Loading...
HomeMy WebLinkAbout2006-137 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 Consultant: BROWN & CALDWELL City Hall Address: 9620 BARBUR BOULEVARD STE 200 20 E. Main St. PORTLAND OR 97219 Ashland, Oregon 97520 (541) 488-6002 Telephone: 503/244-7005 FAX: (541) 488-5311 FAX: 503/244-9095 Date of this agreement: ~ B: RFP date: January 20, 2006 May 25,2006 Proposal date: February 8, 2006 ~2.2. Contracting officer: Pieter Smeenk, Interim City Engineer ~2.4. Project: CROWSON II & ASHLAND LOOP ROAD RESERVOIR SITING STUDY ~6. Consultant's representative: ROBERT WILLIS, PE, VICE PRESIDENT ~8.3. Maximum contract amount: NTE $28,000.00 Phase 1 Siting Study; Separate Contracts negotiations will be executed for Phase II Final Design Equivalent to 8% of Construction Cost; Phase 3 Construction Services Equivalent to 7% of Construction Services 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 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. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-01 Brown & Caldwell Contract Docs 2 506.doc 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. Authoritv of contractina 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. Consultina Services: Consultant shall provide services to City that are described in the RFP and the attached Crowson Reservoir Pump Station Evaluation Scope of Services. 5.1. In connection with the services described in the RFP and attached Scope of Services, 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 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. Assianment 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. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-01 Brown & Caldwell Contract Docs 2 5 06.doc 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. . . 8.2. Consultant shall submit monthly invoices to City for Consultant's services iNithin 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 279C.505, 279C.515, 279C.520 and 279C.530. 9.2. Pursuant to ORS 279C.520(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 anyone 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 $15,964.00 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 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 G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-01 Brown & Caldwell Contract Docs 2 5 06.doc 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 contractors 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. Contractor shall submit certificates of insurance acceptable to the City with the signed contract prior to the commencement of any work under this agreement. 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 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. G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-01 Brown & Caldwell Contract Docs 2 506.doc 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. Assiqnment: 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. CONSULTANT By: ~ gF. 1.e/~' Signature f<-olo.eY't F Lv/II,'5 Printed Name Its: V,'ce P r e'5 (cd eYlI Fed 10# By: Lega Date: 1J~t.Ob (For City use only) ~/O (';6 99 q (j. . I G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-01 Brown & Caldwell Contract Docs 2 506.doc F"""" 1'+, ~ ~ ~ ~ ~ ,.. f.t' ,.. ~ ~ ~ ~ ~ ~ " I!} 8 rt ~ ~ ,. ,. . . ,. . . I; . It . . D .. II) . . it t . ~ Project Description and Understanding The City of Ashland (City) intends to expand its distribution system reservoirs to address needs for additional system . storage, improve operational efficiency, and add reliability and ftre storage to an area currendy without storage. The existing Crowson Reservoir is a 2.2-million gallon (MG) reservoir and is the primary reservoir for the system. A pro- posed new 1.5- to 2-MG reservoir is to be located near and at the same service elevation as the existing Crowson Reservoir. An additional O.15-MG tank is proposed to be located on Ashland Loop Road to provide service to a limited number of higher elevation customers located direcdy above the existing Crowson Reservoir. Both proposed sites are in an open area used by the public, and the upper site will be near a popular nature trail. The City is considering the construction of one of the two new distribution system reservoirs for the water system in the next year. To address this goal, the City is requesting engineering services for a siting analysis, ftnal design, and services during construction that will provide the needed new water storage. Our understanding of the project objectives has been developed through discussions with City staff and interpretation of the Request for Proposals. These objectives will be reviewed and further developed with City staff at the start of the project to ensure that all team members understand and agree on the criteria for making this a successful project. Project Qi)jectives · Gohfirl'n economical, permitable tan.1< sites · SeleGt~ppropriate tank design · GQrn.p(~tePQ.