Loading...
HomeMy WebLinkAbout2007-026 Contract - Carollo Engineers CONTRACT Contractor services contract made on the date specified below in Recital A between the City and Contractor as follows: Recitals: A. The following information applies to this contract: CITY: CITY OF ASHLAND Contractor: CAROLLO ENGINEERS City Hall Address: 4380 SW MACADAM AVENUE STE 350 20 E. Main St. PORTLAND OR 97239-6406 Ashland, Oregon 97520 Telephone: 503/227 -1885 (541) 488-6002 FAX: 503/227 -17 4 7 FAX: (541)488-5311 Date of this agreement: ~ B: RFP date: September 15, 2006 November 3, 2006 Proposal date: October 16, 2006 ,.-r 3.2. Contractling officer: PAULA C. BROWN, PE ~ 2.4. Project: ENGINEERING SERVICES RELATING TO THE CITY'S WATER DISTRIBUTION MODEL ,.-r 7.1. Contractor's representative: ROBERT EIMST AD, PE ~ 9.3. Maximum contract amount: NTE $35,000.00 B. On the date noted above, City issued a request for proposals (RFP) for work needed by City for the project described above. Contractor submitted a proposal in response to the RFP on the date noted above. C. After reviewing Contractor's proposal and proposals submitted by other offerors, City selected Contractor to provide the services covered by the RFP. City and Contractor agree as follows: 1. Relationship of Contract Documents: In response to the RFP, Contractor submitted a proposal which included a scope of services attached as Exhibit A. Except as provided in paragraph 1.1, in the event of any inconsistencies in the terms of this contract, the RFP or the Contractor's proposal, this contract shall take precedence over the RFP which shall take precedence over the proposal. 1 .1. Exceptions: none 2. Relationship between City and Contractor: Contractor accepts the relationship of trust and confidence established between Contractor and City by this contract. Contractor covenants with the City to perfOlrm services and duties in conformance to and consistent with the standards generally recognized as being employed by professionals of Contractor's caliber in the locality of the project. Contractor further covenants to cooperate with City, City's representatives, PAGE 1-CONTRACT G:\pub-wrks\eng\dept-admin\ENGINEER\PROJECT\2006\06-25 Carollo Contract 11 06.doc contractors, and other interested parties in furthering the interests of City with respect to the project. 3. 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: 3.1. "City" means the City of Ashland, Oregon. 3.2. "Contracting officer" means the person specified in Recital A above or that person's designee. 3.3. "Project" means the project described in Recital A. 3.4. "Work" or "Services" shall mean all labor, materials, plans, specifications, opinions, reports, and other services and products which Contractor is required to provide under this contract. 4. 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. The term may be extended by mutual agreement of the parties for no more than three years. 5. Authoritv 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 Contractor's services. 6. Services: Contractor shall provide services to City that are described in the RFP and the proposal. 6.1. In connection with the services described in the RFP, Contractor shall: 6.1.1. Consult appropriate representatives of City to clarify and define City's requirements relative to the services. 6.1.2. Review available data relative to the services. 6.1.3. Identify data which is not available and is needed to fulfill the services, and act as City's representative in obtaining such data. 6.1.4. Prepare monthly progress reports to the contracting Officer on the status of services. 6.2. Contractor shall commence performance of services within five days after receiving written authorization from the contracting officer for work described in the RFP. Contractor 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, Contractor 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 Contractor's services. Each schedule, approved by City, shall become a part of this contract. 6.3. Contractor shall perform the services as an independent contractor in accordance with generally accepted standards in Contractor's profession. Contractor shall be responsible for the professional quality, technical accuracy and the coordination of all services performed by Contractor. Contractor shall, without additional compensation, correct or revise any error or deficiencies in the services that are caused by Contractor's negligence. City's review, approval, PAGE 2-CONTRACT G'lpub-wrkslengldept-adminIENGINEERIPROJECT\2006106-25 Carollo Contract 11 06.doc 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 Contractor's services. In the event of any breach of this contract by Contractor or negligent performance of any of the services, City's cause of action against Contractor 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 Contractor beyond the maximum time limitation provided by Oregon law. 7. Assiqnment of Contractor's Personnel: 7.1. 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 Contractor's representative in all communications and transactions with City. 7.2. Contlractor will endeavor to honor reasonable specific requests of City with regard to assignment of Contractor's employees to perform services if the requests are consistent with sound business and professional practices. 