Loading...
HomeMy WebLinkAbout2011-316 Contract - URS Energy & Construction Contract for Personal Services CITY OF CONTRACTOR: URS Energy&Construction, Inc. ASHLAND 20 East Main Street CONTACT: Mike Pavone PE Ashland, Oregon 97520 Telephone: 541/488-6002 ADDRESS: 10900 NE 89" St, Suite 500 Fax: 541/488-5311 Bellevue WA 98004 TELEPHONE: 425-451-4500 DATE AGREEMENT PREPARED: November 17, 2011 FAX: 4254514190 BEGINNING DATE: November 30, 2011 COMPLETION DATE: May 30, 2012 COMPENSATION: Time and material not to exceed$74,447 for base price plus FEA additive alternate cost of$42,912 if alternate is required by FERC GOODS AND SERVICES TO BE PROVIDED: as per attached Exhibit C: RFP dated May 18,2011 with addenda and as augmented by attached URS Proposal dated July 14, 2011. ADDITIONAL TERMS: NOW THEREFORE, pursuant to AMC 2.50.120 and after consideration of the mutual covenants contained herein the CITY AND CONTRACTOR AGREE as follows: 1. All Costs by Contractor: Contractor shall, provide all personal services and shall at its own risk and expense, perform any work, and furnish all labor,equipment and materials required for the work described above and attached as Exhibit C. 2. Qualified Work: Contractor has represented, and by entering into this contract now represents, that all personnel assigned to the work required under this contract are fully qualified to perform the work to which they will be assigned in a skilled and worker-like manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered,licensed and bonded. Contractor must also maintain a current City business license. 3. Completion Date: Contractor shall provide all goods in accordance with the standards and specifications, no later than the date indicated above and start performing the work under this contract by the beginning date indicated above and complete the work by the completion date indicated above. 4. Compensation: City shall pay Contractor for the specified goods and for any work performed;including costs and expenses, specified above or in Exhibit C. Payments shall be made within 30 days of the date of the invoice. Should the contract be prematurely terminated, payments will be made for work completed and accepted to date of termination. Compensation under this contract, including all costs and expenses of Contractor,.is limited to.$74,447_base only or 8117,359_if FEA alternate.is_required. unless,a separate. written contract is entered into by the City. Owner may withhold payment of that portion of an invoice disputed by Owner in good faith, and shall timely pay the other, undisputed portions of any invoice. 5. Ownership of Documents:All documents that are or are to be deliverables under the contract shall be the property of the City. 6. Statutory Requirements:ORS 279B.020, 279B.220, 2798.225, 2798.230, 279B.235, ORS Chapter 244 and ORS 670.600 are made part of this contract. Contractor shall comply with these and all other federal, state and local laws and regulations applicable to the work under this Contract. 7. Living Wage Requirements: If contractor is providing services under this contract and the amount of this contract is$18,890 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 work under this contract. G:Vub-wrks\eng\1404 Hosler Dam Stability AnalysiAadmn\URSU011-11-17 Hosler Stability Contract final.doc Contractor is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 8. Indemnification: Contractor agrees to defend, indemnify and save City,its officers, employees and agents harmless from any and all losses, claims, actions, costs, expenses,judgments, subrogations, or other damages resulting from third party claims for injury to any person (including injury resulting in death), or third party claims for damage(including loss or destruction)to physical property,to the proportionate extent caused by the Contractors negligence in the performance of this contract of whatsoever nature arising out of or incident to the performance of this contract by Contractor(including but not limited to, 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 any losses, expenses, claims, subrogations, actions, costs;judgments, or other damages, directly, solely,and proximately caused by the negligence of City. 9. Termination: a. Mutual Consent. This contract maybe terminated at anytime by mutual consent of both parties. b. Cis Convenience. This contract may be terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. C. For Cause. City may terminate or modify this contract, in whole or in part, effective upon delivery of written notice to Contractor, or at such later date as may be established by City under any of the following conditions: L If City funding from federal, state,county or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services; ii. If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this contract or are no longer eligible for the funding proposed for payments authorized by this contract; iii. If any license or certificate required by law or regulation to be held by Contractor to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d. For Default or Breach. I. Either City or Contractor may terminate this contract in the event of a material breach of the contract by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and intent to terminate. lt the parry committing the breach has not entirely cured the breach within 15 days of the date of the notice, or within such other period as the party giving the notice may authorize or require,then the contract may be terminated at any time thereafter by a written notice of termination by the party giving notice. ii.Time is of the essence for Contractor's performance of each and every obligation and duty under this contract. City by written notice to Contractor of default or breach may at any time terminate the whole or any part of this contract if Contractor fails to provide services called for by this contract within the time specified herein or in any extension thereof. iii.The rights and remedies of City provided in this subsection (d)are not exclusive and are in addition to any other rights and remedies provided by law or under this contract. e. Obligation/Liability of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b,c or d of this section, Contractor shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Contractor shall deliver to City all contract documents, information,works-in-progress and other property that are or would be deliverables had the contract been completed. City shall pay Contractor for work performed prior to the termination date if such work was performed in accordance with the Contract. 10. Independent Contractor Status: Contractor is an independent Contractor and not an employee of the City. Contractor shall have the complete responsibility for the performance of this contract and for any federal or state taxes applicable to payments under this contract. Contractor will not be eligible for any federal Social Security, state Worker's Compensation, unemployment insurance or Public Employees Retirement System benefits from this contract payment, except as a self-employed individual. 11. Non-discrimination Certification:The undersigned certifies that the undersigned Contractor has not discriminated against minority, women or emerging small businesses enterprises in obtaining any required GApub-wrks\eng\10-04 Holler Dam Stabiliry Ana1ysis\admn\URS\2011-11.17 Hasler Stability Contract final.dw a subcontracts. Contractor further certifies that it shall not discriminate in the award of such subcontracts, if any. The Contractor understands and acknowledges that it may be disqualified from bidding on this contract, including but not limited to City discovery of a misrepresentation or sham regarding a subcontract or that the Bidder has violated any requirement of ORS 279A.110 or the administrative rules implementing the Statute. 12. Asbestos Abatement License: If required under ORS 468A.710, Contractor or Subcontractor shall possess an asbestos abatement license. 13. Assignment and Subcontracts: Contractor shall not assign this contract or subcontract any portion of the work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Contractor shall be fully responsible for the acts or omissions of any assigns or subcontractors and of all persons employed by them,and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. 14. Use of Recyclable Products:Contractor shall use recyclable products to the maximum extent economically feasible in the performance of the contract work set forth in this document. 15. Default. The Contractor shall be in default of this agreement if Contractor: commits any material breach or default of any covenant,warranty, certification, or obligation it owes under the Contract; if it loses its QRF status pursuant to the QRF Rules or loses any license, certificate or certification that is required to perform the work or to qualify as a QRF if Contractor has qualified as a QRF for this agreement; institutes an action for relief in bankruptcy or has instituted against it an action for insolvency; makes a general assignment for the benefit of creditors; or ceases doing business on a regular basis of the type identified in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 16. Insurance. Contractor shall at its own expense provide and maintain the following insurance: a. Worker's Compensation insurance in compliance with ORS 656.017,which requires subject employers to provide Oregon workers'compensation coverage for all their subject workers b. General Liability insurance with a combined single limit,or the equivalent,of not less than $1,000,000, for each occurrence for Bodily Injury and Property Damage. It shall include contractual liability coverage. c. Automobile Liability insurance with a combined single limit,or the equivalent,of not less than $1,000,000, for each accident for Bodily Injury and Property Damage, including coverage for owned, hired or non-owned vehicles, as applicable. d. Notice of cancellation or change. There shall be no cancellation, material change, reduction of limits or intent not to renew the insurance coverage(s) without 30 days'written notice from the Contractor or its insurer(s)to the City. e. Additional Insured/Certificates of Insurance. Contractor shall name The City of Ashland, Oregon, and its elected officials,officers and employees as Additional Insureds on the General Liability and Automobile Liability insurance policies required herein but only with respect to Contractor's services to be provided under this Contract.As evidence of the insurance coverages required by this Contract, the Contractor shall furnish acceptable insurance certificates prior to commencing work under this contract.The contractor's insurance is primary and non-contributory.The certificate will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. If requested, complete copies of insurance policies; trust agreements, etc. shall be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self-insurance. I. Professional Liability insurance combined single limit,or the equivalent, of not less than $1,000,000 for each claim. 17. Governing Law;Jurisdiction; Venue: This contract shall be governed and construed in accordance with the laws of the State of Oregon without resort to any jurisdiction's conflict of laws, rules or doctrines. Any claim, action, suit or proceeding (collectively, "the claim")between the City (and/or any other or department of the State of Oregon)and the Contractor that arises from or relates to this contract shall be brought and conducted solely and exclusively within the Circuit Court of Jackson County for the State of Oregon. If, however, the claim must be brought in a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon filed in Jackson County, Oregon. Contractor, by the signature herein of its authorized representative,hereby consents to the in personarn 'urisdiction of said courts. In no event shall this section be construed as a waiver by City Wimb-wrkakeng\I0-04 Hasler Dam Stability Awlysistadmn\URSU011-11-17 Hosier Stability Contract final.dw V of any form of defense or immunity, based on the Eleventh Amendment to the United States Constitution, or otherwise, from any claim or from the jurisdiction. 18. Arbitration. If any disputes, disagreements, or controversies arise between the parties pertaining to the interpretation,validity, or enforcement of this Agreement,the parties shall, upon the request of either party, submit such dispute to binding arbitration. Except as otherwise provided in this contract, arbitration shall be requested by delivering to the other party a written request for arbitration. Within five(5)days of receipt of such request, the parties shall select a mutually agreeable arbitrator and designate mutually agreeable rules of arbitration. If the parties cannot agree upon an arbitrator within five(5)days, an arbitrator may be appointed by the presiding judge, Jackson County Circuit Court, upon the request of either party submitted in accordance with ORS 36.310. If the parties have not designated mutually agreeable rules of arbitration at such time as the arbitrator is appointed,the arbitrator shall adopt rules for the arbitration. The arbitrator's decision shall be binding upon the parties. The City and Contractor agree to a consolidated arbitration of such claims,disputes and other matters in question between themselves regarding the project,with claims,disputes and other matters in question regarding the project between and among the City, Contractor and the City's third parties designees and contractors and anyone else under contract with the City or any other party to perform work or services related to the project. Notwithstanding any dispute under this Agreement, whether before or during arbitration, Contractor shall continue to perform its work pending resolution of a dispute, and the City shall make payments as required by the Agreement for the undisputed portions of the work. 19. Attorney Fees. If either party commences any arbitration, legal action, suit, or proceeding against the other to rescind, interpret or enforce the terms of this Agreement,the parties agree that the prevailing party shall be awarded reasonable attorney's fees and costs incurred in any such arbitration,action, suit or proceeding and in any later appeals filed as a consequence thereof. Such costs shall bear interest at the maximum legal rate from the date incurred, until the date paid by the losing party. 20. Severablllty. If any part,term or clause of this Agreement is held by a court or arbitrator to be unenforceable,of no effect or in conflict with any law, the validity of the remaining provisions and clauses shall not be affected and the rights and obligations of the parties shall be construed and in force as if the Agreement did not contain the particular part, term or clause held to be unenforceable. 21. THIS CONTRACT AND ATTACHED EXHIBITS CONSTITUTE THE ENTIRE AGREEMENT BETWEEN THE PARTIES. NO WAIVER, CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS CONTRACT SHALL BIND EITHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES. SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, IF MADE, SHALL BE EFFECTIVE ONLY IN THE SPECIFIC INSTANCE AND FOR THE SPECIFIC PURPOSE GIVEN. THERE ARE NO UNDERSTANDINGS, AGREEMENTS, OR REPRESENTATIONS, ORAL OR WRITTEN, NOT SPECIFIED HEREIN REGARDING THIS CONTRACT. CONTRACTOR, BY SIGNATURE OF ITS AUTHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS CONTRACT, UNDERSTANDS IT,AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 22. Non-appropriations Clause. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to finance the costs of this contract within the City's fiscal year budget. Contractor understands and agrees that City's payment of amounts under this contract attributable to work performed after the last day of the current fiscal year is contingent on City appropriations, or other expenditure authority sufficient to allow City in the exercise of its reasonable administrative discretion,to continue to make payments under this contract. In the event City has insufficient appropriations, limitations or other expenditure authority, City may terminate this contract without penalty or liability to City, effective upon the delivery of written notice to Contractor, with no further liability to Contractor except payment of amounts earned by Contractor prior to delivery of notice. 23. Prior Approval Required Provision. Approval by the City of Ashland Council or the Public Contracting Officer is required before any work may begin under this contract. 24. Certification. Contractor shall sign the certification attached hereto as Exhibit A and herein incorporated by reference. 25. Force Ma eure. Any delay or failure of Contractor in performing its obligations under the contract shall be G:Vubwrkstsng\I0-04 Holler Dam Stability Amlysisladmn\URS\201 I-I 1-17 Hosier Stability Contract final.ilm i excused if and to the extent such delay or failure results from any cause beyond the reasonable control of Contractor, and Contractor's time of performance will be equitably adjusted to cover the effect thereof. 