~setbY$~pternber 30;20C>6 tq allow~aFlY2QOl coostftiqtion .., " ',. .'. ','.- --'. '.,'... ',.'.. -, c.',.' ~ __ - . ,., ,. . . , ".,-. "F' '->;""..'; ,_" ", ,. '_, · .' D~VelqI>af1dftialn,ta\rP'UtjliC'SUPPQrt Project Challenges In order to achieve the project objectives, several challenges must be addressed, the most critical of which are dis- cussed below. Challenge 1. Site selection is critical to controlling the project cost and schedule. The City has initially selected two sites for the proposed distribution system reservoirs. Fortunately, the sites are on city property, simplifying the selection process. There are several problems,with choosing another site: costs; non-City-owned; high property values. However, there are still a number of factors that could delay or derail the project, including geotechnical and constructability constraints, permitting problems, and public concerns. Challenge 2. Narrowly focused tank design analysis can miss opportunities for cost savings. Given the tight sched- ule for the ftrst phase of this project, it may be tempting for a consultant to use a narrow focus for the tank design analysis to save time. A consultant's experience that is skewed toward the use of a particular type of tank may further encourage a narrow scope. Though this approach may save time and money in the short-term, it may miss opportunities for much more signiftcant cost savings in the next two phases. Challenge 3. Participation of multiple agencies, consultants, and public could lead to project delays. The project has diverse issues, ranging from seismic stability to visual impact in a nature area; it will require the rapid, coordinated partici- pation of several technical specialists, public agencies, and public groups to complete the project on time and within budget-and without overtaxing City staff. Though signiftcant technical problems are not anticipated, project manage- ment without knowledge of Ashland's water system and local issues could allow a small issue (e.g., a local permitting requirement) to signiftcandy delay the whole project. Challenge 4. Highly motivated and involved public can delay/derail project schedule and increase cost. Ashland is known for its knowledgeable and motivated public. The proposed Ashland Loop Road Tank site is likely to be near, if not on, a very popular nature trail. Tank design and public acceptance will be critical to the projects success. Ashland's public not only wants to be informed, they also want to be involved in the decision process. Hence, it is critical that project information be shared before decisions are fInalized. Delaying engaging of the public during planning to be more "efftcient" may lead to public opposition becoming a major barrier to timely and economical completion of the project. B ROW N. AN.D C A L D W ELL 1 !roposal To Provide a Siting Study and Design Services for Crowson II and the Ashland Loop Road High Level Reservoirs Our approach to addressing these challenges is summarized below and presented in detail in the following section. Confirm economical, permitable tank sites Site selection"is critical to controlling the project cost and schedule Select appropriate tank design Narrowly-focused tank design analysis can miss opportunities for cost savings Participation of multiple agencies, consultants and public could lead to project delays Complete Phase I by September 30, 2006, to allow earty 2007 construction Develop and maintain public support Highly motivated and involved public can delay/derail project schedule and increase cost Project Approach Employ a two-stage site review to provide a rapid and economical approach for comparing site altematives Conduct a broad but efficient evaluation of tank options to identify the optimal tank solution Employ proactive management and local team members to anticipate potential issues and maintain tight project control Involvement of the public early in the decision process will avoid delays during later project phases This section outlines our approach to achieving the project objectives and addressing the challenges presented above. In conducting the siting study, Brown and Caldwell will employ the efforts of the Galli Group--experts in the field of geotechnical evaluations-already familiar with the project