipelines, City of Klamath Falls, Oregon Brown and Caldwell designed a 5-mile long, 24-inch diameter water supply pipeline and pumping station that delivers up to 15 mgd cooling water for a cogeneration energy facility. Over the entire pipeline route two to five parallel pipelines were installed, including: a 27,000 linear feet of 24-inch diameter DIP cooling water pipeline a 27,000 linear feet of 10-inch-/12-inch diameter DIP blowdown return pipeline a 5,000 linear feet of 24-inch to 42-inch diameter RCP interceptor sewer pipeline a 8,500 linear feet of 4-inch diameter DIP wastewater force main · 3,500 linear feet of dual 8-inch and 6-inch diameter, insulated DIP, geothermal heat loop piping The pipeline route consists of two former sites for lumber mill and wood products manufacturing; city, county and ODOT road rights of way; existing and new easement on private property; a municipal cemetery; and a bridge-supported river crossing. Project challenges included industrial waste deposits; unusual soil and rock excavation; wetlands; potential Native American heritage and burial sites; endangered plant species identification; dewatering near the Link River; modificauons to a historic bridge allowing pipeline support for the river crossing; considerations for nearby high-pressure gas pipelines; and multiple pipeline installation. Ill Proposal for Raw Water and Main Feeder Pipeline· Upgrade· III Water Distribution System Improvements. Bolon Island and Gardiner, City of Reedsport, Oregon Brown and Caldwell designed improvements to the existing water distribution system to serve demand at two developing industrial areas. These improvements provide water for industrial demand and fire protection for a new steel fabrication plant. The pipeline improvements include: · 2,000 linear feet of 18-inch diameter high-density polyethylene (HDPE) pipe installed by horizontal directional drilling to cross the Umpqua River · 8,800 linear feet of 14-inch and 18-inch diameter HDPE pipe installed in open trench along a roadway and along the edge of a railroad ballast · 700 linear feet of 12-inch diameter DIP suspended on a railroad trestle · Two bored-and-jacked casings for crossing under the railroad Water Transmission Pipeline Inspection, Eugene Water and Electric Board (EWEB), Eugene, Oregon Brown and Caldwell provided inspection services and special engineering services during construction of a three- mile long, 42-inch diameter, ductile iron water transmission pipeline. The pipeline is located primarily within city streets that pass through the central business district, residential neighborhoods, and a commercial/industrial area of Eugene. Project challenges included a bored-and-jacked casing under a railroad and street; changes in corrosion protection measure brought on by changes in soil corrosivity; special interior lining evaluation and specification for a stet to ductile iron pipe transition; and resolution of utility conflicts. Raw Water Supply Pipeline Project, City of Florence, Oregon Brown and Caldwell completed the design of piping for a well field expansion project. The new raw water pipeline consisted of 700 linear feet of 12-inch, 1,000 linear feet of 10-inch, 1,100 linear feet of 8-inch, and 1,000 linear feet of 6-inch diameter PVC pipe designed to AWWA C900 standards. Fittings were ductile iron. The project included numerous line valves. Located in dunal sands on city property, the new pipeline design provided for surface restoration using beach grass plantings to stabilize the dunal sand and prevent wind-blown shifting of surface sand. Golder Projects Grays Harbor Lateral, Thurston and Grays Harbor Counties, Washington Oolder was responsible for routing, geotechnical design, horizontal directional drilling (HDD) design, and permitting support for a 49-mile long, 20-inch diameter, high-pressure, natural gas pipeline in western Washington. The pipeline is the sole-source provider of natural gas to a 1,200 megaWatt (mW) power plant to be operated by Duke Energy North America near Elma, Washington. The work includes routing, detailed design investigations, feasibility analyses, and design of HDD crossings of six major rivers and adjacent wetlands ranging from 1,500 feet to over 4,000 feet in length, geotechnical investigations of the pipeline alignment, slope stability investigations, geohazards investigations including seismic design considerations, preparation of the surface water management plan for aboveground portions of the project, and geotechnical design support for the compressor station and metering station. The HDD crossings were complicated by the complex geology at the crossing locations. In addition, the pipeline crossed steep mountainous terrain with severe erosion and mass-wasting hazards. Several areas had shallow groundwater and were underlain by loose sands with high liquefaction potential during a seismic event. Field investigations included reconnaissance to detail geologic mapping, drilling including tracked and helicopter supported equipment to access critical sites with minimal environmental impact, aerial photograph interpretation, aerial reconnaissance, and geophysical investigations. In addition, Golder performed geohydrologic monitoring and assessment of the groundwater wells adjacent to the new pipeline. 