8. Responsibilities of City: 8.1. City will cooperate fully with Contractor to achieve the objectives of this contract. 8.2. City will provide information, documents, materials and services that are within the possession or control of City and are required by Contractor for performance of the services. 8.3. City will arrange for access to, and make all provisions for Contractor to enter upon, public and private property as required for Contractor to perform the services. 8.4. City will provide all permits necessary for completion of the project. 8.5. The contracting officer will act as liaison between City, Contractor, public agencies, and others involved in the project. 9. Payment: 9.1. City shall pay Contractor for services and reimburse Contractor for expenses incurred by Contractor in performance of services in accordance with a payment schedule to be submitted by Contractor 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. 9.2. Contractor shall submit monthly invoices to City for Contractor's services within ten days after the end of the month covered by the invoice. 9.3. Totall payments under this contract or any amendments shall not exceed the sum specified in Recital A above. PAGE 3-CONTRACT G.lpub-wrkslengldept-adminIENGINEERIPROJECT\2006106-25 Carollo Contract 11 06.doc 10. Compliance with Law: 10.1. This contract will be governed by and construed in accordance with laws of the State of Oregon. Contractor 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. 10.2. Pursuant to ORS 279C.520(2) any person employed by Contractor 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. 10.3. Contractor is a "subject employer" as defined in ORS 656.005 and shall comply with ORS 656.017. Prior to commencing any work, Contractor shall certify to City that Contractor has workers' compensation coverage required by ORS Chapter 656. If Contractor is a carrier insured employer, Contractor shall provide City with a certificate of insurance. If Contractor is a self-insured employer, Contractor shall provide City with a certification from the Oregon Department of Insurance and Finance as evidence of Contractor's status. 10.4. If the amount of this contract is $16,936 or more, Contractor 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. Contractor is also required to post the attached notice predominantly in areas where it will be seen by all employees. 11. Ownership of Documents: All documents prepared by Contractor 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 Contractor, its Contractors, agents and employees against all damages, claims, expenses and losses arising out of any reuse of plans, specifications and other documents prepared by Contractor without prior written authorization of Contractor. 12. Records: 12.1. Contractor shall develop and maintain complete books of account and other records on the services which are adequate for evaluating Contractor's performance. Contractor 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 Contractor's other business. 12.2. Contractor's books and records shall be made available for inspection by City at reasonable times, to verify Contractor's compliance with this contract. City shall have the right to request an audit of Contractor's books and records by a certified public accountant retained by City. 13. Indemnification: Contractor 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 Contractor (including but not limited to, the negligent acts or omissions of Contractor's employees, agents, and others designated by Contractor to perform work or services attendant to this contract). Contractor shall not be held responsible for PAGE 4-CONTRACT G:\pub-wrks\eng\dept-admin\ENGINEERIPROJECT\2006\06-25 Carollo Contract 11 06.doc any claims, actions, costs, judgments, damages or other expenses, directly and proximately caused by the negligence of City. 14. Insurance: 14.1. Contractor shall, at its own expense, at all times during the term of this contract, maintain in force: 14.1.1. A comprehensive general liability policy including coverage for contractual liability for obligations assumed under this contract, blanket contractual liability, products and completed operations and owner's and contractor's protective insurance; 14.1.2. A comprehensive automobile liability policy including owned and non-owned automobiles. 14.2. 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. 14.3. Liability coverage shall be provided on an "occurrence" basis. "Claims made" coverage will not be acceptable, except for the coverage required by subsection 14.2. 14.4. Certificates of insurance acceptable to the City shall be filed with City prior to the commencement of any work by Contractor. 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. 15. Default: 15.1. 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. 15.2. Notwithstanding subsection 15.1, 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. 15.3. 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. 15.4. Any litigation arising out of this contract shall be conducted in Circuit Court of the State of Oregon for Jackson County. 