area. A description of Brown and Caldwell's project team organization and the qualification of its members are included in the Primary Staff and Proposed Time Commitments section. Our team will use a site reconnaissance approach in Phase I to provide a transparent and justifiable process for site selection, leading to an optimal solution as well as facilitating acceptance by City Council and the public. The approach integrates consideration of multiple factors including capital and life-cycle costs, risks, benefits, regulatory issues and impacts to the public. Approach to Challenge 1. Employ a two-stage site review to provide a rapid and economical approach for comparing site alternatives. We will use a two-stage site review process to narrow the realistic sites for each tank to a minimum number. This will focus our team and the public on the most viable options. Once the initial review conftrms viable sites, then more detailed evaluations will proceed and the public can be meaningfully engaged to assist in the final selection of sites and tank designs. The Galli G~oup will utilize its extensive experience in the Ashland area to evaluate the designated sites in the initial stage without exploratory borings. The ftrm's staff knows that the proposed tank site areas are generally underlain by a surficial (4- to 7'-foot) zone of loose to dense decomposed granite. This will be underlain by weathered, fractured, granite rock of increasing hardness with depth. Seismic lines conducted by the Galli Group for a new theatre indicated moder- ately hard rock at a depth of 15 to 20 feet. Based on staff experience and knowledge of soil/rock conditions in this area, a Preliminary Geotechnical Design Report for siting the tanks will be provided. In Phase II of the project, exploratory borings will conftrm the assumptions and help refine the final geotechnical design recommendations. The Galli Group has performed subsurface investigations and provided geotechnical design reports on scores of pro- jects throughout the Ashland area, including many high on the hills. These include: 1) a 1.0-MG tank in granite rock in Grants Pass; 2) two 1.5-MG tanks for the Medford Water Commission in the fractured soft rock below expansive soils in East Medford; 3) a 2.0-MG tank in the hills above Brookings (very high seismic load area) for HGE Inc.; and 4) a complete review of design and a large slope failure on a tank for the City of Talent, whereby construction costs were recouped by the city. Approach to Challenge 2. Conduct a broad but efficient evaluation of tank options to identify the optimal tank solu- tion. Our approach is to include a wide range of tank options. These will include conventional tanks (concrete, steel, buried/ free standing), as well as an innovative in-house concrete tank design demonstrated to decrease capital and life- cycle costs. Inclusion of team members familiar with a broad range of tank designs will provide for an efficient and unbiased evaluation. Our experience with a broad spectrum of tanks is summarized in Table 1. This table identifies Brown and Caldwell reservoir/ tank projects of similar size. 2 BROWN AND CALDWELL . . .. ,. . It . fit . " II ., (; . . . . . . . l.t . . '" . . . . It t It . . . . . ,.. II . t I . & Proposal To Provide a Siting Study and Design Services for Crowson II and the Ashland Loop Road High Level Reservoirs Table 1. Brown and Caldwell and Project Team Members' Reservoir/Tank Projects Project name and type Size, MG Project name and type Size, MG ":~~:'::;;:-T:=~~:" i77''''?:;;::-;:-'":~~::. --:.-.. -;:'"'?~~;:-;;-:- ~~""):r ~:-,-~~~,.l:--::-:-~ r.- >', ,..~-;--;;: ~..-~~-...- :;-~-'~'7';=-~~t' 7-~"'''~''''''''''''''''~-~-''-:-:~''~2-:::--.-:~ :, 7~J'A-r;-;,:., /t;Hf~J;JJOOi'8'J~mllt,~Jfi[l!till~t~_-;;;(:0':;i:l:~~~~~~-';,kci;;ci:-~' ~~ li!lJjtlR{~l0FA!iJi},!r.r:rt~J~f.1irllt1il'fi.tt!ft1J~f '<'ti;; ;;;<.,:", ,~; ~;; ~'.:-:-:.j~:'tt{r.7 _~:'>' f;.~~-:'-"L~;.;, ihO"~""",:.~;,:; -( ~-:r..: e.~~"b~_-';;'~""~I'" ~~';;:e~~-:-Kl..4f.>~i:"'~"S"'~~:'::4'~...!~':i?l~ii;~:S:-:"~~~i' ~- ...5;.i:.t.:.: ..~Ei...., ~.;:,,--.~~~-tl~~1:....:k~"':uh "!:~;i::';,~_~",,-,s'~;J':..':, ::.. 'i d.r;t.t~~:.?Jc~~f.:~?;.