6 Fishman Proposal for Raw Water and Main Feeder Pipeline Upgrades Ashland Creek Flood Restoration Projects A major flood of Ashland Creek resulted in widespread serious damage within the floodplain during January, 1997. Fishman was a major subcontractor on the Flood Restoration Projects, and was responsible for all environmental issues and concerns. Fishman was then contracted directly by the Parks and Recreation Commission for on-going work in the historic Calle Reach of Ashland Creek, and to develop a fish passage plan as required by the federal permit. The Flood Restoration Project developed a hydraulic model for the creek, established prioritized project and management recommendations, designed and built a new fish-friendly stream crossing to replace a very restrictive culvert, and conducted an extensive public process to establish priorities, develop project alternatives, and keep the local community informed. Willamette River Water Supply System Facilities Project, City of Wilsonville, Oregon The City of Wilsonville, Oregon, has taken the lead role in development of a water intake from the Willamette River and a water treatment plant to meet long-term water supply requirements. Fishman conducted detailed environmental assessments evaluating the presence of wetlands, species of concern, threatened and endangered species and habitat value. A biological assessment (BA) was prepared to supplement the Corps of Engineers 404 application and facilitate consultation with the National Marine Fisheries Service. The BA addressed potential impacts to federally listed fish species in the Willamette Basin as well as interrelated and interdependent effects of the proposed action. Additional Relevant Experience This section includes additional experience that demonstrates the depth and experience of our project team. Multiple Pipeline Project, Oregon City, Oregon Brown and Caldwell completed design and construction observation for several water and wastewater pipelines that posed substantial challenges. Approximately 800 linear feet of dual 12-inch/16-inch diameter DIP pipeline was placed under the Willamette River by dredging a trench, assembling the restrained-joint pipeline on land, and dragging the assembled system into the river. Approximately 2,300 linear feet of 30-inch through 4S-inch diameter concrete cylinder pipe was placed on saddle supports founded on rock, hangers from a bridge, and in excavated rock trench, all along rock walls beside the Willamette River. Other pipelines crossed through an abandoned landfill, under streets and highways, through parking lots, between wooden bridge supports, through bored-and-jacked casings, and through an active city park. Winbum Way Culvert Replacement, City of Ashland Fishman was on the consultant team hired by the City to design the Winburn Way culvert replacement and related tasks following the 1997 flood. Paul Fishman and Fishman staff provided the environmental services needed for that project, including a major role in the public involvement. Paul worked closely with City Public Works and Administrative staff and the Ashland public, including the Ashland Watershed Partnership, local business owners, citizens, Parks Commission, the USFS, and others. Paul guided the identification and discussions of environmental issues, and provided key environmental input to the Winbum Way project design. Fishman coordinated state and federal permit applications and coordination with agency staff. One of the tasks completed for that project was an inventory of Ashland Creek habitat conditions and restoration opportunities from the upper end of Lithia Park downstream to the confluence with Bear Creek. Lithia Park Flood Damage and Calle Guanajuato Rehabilitation, Ashland Parks and Recreation Department Fishman was subsequently contracted by the Ashland Parks and Recreation Department to address the flood damage in Lithia Park. Under Paul's leadership, Fishman and its subcontractors, working closely with Ashland citizens, interest groups and businesses, developed and implemented plans, and obtained the state and federal permits needed for park trail repair and bridge replacements. Fishman was also the environmental consultant on the team hired by Ashland Parks to design and build the Calle Guanajuato Rehabilitation. Paul provided technical