26. warranty: a. Contractor warrants that the work will be performed in accordance with that degree of care and skill ordinarily exercised by members of the engineering profession applicable to similar work under similar circumstances. This warranty is exclusive and in lieu of any and all other warranties relating to the work,whether statutory,express or implied, and Contractor disclaims any such other warranties, and/or fitness for a particular purpose and any and all warranties arising from course of dealing and/or usage of trade. Any other statements of fact or descriptions expressed in the contract shall not be deemed to constitute a warrant of the work or any part thereof. b. Contractor may rely upon and use in the performance of the work information supplied to it by Owner without independent verification, and Contractor shall not be responsible for defects in the work attributable to its reliance upon or use of such information;provided, that in the event Contractor discovers an error, omission, defect or deficiency in such information,Contractor shall notify City thereof and shall not proceed with the affected work except as directed by City. 27. Risk Allocation. Notwithstanding any other provision to the contrary in this Agreement and to the fullest extent permitted by law, neither Owner nor Consultant shall be liable,whether based on contract, tort, strict liability,warranty, indemnity, or any other cause whatsoever, for any consequential,special, incidental,indirect, punitive or exemplary damages, or damages arising from or in connection with loss of power, loss of use, loss of revenue or profit(actual or anticipated), loss by reason of shutdown or non- operation, increased cost of construction, cost of capital,cost of replacement power or customer claims; provided, however,that(1)the limitation of liability shall not apply with respect to Owner's indemnity and save harmless obligations to Consultant, and shall not affect Owner's obligation to pay Consultant as required under this Agreement'and (2)Consultant shall be liable for up to the total amount of the contract in the event Consultant erroneously determines, due to breach of the standard of care set forth in paragraph 26.a above,that some or all of the reservoir cannot be used and the City loses full or partial use of the reservoir as a direct result of such erroneous determination. Contractor: City of Ashland By By Denartment Head Si nature vVacYa ? Jr- Print Name PrinMlanne Ile! tal g I II t'I. a Date Title Funds appropriated for current fiscal year: W-9 One copy of a W-9 is to be ubmitted with the signed contract._ / Date Appro fs tp fo egal epartment Date Purchase Order No. URS 716A L DEt' •ITf $Y. '/2^ DATE: �`/ Z II (31pub-wrkstrig\10-04 Hosler Dam Stability Malysis\admn\URS\201 I-11-17 Hosler Stability Contract final.doc EXHIBIT A CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a)the number shown on the attached W-9 form is its correct taxpayer ID(or is waiting for the number to be issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or(ii) it has not been notified by the Internal Revenue Service (IRS) that it is subject to backup withholding as a result of a failure to report all interest or dividends, or(iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that(a) it has the power and authority to enter into and perform the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, (c) the work under the Contract shall be performed in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of perjury that its business is not in violation of any Oregon tax laws, and it is a corporation authorized to act on behalf of the entity designated above and authorized to do business in Oregon or is an independent Contractor as defined in the contract documents, and has checked four or more of the following criteria: (1) I carry out the labor or services at a location separate from my residence or is in a specific portion of my residence, set aside as the location of the business. (2) Commercial advertising or business cards or a trade association membership are purchased for the business. (3)Telephone listing is used for the business separate from the personal residence listing. (4)Labor or services are performed only pursuant to written contracts. (5) Labor or services are performed for two or more different persons within a period of one year. (6) 1 assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. Contractor 40, '(Date) Wpubwrksleng\10-04 Hosler Dam Stability AnalysiAtidmn\URS\2011-11-17 Hosler Stability Contract final.doc A✓ CERTIFICATE OF LIABILITY INSURANCE DATE 12011 /YYVY 11rzerzQ11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. 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). PRODUCER CONTACT MARSH RISK&INSURANCE SERVICES NAME: 345 CALIFORNIA STREET,SUITE 1300 PHONE PAC Ni CALIFORNIA LICENSE NO.0437153 E-MAIL SAN FRANCISCO,CA 94104 ADDRESS: INSURERS AFFORDING COVERAGE NAIC e URSCOR-ALL-PROF-11-12 BEL Hosler NOC INSURER A:National Union Fire Ins Co Pittsburgh PA 19445100 INSURED INSURER B:Zurich American Insurance Company 16535100 URS Energy 8 Construction,Inc. 10900 HE 81h.Street,Suite 500 INSURER c Illinois National Ins Co 23817001 Bellevue,WA 98004 INSURER D: Insurance Company Of The State Of PA 19429100 wsuRER E: Lexington Insurance Company 19437000 INSURER F: Uoytl's Of London&British Companies 15792004 COVERAGES CERTIFICATE NUMBER: SEA-002290786-01 REVISION NUMBER:2 THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR rypE OF INSURANCE POLICY EFF POLICY UP LTR POLICY NUMBER MMOD MM/DD LIMITS A GENERAL LUU3UJTY X GL4870829 05/01/1011 06/ 12012 EACH OCCURRENCE E 2,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES 1,000,000 -RENT U- f CLAIMSA"DE 71 OCCUR MED EXP(Any we person) $ 10,000 X XCU,BFPD PERSONAL S AOV INJURY $ 2,000,000 X Contractual Liability GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PRO- LOC $ B AUTOMOBILE LIAe11 u7Y X BAP938521502 051012011 061012012 COMBINED SINGLE LIMIT 2,000,000 Ea accident f XANY AUTO BODILY INJURY(Per person) $ ALL OWNED 77 SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ n AUTOS Per accident $ UMBRELLA UAB OCCUR EACH OCCURRENCE f EXCESS LWB CLAIMS-MADE AGGREGATE $ DED RETENTIONS $ I ER C WORKERS COMPENSATION WC20635052 01/012011 0110112012 X I we STATU- CTH- RY LIMITS EMPLOYERS'LIABILITY A ANY PROPRIETOWPARTNER/EXECUTIVE YIN WC20fi35051 011012011 01/0112012 2,000,000 C OFFICER/MEMBER EXCLUDED? F NIA WC20635Q$3 01/012011 Q1N112012 E.L.EACH ACCIDENT $ 2,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYE E D tt yes,describe under WC20635054M/C20635055 011012011 01/012012 2,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMB $ E Prof.Uab w/mtd Contracti 015438088 051012011 06/012012 Each Claim $1,000,000 F Claims made policy PE11051501PE1105490 051012011 061012012 Aggregate $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Engineering Services for the Hosler Dam Stability Analysis The City of Ashland,Oregon,and its elected officials,officers and employees are included as Additional Insureds as respects the General Liability and Automobile Liability policies,where required by wntten con rad. Such insurance shall be primary insurance with respects to the interest of the additional insured's and any other insurance maintained by the additional insured shall be excess and not contributing with the insurance required hereunder. CERTIFICATE HOLDER CANCELLATION City of Ashland SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 20 East Main Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Ashland,OR 97520 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh Risk&Insurance Services Lynne Harrington ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD - AGENCY CUSTOMER ID: URSCOR _ LOC#: San Francisco A ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED MARSH RISK 8 INSURANCE SERVICES URS Energy 8 Construction,Inc. 10900 NE 8th.Street,Suite 500 POLICY NUMBER Bellevue,WA 98004 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance The Workers Compensation coverage shown does not apply in monopolistic states. In the States of ND,OR WA and WY Workers'Compensation coverage is provided by the State Fund. In Nose States,the above- referenced policies provide Stop-Cap Employers'Liability only. Walkers Compensation policies apply as indicated below: WC20635051-CA WC20635052-FL WC20635053-TX WC20635054-AK,AL,AZ,DC,DE,HI,IA,IL,IN,KS,LA,MD,ME,MI,MO,MS,MT,NC,NE,NH,NJ, NM,OK,PA,RI,SC,$D,TN,VA,VT WC20635055-AR,CO,CT,GA,ID,KY,MA,MN,ND,NV,NY,OH,OR,UT,WA,WI,WV,WY ACORD 101 (2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD INSURER CANCELLATION TERMS NAMED INSURED: POLICY NO: URS Energy&Construction,Inc. Various HOLDER NAME: City of Ashland CANCELLATION TERMS: 30 Days Notice of Cancellation will be provided by the carriers in accordance with the policy terms and conditions in the event the policies are cancelled or non-renewed, for any reason other than non-payment of premiums. CANCELLATION TERMS APPLY TO THE FOLLOWING COVERAGES: GL,AL,WC and Professional Liab. CITY OF ASHLAND Council Communication Award of Contract for the Hosler Dam Stability Analysis Meeting Date: August 16, 2011 Primary Staff Contact: Michael A. Faught Department: Public Works E-Mail: faughtm @ashland.or.us Secondary Dept.: Administration Secondary Contact: Pieter Smeenk Approval: Martha Bennett Estimated Time: 15 Minutes Question: Should Council approve a contract with URS Engineering & Construction, hie. in an amount of $117,359.00 for the Hosler Dam Stability Analysis? Staff Recommendation: Staff recommends that Council approve a contract with URS Engineering & Construction, htc. to provide the Hosler Dam Stability Analysis. Background: Request for Proposal On May 17, 2011 the Council authorized staff to solicit proposals for the Hosler Dam Stability Analysis. A request for proposal was advertised on June 2, 2011. Proposal documents were sent to prospective proposers, plan centers and builder's exchanges throughout the state. Proposals were due on July 19, 2011, at which time two prospective consultant's submitted proposals. An evaluation team consisting of three Public Works staff members evaluated and scored the proposals using the following criteria: Cnteriat. mum core'; Understanding of Requested Services 10 Consultant's Capabilities 20 Consultant's Project Team 25 Resources 15 Response Time 20 Cost of Services 10 a x , a , a , ,•, �1 TOTAL 100 Points F Each evaluator individually scored the submitted proposals. Initial Scoring was completed on July 19th and the scores were combined to determine the top rankings. All of the firm's proposals were judged to be qualified. The final results were as follows: „. x3CORE ,a URS 259 M 1 HATCH 255 2 GApub-wrks\eng\10-04 Hosler Dam Stability Analysis\admn\RFP\CC for Award of Hosler Dam Stability Analysis.docx CITY OF ' ASHLAND The top scoring proposal was submitted by the office of URS Engineering & Construction, Inc. The team is led by Steve Samuelson, who brings.extensive experience and expertise in concrete dam evaluation and Analysis. URS can also, as needed, offer the services of Joe Ehasz, Mike Pavone, and Guy Lund who are recognized technical experts in dam engineering. Costs of Services /Funding The total cost for URS Engineering & Construction, Inc contract is not anticipated to exceed $117,359.00. Related City Policies: Council is required to approve engineering services contracts that exceed $75,000. Council Options: • Council may approve the attached contract with URS Engineering & Construction, Inc to conduct comprehensive analysis of the Hosler Dam Stability • Council may revise the scope of services to be provided by URS Engineering & Construction, Inc. • Council may reject all proposals offered in response to the request for proposals Potential Motions: • Move to approve the attached contract with URS Engineering & Construction, Inc • Move to modify the contract with URS Engineering & Construction, Inc • Move to reject all proposals received Attachments: 1. Request for Proposals 2. URS Engineering & Construction, Inc Contract and associated attachments 3. Proposal from URS Engineering & Construction, Inc G9pub-wrks\eng\I0-04 Hosler Dam Stability Analysis\ad=\RFP\CC for Award of Hosler Dam Stability Analysis.do" WISIT C CITY OF ASHLAND DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES HOSLER DAM STABILITY ANALYSIS PROJECT NO. 10-04 SCOPE OF SERVICES: 1. Review previous structural studies and reports for Hosler Dam and prepare a plan of analysis to confirm the ability of the dam to transfer loading to adjacent dam monoliths to address the 2009 Part 12 Safety Inspection Report recommendations 1.3.1 and 1.3.3. Conduct additional structural analysis, including finite element modeling if necessary, to verify the ability of the structure to transfer loading to adjacent monoliths in accordance with FERC requirements. Submit draft and final reports presenting findings and recommendations. 2. Review existing action threshold levels and operational procedures for deflection and earthquake magnitude recommended in prior reports by Acres International and Squier& Associates to verify previous conclusions or recommend changes if appropriate. Include conclusions &recommendations in the reports for scope item 1. 3. Submit a revised Supporting Technical Information Document (STID)that includes the results of recent geotechnical investigations relating to the resistance to sliding and erosion potential in the central region of the dam's foundation to address the 2009 Part 12 Safety Inspection Report recommendation 1.3.7. 4. Submit two preliminary design alternatives to modify Hosler Dam, Reeder Reservoir, and/or its appurtenant structures to safely increase the maximum storage capacity of the existing reservoirs by a minimum of 620 Acre-Ft in a separate technical memo to the City. PROPOSAL DEADLINE:2:00 PM June 30",2011 TO REQUEST A PROPOSAL VISIT : www.ashland.or.us QUESTIONS ON CONTENT CONTACT: Pieter Smeenk, PE, SE MY OF ASHLAND PUBLIC WORKS ENGINEERING DIVISION 20 EAST MAIN STREET ASHLAND OR 97520 541-488-5347 Rte, TABLE OF CONTENTS PAGE Advertisement for Proposal 3 Proposal Registration Form 4 SECTION I—SOLICITATION INFORMATION&REQUIREMENTS 1.1 DEFINITIONS AND SUMMARY OVERVIEW 5 1.1.1 Defrdtions 5 1.1.2 Summary Overview 5 Background Info.,Further Work Limitation, Contract Duration,Payment 6 DBE Participation, Ashland Living Wage Requirement 6 1.1.3 Contract Form 7 1.1.4 Business License Requirements 7 1.1.5 Insurance Requirements 7 1.2 QUESTIONS AND CLARIFICATIONS 1.2.1 Proposer Questions g 1.2:2 Pre-Proposal Meeting g 1.3 PROTESTS 1.3.1 Award Protest Requirements g 1.3.2 Costs and Damages 9 1.4 "PASS/FAIL"PROPOSAL SUBMISSION REQUIREMENTS 1.4.1 Proposal Submission Deadline 9 1.4.2 Terms and Conditions 9 1.5 "REQUIRED"PROPOSAL SUBMISSION ITEMS 1.5.1 Cover Sheet 9 1.5.2 Page Length Limitation 10 1.5.3 Quantity of Proposals 10 SECTION 2—EVALUATION PROCESS AND CONSULTANT SELECTION 2.1 EVALUATION PROCESS 2.1.1 Proposal Evaluation 10 2.1.2 Interviews/Follow-up Questions 10 2.1.3 References 11 2.1.4 Clarifications 11 2.2 SCORING CRITERIA 2.2.1 Understanding of Requested Services 11 2.2.2 Proposer's Capabilities 11 2.2.3 Project Team and Qualifications 11 2.24 References 11 2.2.5 Response Time 12 2.2.6 Cost of Services 12 SECTION 3—PROJECT DESCRIPTION 3.1 SCOPE OF SERVICES 13 3.2 PROJECT EXPECTATIONS 18 3.3 CONSULTANT RESPONSIBILITIES 18 3.3.1 Personnel, Materials and Equipment 18 3.3.2 Safety Equipment 19 3.3.3 Professional Responsibilities 19 APPENDICES A Standard Contract forms (including W-9 and Subcontractor Certification) B City of Ashland Living Wage Announcement C References D Photos E Drawing t CITV OF ASHLAND DEPARTMENT OF PUBLIC WORKS HOSLER DAM STABILITY ANALYSIS Project No. 10-04 REQUEST FOR PROPOSAL FOR ENCINEERINC SERVICES The City of Ashland requests proposals for engineering and related services required to complete the following items: I Review previous structural studies and reports for Hosler Dam and prepare a plan of analysis to confinn the ability of the dart to transfer loading to adjacent dam monoliths to address the 2009 Part 12 Safety Inspection Report recommendations 1.3.1 and 1.3.3. Conduct additional structural analysis, including finite element modeling if necessary,to verify the ability of the structure to transfer loading to adjacent monoliths in accordance with FERC requirements. Submit draft and final reports presenting findings and recommendations. 2. Review existing action threshold levels and operational procedures for deflection and earthquake magnitude recommended in prior reports by Acres International and Squier& Associates to verify previous conclusions or recommend changes if appropriate. Include conclusions& recommendations in the reports for scope item 1. 3. Submit a revised Supporting Technical Information Document (STID)that includes the results of recent geotechnical investigations relating to the resistance to sliding and erosion potential in the central region of the dam's foundation to address the 2009 Part 12 Safety Inspection Report recommendation 13.7. 4. Submit two preliminary design alternatives to modify Hosler I)am, Reeder Reservoir,and/or its appurtenant structures to safely increase the maximum storage capacity of the existing reservoirs by a minimum of 620 Acre-Ft. Proposals must be received by 2:00 I'M June 30st, 20 1.1 , in the City of Ashland Engineering Office located at 51 Winburn Wav, Ashland, Oregon 97520. (Mailing address is 20 East Main Street, Ashland OR 97520). Facsimile proposals are NOT acceptable. Proposal documents are available at the above address, and at ww'w.ashland.or.us . All proposals must be in the lormat provided and may not be submitted electronically. All proposers intending to submit a proposal under this RFP must submit a proposal registration form listing the compari contact information and return it via fax to 541-488-6006 or via email to sin eenk (Mash land.or.us. The City will not be responsible for providing addenda to prospective proposers who fail to register. The proposer must be licensed as a professional Civil Engineer with the State of Oregon and be certified by FERC as an acceptable consultant. Contract award is subject to City Council approval. and consultant selection will be based on weighted criteria as cited in the Request for Proposal document. Standard criteria includes, but is not limited to, experience, references, schedule, and cost. Proposals are limited to 6 pages, The City of Ashland re§erves the right to reject any and all proposals, to waive formalities or to accept any proposal that appears to serve the best interest of the City of Ashland. To receive a copy of the RFP, visit www.ashland.or.us or call 541/488-5587. For specific infimmation on project content, contact Pieter Snneenk, PE. SE at 541/552-2413. Mike Faught, Public 1korks Director G:\pub-Wrks\eng\10-04 Hosler Dam Stability Analysis\RFP\2011-05-31 RFP 10-04.doc 3 CITY OF -ASH LAN D PROPOSAL REGISTRATION FORM All consultants unending to submit proposals must immediately complete this form and fax or email it to smeenkanaashland.onus at the City of Ashland, Public Works Engineering Office. Consultants failing to comply with this requirement may not receive addendums that might be issued. FAX TO: (541). 