&f~".tlli\ Albuquerque Tank, Albuquerque, NM Black Forest Reservoir, Colorado Springs, CO Fort Collins/Loveland Water Storage Tank, CO City of Louisville South Water Treatment Facilities, CO Battlement Mesa Tank No.2, CO East Cherry Creek Reservoir, Aurora, CO Villages at Castle Rock Green Zone Tank 6B, CO Battlement Mesa Tank No.1, CO Dillon East Tank, CO Eagle Pines Water Storage Tank, Aspen, CO 6.5 Grand County Upper Zone Storage Tank, Winter Park, CO 5 Rectangular, Blackhawk Water Treatment Plant, CO 0.5 4 Parkville Water District Tank, CO 0.5 3.6 Dillon Valley District Tank, CO 0.5 3 Winter Park West Tank, CO 0.5 2.4 2 City of Antioch, CA 3.5,2.5 0.8 City of Daly City, CA 2.25 Approach to Challenge 3. Employ proactive management and local team members to anticipate potential issues and maintain tight project control. Proactive management and a team with an understanding of local issues will be essential to successful completion. Our use of local team members and those accustomed to working for the City will facilitate the identification of key issues and aid in prioritizing project tasks. During the fIrst month of the project, we will cohduct a workshop with all project team members and City staff. The goal of the workshop will be to identify all project elements, identify data gaps and clarify individual roles. These items will be documented and tracked by the Project Manager. Our project approach dem- onstrates our strategy for sequencing and executing the c: project. One measure of success ~ 3.0 for project execution is accurate .... cost estimates. Figure 1 identifies Brown and Caldwell's recent experience in accurate cost estimating. Approach to Challenge 4. Involvement of the public early in the decision process will avoid delays during later project phases. Our approach to developing and maintaining public support is to engage the public early in the decision process, focusing on the benefits of the project to the community (e.g., increased fire protec- tion), and gathering meaningful input and build community ownership of the project. As mentioned above, the site reconnaissance approach will support public relations efforts by providing a rational framework for justifying project decisions to the public. We have successfully implemented this approach in the Powell Butte Master Plan for the Portland Water Bureau for which our project manager, Bob Willis, sited four SO-MG buried reservoirs and a 96-inch pipeline in a large, heavily utilized nature park and obtained an approved lO-year master plan for the park and water facilities as a part of the project. = - :: - II Engineef. Estimate . Bid - - - ":' . - - - - - '. .. . - - = . = - .. = ., ,__~_.o-_... - ... _... ---.. .. .. ... - - 0 (.D.... . ..... .. .. 0 "" 0 '" ci gf o' ,1) .. ---- ----.--." -., - . ----- --~-_. --.- -. .---..i..~-..- - . 4.0 '" o (.) 2.0 c: o U 2 ;;; c: o (.) 1.0 W.amette InIercepki lA. 0utIaI and River Crossing Klamath Falls Waler Pumping Station and Pipeline. Klamalh Falls Water P'lpeMes FIorence-WeI FoeId and Waler Treatment Ptant Reedsport-Bolon Ashland Island ResetVOir. Main Feeder Pumping Station Pipeline and Pipeline EWES 0.75MG Elevated Storage Tank Cottage Grow Knox HW 2.3 MG Reservoir Cover Figure 1. Accurate cost estimates eliminate overruns. BROWN AN.O CALDWELL 3 Pr~al To Provide a Siting Study and Design Services for Crowson II and the Ashland Loop Road High Level Reservoirs Firm Capabilities, Resources and References Service to the water industry has been a major focus at Brown and Caldwell since the fIrm's founding. Our experience covers the full range of water system planning, design, and construction management of water supply, treatment and distribution systems, as well as many other consulting and f!lanagerial services required for the efftcient operation of water systems. The Pordand office has several water utility and tank design experts and can call upon additional specialty water resources experts from our Seattle offtce when needed. This section describes projects completed by members of our project team that most closely resemble your project and demonstrates our resources and capabilities to successfully complete design and construction services for the Ashland high level reservoirs. -Project name ~ Project d~scriptiori . _ _ -. - _ . . _ '. Main Storage Reservoir, Shady Cove Water Works, Shady Cove, Oregon Groundwater Reservoir, Portland, Oregon City View 800 Reservoir No.2 Design, Eugene Water & Electric Board, (EWEB) Eugene, Oregon City View 1150 Reservoir Design, EWEB Black Forest Reservoir and Burgess Pumping Station, Colorado Springs Utilities, Colorado East Cherry Creek Reservoir, East Cherry Creek Valley Water and Sanitation District, Aurora, Colorado Brown and Caldwell is contracted to design a full water system for the Shady Cove Water Works, including a 0.5-MG steel reservoir. The project is to provide a community water system for the City of Shady Cove. Brown and Caldwell is designing a new intake system, water treatment plant, main storage reservoir, trunk