guidance for environmental issues, working closely Pro.osal for Raw Water and Main Feeder Pipelines Upgrades with Parks and City staff, as well as Ashland citizens and state and federal agencies, to develop a design that provides flood passage, public safety, and environmental benefits. Section 3 Project Team Brown and Caldwell has assembled a project team with qualified personnel who have experience with similar projects. Table 3-1 summarizes the qualifications and availability of our team members. Key team members are identified in bold print. Complete resumes for all team members are included in Appendix B of this proposal. Table 3-1. Team Members Qualification Summary Cooling Water Supply Pipeline, Klamath Falls, Oregon. Project Manager for a project that included 30,000 feet of 24" DIP, multiple parallel pipelines, complex geotechnical conditions, rock, wetlands, endangered species, COE404 permitting, river crossing. Water Distribution Improvements, Reedsport, Oregon. Technical Advisor for project including 16" HDPE pipeline, complex geotechnical conditions, and HDD river crossing. Willamette Interceptor and River Crossing, Clackamas County, Oregon. Project Engineer for a project that included 12"/16" dual DIP subsurface river crossing, multiple parallel pipelines, complex geotechnical conditions, rock excavation, 30" through 45" concrete cylinder pipe installed in rock trench and on concrete piers founded on rock. Rhododendron Sewer, Clackamas County, Oregon. Project Engineer for a project that included USFS lands, a river crossing on bridge, and erosion control at protected stream. Powell Butte Master Plan, City of Portland Water Bureau. Project Manager for $1 million study that included permits for 50 MG reservoir and Conduit 5 on Powell Butte. Water Pipeline Improvements, City of Portland Water Bureau. Chief Engineer for design/construction/regulatory interface for 24,000 feet of distribution main per year. Groundwater Development Program, City of Portland Water Bureau. Project Manager for project that included 10 miles of large-diameter pipeline up to 66" diameter. Hydroelectric Operations Management, City of Portland Water Bureau. Director responsible for hydroelectric operations that included FERC licensing and construction. USFS Special Use Permits, City of Portland Water Bureau. Lead Engineer for pipeline projects on USFS property. Responsible obtaining and administering Special Use Permits that covered construction, road and bridge maintenance, and special habitat conservation. Northeast Supply Main, City of Portland Water Bureau. Senior Engineer for 48" diameter steel pipeline project while coauthor of AWWA Manual M11 Steel Pipe Design. Westside Transmission Main, Medford Water Commission. Project Engineer / Manager for project that included 30,000 feet of 36" ductile iron transmission pipeline. Roseburg Transmission Main, Roseburg, Oregon. Project Engineer / Manager for project that included 20,000 feet of 24" ductile iron transmission pipeline. Various Projects. Construction Superintendent and Project Manager for projects that ny included dams, bridges, large water pipelines, penstocks, roads, and rock excavation. Proposal for Raw Water and Main Feeder Pipeline Upgrades Mike Britch, P.E. I ' Conduit Isolation and Hudson Intertie, City of Portland,,, Water Bureau. Project Engineer for Project Engineer I project to connect Bull Run transmission lines to a 66 diameter pipeline. Portland I · Water Transmission Mains, City of Silverton. Project Engineer for project that included  20,000 feet of 12"to 24" pipeline with innovative restraints in rugged terrain near a creek. I· Willow Creek Flood Analysis, Beaverton, Oregon. Staff Engineer to evaluate effect of road  improvements on flooding using HEC-1 and HEC-2 computer models. Charles Wright, P.E. I · Cooling Water Supply Pipeline, Klamath Falls, Oregon. Staff Engineer for a hydraulic Hydraulics ~ evaluation of pumping station and 30,000 feet of 24" DIP pipeline to supply cooling water. Eugene I · Water Distribution System Modeling, EWEB. Staff engineer responsible for modeling with ~ WaterCAD software to rebuild and calibrate a 6,000 pipe distribution network. Collaborated ~ with EWEB staff to develop innovative tracer testing method that defined effective internal ~'orzlan(] Permitting I COE 404 fill/removal permit applications, and developed a mitigation plan. geologic mapping to minimize risk if environmentally sensitive stream crossings. P:.oPosal for Raw Water and Main Feeder Pipelines Upgrades IIIII IIII Richard Sylwester, R.G, R.E.G. Golder Geotechnical Engineering Redmond, Washington Andreas Kammereck, P.E. Golder Geotechnical Engineering Redmond, Washington B.G. Hicks, C.E.G, E.G. Consulting Geologist Geology Advisor Ashland WSDOT On-Call Geophysical Contract, Washington. Project