16. Termination without Cause: PAGE 5-CONTRACT G'\pub-wrkslengldept-admin\ENGINEERIPROJECT\2006106-25 Carollo Contract 11 06.doc 16.1. In addition to the right to terminate this contract under subsection 15.3, City may terminate by giving Contractor written notice sixty days prior to the termination date. 16.2. In addition to the right to terminate this contract under subsection 15.3, Contractor 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. 16.3. If City terminates the contract under subsection 16.2, Contractor shall be paid for all fees earned and costs incurred prior to the termination date. Contractor shall not be entitled to compensated for lost profits. 17. 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. 17.1. Notices to City shall be addressed to the contracting officer at the address provided for the City in Recital A above. 17.2. Notices to Contractor shall be addressed to the Contractor's representative at the address provided for the Contractor in Recital A above. 18. Assiqnment: City and Contractor 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. Contractor shall not assign or subcontract Contractor'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 Contractor. 19. Modification: No modification of this contract shall be valid unless in writing and signed by the parties. ." I CONSULTANT J I ~. :. . I" '. Ai if' '/"ff BY J 't'/ I , I Fed.ID# ~Dy;qq2-~'2- j, ' I ( BY ) ICdf'i/tA/ ~~'V&Vv1 CITY BY ~K~ / ,/ / 1/ ~~/v 1'''' -""} r ,- '-' f BY ~~~~O ?_~NTENT Date I' ~~~jment :.ad BY /,{~~~ftM '. ; C~ ~gal Counsel Date: i - ,j.; '(. ? Coding: ?O (fJ7Z-1S- (for City use only) PAGE 6-CONTRACT G'lpub.wrkslengldepl.adminIENGINEERIPROJECTl2006106.25 Carollo Contract 11 06.doc .. ""'::., >> '..... . . . ',' ":'<.: .-. "l.[# . . .' . . . . . . . ~'."?'" ..' r.r. " . ""...---~ <; " -/.- " '~~ ..', <r.... :w::..~^-.;. ..;';,. ~"..cfiTY OF W$idLAND '\. 'f - "'~' , '" (' .J ~ '":"' , ~ i ~~0~ g:~~'~: ~~~,~ ..... ~~. ;" .: ENGINEERINC; SERVICES relating to the City s Water Distribution Model October 2006 . , :;.;.'::-~j.~:: ~ ~'::-... ..'.....-:: .:- ~ l;~~~J~r:';~-'~~-~ ,.' __ . .... / :.r}~_r '.~~~JRt. r J~! ~j~j ./1';:, 2 n ?" J:. .r 1 :J' r :--:-1 ..::::: 8 @t 8 @t 8 8 ~ e ~ 8 . e . .. . . . e, . e e . . . . . o I) . . . . . . a " a. t t t & I t ~ carOLLO enGlrleers October 13, 2006 Ms. Paula Brown, Public Works Director City of Ashland - Engineering Office 20 East Main Street Ashland, OR 97520 Request For Proposal: Engineering Services Related to the City's Water Distribution Model Dear Paula: !F The City wishes to retain a consultant for on-call services to update and refine the existing hydraulic model, and to further assist the City staff in evaluating potential water system improvements. While other firms may have the skills necessary for this project, we believe the Carollo team is the best choice for several reasons: · A Comprehensive Approach. We believe that by evaluating potential improvements within the context of overall system operations, it is possible to identify solutions that minimize costs by producing multiple system benefits. We will draw on our operations experience and knowledge of the City's system to develop innovative soliutions to maximize the effectiveness of existing assets and "rightsize" recommended system improvements. · Responsiveness. We recognize that Ashland expects a high level of service from their consultants. Our project team includes Bob Eimstad and Laura Dutt. Bob has a proven track record of delivering high quality engineering service to the City of Ashland over the last 10 years. Laura made the City's model work and knows the capabilities and limitations of the existing model better than anyone else. This previous experience with the City and the City's model will allow our team to come up to speed quickly on this assignment and an ability to provide timely responses to future work task requests. · Ability to Work as an Extension of City Staff. The entire Carollo team is committed to working as an extension of City staff. This includes a comprehensive workshop to identify areas of concerns and fully develop a range of scenarios to be evaluated. In addition, our team is prepared to provide training to City staff on use o!f the model to allow them to readily evaluate practical situations and improvement scenarios. · Experience that Provides Value. Our project team knows your model and the City's needs and expectations !for these services and have tailored our level of effort accordingly. We have developed a level of effort that is based upon this detailed understanding of the services you have requested. It is our belief that no other firm can provide you with the competent modeling expertise, commitment to service, and high value services than that offered by Carollo. We trust that our proposal demonstrates the understanding, experience, and qualifications needed to successful complete the project. Please don't hesitate to call Mark Knudson or me with any questions regarding our team, experience, and project approach. Very truly yours, CAROLLO ENGINEERS, P.C. 4?i:u Partner V:\Qient89\Ashland\Prop\ WarerModeling\Indd\Letter.indd 4380 SOUTHWEST MACADAM AVENUE, SUITE 350. PORTLAND, OREGON 97239-6406. (503) 227-1885 . FAX (503) 227-1747 .... , . "1 ., .,'\ '\ ~I