water main system, and developing water system standards and 1 O-year CIP. The project includes providing all Oregon Health Division and environmental permits and technical support for the water rights, PUC, and land use permits. The project design includes the siting and design of a 0.5 million gallons per day (mgd) membrane water treatment plant ihat can be rapidly expanded to 2 mgd, a 500,000-gallon steel storage tank with locations for an additional 1.5 MG in the near future, and several miles of ductile iron water mains. Bob Willis was the project manager and principal designer of Portland's 90-mgd well supply system. The . system included 19 production wells, over 20 miles of water mains from 12 feet to 66 inches in diameter, a pump/power generation facility with over 11,000 total horsepower, and a 2 MG steel reservoir with a dome roof and no internal columns. The project included the identification and purchase of over 20 parcels of land and obtaining all the land division, zoning, environmental and construction permits. The project extended over a 10 year period with a total capital expenditure of $33 million. Brown and Caldwell was a subconsultant for tank design and construction period services for a new 1-MG circular concrete water reservoir at the site of an existing 1-MG circular pre-stressed COncrete reservoir. The prime consultant was responsible for overall management, civiVsite and tank structural design, and construction engineering for the project. Two alternative structural designs, non-pre-stressed (mild reinforced) and strand-wound DYK pre-stressed concrete were prepared and compemively bid. No bids were received for the strand- wound altemative. The project cost for the non-pre-stressed altemative was about $850,000. The approach serves as a model for the lH 850 project. Brown and Caldwell developed sizing criteria for the new water storage tank and designed the yard piping and pumping station modifications. Brown and Caldwell also developed the layout for intemal piping for the storage tank which used AWWARF design guidance and computational fluid dynamics modeling to develop an inlet/outlet arrangement that provided effective and economical mixing and tumover of tank contents. Key construction issues included soil erosion and sedimentation control, construction in a hilly, developing residential area, and local regulatory controls for a construction project. Brown and Caldwell led the multi-consultant team for the preliminary design, design, bidding and construction period services lor this 750,OOO-gallon, spheroid type; elevated steel water storage tank. Brown and Caldwell performed the preliminary design evaluation to select tank size and style, which included developing revised sizing criteria for new water storage tanks to serve EWEB's 1, 150-loot elevation service level. Brown and Caldwell also developed all design drawings and technical specifications, including tank and coating requirements based on AWWA standards. Intemal piping design utilized AWWARF design guidance to develop an inleVoutlet arrangement for providing effective and economical mixing and turnover of tank contents. Brown and Caldwell was the Structural Engineer of Record lor this 5 MG, intemal tendon, post-tensioned water storage reservoir. The tank is completely buried and has post-tensioned floor and roof slabs. Design was completed in June 2003, and the tank was put into service in summer 2004 at an estimated construction cost of $3.7 million. The reservoir will serve 9,000 homes in the Black Forest pressure zone, and the Burgess Pumping Station will draw from the Black Forest pressure zone to serve about 600 homes in the next higher pressure zone. The pumping station will include two 500 gallons per minute (gpm) duty pumps, a 3,000 gpm fire pump, and an engine-driven emergency generator. This project consisted of a 2.4-MG water storage reservoir designed and constructed based on post-tensioned concrete technology. The tank is partially buried and has post-tensioned floor and roof slabs. Design was completed in November 2002, and tank construction was completed in August 2003 at construction cost of $1.8 million. The tank site is located adjacent to an existing residential area, and includes landscaping to screen the tank. 4 - ,. '" " ,.. " '" '" .- ~' '" .- '" ~ " ~ '" -" '" -- " " -- .. '" " .. ... " '" ~ ... .. " ,J " ,J " ,/ ~ " ....