488-6006 or email to smeenkp @ashland.or.us Project Number Type of Proposal Firm Name Address City and State Phone Fax Email Contact Person Name and Title Date CITY OF ASHLAND GApub-wrksleng\10-04 Hosler Dam Stability Analysis\RFP12 0 1 1-0 5-3 1 RFP 10-04.doc 4 CITY OF ASHLAND DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES HOSLER DAM STABILITY ANALYSIS SECTION 1 SOLICITATION INFORMATION AND REQUIREMENTS 1.1 DEFINITIONS AND SUMMARY OVERVIEW 1.1.1 DEFINITIONS For the purposes of this RFP: a) "calendar days" means any day appearing on the calendar, whether a weekday, weekend day, national holiday, State holiday or other day, b) "days" means calendar days; and c) "business days"means calendar days, excluding Saturdays, Sundays and all City recognized holidays. "Agency" or"City" means City of Ashland. "Proposers"—All firms submitting Proposals are referred to as Proposers in this document; after negotiations, an awarded Proposer will be designated as "Consultant", "RFP" means Request for Proposal. "Scope of Work"means the general character and range of services and supplies needed, the work's purpose and objectives, and an overview of the performance outcomes expected by Agency. "Services"means the services to be performed under the Contract. "Statement of Work"means the specific provision in the final Contract which sets forth and defines in detail (within the identified Scope of Work)the agreed-upon objectives, expectations, performance standards, services, deliverables, schedule for delivery and other obligations. "Qualification Based Selection"or"QBS" (for the purposes of this RFP) means evaluations and scoring of proposals based on qualifications, experience and project approach, without considering cost. 1.1.2 SUMMARY OVERVIEW G:\pub-wrks\eng\10-04 Hosler Dam Stability Analysis\RFP\2011-05-31 RFP 10-04.doc 5 The City of Ashland requests proposals for engineering and related services required to complete the following items: 1.Review previous structural studies and reports for Hosler Dam and prepare a plan of analysis to confirm the ability of the dam to transfer loading to adjacent dam monoliths to address the 2009 Part 12 Safety Inspection Report recommendations 1.3.1 and 1.3.3. Conduct additional structural analysis, including finite element modeling if necessary, to verify the ability of the structure to transfer loading to adjacent monoliths in accordance with FERC requirements. Submit draft and final reports presenting findings and recommendations. , 2.Review existing action threshold levels and operational procedures for deflection and earthquake magnitude recommended in prior reports by Acres International and Squier& Associates to verify previous conclusions or recommend changes if appropriate. Include conclusions&recommendations in the reports for scope item 1. 3. Submit a revised Supporting Technical Information Document(STID)that includes the results of recent geotechnical investigations relating to the resistance to sliding and erosion potential in the central region of the dam's foundation to address the 2009 Part 12 Safety Inspection Report recommendation 1.3.7. 4. Submit two preliminary design alternatives to modify Hosler Dam, Reeder Reservoir, and/or its appurtenant structures to safely increase the maximum storage capacity of the existing reservoirs by a minimum of 620 Acre-Ft. Proposers responding to this RFP do so solely at their expense, and City is not responsible for any proposer expenses associated with the,RFP. General Background Information The background as well as the services and associated deliverables for this project are further defined in the "Scope of Work" section 3 below. Further Work Limitation If a proposer is awarded a contract to prepare the above fisted engineering analysis, that proposer and its affiliates will not be eligible to purpose or bid on or enter into a contract for construction of that project. For these purposes "affiliates" of a proposer means any person or entity that controls, is controlled by or is under common ownership or control of that proposer. Contract Duration The contract is anticipated to become effective soon after consultant selection is completed, and is expected to last approximately six (6) months. The City reserves the right to amend the contract for additional time as necessary for project completion. The Consultant will provide a detailed schedule showing completion dates, and the City will incorporate this schedule into the contract for contract completion and expenditures. If the specified completion time frame is not acceptable, state why and propose an alternate schedule that can meet project requirements. Contract Payment Contingent upon City's need, consultant's performance and the availability of approved funding, City reserves the right to amend the contract(within the scope of the project described in this RFP)for additional tasks, project phases and compensation as necessary to complete the project. Proposers are advised that the award and potential dollar amount of the contract under this RFP may be contingent upon approval by the Ashland City Council acting as the Contract Review Board. G:\pub-wrkslengA10-04 Hosler Dam Stability Analysis\RFP\2011-05-31 RFP 10-04.doc 6 Payment will be made for completion of, or acceptable monthly progress on,tasks and/or deliverables in conformance with contract requirements and all applicable standards. The method of compensation i shall be determined by the City and based upon the following method: • Time and materials, up to a maximum not to exceed (NTE)amount per task The Consultant will provide costs for each task with the understanding that the City may elect to delete any of the four tasks listed in the RFP except task 1. Disadvantaged Business Enterprise (DBE)Participation The utilization of federal funds is not anticipated in this contract and no DBE participation goals will be assigned. Ashland Living Wage Requirements Consultant's employees must be paid at least the living wage as established by the most current City of Ashland Living Wage Announcement (attached): • For all hours worked under a service contract between their employer and the City if the contract exceeds $18,703 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 in excess of$18,703 . In calculating the living wage for full time employees, employers may add the value of health care, retirement, 401K and IRS eligible cafeteria plans, and other benefits to the employee's wages. The City of Ashland Living Wage Statement is appended to the sample contract included in the appendix. 1.1.3 CONTRACT FORM The consultant selected by City will be expected to enter into a written contract in the form attached to this RFP as Appendix A. The proposal should indicate acceptance of City's contract provision. Suggested reasonable alternatives that do not substantially impair City's rights under the contract may be submitted as outlined under Section 1.4.2. Unconditional refusal to accept the contract provisions will result in proposal rejection. 1.1.4. BUSINESS LICENSE REOUIRED The selected consultant must have or acquire a current City of Ashland business license prior to conducting any work under this contract. 1.1.5 INSURANCE REQUIREMENTS Contractor shall at its own expense provide the following insurance: a. Worker's Compensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers. b. Professional Liability insurance with a combined single limit, or the equivalent, of not less than $1,000,000 for each claim, incident or occurrence. This is to cover damages caused by error, omission or negligent acts related to the professional services to be provided under this contract. , G:\pub-wrks\eng\10-04 Hasler Dam Stability Analysis\RFP\2011-05-31 RFP 10-04.doc 7 C. General Liability insurance with a combined single limit, or the equivalent, of not less than $1,000,000 for each occurrence for Bodily Injury and Property Damage. It shall include contractual liability coverage for the indemnity provided under this contract. d. Automobile Liability insurance with a combined single limit, or the equivalent, of not less than $1,000,000 for each accident for Bodily Injury and Property Damage, including coverage for owned; hived or non-owned vehicles, as applicable. e. Notice of cancellation or change. There shall be no cancellation, material change, reduction of -limits or intent not to renew the insurance coverage(s) without 30 days' written notice from the Contractor or its insurer(s)to the City. Additional Insured/Certificates of Insurance. Contractor shall name The City of Ashland, Oregon, and its elected officials, officers and employees as Additional Insureds on any insurance policies required herein but only with respect to Contractor's services to be provided under this Contract. As evidence of the insurance coverages required by this Contract,the Contractor shall furnish acceptable insurance certificates prior to commencing work under this contract. The certificate will specify all of the parties who are Additional Insureds. The consultant's insurance is primary and non-contributory. Insuring companies or entities are subject to the City's acceptance. If requested, complete copies of insurance policies; trust agreements, etc. shall be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self-insurance. 1.2 QUESTIONS AND CLARIFICATIONS 1.2.1. Proposer Questions All inquires,.whether relating to the RFP process, administration, deadline or award or to the intent or technical aspects of the services must be submitted in writing to Pieter Smeenk, PE, SE, at 20 East Main Street, Ashland Oregon 97520. All questions must be received not later than ten(10) calendar days prior to the proposal submission deadline. Answers to questions received by City, which are deemed by City to be substantive, will be issued as official addenda to this RFP to ensure that all proposers base their proposals on the same information. When appropriate, as determined by City in its sole discretions, revisions, substitutions or clarification of the RFP or attached terms and conditions will be issued as official addenda to this RFP. 1.2.2. Pre-Proposal Meeting A pre-proposal meeting is not scheduled for this RFP. 1.2.3. Coordination with FERC A Prior to submitting a proposal for the work outlined in this RFP, it is recommended that the proposer contact the following person to receive a project overview: Division of Dam Safety and Inspection FERC Portland Regional Office 805 SW Broadway, Su 550 Portland OR 97205 541-552-2700 1.3 PROTESTS G:\pub-wrks\eng\70-04 Hosler Dam Stability Analysis\RFP\2011-05-31 RFP 10-04.doC 8 1.3.1 Award Protest Requirements Every proposer who submits a proposal shall be notified of its selection status. Any proposer who claims to have been adversely affected or aggrieved by the selection or any proposer who contends that the provisions of the RFP or any aspect of the procurement process has promoted favoritism in the award of the contract or has substantially diminished competition, must file a written protest to the RFP within seven (7)calendar days after the date of the selection notice. Failure to file a protest will be deemed a waiver of any claim by an offeror that the procurement process violates any provision of ORS Chapter 279,the City of Ashland Local Contract Review Board Rules or the City's procedures for screening and selection of persons to perform personal services. 1.3.2 Costs and Damages All costs of a protest shall be the responsibility of the protestor and undertaken at the protestor's expense. City shall not be liable for the proposer's damages or costs for filing the protest or to any participant in the protest, on any basis, express or implied. 1.4 "PASS /FAIL" PROPOSAL SUBMISSION REQUIREMENTS Each proposal must comply with the following Pass/ Fail criteria. Proposals not meeting ALL Pass/ Fail criteria shall be rejected. 1.4.1 Proposal Submission Deadline (Pass /Fail) Proposals must be received by the submission deadline as indicated in this RFP and at the address specified. City will not accept proposals submitted by facsimile or electronic mail, nor will it accept proposals submitted after the proposal submission deadline. City is not responsible for and will not accept late ormis-delivered proposals. 1.4.2 Terms and Conditions (Pass /Fail) Unless an official addendum has modified or reserved the right to negotiate any temis contained in the contract or exhibits thereto, City will not negotiate any term or condition after the protest deadline, except the statement of work, pricing and calendar with the selected proposer. By proposal submission, the selected proposer agrees to be bound by the terms and conditions as set forth in this RFP and as they may have been modified or reserved by City for negotiation. Any proposal that is received conditioned upon City's acceptance of any other terms and conditions or rights to negotiate will be rejected. 1.5 " REQUIRED" PROPOSAL SUBMISSION ITEMS AND SCORING DEDUCTIONS Any items in this Section 1.5 marked as REQUIRED that are incomplete or are not submitted with the proposal will receive a three(3) point scoring deduction for each item and must be submitted within two (2)business days of request by City. Failure to deliver properly completed "REQUIRED"items within two(2) business days of request by City shall result in proposal rejection. 1.5.1 Cover Sheet (Required) The proposal must include a completed cover sheet signed by a duly authorized representative empowered to bind the proposer(at least one original signature). The cover sheet shall state the project title, the legal name of the proposer, legal status, federal tax ID number, mailing address, primary G Apub-wrks\eng\10-04 Hosler Dam Stability Analysis\RFP\2011-05-31 RFP 10-04.doc 9 contact person for this proposal with email address, telephone number, fax number and the name of the person authorized to sign a contract. Include an original signature, printed name and title and date. 1.5.2 Page Length Limitation (Required) The proposal must not exceed six (6)pages, excluding cover sheet, any tabs or indexes and references. If a proposer submits a proposal exceeding this limit, City will consider the pages up to that allowable number and discard all subsequent pages. One page is defined as°one side of single 8 '/2"x 11"page. Any page over this size will be counted as two (2)pages. Any page or partial page with substantive teat, tables, graphics, charts, etc. will be counted as one page. There is no scoring deduction for exceeding the proposal page limitation; however, extra pages will be discarded and will not be considered in the evaluation. 1.5.3 Quantity of Proposals (Required) Proposers must submit six (6)complete copies of the proposal along with six(6) sealed cost proposals. SECTION 2.0 EVALUATION PROCESS AND CONSULTANT SELECTION 2.1 EVALUATION PROCESS 2.1.1 Proposal Evaluation City will review proposals for conformance with the "Pass / Fail" and "REQUIRED" criteria identified in Sections 1.4 and 1.5. Proposals meeting all Pass /Fail criteria will be forwarded to an evaluation committee that will independently review, score and rank proposals according to the scoring criteria set forth in Section 2.2. The outcome of the evaluation process may, at the City's sole discretion result in: a. Notice to proposers of selection or rejection for contract negotiations and possible award- b. Further steps to gather additional information for evaluation (e.g. checking references, notice of placement on an interview list, requesting clarification); or c. Cancellation of the RFP and either reissuance of the RFP in the same or a revised form or no further action by the City with respect to the RFP. City may reject any or all proposals and may cancel this RFP at anytime if doing either would be in the public interest as determined by the City. City is not liable for any costs a proposer incurs while preparing or presenting the proposal or during further evaluation stages. All proposals will become part of the public record file without obligation to the City of Ashland. 2.1.2. Interviews /Follow-up Questions Interviews /follow-up questions may be conducted and scored at the discretion of City. If interviews / follow-up questions are conducted the following will apply: A minimum of three (3)evaluators shall score the interviews /follow-up questions; The interviews /follow-up questions will have a maximum score of ten(10)points; The number of Proposers selected for interviews /follow-up questions is at the sole discretion of the City; G:\pub-wrks\eng\10-04 Hosler Dam Stability Analysis\RFP\2011-05-31 RFP 10-04.doc 10 • Follow-up questions will typically be sent via email to proposer(s) as an alternative to face-to- face interviews. However, City may conduct face-to-face interviews if determined necessary after conducting written follow-up questions; Interviews normally require physical attendance at City's offices; however,the City may elect to conduct interviews via teleconference or video conference. Further details will be included with notification of time and date of interviews, if conducted. 2.1.3 References City does not intend to score references, but may contact references (by phone, email or fax) to verify information provided in proposals. 2.1.4 Clarifications City may require any clarification it needs to understand the proposer's proposal. Any necessary clarifications or modifications which are in the best interest of City may be made before the proposer is awarded a contract and some or all of the clarifications or modifications may become part of the final contract. Clarifications may not be used to rehabilitate a non-responsive proposal. 2.2 SCORING CRITERIA Scoring will be based upon the following described categories. The proposer must describe how each of the requirements specified in this RFP are met. Responses.should be clear and concise. 2.2.1 Understanding of Requested Service Demonstrate a clear and concise understanding of the scope of services being requested in this RFP. 2.2.2 Proposer's Capabilities Demonstrate capability to complete the requested services. Response must include: • (50%)An explanation describing how the proposer can accommodate the varying workload during the different phases of the project contemplated under the contract, including any limitations. • (50%) An explanation describing proposer's proximity to the project and how the proposer can cost effectively accommodate working on this project. Describe proposer's branch or satellite offices that will provide the requested services, indicate their location(s) and which services they are able to perform. 2.2.3 Project Team and Qualification • ( 20%)Describe the extent of principal involvement • (40%) Include descriptions of similar projects, project outcomes and customer feedback received (if any). • (40%) Describe the experience and qualifications of proposed project manager(s), (whether they are from the prime or a sub-consultant)with similar interdisciplinary teams. Include descriptions of similar projects, project outcomes and customer feedback received (if any). Also provide information regarding key staff members (including sub-consultant staff) who are anticipated to perform services. 2.2.4 Resources Demonstrate proposer's resources available to be allocated for the proposed scope of services. Describe any specialties or unique strengths that relate to the services requested in this RFP. Include a brief description of new or innovative equipment or techniques to be used. G:\pu1b-wrks\eng\10-04 Hosler Dam Stability Analysis\RFP\2011-05-31 RFP 10-04.doc 11 2.2.5 Response Time This criterion relates to how quickly the consultant can start and complete the project. The consultant must demonstrate how time will be managed. 