I) --7 ,; t):, :'~ .:t " I t I"~ If Understanding of Requested Services Projed Understanding The City of Ashland is planning and implementing a number of projects to improve the reliability and efficiency of their water system, including upgrades to the water treatment plant, planning for new reservoirs, and distribution system upgrades to meet the increasing demands of the City. In support of these improvements, the City wishes to retain a consultant to provide on-call services to update and calibrate its existing hydraulic model, which can then be used by both the consultant and City staff to evaluate further capital and operational system improvements. We understand that as a flexible, on-call services agreement, specific projects will be assigned by the City as Written Work Tasks (WWT), with the final $cope and budget of each assignment established on ,.. a,. not to exceed basis prior to the start of work on ',metask. We further understand the City wishes to , complete the initial 'VVWT, including the following goals: ~ Update and refine calibration of the City's current model, developed by Carollo in 2002. '~ Evaluate low-cost capital and operational improvements to improve performance of the existing system and to meet future demands and fire flow requirements. ~ Provide training for City staff on use of the model to evaluate future minor improvements. Evaluate impacts of the two potential new reservoirs on system operation and performance. 'J)evelop an Initial Distribution System Evaluation '(lOSE) plan to meet requirements of the Stage 1 Disinfectants and Disinfection By-Products (D/ DBP) Rule. Our proposal presents the proposed scope of work, project team, schedule, and budget for these services. The scope of future WWTs will be developed, as ~equested, based on specific requirements of the City. Scope of Work The following is a brief description of the scope of work for the initial WWT. The level of effort and budget are based upon our current understanding of City expectations and our experience completing similar services for Ashland and other clients. If Carollo is selected, we will work with the City to develQp a detailed scope and budget tailored to fully address the City's modeling needs. Task 1 - Model Update and Calibration. We will update the model to reflect system improvements and operational changes that have been implemented since 2002. The model outputs will be compared to available SCADA and fire flow data to determine whether additional calibration is necessary. If necessary, we will oversee collection of additional data, such as hydrant flow tests, and refine the model calibration as needed. The results of this task will be summarized in draft and final versions of Technical Memorandum 1. Our modeling expertise and knowledge of the City's system will lead to a model that accurately reflects the City's ~'1stem and is easy to use and update. Task 2 - Evaluation of System Looping. We will meet with City staff to brainstorm ideas for system improvements. We will focus on identifying opportunities for pipe looping and main extensions that may preclude the need for large projects, such as significant pipeline upsizing. We propose that the discussion not be limited to just looping, but to also consider other low-cost solutions such as operational changes and changes in pressure boundaries. Up to six scenarios will be evaluated using the hydraulic model and recommended improvements will be summarized in draft and final versions of Technical Memorandum 2. Based on Carollo's experience delivering master plans for over 100 municipal clients, we will develop creative solutions to improve the City's distribution system while minimizing capital and operational costs. Task 3 - Additional Modeling and Staff Training. As part of the brainstorming session conducted as part of Task 2, we will identify several additional potential improvements such as main upgrades and main extensions to provide increased fire flow and correct known system deficiencies. Up to five potential system improvements, in addition to those identified in Task 2, will be evaluated using the hydraulic model and recommended improvements will be summarized in Technical Memorandum 2. We will also conduct a one-day training session with City staff on use of the hydraulic model for simple and practical applications. This will likely include use of the model to evaluate: fire flow capacity at a specific location; available capacity to serve a new development; or optimizing water delivery during a pipeline shutdown. Our team's experience in successfully providing hydraulic model training will lead to a training session that is both easy to understand and practical in meeting future needs. Task 4 - Evaluation of Terrace Street Pump Station and Loop Road Reservoir. Working with City staff, we will develop a range of scenarios for evaluating use of the pump station with and without the proposed new reservoir, including at least two reservoir capacities, and Y:\Clienl 8(Mshland\Proposals\WalerDisIMode~INDD\Proposal,indd ~ ~.Rr:-C?!-!