Geophysicist for design of roads and bridges using various geophysical techniques, including seismic reflection and refraction, borehole wave studies, electric resistivity, ground penetrating radar. · River and Flood Repair Program, Whatcom County, Washington. Project Engineer for flood repair on several streams, including rip-rep, deflector structures, organic debris, habitat mitigation, and levee/dike systems. · Various Gas Pipeline River Crossings, Williams Gas Pipeline, Oregon and WashingtOn. Responsible for evaluation and design related to erosion and scour, bank stabilization, habitat enhancement, construction feasibility, channel migration, fish passage issues, and construction cost estimates. · Slope Stability Study of Land Below Reeder Reservoir, City of Ashland. Project Geologist of study to identify areas of unstable soils on steep canyon walls, and evaluate concerns related to the effect of forest prectices on slope stability in the area. · Landslide Mapping on the Rogue River National Forest. Project Geologist of study to identify and map areas of stable soils using the technique Landslide Zonation and Risk Evaluation to differentiate degree of soil instability. Richard Alspach, P.L.S. TerreSurvey Survey Ashland Stuart Osmus, P.L.S. TerreSurvey Survey Ashland Various Projects, City of Ashland. Project Surveyor responsible for topogrephic and construction surveying, including Bear Creek Trunk Sewer and Nevada Street I-ID, Hosler Dam Deflection Monitoring, and right-of-way mapping for Strawberry Lane LID. · Various Projects, City of Ashland. Project Surveyor responsible for topogrephic and construction surveying, including Bear Creek Trunk Sewer and Nevada Street LID, Hosler Dam Deflection Monitoring, and right-of-way mapping for Strawberry Lane LID. · 1993 Water System Expansion, City of Ashland. Project Surveyor responsible for topogrephic and construction surveying. David Feinauer, C.G.A Right of Way Associates Easement Acquisition Portland · Dallesport Wastewater Facility. Dallesport, Oregon. Right-of-way Agent responsible for acquiring 17 easements for pumping stations, pipelines, and treatment facility, mostly by Administrative Determinations of Just Compensation. · Coos County Natural Gas Pipeline, Coos County, Oregon. Right-of-way Agent responsible for acquiring 200 easements by administrative and adverse processes. · Willamette Interceptor and River Crossing, Clackamas County, Oregon. Right-of-way Agent responsible for acquiring several easements for pumping station and pipelines. Table 3-2 summarizes the availability of each key team member. Table 3.2. Key Team Member Availability Tom Nevins, P.E. Project Manager, Lone Pine Pump Station, Medford Project Manager during construction of City View 1150 Reservoir Construction for EWEB, Well field and Biological Treatment in Florence, and Cottage Grove Knox Hill Reservoir Cover 40 Proposal for Raw Water and Main Feeder Pipeline Upgrades Bob Willis, P.E., P.L.S. Ed Olson, P.E. Mike Britch, P.E. Charles Wright, P.E. Steve Johnson Clifford Knitter, P.E.G., P.G. Richard Alspach, P.L.S. Stuart Osmus, P.L.S. · Providing oversight for Lone Pine Pump Station in Medford · Recently retired, no current assignments · Design for Leach Creek Stormwater Force Main, Tacoma, Washington · Project Engineer for Lake Interceptor, Lake Oswego, Oregon · Inspection for Florence Wellfield and WTP Expansion Construction, and managing Wellhead protection · Project Engineer for Riddle Sewer replacement project · Managing ElS for the Port of Vancouver, Washington · Completing biological assessments for various clients along Columbia River · Geotech for Evergreen, Grace Harbor Lateral, Everett Delta Lateral and NW Pipeline for Williams Natural Gas Company · Geotech for Puget Sound Energy distribution system · Providing survey for a partition map in Ashland, two topographic surveys for the City of Ashland, and a boundary survey Providing survey for a planned community map, topographic survey and two partition maps in Ashland. Also completing a lot line adjustment in Central Point and a topographic survey in Talent. 