2.2.6 Cost of Services In an attached sealed envelope, provide a summary of costs including: • Professional, technical, draftsperson, other professional /sub-professional rate(s); • Direct non-labor costs that might be applicable; • Provide an estimated cost for each task defined in the RFP. No, Criteria Maximum Score 2.2.1 Understanding of Requested Services 10 2.2.2 CONSULTANT Capabilities 15 2.2.3 CONSULTANT and/or Project Team 30 2.2.4 Resources 15 2.2.5 Response Time 10 2.2.6 Cost of Services 20 TOTAL 100 Points SECTION 3.0 PROJECT DESCRIPTION BACKGROUND: Hosler Dam is a concrete arch dam constructed in 1928 in the Ashland Watershed canyon. It impounds water from both the East and West Forks of Ashland Creek, which have small concrete diversion dam structures on each fork. There are no other major streams or other reservoirs upstream from Hosier Dam. The Ashland Watershed canyon diverts water from Mount Ashland (a peak of 7,533 feet). Hosler Dam, also known as Reeder Gulch Dam, is owned and operated by the City of Ashland, Department of Public Works. It is 118 feet high and impounds approximately 800 acre-feet of water behind the dam (normal spillway crest)in what is commonly referred to as Reeder Reservoir. In recent years, the dam has been inspected every five years by independent licensed engineers and has been certified as structurally sound. In 2003, Acres Int'1, Inc. performed the fifth safety inspection as the FERC-approved, independent structural consultant. The dam is founded on light-gray, medium-grained granite rock of the Ashland Pluton. The original design and evaluations have certified hard, sound, granite with excellent bearing capacity. The dam is constructed of reinforced concrete and the foundations are sound. There are no significant dams upstream that might cause large waves at the dam Based upon the Report of Seismic Analysis of Hosler Dam (Harza, October 26, 2000)the results of the stress analysis using finite element method are within standards and indicate that the dam is safe. Acres was not able complete the Geo-technical verification of rock strength underlying the arch dam G:\pub-wrks\en g\10-04 Hosler Dam Stability Analysis\R FP\2011-05-31 RFP 10-04.doc 12 foundation interface because of access issues that are just now being resolved, so that portion was continued to this safety analysis. 1 Harza Consulting Engineers and Scientists (Harza—now Montgomery Watson/Harza) also completed a Dam-Break Study and Inundation Maps Report for Hosler Dam Reeder Gulch Project FERC No. 1107, dated March 26, 2001. Results of the inundation mapping for dam failure indicate a very short time frame to warn of danger if there were to be a catastrophic failure of the dam. Once failure occurs, inundation through to the Plaza, in the center of downtown Ashland, has been calculated to be approximately 8 minutes with a maximum rise of nearly 25 feet during a fair weather failure. Based on this quick time frame and area of inundation, FERC suggested that the City install an audible alarm system. The warning system has been operational since October of 2003. Ashland is not located in a zone of high seismicity or intensity. Consequently, an MCE peak ground acceleration of 0.29g based on a random event was used in the 2000 analyses of the dam. The October 2000 report by Harza presented stresses and concluded that the dam was safe under the updated MCE with a PGA of O.29g. These conclusions were based on results from the ADAP and ADAP-NS finite element programs developed by Dr. Soheil Mojtahedi at UC Berkeley. Harza completed the Report of Seismic Analysis of Hosler Dam in October of 2000. In December 2001, FERC commented that "it appears that the modeling assumptions are appropriate, and the consultant's conclusion that Hosler Dam is safe appears accurate." However, FERC went on to state that the consultant failed to address the shear stresses near the base of the dam. This element of the scope of work is to address that concern. FERC described the need in accordance with a"Boldness" factor and suggested that as the Lombardi number for Hosler Dam is on the order of 25, "...the susceptibility of this type of geometry to excessive base shear, and because of the preformed base crack initiator in the dam, the Part 12 consultant needs to review the previous conclusions regarding base shear stresses and aid the City in answering any questions that might arise regarding base shear stresses." In response, FERC asked that the dynamic conditions at the dam-foundation interface and around the horizontal upstream joint be assessed as part of the 2003 Inspection. ADAP-NS utilized non-linear analysis to include treatment of joints opening and closing within the dam body and thus was quite sophisticated. The FERC's request came due to concerns regarding the reliability of such non-linear analyzes. FERC has favored checks along the lines of a "limit state" analysis. That is to say, even if there are variations in the response predicted by the modeling compared to reality during the earthquake, they wish to check the final state for stability using "global" forces. In addition, in this dam there is a horizontal joint which has been modeled for its effects on shear strength at the contact. Acres International was hired by the City for the 2003 Part 12 Inspection and further addressed this requirement by utilizing the services of Dr. Mojtahedi as a sub-consultant to Acres and arranging for him to rerun the ADAP finite element analysis (FEA)programs. Acres plotted dynamic base shears on the interface and showed their directions as required by FERC, as well as plotting stresses and resultant forces at the horizontal joint. Acres FEA specialist reviewed the finite element model for acceptability and checked that the rerun results were consistent with the previous results. They also assessed the acceptability of the dynamic base shears in terms of overall stability and checked the effects of the local stresses around the joint on the section's shear strength. GApub-wrks\eng\10-04 Hosler Dam Sta bility Analysis\R FP\2011-05-31 RFP 10-04.doc 13 The results of these additional runs and assessments were represented in a separate short report. A CD with the computer modeling data and files are available. The results of their analysis led to a recommendation to field verify the in-situ rock strength at the base of the dam. Preliminary field work was done and a report was prepared in March of 2006. The remaining field work was completed following drilling exploration. The results of that drilling exploration were interpreted and incorporated into the 2009 Part 12 Report Conclusions. As such they shall be reviewed and included as part of the scope of this request for proposals. 3.1. SCOPE OF SERVICES The City of Ashland requests proposals for engineering and related services required to complete engineering evaluations and recommendations for corrective measures for the following items: 1. Review previous structural studies and reports for Hosler Dam and prepare a plan of analysis to confirm the ability of the dam to transfer loading to adjacent dam monoliths to address the 2009 Part 12 Safety Inspection Report recommendations 1.3.1 and 1.3.3. Conduct additional structural analysis, including finite element modeling if necessary, to verify the ability of the structure to transfer loading to adjacent monoliths in accordance with FERC requirements. Submit draft and final reports presenting findings and recommendations. I Below and indented are excerpts from the 2009 Part 12 Inspection Report (ref 27): 1.3.1 Recommendations Regarding the Suitability of the Project for Continued Safe and Reliable Operation Additional finite element modeling is recommended to confirm the ability of the dam to transfer loading to adjacent dam monoliths in the event that the shear resistance of the dam's foundation at Monolith 4 is not adequate as itdoes not meet the FERC Guidelines post-earthquake safety factor criteria of 1.5. 1.3.2 Recommendations Regarding the Project Description — None 1.3.3 Recommendations Regarding the Potential Failure Modes Analysis Report Additional finite element modeling is recommended to determine the abilityof the structure to transfer loading to adjacent monoliths in the event that the shear resistance of the dam's foundation is not ad- equate in the central portion of the dam. 1.3.4 Recommendations Regarding the Surveillance and Monitoring Plan A Dam Safety Surveillance and Monitoring Plan (DSSMP) document for the Project should be prepared to consolidate in a single document the surveillance and monitoring program including scheduling and fre- quency of surveillance and monitoring activities, training of operators on what is required foreach activity, procedures for collection and documentation of instrumentation data, need for confirmation of readings outside of threshold values, reporting procedures for normal and abnormal conditions and documentation of activities. In particular the DSSMP should incorporate the measures as identified by the PFMA Team and the Co-Independent Consultants for PFMs 1, 2, 3 &4. Preparation of a DSSMP for the Project should be prepared to meet current FERC Guidelines. G:\pu1b-wrks\eng\10-04 Hosler Dam Stability Analysis\RFP\2011-05-31 RFP 10-04.doc 14 1.3.5 Recommendations Regarding the Field Inspection - None 1.3.6 Recommendations Regarding the Operation and Maintenance Programs Recommendations for O&M programs for the project are as follows: •A reservoir O &M debris management program needs to be developed to preclude plugging of the gated spillway by floating debris. •A reservoir emergency drawdown O&M plan needs to be developed to assure rapid availability of the 24-inch and 60-inch outlet facilities to reduce the water load on the dam to be able to respond to a pending emergency dam failure condition. •An O&Mdam and foundation leakage and seepage monitoring program needs to be established to monitor normal conditions for comparison with post earthquake conditions or to identifyother developing unusual conditions. City of Ashland - Reeder Gulch Project FERC Project No. 07-21-OR 1.3.7 Recommendations Regarding the Supporting Technical information The Supporting Technical Information Document needs to be completed to include the results of recent geotechnical investigations relating to the resistance to sliding and erosion potential in the central region of the dam's foundation. 3.2.4.1 Scenario Description from 2003 PFMA Report Shear failure at the dear/foundation contact Given the wide valley and relatively thin concrete section as characterized by the 'Lombardi No.',calculations are required by FERC to check shear at the dam/foundation contact. Two potential mechanisms are being considered. • Sliding shear displacement at the dam/foundation/abutment contact, and •Diagonal shear cracks propagating from the upstream face within the dam section near the base of the central monoliths where 'cantilever action'is at a maximum. Dr. Mojtahedi performed the non-linear dynamic analyzes for Harza Engineers for the 2000 Seismic Analysis of Hosler Dam using his ADAS-NS program. in these non- linear analyzes it was found that several horizontal lift joints opened under seismic loading. This relieved the high tensions predicted on the upstream face of the dam by previous linear analyzes and the resulting stresses in the plane of the face were considered acceptable. However, as pointed out by FERC, the report did not discuss the potential for either sliding at the contact or internal diagonal shearcracks propagating from the upstream face near the base of the dam. Assigned Category 1i1-information/Analyses Required. To be evaluated by Acres during the 2003 Safety Inspection. 3.2.4.2 PFM 4:Assessment of Identified Potential Risk Reduction Opportunities (RRO) Risk Reduction Opportunities The following RROs were identified during the 2003 PFMA session: 'The potential for shear displacement and/orshear failure has been assessed by Acres and Dr. Mojtahedi using his ADAS-NS finite element program and the same finite-element model as was used in 2000 for Harza Engineers. The assessment of the seismic capacity of the dam addresses three states: • The "pre-earthquake'or"Normal Load'static case; • The transient dynamic conditions during the passage of the earthquake, and • The"post-earthquake'static case. The approach to these three states is as follows: • The dam must be statically stable under the 'Normal Load'case, which is its present condition and a long term sustained loading, and which also defines the ability of the dam to survive an earthquake. The diagonal shear problems addressed by the 'Lombardi No."occurred in such a 'normal load'case. • The dam will respond dynamically during the passage of the MCE, probably including non-linearjoint opening effects. The behavior of the dam during the passage of the earthquake is in fact, very difficult to predict. It involves dynamic, transient, behavior and probably non-linear mechanisms if the earthquake ground motions are strong. Research suggests that strengths are increased and uplift in cracks or open joints during an earthquake is usually neglected. Sliding stability will not be checked for this case since it is a transient case. G:\pub-wrks\eng\10-04 Hosier Dam Stability Analysis\RFP\2011-05-31 RFP 10-04.doc 15 The key role of this case, in terms of sliding stability, is to help define the extent of cracking for use in the analysis of the 'Post-Earthquake'condition. •FERC now focuses on the static'Post-Earthquake'state since this is a long-term sustained loading under which the dam must be stable. This can be approached using conservative assumptions regarding cracking and uplift pressures or perhaps, in some cases, more rigorous analyses. • The previous finite-element simulations have been re-created by Dr. Moitahedi as a subcontractor to Acres, using the same program and input data as was used for Harza Engineers in 2000. This was for a 'normal loading' orstatic 'Pre-Earthquake'case.The previous assumptions of full uplift pressures over the full depth of the preformed horizontal hinge joint and any horizontal lift joints or vertical contraction joints that are expected to be open under hydrostatic and gravity loading based on zero tensile strength have been used in an interim assessment. By adopting this zero joint strength assumption, the resulting estimates of extensive joint opening and uplift forces lead to a spurious indication of instability. This same static case has been used as a first approximation to the 'Post-earthquake'condition In this analysis it is assumed that no additional cracking occurs during the passage of the earthquake, beyond that predicted in the 'Pre-Earthquake'case. The shear checks were made as follows: • Sliding shear stability checks for each cantilever monolith by integrating the shear and normal forces foreach and then determining the required friction angle at the contact. These are compared with expected values of shearstrength. • The diagonal shear cracking potential is checked in terms of predicted diagonal tensile stresses within the body of the dam.' PFM 4 Studies Following the 2003 PFMA session, a series of studies were performed and documents were prepared by Acres (later to become Hatch Acres) in response to the above stated RRO as follows: 1. "Shear Check—Interim Report ofFindings, (Reference 7, Hatch Acres, 2003). 2. "Finite Element Analysis & Shear Stability Update", (Reference 8, Hatch Acres, 2005). 3. "HoslerDam Evaluation, Additional Field investigations, Phase 1, (Reference 5). 4. HoslerDam Evaluation, Additional Field Investigations & Base ShearAnalysfs, Phase 11; (Reference 6). The results of each of these studies are summarized below. 1. "Shear Check—Interim Report of Findings" • "Slidina Stability "Normal Loading"or"Pre Earthquake"Case.Based on the ratios in Table Al results under the heading 'Max. Shear/Effective Normal Joint Force",which have a maximum value of 1.04 in one 'Monolith', it is judged that sliding will not occur at any such location and that the dam is acceptable in this respect in the 'Normal Loading'or'Pre-Earthquake'case. (In order for the Sliding Factor of Safety to be >1.5 as required by FERC for static cases(without considering cohesion), this requires a friction angle at the contact of at least 57 degrees.) • Slidina Stability 'Post-Earthguake"Case. It is judged that the above case, without joint opening and uplift pressures on the contact, is a reasonable interim basis forassessing this case also. During the passage of a majorearthquake some cracking and transient joint opening may occurbut not to the extent predicted with the zero-tension criteria. An additional analysis should be performed to check this case with an appropriately selected tension strength criterion at lift joints but with uplift pressure in the preformed hinge joint It is expected that the results would indicate stability of this dam in this case • Given the good correlation between previous linear finite-element model displacement predictions for normal loads, including annual temperature cycles, and the observed movements, together with the absence of any sign of shear distress on the downstream face, it is not expected that any significant sliding displacements will be predicted or any shear strength deficiencies will be found and that the local stresses at the pre-formed joint are acceptable. The potential for, and effects of, any significant local shear displacement and bad redistribution could be assessed in more detail in the event that significant joint opening is predicted for the 'Post- Earthquake'case and the sliding shearstrength is exceeded locally for certain monoliths,. If shown to be expected, some such deformations may be acceptable.' i The correct column heading corresponding to the `Maximum value of 1.04"is Max Shear/Total Normal G:\pub-wrks\eng\10-04 Hosler Dam Stability Analysis\R FP\2011-05-31 RFP 10-04.doc 16 Force". Based on these observations, the 2003 Independent Consultant included the following recommendation in the 2003 Part 12D Safety Inspection Report: •'Given the wide valley and relatively thin concrete section, calculations are required to confirm that shear strengths are sufficient at the dam/foundation contact. Interim results show acceptable stability. More rigorous calculations would confirm this conclusion.' 2. "Finite Element Analysis & Shear Stability Update" • ' ....based on available data, the best estimate of the shear strength parameters for the foundation contact are: Friction angle phi=52 degrees Cohesion c=0 • The results indicate that under Normal and Post-Earthquake loading conditions, the dam foundation meets FERC stability criteria in terms of shear friction factorof safety of 1.50 in all areas except at the base of Monolith 4 where the factorof safety is estimated to be between 1.18 and 1.21 using the currently available estimates of shear strength parameters. • Given that it appears that reliance must be placed on shear fiction on the foundation contact at Monolith 4, it is suggested that a further field geo-technical assessment of the shear parameters would be worthwhile to determine if additional capacity is available. • The stability of Monolith 5 is dependent on the continued existence of sufficient foundation socketing action. information indicates that this is presently available; however, further investigation is required to evaluate the probability of its availability subsequent to an over-topping flood event. •if sufficient shearhic6on strength cannot be established, it may then be necessary to considersome means to ensure adequate shear strength at the contact of the downstream toe of the arch in the central region.' 