-.j " , ~' ~ -- .. --' .. -J ~ Proposal To Provide a Siting Study and Design Services for Crowson II and the Ashland Loop Road High Level Reservoirs References Our six references can attest to our ability to control project schedule and maintain [mancial control. Raw Water and Main Feeder Pipelines, C~y of Ashland Water Treatment Plant, Storage Tank and Distribution System, Shady Cove Water Works Daryl McVey, Water Plant Supervisor, 541/488-5345 Debbie Minder, legal Counsel, 541/858-7960 Dave Peters, Principal Engineer, 503/823-2003 Mel Damewood, Water Engineering Manager, 541/341-1878 Jay Bozievich, Project Manager, 541/684-4759 Pete Eisele, Colorado Springs Utilities Planning and Engineering, 719/668-4458 David Kaunisto, East Cherry Creek WSD, 3031693-3800 - 5 Primary Staff and Proposed Time Commitments Brown and Caldwell has established a team that has the expertise to successfully execute the Ashland Reservoir design and construction period services. Our team features local project management that can draw from the expertise of geotechnical investigation and tank foundation design, tank structural design, water reservoir piping design, construction management and construction inspection. In this section, we identify key team individuals and provide a brief summary of their qualifications. The team's organization is illustrated below. Portland Groundwater Reservoir, Portland Bureau of Water Works City View 800 Reservoir No.2 and City View 1150 Reservoir Design, EWEB Black Forest Reservoir and Burgess Pumping Station, Colorado Springs l!Itililies, Colorado East Cherry Creek Reservoir, East Cherry Creek Valley Water and Sanitation District, Aurora, Colorado Bob Willis, Project Manager-Bob leads our potable water practice in the Northwest with over 35 years of experi- ence in a broad range of drinking water related engineering projects and system management. As a Vice President of Brown and Caldwell, Bob has the authority to ensure contractual deadlines are met and resources are available to meet the needs of your project. Bob's time commitment is 40 percent. Relevant Project Experience · Principal-in-Charge for the City's Main Feeder and Raw Water Supply Pipelines. Brown and Caldwell designed 3,000 feet of 24-inch-diameter pipeline serving as a hydropower penstock and raw water supply line for the City's wa- ter treatment plant and a similar 30-inch-diameter pipeline delivering treated water to the city. · Project Manager for the Powell Butte Master Plan Project for the City of Portland. The [mal plan included the siting of multiple large buried concrete reservolrs and pipelines in an urban nature park. Proposal To Provide a Siting Study and Design Services for Crowson II and the Ashland loop Road High level Reservoirs Richard Alspach, Surveyor-Terrasurvey, Inc. is a small full-service surveying ftrm located in Ashland. The firm was formed in 1999 by Richard F. Alspach and Stuart M. Osmus; both Professional Land Surveyors licensed in Oregon. and other states. Projects generally consist of boundary or topographic surveys for property owners, architects, or engineers, supplemented by contracts for surveying services with school districts or other government agencies. Cur- rently, Terrasurvey has a contract with the City to provide general surveying services. Larger projects have included surveys for design and construction of a Main Feeder Pipeline for the City and a current surveying prQject for design of a water system near the City of Shady Cove. Both projects were designed by Brown and Caldwell. Richard Beem, Construction Management-Richard served as the ChiefInspector for the Portland Water Bureau while nearly $20 million per year in capital projects were constructed. He has experience with the construction and repair of all kinds of steel and concrete structures, including water tanks and reservoirs, and pipelines of every material and purpose. Like Ashland, Portland has many environmentally sensitive areas and issues and an urban population that is very aware and concerned about those issues. As a result, Richard has extensive experience and skill in dealing with the . public and contractors to guide projects successfully to a conclusion without unnecessary conflicts between the project and the public and regulatory agencies. Richard's time commitment is 100 percent. Relevant Project Experience · Lead Inspector for the Portland Water Bureau, Portland, Oregon. Supervised two other senior inspectors and up to five inspectors. Inspections were for all facilities associated with a water system including reinforced structural con- crete, concrete masonry units, structural stee~ process piping, vaults, controls, etc. · Senior Inspector for the City of Portland, Bureau of Environmental Services. Supervised up to eight other inspectors. Inspections