-r~ 0 possible intertie to the Ivy Lane / South Mountain pressure zone. Up to four scenarios will be evaluated using the hydraulic model and recommended improvements will be summarized Technical Memorandum 2. Our knowledge of Ashland's water system and its hydraulic model will allow us to "rightsize" recommended system imlYrovements. Task 5 - Evaluation of Reservoir Operation. Working with City staff, we will identify a range of scenarios for possible changes to reservoir operations, including use of control values, operating strategies, potential addition of a new reservoir at the Crowson overflow level, and two pipe sizes for inlet/outlet piping. We will use the hydraulic model to evaluate up to four scenarios for improvements to distribution system storage. .Recommended improvements will be summarized in uraft and final versions of Technical Memorandum 3. Our comprehensive approach of considering caPital improvements and operational adjustments will lead to efficient solutions that meet the City's current and future requirements . Task 6 - Initial Distribution System Evaluation. We :atl.ticipate the City will be best served by using the .... ... "Standard Monitoring Plan" approach to satisfy the '~c:~Y,.,.. r~qi.Iirements of the lOSE. We will quickly confirm ~..;"}"'i~~.piis assumption and then use the model to identify the . .;'~'. water age throughout the distribution system. Water ;,lj,.ag~and existing water quality data will be evaluated 'gff,c?(9lgentify recommended sampling locations and a ;;"'pling schedule based on EPA requirements for OIDBP rule. Carollo will prepare the required ormation for submission by the City, including '~p<>rting documentation, in draft and final versions of Technical Memorandum 4. Qur team has recently completed IDSE plans for three ~unicipal clients; the firstof which has already been accepted by ithe USEPA with no changes. The costs and duratiions for the above tasks are $uinnlarized in the following table. Detailed costs, .ihcluding hourly breakdowns and billing rates, are provided in the Cost of Services in the attached envelope. Task Cost Time to Complete Task 1 3 weeks following notice to proceed $5,734 V:\Client 89\AshlandlProposals\WaterD istMode~INDD\Proposal.indd Firm's Capabilities and Proiect Team Firm's Capabilities Carollo has completed water master plans for more than 100 municipal clients serving populations from 5,000 to over 1 million. We have been a leader in the development of workable, user-friendly computer simulation models, including the extraction of necessary spatial and database information from GIS. Sample projects within the past 3 years include: Tualatin Valley Water District - Water Supply Improvements Project. This project includes planning of long-term supply improvements for TVWD, including preliminary engineering of a new 20-mile long 66" diameter pipeline and two new 20 MG reservoirs. Project tasks included the update and calibration of the District's existing model in H20Map and preparation of the District's IDSE Plan, which has been submitted and already approved by EPA with no changes. Team members: Mark Knudson - Project Manager; Nicki Pozos - lOSE Plan Reference: Stu Davis, 503-848-3025 City of Ashland - Long-Range Water Master Plan and Other Water Planning Assistance. Carollo completed a comprehensive water master plan for the City of Ashland, Oregon which explored options to address limitations in Ashland's water supply and recommended a course of action to meet the needs of the community. Key project issues included identifying emergency scenarios and goals, evaluating water conservation measures, addressing water rights and jurisdictional issues, assessing reclamation and reuse benefits, and evaluating funding options. Carollo has also assisted the City with improvement of the City's water distribution system model and operational recommendations to allow the City to put a new cover on Crowson Reservoir. 'leam members: Bob Eimstad - Partner in Charge; Laura Dutt - Hydraulic Modeling Reference: Paula Brown, 541-552-2411 City of Palo Alto - Water Wells, Regional Storage and Distribution System Study. The purpose of this study was to develop recommendations to improve Palo Alto's water wells, reservoir storage, and distribution system. Major project tasks included an update and calibration of the hydraulic model, evaluation of storage needs, and development of an operations and monitoring plan to address conversion to chloramines. Carollo is continuing to help Palo Alto design and implement the improvement projects, including five pump stations, three existing wells, and four existing reservoirs. Carollo also recently completed an IDSE Plan for the City, using the City's hydraulic model. Team members: Nicki Pozos - Project Engineer, 1DSE plan Reference: John Reinert, 650-496-6967 ~ ~Rr:-~~~r~ II ~ 4 C C ~ C C C C C C C t C C , C t . . t . . I . . . . . . . . . . . . . . . 1\ ~,,; . . .. .. . .'k~ 8: 8;; - ~". ~ ~ '-~ (. ~.. '- ., - \..:.<, - \..:< ~ ~..... ;~~~~',.