3. "Hosier Dam Evaluation, Additional Field Investigations, Phase I" During meetings with FERC officials in Portland, it was noted that the shear resistance parameters used for the stability of the Hosler dam, as detailed in Hatch Acres'report'Finite Element Analysis&Shear Stability Update', dated January 13, 2005, were considered to be at the upper bound of values commonly used in engineering practice. Accordingly, it was recommended that field investigations be performed to confirm the applicability of these values. Hatch Acres proposed to accomplish this task in two phases. 1 Phase 1. Undertake a field reconnaissance to better assess the site goo-technical conditions and define the scope of a drilling program 2.Phase Ik Undertake a detailed goo-technical investigation program and prepare a report detailing the selection of appropriate shear strength parameters for the site The Phase I field reconnaissance led to the following recommendations: ....a numberof actions are needed to provide quantifiable data. This work would involve: - Additional geological mapping to obtain information of block size Testing to determine the Joint Compressive Strength (JCS)of the dam concrete Direct shear tests on saw-cut samples of the concrete and the rock obtained from the contact area to establish the basic shear resistance - Rotary drilling to establish the characteristics and erodabil ty of the left abutment foundation rock at depth' 4. "Hosler Dam Evaluation, Additional Field investigations &Base Shear Analysis, Phase li" • 'Based on field observations and the calculation of the erodability index, it is concluded that the rock at the base of the dam is unlikely to be prone to erosion since the stream power required toexceed the threshold for scour, based on Annandale(1995), would be in excess of 700 kW/m2, which exceeds the estimated stream power of the discharge from the spillway at full capacity, the original estimate of the total friction angle, used in the stability analyses, by Hatch Acres(2005), was 521 2°. This value falls within the lower end of the range of values obtained from the 2008 investigations.As a result, this original estimate should be considered a reasonable, but conservative value for the total friction angle for the bedrock-concrete interface. G:\pub-wrks\eng\10-04 Hosler Dam Sta bility Analys is\R FP\2011-05-31 RFP 10-04.doc 17 Current Assessment On the basis of the above series of studies in relation to PFM 4, it is the assessment of the 2008 Co-Independent Consultants that: •The recommended studies have been performed in a manner consistent with current practice relative to the evaluation of the sliding of concrete dams along the concrete/bedrock interface. • Monolith 4. The additional field investigations (References 6& 6) were performed in order to determine if a higher value for the total friction angle than 52 degrees postulated in Reference 8 could be validated in order to achieve a 1.5 factor of safety against sliding as required by the FE RC. The results of the latter studies indicate that while possible higher total friction angles may be possible, they cannot be assured. This is potentially an acceptable condition if it can be shown through additional finite element modeling that the structure has the capability to transfer loading to adjacent monoliths. Absent confirmation of this capability and given the major consequences of dam failure, it would be necessary to consider some means to ensure adequate shear resistance at the contact of the downstream toe of the arch with the foundation in the central region. • Monolith 6. As stated in Reference 8, a total friction angle of 52 degrees will not provide the required provide a factor of safety of 1.5 against sliding for the "normal"and `post-earthquake" conditions and that stability can only be achieved by the presence of the continued existence of the foundation socketing action. Studies included in Reference 6 indicate that the bedrock at the base of the dam underlying a zone of friable weathered granitic overburden is unlikely to be prone to erosion since the stream power of the PMF is less than that required to exceed the threshold for scour. Accordingly, the existing socketing can be expected to remain following all floods up to and including the magnitude of the PMF. The assessment of this RRO by the 2008 Co-Independent Consultants is that the results of the above referenced studies indicate that continuation of a Category III designation is required for PFM 4. 2. Review existing action threshold levels and operational procedures for deflection and earthquake magnitude recommended in prior reports by Acres International and Squier & Associates to verify previous conclusions or recommend changes if appropriate. Include conclusions & recommendations in the reports for scope item 1. The emergency warning system design report for the siren system now being used by the City was prepared by Squier and Associates. In it several action thresholds for developing conditions and eminent failure responses were identified. In particular, the deflection levels identified as significant were set without any reference to the predicted levels predicted by numerical analysis. Subsequent Part 12 Inspections commented on the levels but made no recommendations to verify. Similar action thresholds for earthquake magnitude were proposed in the most recent Part 12 Inspection Report. The City seeks expert review of these levels in light of the analytical findings of scope item 1 above. 3. Submit a revised Supporting Technical Information Document (STUD) that includes the results of recent geotechnical investigations relating to the resistance to sliding and erosion potential in the central region of the dam's foundation to address the 2009 Part 12 Safety Inspection Report recommendation 1.3.7. i The City will provide the current STID to the consultant in word "doc"format for use in updating the current document to reflect new findings from scope items 1 and 2. G:\pub-wrks\eng\10-04HoslerDamStability Analysis\RFP\2011-05-31 RFP 10-04.doc 18 4. Submit two preliminary design alternatives to modify Hosler Dam, Reeder Reservoir, and/or its appurtenant structures 'to safely increase the maximum storage capacity of the existing reservoirs by a minimum of 620 Acre-Ft. Recent master planning efforts for the City's water supply system have identified a future need for raw water storage on the order of 620 Acre-Ft due to increased population in the coming 50 years, as well as due to predicted effects of climate change. During discussions with the previous part 12 independent inspectors, it was suggested that it may be feasible to increase the height of Hosler Dam to provide increased storage, as well as assure the needed level of safety. The City is seeking a preliminary assessment of the feasibility of this suggestion, as well as apreliminary assessment of the feasibility of other opportunities to increase storage by other available means including, but not limited to,removal of sedimentation deposits, excavation of adjacent reservoir areas, or expanded impoundments at the existing east & west fork dam locations. Provide cost estimates and plan view drawings of the areas proposed for modification, as well as an assessment of the most important challenges inherent in each of the the proposed designs. 3.2PROIECT EXPECTATIONS The following items must be considered within this section: a) Review and consider all prior safety inspection reports, all referenced information, as well as those included in the reference list in this RFP. b) The Engineer must be an approved Part 12 independent consultant and must have approval by Mr. Daniel Mahoney, Director, Division of Dam Safety and Inspections, Federal Energy Regulatory Commission, 888 First Street, NE (Room 6N-01), Washington DC 20426. A copy of the independent consultant's approval must be filed with the City and with the FERC Portland Office (Attn: Mr. Gerald Pierce, FERC Portland Regional Office, 805 SW Broadway, Suite #550, Portland, OR 97205). c) The Engineer's resume must be included in the Request for Proposal. d) A draft report and all conclusions and recommendations shall be presented and discussed with the City's Engineer at least 30 days prior to submittal to FERC. e) The final report(three original copies) shall be submitted to FERC Portland no later than December 31, 2011 and the consulting engineer shall be available to comment and respond to FERC comments within 12 months of submitting the report. f) Submit five original copies of the final report to the City. Any changes as a result of FERC comments will be incorporated by letter or as a completely revised report depending on the nature of the FERC comments. g) All evaluation and reporting must follow the FERC published criteria for dynamic base shear in arch dams —specifically Chapter XI —Arch Dams (dated October 1999) of the Commissions Engineering Guidelines. The Guidelines include factors to be considered in addressing shear at the arch dam/foundation interface as well as orientation of the shear stresses at the base. a) A separate preliminary design report for task 3 including estimates, conclusions and recommendations regarding feasibility and constraints shall be presented and discussed with the City's Engineer at least 30 days prior to the final submittal. G:\pub-wrks\eng\10-04 Hosler Dam Stability Analysis\R FP\2011-05-31 RFP 10-04.doc 19 a ' 3.3 CONSULTANT RESPONSIBILITIES The CONSULTANT shall assume full responsibilities for the following: 3.3.1 Personnel, Materials & Equipment: The CONSULTANT shall have minimum often(10)years experience of experience in responsible charge of the the type of engineering work outlined in this proposal. The CONSULTANT shall provide qualified and competent personnel and shall furnish all supplies, equipment, tools and incidentals required to accomplish the work. Safety Equipment: The CONSULTANT shall provide and use all safety equipment including, but not limited to hard hats, safety vests and clothing required by State and Federal regulations and Department policies and procedures. Professional Responsibilities: The CONSULTANT shall perform the work using the standards of care, skill and diligence normally provided by a professional in the performance of such services in respect to similar work and shall comply with all applicable codes and standards. Under this proposal, the consultant shall also perform the following services. 1. Attend kick-off conference with City staff. 2. Review, analyze, reference and incorporate existing reports, studies and other records. 3. Review existing deflection data, and if necessary, conduct further surveys and field work. 4. Perform a detailed verification of the structure and site geometry (the dam and the related facilities. 5. Submit 90% draft report for each deliverable a minimum of 30 days prior to the due date to FERC and to the City in order to assure incorporation of City and FERC feedback into final report. 6. Prepare and provide 5 copies of all final reports, designs, manuals, system reviews, calibration testing, etc to the City. The consultant shall also submit three original copies of the final report to the FERC Portland office. All preliminary and final deliverables shall also be made available in adobe portable document(PDF) file format. 7. The consulting engineer shall be available to comment and respond to FERC comments for the following 24 months after submitting the report. 8. Provide a copy of all technical memoranda and reports/recommendations in digital format as Microsoft Word and Excel 2000 Documents as applicable. 9. All geometric and geographic report data shall be submitted in digital format acceptable to the City (AutoCAD version 2000 for drawings, as well as the finite element analysis input in its native file format (e.g. ANSYS or ADAP-NS input and output files). All preliminary and final deliverables shall also be made available in adobe portable document (PDF)file format.. G:\pub-wrks\eng\10.04 Hosler Dam Stability Analysis\RFP\2011-05-31 RFP 10.04.doc 20 A P - P E N D I C E S G.\pub-wrks\eng\10-04 Hosler Dam Stability Analysis\RFP\2011-05-31 RFP 10-04.doc 21 Appendix A Contract for Personal Services CITY OF CONTRACTOR: ASHLAND 20 East Main Street CONTACT: Ashland, Oregon 97520 Telephone: 541/488-6002 ADDRESS: Fax: 541/488-5311 TELEPHONE: DATE AGREEMENT PREPARED: FAX: BEGINNING DATE: COMPLETION DATE: COMPENSATION: GOODS AND SERVICES TO BE PROVIDED: ADDITIONAL TERMS: NOW THEREFORE, pursuant to AMC 2.50.120 and after consideration of the mutual covenants contained herein the CITY AND CONTRACTOR AGREE as follows: 1. All Costs by Contractor: Contractor shall, provide all personal services and shall at its own risk and expense, perform any work, and furnish all labor, equipment and materials required for the work described above and attached as exhibit C. 2. Qualified Work: Contractor has represented, and by entering into this contract now represents, that all personnel assigned to the work required under this contract are fully qualified to perform the work to which they will be assigned in a skilled and worker-like manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded. Contractor must also maintain a current City business license. 3. Completion Date: Contractor shall provide all goods in accordance with the standards and specifications, no later than the date indicated above and start performing the work under this contract by the beginning date indicated above and complete the work by the completion date indicated above. 4. Compensation: City shall pay Contractor for the specified goods and for any work performed; including costs and expenses, specified above or in Exhibit C. Payments shall be made within 30 days of the date of the invoice. Should the contract be prematurely terminated, payments will be made for work completed and accepted to date of termination. Compensation under this contract, including all costs and expenses of Contractor, is limited to $ unless a separate written contract is entered into by the City. 5. Ownership of Documents: All documents prepared by Contractor pursuant to this contract shall be the property of City. 6. Statutory Requirements: ORS 27913.020, 27913.220, 27913.225, 27913.230, 279B.235, ORS I Chapter 244 and ORS 670.600 are made part of this contract. Contractor shall comply with these and all other federal, state and local laws and regulations.applicable to the work G:Ipub- ksleng110.04 Hosler Dan Stability AnalysisIRFP12011-05-31 RFP 10-04.doe under this Contract. 1 7. Living Wage Requirements: If contractor is providing services under this contract and the amount of this contract is $18,703 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 work under this contract. Contractor is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 8. Indemnification: Contractor agrees to defend, indemnify and save City, its officers, employees and agents harmless from any and all losses, claims, actions, costs, expenses, judgments, subrogation, or other damages resulting from injury to any person(including injury resulting in death), or damage (including loss or destruction)to property, of whatsoever nature arising out of or incident to the performance of this contract by Contractor(including but not limited to, 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 any losses, expenses, claims, subrogation, actions, costs,judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 9. Termination: a. Mutual Consent. This contract may be terminated at any time by mutual consent of both parties. b. . City's Convenience. This contract may be terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. C. For Cause. City may terminate or modify this contract, in whole or in part, effective upon delivery of written notice to Contractor, or at such later date as may be established by City under any of the following conditions: i. If City funding from federal, state, county or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services; ii. If federal or state regulation or guidelines are modified, changed, or , interpreted in such a way that the services are no longer allowable or appropriate for purchase under this contract or are no longer eligible for the funding proposed for payments authorized by this contract;or iii. If any license or certificate required by law or regulation to be held by Contractor to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d. For Default or Breach. i. Either City or Contractor may terminate this contract in the event of a breach of the contract by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and intent to terminate. If the party committing the breach has not entirely cured the breach within 15 days of the date.of the notice, or within such other period as the party giving the notice may authorize or require, then the contract may be terminated at any time thereafter by a written notice of termination by the party giving notice. u. Time is of the essence for Contractor's performance of each and every i obligation and duty under this contract. City by written notice to Wpub-e sleng11O-04 Hosler Dan Stability An*sislRFR2011-05-31 RFP 10-04.doc Contractor of default or breach may at any time terminate the whole or any part of this contract if Contractor fails to provide services called for by this contract within the time specified herein or in any extension thereof. iii. The rights and remedies of City provided in this subsection(d) are not exclusive and are in addition to any other rights and remedies provided by law or under this contract. e. Obligation/Liability of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b, c or d of this section, Contractor shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Contractor shall deliver to City all contract documents, information, works- m-progress and other property that are or would be deliverables had the contract been completed: City shall pay Contractor for work performed prior to the termination date if such work was performed in accordance with the Contract. 10. Independent Contractor Status: Contractor is an independent Contractor and not an employee of the City. Contractor shall have the complete responsibility for the performance of this contract and for any federal or state taxes applicable to payments under this contract. Contractor will not be eligible for any federal Social Security, state Worker's Compensation, unemployment insurance or Public Employees Retirement System benefits from this contract payment, except as a self-employed individual. 