50 55 75 40 55 55 Section 4 Scope 0fW0rk and Project Calendar This section presents a description of the project tasks necessary to complete the project and a project calendar. Scope of Work Task 1. Task 1-1 Task 1-2 City's Role: Deliverables: Project Management Services Management, Coordination and Communication. Prepare and facilitate a project management plan. Hold a project kickoff meeting with City to initiate foundation of collaboration. Maintain frequent and open communication with City about project status, progress on tasks, expenditures, budget, changes, correction plans, and invoices. Prepare and administer subcontracts with subconsultants. Meet regularly with City staff to review project progress, deliverables, and direction. Assign work tasks, monitor progress, facilitate timely completion of quality products. Coordinate performance of subconsultants' work, and administer consultant invoices. Information Gathering. Obtain available information from City, utilities, agencies, commissions, associations, and organizations needed for design. Participate in kickoff meeting, status report communication, and progress meetings. Project Management Plan Task 2. Task 2-1 Task 2-2. Preliminary Design Services Altematives Formation, Analysis and Selection. Collaborate with City staff. Identify issues, assess existing plans, and define and evaluate three promising pipeline routes. Compare costs, permit schedule, geotechnical challenges, environmental constraints, utility coordination, and easements needs. Preliminary Design Rep0r~. Prepare report of findings from other tasks, design criteria, preferred alternatives, a preliminary centerline plan and profile, and preliminary construction costs. 11 Proposal for Raw Water and Main Feeder Pipelines Upgrades Task 2-3. City's Role: Deliverables: Task 3. Task 3-1~ Task 3-2. Task 3-3. Task 3-4. Task 3-5, Task 3-6. City's Role: Deliverables: Task 4. Task 4-1. Task 4-2. Preliminary Design Review and QA/QC. Hold preliminary design review meeting in Ashland to finalize design criteria. Conduct internal QA/QC by senior engineers to focus quality and technical content. Provide available information needed for design. Participate in alternatives analysis. Review preliminary design report and participate in review meeting. Provide 12 copies of Preliminary Design Report for review by City, DHS-DWP, FERC and USFS. Detailed Design Services Pipeline Design. Complete a detailed design for the Raw Water pipeline from Hosler Dam to Reeder hydro plant, and the Main Feeder pipeline from the WTP to Crowson Reservoir. Complete calculations and drawings. Select and specify appurtenances and materials. General and civil design covers the pipeline plan and profile and pipeline details. This'proposal is based on design for subsurface stream crossings. Specifications. Use Consultant's standard format for Part A, bidding and general contract requirements, and Part B, technical provisions. Construction Plan and Schedule. Prepare a construction plan and schedule for two construction contracts; Contract 1 - Main Feeder Pipeline, and Contract 2 - Raw Water Pipeline. Incorporate provisions and milestones into the specifications and construction cost estimates. Construction Cost Estimates. Update the preliminary cost estimate for 50 and 95 percent design and prepare the Engineer's estimate based on the final design. Design Reviews and Quality Assurance. Provide 50 and 95 percent design documents for review by City, DHS-DWP, FERC, USFS, and Consultant. Hold the 50 percent review meeting at the Consultant's office for access to design team. Conduct the 95 percent review at City's office. Final Contract Documents. Address all review comments. Prepare final contract documents for two separate construction contracts. Participate in 50 and 95 percent review meetings. Detailed design documents and cost estimates at 50 and 90 percent completion. Construction plan and schedule. Engineer's Estimate. For each contract, deliver one unbound reproducible set and two bound copies of the contract documents to the City. Construction Period Services Bidding and Award Assistance. Prepare advertisement for bids for City to submit for publishing. Print copies of Contracts 1 and 2 manuals for bidders. Provide full-size reference drawings to City and Consultant. Distribute documents and keep plan-holders list. Receive and respond to bidder's questions. Keep a log of all interaction with bidders. Prepare addenda and distribute to all plan holders. Lead a prebid conference in Ashland. Answer questions, and keep notes. Attend bid opening, tabulate bids, assess bidder qualifications, and recommend award. Construction Management. Provide services during construction based on staff effort for two sequential construction contracts over 9 months. Update the project manual with contract documents. Provide copies to City (2), Contractor (3) and Consultant (3). Issue full-size drawings after notice to proceed to the Contractor. Setup and administer the project record keeping system for clarification requests, submittal review, progress payments, and change orders. Provide clerical staff for filing and word processing. Provide a Construction Manager part-rime, as project needs dictate, to resolve questions, respond to changes, administer the submittal review process, review and recommend monthly payments, review project schedule, prepare punch list at substantial completion, and certificate of completion. Hold project meetings to facilitate communication among the construction team members. 