~: .., e e e e It e e e e It ~ Work Quality and Cost Control Carollo has a commitment to quality. Our Quality Management Program is based on the concept of continually improving quality by identifying and correcting problems so that they do not reoccur, identifying and eliminating inefficiency and waste, reducing variability, and increasing performance. We realize that project success is as dependent on cost management as it is on technical quality. Carollo has an excellent track record in completing studies, facility plans, and design work within budget. Of more importance to our clients is our ability to prepare realistic construction cost estimates, using our database of past projects as well as the up-to-date knowledge of Our Chief Estimator. The best indicator of our success in meeting our clients' needs is the strong working relationships we have maintained with our clients. Carollo has worked with some clients for more than 70 years - a clear indication of the quality of our work, and our ability to control costs and meet schedules. Proied Team We are ready to meet the City's needs with a team that is familiar with the City's system and has expertise in water system modeling, planning, design, construction and operation. Our core team is all located within the Portland office and is prepared to meet the City's needs Over the duration of the project. Key project team members include: Bob Eimstad, P.E. ~ Partner in Charge. Bob has served ~PIC for 9 projects for the City of Ashland over the j"ast 10 years, including the Long-Range Water Master Plap. The project will benefit from his familiarity with the City and the walter system. He will take a direct role, reviewing all deliverables and contributing to development of system improvement concepts. Mark Knudson, P.E:. ~ Project Manager. Mark has over 25 years of experience in water system operations and management. As Director of Operations and Maintenance for the Portland Water Bureau, he was responsible for system analysis and operation of over 2,000 miles of distribution pipelines and 70 reservoirs and tanks. Mark takes a practical and hands-on approach to project management and will be directly involved in all aspects of the project. Nicki Pozos, Ph.D., P.E. ~ Project Engineer. Nicki has 6 years of experience evaluating water distribution systems. Her work has encompassed hydraulic modeling in H20Net, hydraulic model training, master planning, and development of lOSE plans. Nicki will be responsible for overseeing the modeling tasks, and developing the lOSE materials. V\Clienl 89\Ashland\Proposals\WalerDistMode~INDD\Proposal. indd Laura Dutt, P.E. ~ Hydraulic Modeling. Laura has developed and operated hydraulic models in H20Net and H20Map software for numerous municipal clients, including the City of Ashland. She will be responsible for updating the City's hydraulic model, using the model to evaluate scenarios as part of Tasks 2 through 6, and developing and delivering the model training. Resources The work for your project will be managed from Carollo's Portland office. Your project will be locally supported by the 23 employees in this office. The Portland office is also supported by two other nearby offices in Seattle and Boise, which offer another 50 professionals. This service can be efficiently provided through our wide area network and video conference system that links our national staff of over 730 registered engineers, technical staff, and support staff. These resources include over a dozen individuals with H20Net modeling capabilities. Carollo currently has 10 H20Net I H20Map software licenses. Though we anticipate all modeling needs will be met within our project team, these additional resources are available if needed. Response Time At Carollo Engineers, our mission statement succinctly captures our approach to working with the City of Ashland on this project; we are "Dedicated to creative, responsive, quality solutions to those we serve." The Carollo team includes members who have significant experience in the evaluation of Ashland's distribution system. This allows our team to come up to speed quickly, with minimal delays in overcoming a "learning curve" or understanding how the water system or model works. In addition, our project team members have extensive experience in their individual areas of specialization, allowing them to know what questions to ask and avoiding any false starts. As a on-call service agreement, we recognize the responsiveness and flexibility are essential; therefore, we commit to providing the City with a proposed scope, schedule and budget for each subsequent work request or WWT within 3 working days following our receipt of the City's request. Meeting the City's needs is of high priority for all project team members. It is our policy to return phone calls and emails within 24 hours of receiving them. Cost of Services Cost of Services information is included in the attached sealed envelope. ~ ~,Hr:-~.!-.!