11. Non-discrimination Certification- The undersigned certifies that the undersigned Contractor has not discriminated against minority, women or emerging small-businesses enterprises in obtaining any required subcontracts. Contractor further certifies that it shall not discriminate in the award of such subcontracts, if any.' The Contractor understands and acknowledges that it may be disqualified from bidding on this contract, including but not limited to City discovery of a misrepresentation or sham regarding a subcontract or that the Bidder has violated any requirement of ORS 279A.110 or the administrative rules implementing the Statute. 12. Asbestos Abatement License: If required under ORS 468A.710, Contractor or Subcontractor shall possess an asbestos abatement license. 13. Assignment and Subcontracts: Contractor shall not assign this contract or subcontract any portion of the work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Contractor shall be fully responsible for the acts or omissions of any assigns or subcontractors and of all persons employed by them, and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. 14. Use of Recyclable Products: Contractor shall use recyclable products to the maximum extent economically feasible in the performance of the contract work set forth in this document. 15. Default. The Contractor shall be in default of this agreement if Contractor: commits any material breach or default of any covenant, warranty, certification, or obligation it owes under the Contract; if it loses its QRF status pursuant to the QRF Rules or loses any i license, certificate or certification that is required to perform the work or to qualify as a Glpub-wekAeng110-04 Hoslw Dan 9tabt*AnalysislRFPMi1-05-31 RFP 10-04.doe QRF if Contractor has qualified as a QRF for this agreement; institutes an action for relief in bankruptcy or has instituted against it an action for insolvency; makes a general assignment for the benefit of creditors; or ceases doing business on a regular basis of the type identified in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 16. Insurance. Contractor shall at its own expense provide and maintain the following insurance: a. Worker's Compensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers b. General Liability insurance with a combined single limit, or the equivalent, of not less than $1,000,000, for each occurrence for Bodily Injury and Property Damage. It shall include contractual liability coverage for the indemnity provided under this contract. c. Automobile Liability insurance with a combined single limit, or the equivalent, of not less than $1,000,000, for each accident for Bodily hijury and Property Damage, including coverage for owned, hired or non-owned vehicles, as applicable. d. Notice of cancellation or change. There shall be no cancellation, material change, reduction of limits or intent not to renew the insurance coverage(s) without 30 days' written notice from the Contractor or its insurer(s)to the City. e. Additional Insured/Certificates of Insurance. Contractor shall name The City of Ashland, Oregon, and its elected officials, officers and employees as Additional Insureds on any insurance policies required herein but only with respect to Contractor's services to be provided under this Contract. As evidence of the insurance coverages required by this Contract, the Contractor shall furnish acceptable insurance certificates prior to commencing work under this contract. The contractor's insurance is primary and non-contributory. The certificate will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. If requested, complete copies of insurance policies; trust agreements, etc. shall be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self-insurance. 17. Governing Law; Jurisdiction; Venue: This contract shall be governed and construed in accordance with the laws of the State of Oregon without resort to any jurisdiction's conflict of laws, rules or doctrines. Any claim, action, suit or proceeding(collectively, "the claim") between the City (and/or any other or department of the State of Oregon) and the Contractor that arises from or relates to this contract shall be brought and conducted solely and exclusively within the Circuit Court of Jackson County for the State of Oregon. If, however, the claim must be brought in a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon filed in Jackson County, Oregon. Contractor,by the signature herein of its authorized representative, hereby consents to the in personam jurisdiction of said courts. In no event shall this section be construed as a waiver by City of any form of defense or immunity, based on the Eleventh Amendment to the United States Constitution, or otherwise, from any claim or from the jurisdiction. 18. Arbitration If any disputes, disagreements, or controversies arise between the parties GApu1b-wksWg110-04 Hosler Dam Stability Anal sislRFRMI-05-31 RFP 10.04.dac pertaining to the interpretation, validity, or enforcement of this Agreement, the parties shall, upon the request of either party, submit such dispute to binding arbitration. Except as otherwise provided in this contract, arbitration shall be requested by delivering to the other party a written request for arbitration. Within five (5)days of receipt of such request, the parties shall select a mutually agreeable arbitrator and designate mutually agreeable rules of arbitration. If the parties cannot agree upon an arbitrator within five (5) days, an arbitrator may be appointed by the presiding judge, Jackson County Circuit Court, upon the request of either party submitted in accordance with ORS 36.310. If the parties have not designated mutually agreeable roles of arbitration at such time as the arbitrator is appointed, the arbitrator shall adopt rules for the arbitration. The arbitrator's decision shall be binding upon the parties. The City and Contractor agree to a consolidated arbitration of such claims, disputes and other matters in question between themselves regarding the project, with claims, disputes and other matters in question regarding the project between and among the City, Contractor and the City's third parties designees and contractors and anyone else under contract with the City or any other party to perform work or services related to the project. Notwithstanding any dispute under this Agreement, whether before or during arbitration, Contractor shall continue to perform its work pending resolution of a dispute, and the City • shall make payments as required by the Agreement for the undisputed portions of the work. 19. Attorney Fees. If either party commences any arbitration, legal action, suit, or proceeding against the other to rescind, interpret or enforce the terms of this Agreement, the parties agree that the prevailing party shall be awarded reasonable attorney's fees and costs incurred in any such arbitration, action, suit or proceeding and in any later appeals filed as a consequence thereof. Such costs shall bear interest at the maximum legal rate from the date incurred, until the date paid by the losing party. 20. Severability. If any part,term or clause of this Agreement is held by a court or arbitrator to be unenforceable, of no effect or in conflict with any law,the validity of the remaining provisions and clauses shall not be affected and the rights and obligations'ofthe parties shall be construed and in force as if the Agreement did not contain the particular part,term or clause held to be unenforceable. 21. THIS CONTRACT AND ATTACHED EXHIBITS CONSTITUTE THE ENTIRE AGREEMENT BETWEEN THE PARTIES. NO WAIVER CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS CONTRACT SHALL BIND EITHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES. SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, IF MADE, SHALL BE EFFECTIVE ONLY IN THE SPECIFIC INSTANCE AND FOR THE SPECIFIC PURPOSE GIVEN. THERE ARE NO UNDERSTANDINGS, AGREEMENTS, OR REPRESENTATIONS, ORAL OR WRITTEN, NOT SPECIFIED HEREIN REGARDING THIS CONTRACT. CONTRACTOR, BY SIGNATURE OF ITS AUTHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS CONTRACT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 22. Nonappropriations Clause. Funds Available and Authorized: City has sufficient funds currenfly available and authorized for expenditure to finance the costs of this contract Glpubwksleny110-04 Hosla Dan Sta6MLly AnalysislRFR2011-05-31 RFP 10-04.doe within the City's fiscal year budget. Contractor understands and agrees that City's t payment of amounts under this contract attributable to work performed after the last day of the current fiscal year is contingent on City appropriations, or other expenditure authority sufficient to allow City in the exercise of its reasonable administrative discretion, to continue to make payments under this'contract. In the event City has insufficient appropriations, limitations or other expenditure authority, City may terminate this contract without penalty or liability to City, effective upon the delivery of written notice to Contractor,with no further liability to Contractor. 23. Prior Approval Required Provision. Approval by the City of Ashland Council or the Public Contracting Officer is required before any work may begin under this contract. 24. Certification. Contractor shall sign the certification attached hereto as Exhibit A and herein incorporated by reference. Contractor: City of Ashland By By Signature Department Head Print Name Print Name Title Date W-9 One copy of a W-9 is to be submitted Funds appropriated for current fiscal year: with the signed contract._ i Finance Director Date Approved as to form: Purchase Order No. _ Legal Department Date 1 G:1pu1b-wks1eng110.04Hosler Dam Stability AnalysislRFR2011-05-31 RFP 10-04.doc EXHIBIT A CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a)the number shown on the attached W-9 form is its correct taxpayer ID (or is waiting for the number to be issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or(ii) it has not been notified by the Internal Revenue Service (IRS)that it is subject to backup withholding as a result of a failure to report all interest or dividends, or(iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that(a) it has the power and authority to enter into and perform the work, (b)the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, (c)the work under the Contract shall be performed in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of perjury that its business is not in violation of any Oregon tax laws, and it is a corporation authorized to act on behalf of the entity designated above and authorized to do business in Oregon or is an independent Contractor as defined in the contract documents, and has checked four or more of the following criteria: (1) I carry out the labor or services at a location separate from my residence or is in a specific portion of my residence, set aside as the location of the business. (2) Commercial advertising or business cards or a trade association membership are purchased for the business. (3) Telephone listing is used for the business separate from the personal residence listing. (4) Labor or services are performed only pursuant to written contracts. (5) Labor or services are performed for two or more different persons within a period of one year. (6) I assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. Contractor (Date) G.pub-w slengll0.04 Hosler Dam Stabdity kalysislRFM11-0&31 RFP 10-04.doe I F. W-9 Request for Taxpayer Give form to the (11".Janamy 2003) Identification Number and Certification requester.°o not oeprviam a de rreesuy send to the IRS. Ynenwa Rmnuo Smxc N Name euslness neme,a different from above In4lvldaaV ❑ Ezempt lrom backup Check appropriate box: ❑ Soo propneror ❑ Corporation ❑ Pannership ❑ Other 10 -_ vmhhoklbg a Andress (umtxr.street.antl apu.or subs roJ - Requester's name and address(opdonag City,state,and ZIP code 'n Ust account numberg)hue(Optional a Tax a r Identification Number (TIN) Enter your TIN it the appropriate box.For individuals,this is your social security number(SSN). Social seeumy number However,for a resident alien,sote proprietor,or disregarded entity,see the Part I instructions on page 3.For other entities,it is your employer identification number(EIM.If you do rat have a number, we How to gat a TIN on page 3. or Note:If the account is in more than one name, we the chart on page 4 for guidelines on whose number Emplonr Ides cation oumbn to enter. I �, Certification _ under penalties of perjury,1 certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me),and 2. 1 am not subject to backup withholding because:(a)I am exempt from backup withholding, or(b)1 have not been notirmd by the Internal - Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding,and 3. 1 am a U.S.person including a U.S.resident alien). Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions.item 2 does not apply. For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt contributions to an Individual redrement arrangement ORA),and generally, payments other than interest and dividends,you are not required to sign the Coxtification,but you must provide your correct TIN.(See the instructions on page 4.) Sign Signatue a Here u. parson D. Care► Purpose of Form Nonresident alien who becomes a resident afien Generally, only a nonresident alien individual may use the A person who is required to file an information return with terms of a tax treaty to reduce or eliminate U.S.tax on the IRS, must obtain your correct taxpayer identification certain types of income. However, most tax treaties contain a number 01N)to report,for example,income paid to you, real provision known as a "saving clause." Exceptions specified estate transactions, mortgage interest you paid. acquisition In the saving clause may permit an exempVcn from tax to or abandonment of secured property, cancellation of debt, or continue for certain types of Income even after the recipient contributions you made to an IRA. has otherwise become a U.S, resident alien for tax purposes. U.S.person. Use Form W-9 only if you are a U.S. person If you are a U.S. resident alien who is relying on an (including a resident alien),to provide your correct TIN to the exception contained in the saving clause of a tax treaty to person requesting it(the requester)and,when applicable,to: claim an exemption from U.S.tax on certain types of income, 1.Certify that the TIN you are giving is correct(or you are you must attach a statement that specifies the following five waiting for a number to be issued), items: 2. Certify that you are not subject to backup withholding, 1.The treaty country. Generally,this must be the same or treaty under which you claimed exemption from tax as a 3-Claim exemption from backup withholding if you are a nonresident alien. U.S.exempt payee. 2 The treaty article addressing the Income. Note !f a requester gives you a farm other than Form W-9 3. The article number(or location)In the tax treaty that to request your TIN,you must use the requester's form if it is contains the saving clause and Its exceptions. substantially similar to this Form W-9. 4, The type and amount of income that qualifies for the Foreign person. If you are a foreign person, use the exemption from tax. appropriate Form W-8(see Pub.515,Withholding of Tax on S. Sufficient fads to justify,the exemption from tax under ( Nonresident Aliens and Foreign Entities). the terms of the treaty article. Cat No.10231x Form W-9 IRe,1.20031 G:Ipub-Nks(eng(10.04 Hosler Dam Stability AnaysislRFR2011-05-31 RFP 10-04.doc • Appendix D LIST OF REFERENCES No Date Title Author 1 1969 Reeder Gulch Project Structure Safety Inspection Report Stevens Thomas Runyan 2 1977 Water Resources and Facilities Plan James Montgomery 3 1980 Presentation 10 EPA on the Ashland Watershed EPA/Jones & Stokes 4 1980 Reeder Resvervoir Maintenance Operations EIS EPA/Jones & Stokes 5 1981 FERC Exemption FERC 4 1981 FERC Exemption Supporting Documents FERC 6 1981 FERC Exemption Exhibit B Supporting Map FERC 7 1981 1 Reeder Gulch Dam Phase 1 inspection Report OWRD/USACE 8 1983 Reeder Gulch Dam Analysis of Structural Stability Morrison Knudsen 9 1983 Reeder Gulch Project Safely inspection Report Morrison Knudsen Reeder Reservoir-Origins and Characteristics of 10 1987 Sedimentation USFS 11 1988 Reeder Gulch Project Safely Inspection—Report Morrison Knudsen 12 1993 Reeder Gulch Project Safely Inspection Morrison Knudsen 13 1998 Proposal-Dam Safely Inspection Morrison Knudsen 14 1998 Reeder Gulch Project Report on Safety Inspection Morrison Knudsen 15 2000 Hosler Dam Seismic Analysis Ilarza 16 2000 1 Hosler Dam Seismic Analysis-EQ Analysis—E Ground Motions Harza 17 2001 Dam-Break Study Harza ' 18 2002 Hosler Dam Failure Warning System Design Report Barry Myers 19 2003 Hosler Dam EWS paper for NDDSPTW 11 Karl Swanson 20 2003 Part 12 PFMA Report Hatch Acres 21 2003 FERC Part 12D Safety Inspection Report Hatch Acres 22 2003a Hosler Dam Geological Review for FERC Part 12 Shannon & Wilson Hosler Dam Seismicity & NICE Ground Motion Rev.for 23 2003b FERC Part 12 Shannon& Wilson 24 2004 1 Project Description Amendment Brown & Caldwell 25 2005 Draft Hosler Dam FEA Report with appendices Hatch Acres Hosier Dam Evaluation Additional Investigations — 26 2006 Phase I Hatch Acres 27 2009 Independent Consultant Inspection Report Hatch Acres 28 2010 Project oundary Exhibit B Brown& Caldwell 29 2011 Supporting Technical Information Document Ashland Public Works The above reference reports are available for review in the City Engineer's office at 51 Winbum Way. Information can be obtained by contacting the Engineering Offices at 541/488-5347. Digital transmission is unavailable due to the file size. i .,pi`s . r'��. y�°�1 ^ ly Y� EJr'� � � t;}Z��f �•,, {,. x��( ,f _'; '- = v �. r ♦�a � 3 Fit= �y w � �' =f �� r t �ij,r •�'Yi*>� h� r �<, � ?.-.mkt° � �+�,. ti,, �.� fltA 'A.�'x. :. i r ,.,.•� Y'•wasi s _ "Ar , ,�, t � '' x 4,t - . ,kn 3I ,i. 1 .. ,� ! �:f•`4r;ki :r�`sA =..'. ': 13'...