included 48-inch and 72-inch concrete sewer interceptors and two tunnels for the 72-inch concrete sewer. Scott Harper, Structural-Scott has 25 years of experience as a structural engineer. His career emphasis has been in the design and construction of facilities related to water storage, treatment, and distribution. His experience includes structural design of water and wastewater treatment plants and structural design of steel and concrete water storage tanks. Scott's time commitment is as needed. RelevaQt Project Experience · Structural Engineer of Record for the 43rd Street 4.5-MGPotable \Vater Storage Reservoir, Loveland, Colorado. Structural design was for a post-tensioned, partially buried, potable water reservoir. · Structural Engineer of Record for the Zone 7, 5-MG Potable Water Storage Reservoir, Aurora, Colorado. Structural design was for a post-tensioned, completely buried, potable water reservoir. Brandon Heidelberger, Project Engineer and Pipelines/Site Civil-Brandon has over 6 years of experi- ence in the evaluation and design of water distribution systems and water and wastewater treatment facilities. His experi- ence includes a wide range of projects and technical capabilities, with significant work in the area of facility design/predesign, inorganic contaminant removal, treatment plant hydraulics and pilot plant management. Brandon's time commitment is 50.percent. Relevant Project Experience · Design Engineer for the Point of the Mountain Finished Water Reservoir and Pump Station Project for the Metropoli- tan Water District of Salt Lake and Sandy, Utah. This ongoing project involves the design and construction of two 10-MG reservoirs; 77-mgd pump station and support facilities. Responsibilities included hydraulic and detailed design of the reservoir inlet, outlet and outfall structures and mechanical design/layout of the sleeve valve vault and meter vault. · Project Manager for the City Creek Water Treatment Plant. This ongoing project includes the expansion and upgrade of the plant from 15 mgd to 20 mgd using conventional treatment processes. Laura Porter, Permitting-Laura is a scientist with 7 years of experience working in water resources for a variety of public and private clients in Washington, Oregon, Idaho, and California. While Laura's technical expertise includes water quality modeling, planning, and regulations, she also places special emphasis on ongoing communication with clients and regulators to ensure that project goals are effectively met. Laura's time commitment is as needed. - 6 .' .' . .' .' .i . .' .: . . .' .' .! .i .i ., . .; e; .' . . . .. It . . . . t a ~ ~ t ~ ~ t t ~ . ~' ~ Proposal To Provide a Siting Study and Design Services for Crowson II and the Ashland loop Road High level Reservoirs Relevant Project Experience · Permitting Task Leader for the 36th Avenue Pump Station Modifications in Clark County, Washington. Laura man- aged the permitting process for state and county permitting to upgrade a pump station in a sensitive area adjacent to Salmon Creek. Laura coordinated the following applications: State Environmental Policy checklist, shoreline substan- tial development/ conditional use permit, floodplain permit, site plan application type II review, and a habitat permit. · Permitting Task Leader for the Pump Station and Outfall Project in Rockaway Beach, Oregon. Laura coordinated the permitting effort for the Oregon Division of State Lands, US Army Corps of Engineers, Oregon State Parks, Oregon Department of Transportation, and the Port of Tillamook Railroad. Project Calendar 2006 Mar May Jut Sep ............ 2007 Jan Nav Mar May Jul Phase I 1-1 1-2 1-3 1-4 1-5 1-6 Phase II 11-1 11-2 11-3 11-4 11.5 11-6 11-7 Phase III 111-1 111-2 1II~3 Sep Nov - - - -- ~~ . . ................ - .. ..... . ............. . Project meeting (average of 21monlh) - Cost of Services Phase '-Siting Study and Cost Estimate 1-1 General site evaluation 1-2 Public outreach 1-3 Geotech evaluation of s~lected sites 1-4 Concepfualdesign wf~st and schedule 1-5 Tech report on findings w/ reCOmmendatiorts 1-6 CleVelop scope/cost/schedule for Phase II Phase II-Final Reservoir Design 11-1 Public outreach, support services, and decision facilitation 11-2 Prepare and submit required permits 11-3 Preliminary design of selected tank type and site(s) 11-4 Final design 11-5 Prepare bid documents 11-6 Bid and award construction 11-7 Develop scope/cost/schedule for' Phase III Phase III-Construction Services 111-1 Neighborhood outreach and public information 111-2 Construction management and submittal review 111-3 Inspection services $24,000 $2.000 $1,000 $5,000 $10,()OO $5,000 $1,000 8% of construction cost 7% of COhstruction cost BROWN AND,CALDWELL 7 CITY OF ASHLAND CROWSON RESERVOIR PUMP STATION EVALUATION SCOPE OF SERVICES The Crowson II & Ashland Loop Road Reservoir Siting Study Phase I report shall include an evaluation of the Crowson Reservoir Pump Station to determine what improvements are needed for the pump station to adequately and reliably service the proposed Ashland Loop Road Reservoir. The scope for the added Task 1-7 is as follows: PHASE I. Siting Study and Cost Estimate Task 1-7 Evaluation of Crowson Reservoir Pump Station Sub task 1-7.1 Gather Data & Information-City will provide available drawings of the pump station, its control and power systems, its suction line and any existing pumped-flow data, pump curves, power records, and maintenance history. Consultant will compile and evaluate the data. If beneficial, interviews will be conducted with the City's operator(s) that handle the pump station. Subtask 1-7.2 Inspect Pump Station-Consultant will arrange to meet City personnel at the site and conduct a visual inspection of the pump station and the general site. Consultant will provide a photographic summary of the inspection and written comments to be incorporated into the tech report for this task. Subtask 1-7.3 Perform Analyses and Develop Recommendations-Consultant will perform a cursory hydraulic analysis of the piping systems, set the elevation of the Ashland Loop Reservoir overflow, and determine the suitability of the existing pumps to serve that reservoir. Recommendations will then be developed for any advisable changes to the e~sting pump station. Subtask 1-7.4 Prepare Tech Memo-Consultant will prepare a draft brief tech memo of the findings and recommendations of this task for review by the City. Review comments of the City will be addressed and a final tech memo prepared that will be included as part of the final Phase I report. Breakdown of Professional Hours Labor Total Task Number and Description Labor rate PHASE 1- Task 1-7 Evaluation of Crowson Pump Station Task 7-1 . Gather data and information Task 7-2 . Inspect PS Task 7-3 - Perform hydraulic analysis and develop recommendations Task 7-4- Write tech memo of findings and recommendations Q; rn nl c: ~ ~ t5 3: '" .~ -g a... m $180 "t: '" a. x c: w 0 t5 en Q) 5 'e- "C a... w $165 ... Q) ~ Q) .c Cii CD Q) 't:I c -cu 'g> :J: W c: t5 .g Q) c: oe ca a... Iii $115 ,!!l (ij '(3 Q) a. CJ) (ij u 'c .s:::; :z:: u ... Q) en $120 rn c: '00 en Q) u e a... "E :z:: I~ m $80 ~ ::s o :J: ~ ..!!! "0 CI ~1'$6 ulrectl otal costs 2 1 3 1 $445 $165 $18 $6 $54 $20 $20 $483 $191 $1,304 4 2 3 9 $1,250 $905 $2,765 $42 $60 $1,007 $120 $100 $2,985 Phase total 2 9 1 4 1 4 2 2 7 20 ,~, C Page 1 / 1 fTY RECORDER'S COpy CITY OF A~!:~~~D ~ r-=l ASHLAND, OR 97520 (541) 488-5300 VENDOR: 008217 BROWN & CALDWELL PO BOX 45208 SAN FRANCISCO. CA 94145-0208 SHIP TO: Ashland Public Works (541) 488-5587 51 WINBURN WAY ASHLAND, OR 97520 FOB Point: Terms: Net Req. Del. Date: 7i17/2006 Speciallnst: Req. No.: Dept.: PUBLIC WORKS Contact: Paula Brown Confirming? No BLANKET PURCHASE ORDER EnQinnerinQ studies for two new reserviors: Crowson II and Ashland Loop Road. Scope to include sitinQ study and cost estimate in conjunction with Phase 1. Phase 2 and Phase 3 will be evaluated upon the completion of Phase 1. 28.000.00 Date of aQreement: May 25, 2006 BeQinninQ date: July 17, 2006 Completion date: October 6, 2006. Insurance required/On file BILL TO: Account Payable 20 EAST MAIN ST 541-552-2028 ASHLAND. OR 97520 SUBTOTAL TAX FREIGHT TOTAL E 670.08.18.00.70420 E 670.08.38.00.70420 '~~Jcr~~ Autho' (j Signature VENDOR COPY CITY OF ASHLAND REQUISITION No. PW - FY 2007 Department Public Works Vendor BROWN & CALDWELL 6500 SW MACADAM A YEN STE 200 PORTLAND OR 97239 Account No. 670.08.18.00.704200 670.08.38.00.704200 Date July 17, 2006 Requested Delivery Date ASAP Deliver To Dawn Lamb Via Paula Brown 70010 (0 Note: Please allow approximately two(2) weeks fur deIi>ay on i10ms DOl 30% glSlOnllJy caried in S1ored, and approximately two (2) DIClIIlhs on printing jobs.) Item No. Quantity Unit Description PO No. Engineering studies for two new water reservoirs; Crowson IT and Ashland Loop Rd Scope to include siting study and cost estimate in conjunction with Phase I. Phase 2 and Phase 3 will be evaluated upon completion of Phase 1. TOTAL s 28,000.00 Job No. Unit No. I hereby ~ 1bal tho above i10ms "'" necessary fur tho ~ oftbis depanment and "'" budgeted ~- Issued By Date Received By r.t.' G:\pub-wrkslengldept-adminIENGINEERIPROJECT\2006106-01 BC Reservoir Req 5 06.xls