-r~ 1 CITY OF ASHLAND, OREGON City of Ashland LIVING ALL employers described below must comply with City of Ashland laws regulating payment of a living wage. ~-, Employees must be paid a living wage: ~per hour effective June 30, 2006 (Increases annually every June 30 by the Consumer Price Index) ~ For all hours worked under a service contract between their employer and the City of Ashland if the contract exceeds $16,936 or more. ~ For all hours worked in a month if the employee spends 50% or more of the employee's time in that month working on a project or portion of business of their employer, if the employer has ten or more employees, and has received financial assistance for the project or business from the City of Ashland in excess of $16,936. ~ If their employer is the City of Ashland including the Parks and Recreation Department. ~ In calculating the living wage, employers may add the value of health care, retirement, 401 K and IRS eligible cafeteria plans (including childcare) benefits to the amount of wages received by the employee. ~ Note: "Employee" does not include temporary or part-time employees hired for less than 1040 hours in any twelve- month period. For more details on applicability of this policy, please see Ashland Municipal Code Section 3.12.020. For additional information: Call the Ashland City Administrator's office at 541-488-6002 or write to the City Administrator, City Hall, 20 East Main Street, Ashland, OR 97520 or visit the city's website at www.ashland.or.us. Notice to EmploYE!rs: This notice must be posted predominantly in areas where it can be seen by all employees. CITY OF ASHLAND PRODUCER Brown & Brown Insurance of AZ 2800 N. Central Ave., #1600 P.O. Box 2800 Phoenix AZ 85002-2800 Phone: 602-277-6672 OP 10 l,J DATE (MM/DDfYYYY) CAROL 1 0'1 01/11/07 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ~U~Cl.ONLY . EA ACc.i[)ENT t $ I' OTHER THAN EA ACC 1 $ AUTO ONL Y AGG $ I EACH OCCURRENCE $ 1000000 I AGGREGATE $ 1000000 ~x~~~s of' I' Automobil Work Corn i X T~RY ~I~WS IE L ~;~~-;~~~OENT $ 1000000 r:~ ::::::: :~~~~~~~~EI : ~ ~ ~ ~6'~~ - AC08D~ CERTIFICATE OF LIABILITY INSURANCE I _ .. ! INSURERS AFF<::>H.DING <::OVERAGE INSURED i INSURER A I . : INSURER B' IINSU~~C IINSU~ERD . i INSURE'R E Farmingto~_Casu~~ty Co. Tr~~_~_lers Pro_~Lc:_~_S of ~~_~_Cd Charter Oak Fire Carollo Engineers P.C. Risk Management Office 3033 N 44Eh Street, #101 Phoenix AZ 85018 Grea t Amer ~can Insurance Co_ COVERAGES 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. ~R rfs~] TYPE OF INSURANCE POLICY NUMBER LIMITS A GENERAL LIABILITY I XC j :C,:OMMERCIAL GENERAL L. I,ABILlTY _ 'J CLAIMS MADE IX] OCCUR [ Contractual Lia? I ; I I ~~~'L AGGRE'G~-:;:-~~I~IT APP~I~S PER ~UT:~~::E LlABI~~T I LOCl, ~ ANY AUTO I ALL OWNED AUTOS I SCHEDULED AUTOS I I X j HIRED AUTOS X I NON.OWNED AUTOS i I I 630188B39406 12/31/07 I EACH OCCURRENCE ~OAMl\GETO RENTED PREMISE.,SIEa occurence) MED EXP (Anyone person) -- ----- I PERSON~.! ADV INJI~~Y GENERAL AGGREGATE r-------- PRODUCTS COMF'IOP AGG EXCLUDING PROF (SEPERATE POL) ! LIAB i I I I A B 12/31/07 COMBINED SINGLE LIMIT (Ea aCCident) 810995K500806 PLCAP995K500806 12/31/06 BODILY INJURY (Per person) BODILY INJURY (Per aCCident) PROPERTY DAMAGE (Per accident) i GARAGE LIABILITY I-- f ANY AUTO C I EXCESS/UMBRELLA LIABILITY IX:] OCCUR IJ CLAIMS MADE l 12/31/07 TUU5595799 12/31/06 I DEDUCTIBLE X ,RETENTION A D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE :JFFICER/MEMBER EXCLUDED? I !f yes, Gescrib~ und.:;;~ SPECIAL PROVISICNS below OTHER FARMINGTON (CALIFORNIA) I ~ I I 12/31/06 I 12/31/07 $10000 PACRUB995K342106 ADDITIONAL INSURED DOES NOT APPLY TO WORK COMP DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS *Except for 10 Days for Non-Payment of Premium; Except for the Workers Compensation coverage. Re: TAP Water Line Extension Project. Carollo Job No.: 6891A.00. The City of Ashland is named as an Additional Insured as respects General Liability per form CGD251 (1/03) CERTIFICATE HOLDER CANCELLATION . NAIC# 0532 25615 0255 .- -. $ 1000000 $ 500000 $ 20000 $ 1000000 $10000000 $ 2000000 $ 1000000 DATE THEREOF, THE ISSUING INSURER WILL SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATlO CITYAS1 City of Ashland City Hall Attn: Paula C. Brown 20 E. Main Street Ashland OR 97520 ACORD 25 (2001/08) NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, - '1'-- MMAIL 30* DAYS WRITTEN -- ,,-- - 'l' @ ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or ne~latively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) Cat'ollo Engineers, P.c. Polic)' No.: 6300188839406 Effective: 12131106 to 12/31107 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY - CONTRACTORS COVERAGE PART 1. WHO IS AN INSURED - (Section II) is amended to include any person or organization you are re- quired to include as an additional insured on this policy by a written contract or written agreement in effect during this policy period and signed and executed by you prior to the loss for which cover- age is sought. The person or organization does not qualify as an addltronalmsured with respect to the independent acts or omissions of such person or organization. The person or organization is only an additional insured with respect to liability caused by "your work" for that additional insured. 