12 Task 4-3. Task 4-4. Task 4-5. City's Role: Deliverables: Task 5 Task 5-1. T~k5-2. Task 5-3. Task 5-4. Proposal for Raw Water and Main Feeder Pipeline Upgrades Office Engineering During Construction. Perform contract administration and engineering duties to ensure Contractor's proposed construction materials, equipment, and performance is in accordance with the intent of the plans and specifications. Review Contractor's submittals for compliance with design intent and contract documents. Periodically visit the site to observe that the work conforms to design requirements. Interpret the contract documents and provide clarifications for design intent. Prepare change orders for administration by the Construction Manager. Revise the reproducible drawings to show construction changes. Field Engineering and Construction Observation. Provide a qualified resident engineer on-site to observe construction, assess subsurface conditions and adjust design to minimize cost to the City, document construction, maintain records, facilitate testing, prepare progress reports, and call for expertise when warranted. Hold regular site meetings about construction schedule and progress, compliance with documents and changes. Field Testing. The construction documents will require the Contractor to obtain a qualified independent laboratory to perform field testing. Publish advertisement. Hold prebid conference and bid opening and award contractor. Issue contractor notice to proceed. Attend project meetings and regular site meetings as desired. Advertisements for bids. Provide 25 copies of Contracts 1 and 2 bidders manuals, full-size reference drawings, 8 copies of updated project manual, and a certificate of completion. Special Engineering Services Surveying and Mapping. Perform a detailed topographic survey and prepare mapping, coordinated with recent City aerial photography and mapping for use as base for pipeline plan and profile drawings. For the pipeline route, the surveyed area will be approximately 50 feet wide. At existing facilities, the surveyed limits will be approximately 25 feet beyond the likely location of improvements. Provide property surveying to locate the pipeline alignment and provide a basis for easement descriptions. Provide approximate location of existing property lines along the pipeline route. Ge0technical Investigation. Complete a geotechnical investigation along the selected pipeline route. Perform a preliminary geotechnical investigation. Review existing soil boring logs, construction records, and geological reports for information about subsurface conditions and unstable slopes on the steep canyon walls along the pipeline route. Perform site reconnaissance to examine conditions and to check access logistics for efficient use of labor and equipment during explorations. Perform a detailed geotechnical investigation. Map the geological details of the surface and subsurface materials. Excavate test pits at strategic locations, and perform geophysical surveys including ground-penetrating radar (GPR) between test pits to interpolate subsurface conditions between test pits. Describe the fieldwork findings in a geotechnical report. Recommend earthwork design criteria. Regulatory Agency Inter~ace. Provide up to 40 hours of professional service for interface with regulatory agencies. Hold one meeting early for agencies and stakeholders with jurisdiction and interest in the project. Review the project. Identify regulatory criteria and viable approaches. Permit Assistance. Identify needed permits and prepare permit applications for the following agencies or organizations: · Oregon Department of Human Services - Drinking Water Program (DHS-DWP); Water system construction permit · Jackson County; Permit to occupy or perform operations in public right-of-way · US Army Corps of Engineers (COE); Removal/fRl permit for creek crossing · Oregon Division of State Lands (DSL); Fill/removal permit for creek crossing · US Forest.Service (USFS); Special Use Permit for construction. Coordinate with easement for the pipeline and access road t3 Proposal for Raw Water and Main Feeder Pipelines Upgrades Task 5-5. Task 5-6. Task 5-7. City's Role: Deliverables: · Talent Irrigation District ('riD); Permit possible depending on impact to TID facilities. · City of Ashland; Various building and site permits depending on system components. Collaborate with City staff to actively engage community decision makers, organizations and agencies that may have substantial input into permit requirements to communicate available information and facilitate positive permit review, such as US Fish and Wildlife Service (USFWS), National Marine Fisheries Service (NMFS), and City of Ashland Commissions for Planning, Parks, Tree, and Forest Lands. Base