°� ti ' '.a J'. � '.ti Z, � Sr�y � �`q •',�y F " ,�t ate r `y re 44 r'Ij�4ryy � • Cl rn Ct M — I � I } r m + " i a — �: T- PROPOSAL kf ji i Y � �r r" 3 ''{{1vf ii�1xi �2f�;f t t r' City of Ashland, Department of Public Works July 14, 2011 i i Submitted by: r"j UM. July 13, 2011 City of Ashland Public Works Engineering Division Attention: Pieter Smcenk, PE, SE 20 East Main Street Ashland, Oregon 97520 RE: Hostler Dam Stability Analysis, Project No. 10-04 Dear 1\-fr. Smeenk: URS is pleased to present our response to City of Ashland's (City) Request for Proposal for die subject services. We acknowledge receipt of RFP Addendum No. 1,dated June 24, 2011, and Addendum No. 2, dated July 13, 2011. Out Bellevue office is URS'corporate center for hydropower work and, as such,we offer the City a large, local engineering staff specializing in engineering services for existing hydro facilities.We offer the full range of darn safety engineering services for hydroelectric and water resources projects. We have extensive experience ill performing this type of specialized work,and have the proven expertise developed from performing numerical stress and stability analyses of concrete dams and other appurtenant features. URS is offering the City a high[),qualified team of technical experts with many years of experience working on daoi and hydro projects. The primary base of operations will be locally based out of our Bellevue office and has a long History of providing service for similar assignunents. Steve Samuelson is our proposed Project 114anager and Lead Technical Engineer for this as-si ournent. Steve brings extensive specialized experience and expertise in concrete dam analysis and evaluation to this assignment. As needed, we can also offer the City the services of Joe F.hasz, \dike Pavone, and Guy Lund,who are recognized technical experts in dam engineering. Our proposed learn also has very strong credibility and a trusted relationship with the FF.RC.Steve Samuelson and our other team members are very well known to the FERC's Portland Regional Office and DC headquarters. This relationship,gained through performing similar work on dams at FERC licensed projects, will enable our team to work efficiently with die City and the FERC to address and resolve the outstanding issues outlined in the RFP. In closing,we appreciate the opportunity to respond to your RFP for consulting services. URS has a long-term Commitment to serving the hydropower industry and the hydro-based utilities in the Northwest front out Bellevue office. We have the staff resources to responsively perform this assignment. We look forward to hearing from you and hope to work with the City oil this assignment. If you have any questions or concerns, please feel free to can me at(425)451-4592,or Steve Samuelson at(425)451-4284. Sincerely, Mike Pavone,PE 1l'Iarager of Engineering Enclosure URS Corporation 10900 NE 8° Street,suite 5oo Bellevue,WA 98004 Tel:425-451-4500 Fax:425-451-4190 City of Ashland, Department of Public Works Hosler Dam Stability Analysis Project No. 10.04 ? Cover Sheet Project Title L,xceptiarrs to Cmrtract Hosler Dam Stability Analysis, Project No. 10-04 URS would like the opportunity to discuss and negotiate with the City of Ashland regarding the Legal Name of Proposer terms and conditions for this project. URS Energy &Construction, Inc. Legal Status Corporation Tederal Tax 1D Nwuber 34-0217470 i1•lailiug Address 10900 NE 8r"Street, Suite 500 Bellevue, Washington 98004 Contact Person fa• this Proposal Steve Samuelson, PE Project Manager Phone: 425-451-4284 Fax: 425-451-4980 Steve samuelson�urs coi n Person Authorized to Sign Contract: Mike Pavone, PE Manager of Engineering Phone: 425-451-4592 Fax:.425-451-4980 mike.p ivone c�urs.cn Et�L � Signature July 13, 2011 City of Ashland, Department of Public Works Hosler Dam-Stability Analysis Project No. 10.04 1 Understanding of Requested Service "Tensile stresses on joints that remained closed, due Our understanding and approach to the City of to the use of a 250 psi tensile strength, were very low Ashland's(City's) project are summarized below. and localized. Therefore, it was felt that the use of this 250 psi tensile strength was acceptable." The RFP scope items are as follows: As a result, conclusions were focused more on I. Review previous structural studies and reports for general location 2, the dam concrete/foundation rock Hosler Dam and prepare a plan of analysis contact. Physical model studies by the USER have 2. Review existing action threshold levels and demonstrated that structural failure of the dam operational procedures for deflection and concrete is theoretically possible if external loads earthquake magnitude produce high enough stresses within the body of the dam, but admits that "...There have been no known 3. Submit a revised Supporting Technical Information arch dam failures... ...no direct empirical evidence to Document(STID)that includes the results of recent indicate how an arch dam would structurally fail..." geotechnical investigations Documented failures of arch dam have all been 4. Submit two preliminary design alternatives to attributed to foundation failures. One of the most modify Reeder Reservoir!o safely increase the prominent arch dam failures, Malpasset in France in maximum storage capacity by a minimum of 620 1959, was a catastrophic failure attributed by most Acre-Ft. experts to a foundation failure. Interestingly, Moyle and Lake Lanier dams each experienced foundation The first three scope items are more closely related failures of their respective abutments without and can be characterized as related to dam safety structural failure of the arch. These indicate an evaluations and will be addressed in our first emphasis on establishing the best estimates for technical report(Deliverable 1)and edits to an shear strength of the dam/foundation contact, which existing document provided by the City of Ashland, has been the appropriate focus of the most recent the Hosler Dam Supporting Technical Information studies. Document(STID—Deliverable 2). The fourth scope Now that field exploration, material testing and item is essentially astand-alone(except for some evaluation is complete, the present scope of work is analysis input using the finite element model) focused on evaluation of the ability of the dam to reconnaissance level design study and will be transfer load to adjacent monoliths from the taller ,_. addressed in our second technical report monoliths, where cantilever action is maximum and (Deliverable 3). the shear factor of safety greater than 1, but less Dann Safety Evaluations than FERC minimum safety factors. Initial review of The RFP and the background materials supplied by materials accompanying the RFP indicates that there the City indicate a analysis history commencing with may be adequate information to satisfy the FERC the analyses completed by Harza in October, 2000 requirements without further finite element analysis. and continuing through field investigations and Part A comprehensive review and integration of all prior 12 services completed by Hatch Acres in 2009. . information is needed in order to develop our draft of our Plan of Analysis. At a minimum, the plan will The initial investigations focused on dam stresses for include: Normal, Flood and Seismic loads. Since that time, the Potential Failure Modes Analysis(PFMA)of 2003 1.Summary of all Geotechnical and Material Testing has focused attention on evaluations of the potential Conducted to date. for shear failure mechanisms. These were motivated 2.Kinematic evaluation of the foundation for any rock by FERC comments regarding the"Boldness Factor" wedges or other defects that could limit the for the dam, alternately referred to as the"Lombardi capacity of the dam. Number". The Boldness Factor for Hosler is 27, implying that critical shear could occur in either of 3.Evaluation of all prior dam analyses to determine if two general locations including: 1)within the body of load redistribution from monolith M4 realistically the dam or 2)at the contact with the foundation, can be expected, and if so what the implications Acceptable performance within the body of the dam are. (location 1)apparently was decided on the basis of 4.Dam analyses to evaluate the load redistribution to the model allowing redistribution from lift joints where adjacent monoliths, if required by FERC. We stresses exceeded an allowable of 250 psi. This propose to kick-off these studies with an FERC model permitted load redistribution and found that: teleconference to get as much specific input from them as possible. Our Cost of Services has further Page 1 U of Ashland, Department of Public Works Hosler Dam Stability Analysis Project No. 10.04 dam analysis priced as an alternate. The cost of Energy and include a concise summary of that in the the alternate is included in our bid price, only in the STID, as required by the STID. event that FERC requires additional finite element Reconnaissance Level Design Study modeling. The curvature of the dam, the nonlinear nature of the With regard to item 2 above, we note that foundation analysis, and the fact that some of the shear from the evaluations to date have focused primarily on the deeper central portion will redistribute tangentially shear strength of the interface. However, a complete means that it's not out of the question that a modest foundation evaluation per the FERC Guidelines increase in depth might be accommodated by the Chapter 11 requires consideration also of any rock existing dam with reasonable modifications. In wedges that might be created by dicontinuities in the combination with dredging to restore capacity lost to foundation. Our analyses would therefore begin with siltation and examination of possible adjacent the kinematic analyses to identify potentially capable impoundments, a viable alternative might be rock masses. This activity, in concert with our review achievable with simple modifications to the existing of all of the recent geotechnical evaluations would arch. Otherwise, this task is a straight-forward form the basis for the concise summaries needed for development of area-capacity relations that are Scope Item 3. permitted by the topography.We are assuming that As stated in RFP reference 25 with regard to area topography to a suitable level of accuracy will threshold levels, "Finite element models provide be provided by the City. useful checks but would have to be calibrated to York Task Breakdown measure values" Furthermore, STID Section 2.2 We identified eleven work tasks, which are used as states that"...deformations are due to competing the basis for our cost proposal. The scope of work effects, the winter draw-down causes an upstream crest deflection while the simultaneous cooling and task breakdown will be coordinated with the City causes a down-stream deflection of similar and adjusted as needed prior to proceeding with the magnitude. Thus the resulting measured deflection work. The tasks listed below are reflected in the is the difference of two large numbers which makes pricing. its correlation to a measurable load, such as water Base Scope of Work level, very difficult to interpret in detail'. 1. Project Management URS agrees with these statements. A fundamental 2. Review Background Material difficulty with calibrating measurements to model results is that a safety evaluation model typically 3. Meetings and Coordination incorporates conservative assumptions(no interface or joint tension, for example) that, while suitable for 4. Site Visit prudent safety evaluations, may not reflect actual 5. Foundation Evaluation physical conditions affecting deflection measurements.Additionally, other factors, such as 6. Evaluation Threshold and Action Levels creep of the concrete can cause trending in 7. Technical Report No. 1 (FEA/Action Levels) measurements which, even if innocuous, must be accounted for in setting Threshold Levels. The hours 8• Update STI Document quoted for evaluating the Threshold Levels include 9. Evaluate Reservoir Storage Alternative evaluation of all survey measurements, including regression analysis for movement trends as well as 10. Technical Report No. 2 (Storage Alternative) analysis of a revised finite element model (if Alternate Scope of Work required) that incorporates the most realistic assumptions, not the most conservative 11. Alternate FEA and Report(if required by assumptions. Results of this model will be used for FERC, this will be included in Technical guidance in selecting Threshold Levels, but not Report No. 1) included in the safety evaluation report. Updating the Supporting Technical Information 2. Proposer's Capabilities Document(STID)is a straight-forward task that will be simply accomplished, once the geotechnical URS Corporation, a Fortune 500 company, provides evaluation of the foundation is completed for use with a full range of services to our clients worldwide. URS' the Finite Element Analyses.We also will review the heritage of water project design and construction erosion evaluation already completed by Hatch dates back more than 100 years. Today our project experience totals 96 concrete dams, numerous UM Page 2 City of Ashland, Department of Public Works Hosler Dam-Stability Analysis Project No, 10.04 tunnels and over 50,000 megawatts of installed 3, Project Team and Qualification hydroelectric capacity including all types and sizes of hydro plants, with capacities from 1 to 12,600 We are proud to offer the City a local team with megawatts and with heads from 21 to 2,165 feet. exceptional qualifications. Our team's technical These projects are located throughout North and strengths are apparent from our depth of experience South America, Asia, Europe, and the Middle East. and length of service to many of our clients. Our We have been providing dam and hydroelectric team includes the FERC-approved Independent engineering services out of our Bellevue, Consultants for numerous FERC-licensed hydro Washington, office for more than 30 years. Dam Projects. URS performed the 2008 Part 12 inspection safety engineering services has a longstanding and and PFMA for Mossyrock Arch Dam, 2008 Part 12 Important component of our suite of water resources tnspection of Mayfield Arch Dam, FEM analysis of services.We offer a wide range of dam safety the Mossyrock Arch Dam in 2010, the 2007 Part 12 inspection and PFMA for PGE's engineering services for hydroelectric and water e co Arch Dam, resource projects. Our experience encompasses and many other dam safety related d consulting dams of all sizes and types. URS has provided dam services. safety related planning, licensing, engineering and Another example is URS' long-standing working construction to many clients in the public and private relationship with PPL Montana, where we have sectors and has become a recognized leader in the providing FERC Part 12 related services for over 40 industry. years. Our ability to work well with FERC is also URS has more than 50 people in our Bellevue, illustrated in our project experience. URS worked Washington, office who can be available as needed with FERC for three years to ensure design to support our proposed project team. In addition, compliance on Cowlitz County Swift No. 2 specialists in numerical analysis are also available in reconstruction project. URS has s also lso provided our Denver, Colorado, office to augment the team as discipline support services to the District since 2007 needed, that included services for meeting FERC dam safety requirements. Our key personnel are based in Bellevue, Experience In Concrete Dam Analysis Washington, and are available to meet on site or in the City's office as necessary. URS will communicate URS is very well qualified for performing analysis and with the City by phone or e-mail to keep travel costs design of dams and all types of appurtenant down and can share large documents with the City structures. Our expertise includes design of new with our secure on-line project a-room, dams, spillways, tunnels, and powerhouses as well Steve Samuelson, our proposed Project Manager as rehabilitation, replacement, and upgrade of and Technical Lead, has no current commitments existing structures. In performance of this work, our that would interfere with his attention and engineers use state-of-the-art tools including FLAC performance er this assignment. He recently and ANSYS computer programs as well as several Programs developed in-house. completed an intense two-year design job for PPL D perform static and 3 Montana —the seismic remediation of their Hebgen dynamic, linear and non-linear 3D numerical outlet works. This job is currently under construction. analyses structures for applicable loads including Part-time engineering in support of construction is his earthquakes and floods. URS has performed stress only other activity connected with that job, and he and stability analyses of more than 30 concrete dams, including two-and three-dimensional currently has 80 percent availability. All other staff numerical Finite Element Method(FEM)stress have very good availability and can easily accommodate the needs of the City. The peer analysis. A synopsis of FEM analyses performed by reviewers will be available as needed, but need to be URS appears in the following table. scheduled with some lead time. Page 3 City of Ashland, Department of Public Works Hosler Dam Stability Analysis Project No. 10.04 —Concrete Dam and-Reinforced Concrete Hydrardic Structure finite Clement Aualvsis- Project Name Client Year Regulatory Status Agency_, Hebgen Outlet Works Structural Remedialion — PPL Montana 2010 FERC Pending Fond du Lac Gravity Arch Dam_ _ _ Minnesota Power 2008 FERC Pending M slit Arch Dam Seismic Structural Evaluation- PPL Montana — 2005 FERC Accepted Hoist Gravity Arch Dam Upper Peninsula Power Company 2004 FERC Accepted Swift No.2 Intake/SAS Cowlitz County PUD 2004 FERC Accepted Castaic Inlet/Outlet Tower California Dept of Water Resources 2004 CA-DWR/DSOD Accepted Patton Arch Dam Dynamic Analyses Portland General Electric 2003 FERC Accepted Willamette Falls Sections A-A and G-G Portland General Electric 2002 FERC Accepted Hauser Gravity Dam-Right Abutment FEA PPL Montana 2001 FERC I Accepted Milltown Intake FEA Northwestern Energy 2001 FERC Accepted River Mill Ambursen Dams Portland General Electric 1999 FERC Accepted Mervin Arch Dam Pacilicor 1999 FERC Accepted North Fork Arch Dam Portland General Electric 1998 FERC Accepted Eastside Reservoir IniellOutlet Tower Met Water District of Southern CA 1998 CA DSOD __Accepted Hauser Gravity Dam Spillway FERC Accepted Long Lake Crescent Dam AvlstalWashinglon Water Power 1996 FERC Accepted _ —--- - RyanSpiliwayDarr _ PPL Montana_ 1994___ ___FERC _ Accepted Cougar Lake and Blue River InletlOullet Tower US Army Corps of Engineers 1993 ACOE Accepted Selective Water Withdrawal FEM Analyses _ Jackson Bluff Buttress Dam City of Tallahassee 1993 FERC Accepted - Cabinet Gorge Arch Dam — — Avisla _ — 1993 FERC Accepted -- -- — -- KerrArchDam —--- PPL Montana 1988 FERC Accepted Principal Involvement:Our proposed project team linear and nonlinear analyses, static and dynamic includes the following principal/key staff: analyses for concrete dams of all types. • Steve Samuelson, Project Manager, Technical Design experience includes structural remediation Lead-Arch Analysis features for arch and buttress dams, design of new • Steve Goodin, Technical Lead-Foundation gravity dams, design of new buttress dams, post- Evaluation