2. The insurance provided to the additional insured is limited as follows: a) In the event that the limits of liability stated In the policy exceed the Iimils of liability required by a written contract or written agreement in effect during this policy period and signed and executed by you pnor to the loss for which coverage is sought, the insurance provided by this endorsement shall be limited to the limits of liability required by such contract or agreement. This endorsement shall not in- crease the limits stated in Section III - LIMITS OF INSURANCE b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage", "personal injury" or "advertising injury" arising out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services induding: I. The preparingl. approving or failing to. prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifi- cations; and II. Supervisory Olf inspectian activities per- formed as part af any related architectural or engineering activities. CG 02 51 01 03 c) This insurance daes not apply to. "badily in- jury" ar "property damage" caused by "your viOrk" included in the "products-completed operations hazard" unless you are required to. provide such coverage for the additional in- sured by a written cantract or written agree- ment in effect during this policy period and signed and executed by yau prlar to the lass for which coverage is saught and then anly for the period of time required by such con- tract or agreement and in no event beyond the expiratian date of the policy. d) This insurance does not apply to any person or organization for whom you have procured separate liability insurance while such insur- ance is in effect, regardless of whether the scope or limits of insurance in this policy ex- ceed thase of such other insurance or whether such other insurance is valid or col- lectable. 3. Subpart (1 )(a) of the Pollution exclusion under Paragraph 2., Exclusions of Badily Injury and Property Damage Uability Coverage (Section I _ Coverages) does not apply to. you if the "bodily injury" or "property damage" arises out af "your work" performed on premises which are awned or rented by the additional insured at the time "your wark" is perfarmed. 4. Any coverage provided by this endorsement to an additional insured shall be excess over any other valid and collectible insurance available to the addltianal insured whether primary, excess, can- tingent ar on any ather basis. 5. As a candition af coverage, each additional insured must a.) Give us prompt written notice af any "occur- rence" or offense which may result in a claim and prompt written natice of "suit". b.) Immediately forward all legal papers to us, cooperate in the investigation or settlement of Copyright, The Travelers Indemnity Company, 2003 Page 1 af 2 COMMERCIAL GENERAL LIABILITY the claim or defense against the "suit," and otherwise comply with policy conditions. c.) Tender the defense and indemnity of any claim or "suit" to any other insurer which also insures against a loss we cover under this endorsement. This. indudes, but is not limited to, any insurer which has issued a policy of insurance in which the additional insured qualifies as an insured. For purposes of this requirement, the tEmn "insures against" refers Page 2 of 2 to any self-insurance and to any insurer which issued a policy of insurance that may provide coverage for the loss, regardless of whether the additional insured has actually requested that the insurer provide the additional insured with a defense and/or indemnity under that policy of insurance. d.) Agree to make available any other insurance that the additional insured has for a loss we cover under this endorsement. Copyright, The Travelers Indemnity Company, 2003 CG 02 51 01 03 rA' , \ .1 J r~I"",;,"':nl'r-!'-Il""'" /,..,,^I""'!Y "",' '" ,'" ;,,{ ',,-. ': lW ''-'~''''''1 ,!...Il.._J. V VVI Page 1 / 1 ...'t'l' '.," CITY OF ASHLAND 20 E MAIN ST. ASHLAND, OR 97520 (541) 488-5300 [~~~1 VENDOR: 000162 CAROLLO ENGINEERS, PC 3033 N. 44TH STFlEET STE. 101 PHOENIX, AZ 85018 SHIP TO: Ashland Public Works (541) 488-5587 51 WINBURN WAY ASHLAND, OR 97520 FOB Point: Terms: Net 30 days Req. Del. Date: 1/20/2007 Speciallnst: Req. No.: Dept.: PUBLIC WORKS Contact: Paula Brown Confirming? No BLANKET PURCHASE ORDER Water Distribution Model software enQineerinQ IUPQrades, installation and traininQ. 35,000.00 RFP Date of aQrelsment: 11/03/2006 BeQinninQ date: 01/20/2007 Completion date: 01/09/2009 Insurance required/On file BILL TO: Account Payable 20 EAST MAIN ST 541-552-2028 ASHLAND, OR 97520 '[ojec:;tN)"'c' iii.ln,,} E 670.08.18.00.6041 0 2006~~5.1 00 E 670.08.18.00.60413 2006~~5.1 00 E 670.08.19.00.60410 20062'5.100 SUBTOTAL TAX FREIGHT TOTAL 10 500.00 10 500.00 14 000.00 ~~~~7 Authorized Signature VENDOR COpy CITY OF ASHLAND REQUISITION No. PW - FY 2007 Department Public Works Vendor CAROLLO ENGINEERS 4380 SW MACADAM A VB SIB 350 PORTLAND OR 97239.6406 Account No. 670.08.18.00604100 670.08.18.00.604130 670.08.19.00604100 Date January 24, 2007 Requested Delivery Date ASAP Deliver To Pieter Smeenk Via Paula Brown 300/0 (* Note: Please allow approximately two(2) weeks for delivery on items not 30% generally caned in stored. and approximately two (2) mooths 00 pnntingJobs.) 40% Item No. Quantity Unit Description Use of Purchasin. Office Onl Unit Price T olal Price PONo. Water Distribution Model software engineering upgrades, installation and training. $ 35,000.00 TOTAL $ 35,000.00 for Karl: BID IRFP I EXEMPT: RFP Contract Start Date: Jllnuary 20, ZOO? Con1:l:a!?t Completi~. Date; January 1,2009 Insurance on ftle: t YES I NO Proiect No; 200625.100 Job No. Unit No. 1 hereby certify that the above Items are necessary for the operation of this department and are budgeted Issued By Date Received By r.l' G:\pub-wrkslengldepl-adminIENGINEERIPROJECT\2006\D6_25 Carollo Model Req 1 07.xls