permit applications on available environmental information. Proposal does not include efforts for archaeological studies, historic studies, or fish/wildlife/plant species studies that may be requested by an agency or organization. Public Participation Assistance. Provide up to 32 hours service for up to two public meetings, one council work session and one council meeting to present information about the project. Proposal does not include direct public communication activity, which would be managed by City staff. Easement Acquisition Assistance. Identify area on one USFS property and on two private properties where easements will be needed. Provide nominal dimensions on site mapping. Provide property surveys, legal descriptions and comparable values. City will be responsible to negotiate terms and to pay all costs for easements. Specialized easement services by a qualified land acquisition agent is an optional service. Environmental I~ues Assistance. For permits to cross Ashland Creek, address environmental concerns related to endangered species and to wetlands. Request a USFWS list of endangered and threatened species for the project area. ESA-listed fish species should not substantially impact permit acquisition because the Granite Street Dam is considered to be the upper boundary for anadromous fish species in Ashland Creek. Also, it is expected that the stream crossings can be designed to meet criteria for a CeE Nationwide permit, and utility line replacement provisions prepared by NMFS wherein consultation between the CeE and NMFS is not necessary. Therefore, this task is based on an application for a CeE Nationwide permit, not an individual permit. Review available background information and walk the proposed alignment to identify potential wetland issues. Wetland concerns are not expected along the alignment, which is mostly under existing roadways and trails. The creek crossing locations will be evaluated to ensure that wetland impacts are mitigated. Environmental assessment of alternatives is not anticipated or included. If environmental issues emerge which require significant effort to address, specific scope and fee will be defined and added. Attend early regulatory interface meeting for agencies and stakeholders. Manage direct public communication. Negotiate and pay all costs for easements. Completed permit applications, including CeE Nationwide permit. Nominal dimensions on site mapping for identified easements. Property surveys, legal descriptions, and comparable values. t4 Proposal for Raw Water and Main Feeder Pipeline Upgrades Project Calendar ;,,~,,~. ~ml, II II IIII I ,,,,...,, ..... ~,. ,r.,., , .... ~,.. .,, ~,'. ~". Section 5 References We invite you to call our former clients from the representative projects described on in Section 2. Brown and Caldwell Water Supply and Wastewater Pipelines City o£ KJamath Falls, Oregon Mike Kuenzi S41/883-S363 226 South Fifth Street Klamath Falls, OR 97601 Water Distribution System Improvements - Bolon Island and Gardiner City of Reedsport, Oregon Floyd Dollar and Janelle Evans 541/271-3603 451 Winchester Avenue Reedsport, OR 97467 Water Transmission Pipeline Inspection EWEB, Eugene, Oregon Mel Damewood and Jay Bozievich 541/684-4759 500 East 4th Eugene, OR 97401 Raw Water Supply Pipeline Project City of Florence, Oregon Ken Lanfear 541/997-2141 250 Hwy 101 Florence, OR 97439 Colder Associates Grays Harbor Lateral Thurston and Grays Harbor Counties, Washington Grant Jensen 425/868-1010 22909 NE Redmond Fall City Road Redmond, WA 98053 Fishman Environmental Services Ashland Creek Flood .Restoration Projects Ashland Parks and Recreation Commission Greg Scoles 541/488-4022 Paula Brown 541/488-5587 20 East Main Street Ashland, OR 97520 Willamette River Water Supply System Facilities Project City of Wilsonville, Oregon Joan Kelsey 503/570-1509 30000 SW Town Center Loop East Wilsonville, OR 97070 15 PRODUCER INSURED 1051211 I DATE (MM/DD/YY) ACORD, CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Lockton Companies ' ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 444 W. 47th Street, Suite 900 I HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Kansas City Mo 64112-1906 h._A__I..T_E__R THE _CQV~ER__A_GE_ A_F_FORDED BY TH E POLICI ES BELOW. (816) 960-9000 ~ INSURERS AFFORDING COVERAGE BROWN AND CALDWELL AND ITS WHOLLY IfiNNSURER A GREENWICH INSURANCE COMPANY (XL). OWNED SUBSIDIARIES AND AFFILIATES ,INSURER B: X L SPECIALTY INSURANCE COMPANY 201 NORTH CIVIC DRIVE !_INSURER C WALNUT CREEK CA 94596 / I IN~VRFR g' COVERAGES BROCA01 PA THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRi LTR POLICY EFFECTIVEiPOLICY EXPIRATiONI TYPE OF INSURANCE POLICY NUMBER DATE IMM/DD/YY) IDATE (MMIDD/YYI i LIMITS 03/26/2003 [ 03/26/2004 GENERAL LIABILITY [.X. ~ CO~MMERCIAL GENERAL~L?ABILITY GEC000166203 ~ CLAIMS MADE ~ OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: i ] PRO- [---' POLICY JECT i LOC ._EA_C_H_OC_C_UR~REN~CE ___~ __ l:000-000 FIRE DAMAGE J~An~on_e_f_ire}._~_ ..... [:[)(_)(!:!)00 . MHD EXP (Any one person)$ 5,000 PERSONAL & ADV INJURY $ 1.000.000 PRODUCTS- COMP/OP AGG~ $ 2.000.000 AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS ~ HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY j ANY AUTO EXCESS LIABILITY I ~ OCCUR t_ J CLAIMS MADE C UMBRELLA DEDUCTIBLE ~ ~ FORM RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY AEC000166303 03/26/2003 NOT APP[,ICABLE NOT APPLICABLE WEC0014189 06/01/2003 03/26/2004 03/26/2004 ,,,\ OTHER 1'E£'000()()1)5() I 05/31/2003 05/31/2004 I~ROFI~RSI()NAI. LIABII.ITY COMBINED SINGLE LIMIT ; ~ I.O00.O'J0 (Ed accident) BODILY INJURY [ $ (Per person) BODILY INJURY ! $ ~er accident) PROPERTY DAMAGE I $ (Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN EA ACC AUTO ONLY: ---~G EACH OCCURRENCE AGGREGATE X wc STATU- ' TORY LIMITS~ }ER L EL EACH ACCIDENT i $ i .00().()(~0 !EL DISEAS_~ - EA EMPLOYE~ $ 1:000,0(}0 E L DISEASE- POLICY LIMIT [ ].000.000 $ i$1 000 000 PER CLAIM/$1,000,000 !AGGREGATE DESCRIPTION OF OPERATiONS/LOCATIONS/VEHiCLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Rti: MAIN FEEDER RAW WATER PIPELINE. PRO.IECT 25435. CERTIFICATE HOLDER 1947092 ASH-05 CITY OF ASHLAND PUBLIC WORKS ATTN: DAWN LAMB 20 E, MAIN STREET ACORD ADDITIONAL INSURED; INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION .30 DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR-TO MAiL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE~(~SOSHALL IMPOSE NO~OBLIGATtON4~R L4ABILITY OF AN~KINDUPON THE-INSURER,~TS AGENTS OR RE~-RESENTATtVES. ASHLAND OR 97520 AUTHOR ZED REPRESENTATIVE 25-S (7~97) For questi ..... garding this certif,cate .... tact th .... bet listed in the 'Producer' section ab ..... d specify the client code 'BROCA01'. © ACORD C~O~PO RATION 1988 CITY OF ASHLAND 20 E MAIN ST. ASHLAND, OR 97520 (541) 488-5300 CITY RECORDER'S COPY' DATE 02/17/2004 Page 1 / 1 04826 J VENDOR: 008217 BROWN & CALDWELL PO BOX 45208 SAN FRANCISCO, CA 94145-0208 SHIP TO: Ashland Public Works (541) 488-5587 27-1/2 N MAIN STREET ASHLAND, OR 97520 FOB Point: Terms: Net Req. Del. Date: 01/05/2004 Special Inst: Req. No.: Dept.: PUBLIC WORKS Contact: Paula Brown Confirming? NO Quantity Unit Description Unit Price Ext. Price BLANKET PURCHASE ORDER En.qineerin.q desi.qn for the Raw Water 279,000.00 and Main Feeder Line from Reeder Reservoir to the Water Treatmeni Plant RFP Date of aflreement: January 16, 2004 Completion date: September 2004 Insurance requ red/On f e , SUBTOTAL 279,000.00 BILL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2028 TOTAL 279,000.00 ASHLAND, OR 97520 Account Number Amount Account Number Amount E 670.08.15.00.704200 209,250.00 E 670.08.36.00.704200 69~750.00 Auth~rd-Sig nature VENDOR COPY NOTICE OF TRANSMITTAL TO: KARl OLSON DATE: PURCHASING PROJECT: JOB NO.: SUBJECT: FEBRUARY 6, 2004 RAW WATER & MAIN FEEDER LINE REPLACEMENT 03-15 CONTRACT DOCUMENTS THE FOLLOWING ITEMS ARE BEING SENT TO YOU: Please find enclosed one fully executed original contract for the Raw Water & Main Feeder Line Replacement Line Engineering Project No. 03-15, original requisition and insurance certificate for your files. Please issue a Purchase Order for this contract at your earliest convenience. ENCLOSED ~ UNDER SEPARAtE'COVER REMARKS: COPIES TO: Department of Pub~ W,,~s By: Dawn Lam~.% ~1~.~ Title: Administr~t~rssistant PUBLIC WORKS Tel: 541488-5587 20 E. Main Street Fax: 541-488-6006 Ashland, Oregon 97520 TTY: 800-735-2900 www.ashland.or.us G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT~2003\03-15 Brown Caldwell Executed Contract IH NOT 2 04.doc REQUISITION Department Public Works Vendor BROWN & CALDWELL PO BOX 45208 SAN FRANCISCO CA 94145-0208 Account No. 670.08.15.00704200 670.08.36.00.704200  .-~'~ No. PW - FY 2004 February 10, 2004 Requested Delivery Date ASAP Deliver To PIETER SMEENK Via 75% (*Note: Please allow approximately two(2) weeks for delivery on items not 25%0 generally caried in stored, and approximately two (2) months on printing jobs.) Item No. Quantity Unit Description Use of Purchasing Office Only Unit Price Total Price PO No. Engineering design for the Raw Water and Main Feeder Line from Reeder Reservoir to the Water Treatment Plant $ 279,000.00 TOTAL $ 279,000.00 for Kari: BID /RFP / EXEMPT: RFP Contract Start Date: January 5, 2004 Contract Completion Date: Sep-04 InSurance on fide: ~~ NO Project No: 03-15 Job No. Unit No. 1 hereby certi~ that the above items are necessary for the operation of this department and are budgeted /~thorized~ Person Issued By Date Received By G:Pubwrks\eng\deptadmin\engineer\project\03-15 Brown Caldwell Waterline Requisition I 04.xls