tensioning schemes for gravity dams, as well as • Bill Shaffer, Hydrology Studies design of reinforced concrete and steel appurtenant features for hydroelectric projects. He has extensive • Guy Lund, Peer Review-Arch Analysis experience in structural programming using the Joe Ehasz, Peer Review-Foundation ANSYS finite element analysis code. He has Evaluation developed numerous macro routines used for Team Qualifications modeling dams, running solutions and post- processing results. Detailed resumes are included as an attachment to Steve Goodin, PE,1'echnical Load -Foundation this proposal. Evaluation. Mr. Goodin is a registered professional Steve Samuelson, PE, Project Manager, geological engineer with more than twenty five years Technical Lead -Arch Analysis. Mr. Samuelson is of experience in subsurface rock excavation design, a FERC-approved independent Part 12 consultant subsurface construction management, and with 19 years of experience in dam safety geotechnical site characterization. His duties have inspections, analysis, evaluations and design. He is included design of subsurface tunnels and large a registered PE in Oregon. He specializes in the underground alcoves in rock, performing rock computer modeling of concrete dams and has mechanics dam foundation analysis for determination evaluated concrete arch, buttress and gravity dams. of rock structure and rock parameters used in His capabilities include gravity dam analysis, numerical analysis, and leading the geotechnical structural analysis, seismic structural analyses, portion of the rock mechanics analysis and design for reinforced concrete and steel design, stability the deep rock excavation of the Rainbow analysis and finite element analysis. He has Redevelopment 60 MW Powerhouse Project. He performed two and three dimensional analyses, participated as geotechnical expert and lead inspector in the Cowlitz County Mayfield Dam FERC umPage 4 ,City of Ashland, Department of Public Works Hosler Dam-Stability Analysis Project No. 10.04 Part 12 inspection which he prepared, as lead mechanics design, analysis, and construction of author, both the Probable Failure Mode Analysis and earthworks and foundations for dams, embankments, Part 12 Inspection Report. Mr. Goodin recently and major civil works. He has been on the Board of completed a foundation evaluation in support of arch Consultants for many FERC-licensed hydroelectric dam finite element analyses for Mayfield Arch Dam. projects, including review and evaluation of He was also manager of the geotechnical engineering, design and constructability as well as investigation activities related to the North Anna instrumentation and monitoring programs and the Nuclear Power Plant Unit 3 upgrade. review of performance of the dams, spillways, and Bill Shaffer, PE, Hydrology Studies. Mr. Shaffer embankments. He was recently named one of the 20 has more than 33 years of civil engineering most influential people in dam engineering by experience in planning, reconnaissance, feasibility, International Water Power and Dam Construction permitting, licensing, design, construction, and safety magazine. related inspections and analyses of water resource projects. Technical experience includes extensive 4. Resources in hydrology, hydraulics, structural stability, project layout, project operations and economic URS offers the City a wide range of resources and evaluations. This experience has included the industry-leading experience with FERC-licensed evaluation of floods and water surface profiles, the hydro projects. evaluation of flow characteristics in rivers and channels, flood routing through channels and The schedule for FERC review and comment can reservoirs, and dambreak analyses. Hydroelectric never be predicted exactly and if future issues arise project experience has included approximately 30 following completion of this specific scope of work, -..- projects in which he participated in the Part 12 URS has the flexibility to accommodate any such inspections and/or significant involvement in requests. . preparation of Part 12 Safety Inspection report. His Our finite element expertise is located in water experience also includes the development of resources centers in Bellevue,Washington and numerous Probable Maximum Flood studies, Denver Colorado. Bellevue engineering is leading evaluation of frequent floods, dam breach and the effort, due to our proximity to the site. The inundation studies. majority of concrete dam finite element analyses Guy Lund, PE, Peer Review—Arch Analysis. performed by these offices have used the software Mr. Lund has approximately 30 years of experience program ANSYS. Our programmatic approach uses in civil/structural engineering, with a focus on dam modular proprietary analysis routines and input engineering and dam safety projects. His experience scripts. This allows a modeling effort from one office includes hydraulic and structural design of spillways, to be replicated in the other office without having to outlet works, and appurtenant structures, finite transfer large electronic binary files. The table element analyses for thermal, static, and dynamic below summarizes additional staff in each office that loading conditions, linear and non-linear are experienced in numeric modeling of concrete methodologies, field investigations, construction dams and hydraulic structures. inspection observation. He is an active member in the U.S. Society on Dams(USSD)and the Association of State Dam Safety Officials(ASDSO). Name Location Years of Experience on He currently serves on Board of Directors of USSD. Dam Numerical Analysis Adam Carlton,PE Bellevue 1 He was the co-host and presenter to engineers on Charles Deng,PE,PhD Bellevue 7 the current state-of-the-practice in the analysis, Chad Gillan,PE Denver 9 evaluation, design and construction of concrete Scott Jones,PE,PhD Denver 7 dams. As part of the workshop, presented methods Michael Ledesma,PE Denver 15 used to verify complex studies, and methods used to Warren Paul;PE Denver 33 evaluate concrete arch dams. Although seismic issues are not part of this scope of Joe Ehasz, PE, Peer Review—Foundation work, it seems that seismic design criteria gets Evaluation. During his 45-year career, Mr. Ehasz revised at intervals and URS has the expertise to has engineered and managed complex and respond. Seismic criteria for Pacific Northwest challenging projects with a combined construction clients is usually handled by the following individuals: total of over$3 billion. He has specialized in civil and geotechnical-related aspects of water resources and - C.B. Crouse, PhD, PE— Responsible for power plant structures; in particular, the soil and rock development of input ground motions including UMPage 5 City of Ashland, Department of Public Works Hosler Dam Stability Analysis Project No. 10.04 response spectra and time histories. C.B. is highly respected within the seismology industry and has a Understaeding of Assignment very close rapport with the FERC seismicity We have a proven record of performance on many authority, I.M. R.G. similar assignments with Northwest Utilities. Bonnie and R.G. C.E.G. —Responsible for . We clearly understand the services needed to geologic and site specific seismicity evaluations from our Bellevue, Washington Office. resolve the outstanding dam analysis issues, DamSmart is a URS subsidiary based in St. Louis, Conmutment Missouri. DamSmart is a comprehensive • We have a long term commitment to service the instrumentation and data management system hydropower industry from our Bellevue Office. designed for performance monitoring of dams, • Our key personnel are highly qualified and tunnels, and other civil infrastructure. DamSmart can committed to the performance of engineering be used as part of an early warning system or for services for the City, long-term performance monitoring of dams and other critical infrastructure. Our DamSmart group is a good resource for performance monitoring and also can provide any services related to the City's early warning system. 5. Response Time Our staff has immediate availability to begin work upon Notice to Proceed. The URS team is based out of our Bellevue office, which is about %z day travel time to the City's office or the dam site. URS will manage the response time and schedule for all work products by timely and effective coordination with the City. We suggest an early coordination meeting with the City and FERC to establish a realistic schedule that meets the requirements of all parties. After the schedule has been established, the URS project manager will provide monthly status reports to the City that will include summaries of work performed, cost of services, and progress. Why URS? Experience and Capabilfties • We offer a large local engineering staff specializing in engineering services for existing hydro facilities, With a comprehensive array of water resources expertise across disciplines. • Dam safety engineering services are a core business line for the Bellevue Office.We have recently completed similar arch dam analysis assignments. Reputation • We have excellent credibility and trusted relationship with the FERC. • We are committed to efficient resolution of issues for our clients. umPage 6 Resumes URS Steven A . Samuelson , P .E . Project Manager, Technical Lead — Arch Analysis Areas of Expertise overview Mr. Samuelson is a FERC-approved independent Part 12 consultant with • Arch clam analysis 19years of experience in dam safety inspections,analysis,evaluations and Gravity dmu analysis design, He specializes in the computer modeling of concrete dams and • Structural analysis and design has evaluated concrete arch, buttress and gravity dams. He has • Seismic structural analysis successfully accomplished numerical analyses of concrete hydraulic • Reinlinccd concrete & steel structures of various types for projects licensed, regulated or owned by design the FERC, California Division of Safety of Dams,and the U.S. Army • Stability/Stress analysis Corps of Engineers. ° Finite element analysis His capabilities include gravity dam analysis,structural analysis, seismic ° FLRC-Approved 1)artl3 strutural analyses, reinforced concrete and steel design, stability analysis Consultant and finite element analysis. lie has performed two nad three dunensional Years of Experience analyses,linear and nonlinear analyses,static and dynannic analyses for Willi tJRS: 19 Years concrete dams of all types. With Other Firuus: 1 Year Design experience includes structural renlediationi features for arch and Education bum'ess dams, design of new gravity dams,design of new buttress dams, RS/Civil Engineering/University of host-tensioning schemes for gravity dams, as well as design of reinforced Idaho/1991 concrete and steel appurtenant features for hydroelectric projects. He has Bj\/Architecture/Unuvetsity of extensive experience in structural programming using the ANSYS finite Idaho/198$ element analysis code. He has developed numerous micro routines used Registration/Certifica for modeling dams,running solutions and post-processing results. tion Dams for which t\Ir. Samuelson has inspected, participated in FERC or Professional other agency inspections,or conducted stress and/or stability analyses f?uginecr/Washiugton/1999 include the following: Professional Tacoma Pcrive Portland General Flectiri l'.tlgtneer/C.ehl'ofnlia/2002 - ° Mayfield Arch Dann ° North Fork Arch Dam ° Alder Arch Dann ° Pelton Arch Dam Professional n LaGrende Gravity rch ° 13n};inset'/Michigan/2003 Dam � ° Pelton Reregulating Darn Rivei 01ill Ambursen Dams professional Mossyrock Arch Dam ° Faraday Forebay Gravity Dam Enl;ineex/t\9innexora/3008 Wynouchee Gravity Dam ° \\/Minlette Falls Cavity and Professional Buttress Darn Luiginccr/l\{Dula na/ZOU_i Professional li.nginec r/Oregon/2005 I Pacific G�c • Electric PPL h[ont�na (f)rc merly nlont�nl Power Co) ° Rock Creek Gravity Dam ° Kerr Arch Dam ° Cresta Gravity Dam ° Lake Mystic Arch and Gravity Dams ° Pit 6 Gravity Dam ° Ryan Gravity Arch Dam Cochrane Gravity Dam City of jacksonvill e ° Holier Gravity Dam ° Jackson Bluff Buttress Dam Morony Gravity Darn Idaho Power Cow yr ° Madison"Timber Crib Dam ° Brownlee Embankment Dam ° Hebgen Embankment Darn ° Oxboxv Embankment Dam • Rainbow Thrrbet•Crib Dam ° Hells Canyon Gravity Dam • Hauser Gravity Dam ° Thompson Falls Gravity Dams\•l Pacifi or • 'Milltown "1'imhcr Crib Dam ° Metwin Arch Dam ° Soda Springs Arch Dam Minnesota Power ° Lemolo Lake Rockfrll Dam • Fond du Lac Graiity-Arch Dam ° Slide Creek Gravity Dam • Thomson Arch Dam Upper Petrinsula Prnver Co Avista • FloistArch Dam Cabinet Gorge Arch Dam • McClure Gravity Dam ° Long Lake Arch Dam • Silver Lake Gravity&Embankment Dates ° Long Lake Gravity Dam Post Falls North Channel Gravity Dam City of Abbeville ° Nine Mile Gravity Dam Lake Secession Multiple Arch Buttress -." Dam City of Flouston San Jacinto (Lake Houston) Dam Other Proiect Specific Experience Mayfield Hydroelectric .Development, Cowlitz Hydroelectric Project, Tacoma Power. Lead engineer responsible for nonlinear dynamic tune history analysis of this 250 foot-high, 209 foot-long double curvature arch dam on the Cowlitz River in Western Washington. Pond du Lac Arch Dam, Minnesota Power Company. Performed nordinear finite elematt analysis of this 82 foot-high by 450 foot long gravity arch for all loading conditions, and performed a sensitivity study of the non- overflow sections using a custom three-dunensioual stability analysis spreadsheet. Mystic Lake Hydroelectric Project, PPL Montana. Co-Independent Part12 consultant responsible for the conduct of the 2004 FERC 5-year safety inspection and preparation of the Potential Failure i4lodes Analysis (PFMA) report and Supporting Technical Information (STI) document for this 45 foot-high double-curvature arch dam. Also responsible for 2008 finite element analyses of the arch dam for all loading conditions, including dynamic analysis for the seismic loading condition. Kerr Arch Dam, PP&L Montana. Independent Consultant responsible for the 2006 Part 12 inspection, potential failure modes analysis report and S'rl document. Reviewed the 1988 seismic analyses of the arch dam as part of the preparation of the 1996 Part l2 Inspection report. Reviewed and checked the tendon design for the rightabuunent of the arch dam, which was stabilized against seismic loads. h North Fork Hydroelectric Project, Portland General Electric. Co-Independent Part12 consultant responsible for the conduct of the 2004 FLRC 5-year safety inspection and preparation of the Potcihtial Failure Modes Analysis report for this 207-foot-high Arch dam. Responsible for production of the PFbIA report, the S'I'r document, and the 2004 Part 12 Inspection Report. Also participated in the '1998 inspection and contributed with the production of the Part 12 report for that inspection. He also was project engineer for the dynamic finite element analysis of the arch dam. Pelton Hydroelectric Development, Portland General Electric. Project ivlanager for the conduct of the 2003FERC 5-year safety inspection report for this 196-foot-high double curvature arch dam. Co-Independent Consultant responsible for the 2007 FERC 5-year safety inspection, including preparation of the STI document,PFMA report aqd Part 12D report. Thomson Arch Dam, Minnesota Power Company. Responsible for the 2009 Pitt 12 inspection of Darn no. 6. Hebgen Development, Missouri-Madison Hydroelectric Project, PPL Montana. Project engineer responsible for inter-disciplinary coordination and technical lead for the structural remediation of this 100 year- old,25 foot-wide by 57 foot-long by 76.5 foot-high intake near West Yellowstone. Seismic rehabditition features had to consider very high seismic loads due to a \I,,.7.2 Maxhnum Credible Earthquake occurring on a fault at 0.1 km from the site. Silver Lake Hydroelectric Development, Dead River Hydroelectric Project, Upper Peninsula Power Company. Project manager responsible for the 2005 feasibility study for the project reconstruction. The study involved investigation of the technical and economic feasibility of reconstructing the site of a deployed fuse plug . spillway. Technical considerations included increasing project spillway capacity to accommodate the Pl1F, and construction at i site with erodible foundation material. Alternatives included labyrinth spillway options, but the preferred alternative included a concrete-inmored embankment as all auxiliary spillway. (2005) River Mill Hydroelectric Development, Portland General Electric. Lead engineer responsible for 3 D static and dynamic finite element analyses for normal, P\4F and earthquake loading for concrete Ambursen dam. Was responsible for all dynamic analyses performed for the initial seismic evaluation of the existing dams, dynamic analyses for the feasibility study for seismic rehabilitation, and dynamic analyses for design of final remediation features. Designed the mass concrete infrll cemhedial features for the powerhouse dam, and determined the structural features required for remediation of the spillway daub required to ensure safety for the Maxirnum Credible Earthquake (MCF.) Also responsible for development, implementation and project management of a high-tech field investigation and material testing program. Program involved extensive non-desunctive'testing, coring and laboratory testing to establish a correlation between compression wave velocity and uniixial compressive strength of concrete. The results of the program were used to develop t[he t0th petcentde uhvaxial compressive strengths used for design of remedial features at the project. Hoist Hydroelectric Development, Dead River Hydroelectric Project, Upper Peninsula Power Company. Project A-Tanager and Engineer responsible for the 2004 safety evaluation and 2005 stabilization study for this 56- foot high arched gravity clam. Tendons were recommended by [lie 2005 stabilization study lot remediation of the dam. Also responsible for a supplemental thrilling and testing program to investigate concrete quality and develop shear parameters. Also served as Project Manager for remediation of the embankment at the right abutment of this development. (2004-2005) Mossyrock Hydroelectric Development, Tacoma Power. Co-Independent Consultant responsible for Part 12 inspection an([ PFM A report for this 605 foot-high, 1,200 Foot-long double curvature arch dim on the Cowlitz river in Western Washington. 3 Mayfield Hydroelectric Development, Tacoma Power. Co-Independent Consultant responsible for Partl2 inspection and PFMA report for this 250 foot-high, 209 foot-long double curvature arch dam on the Cowlitz river in Western Washington. Hauser Development, PPL Montana. Nonlinear 2D finite element analyses in support of the tendon installation. Tendons were required to huprove the stability of the dam for the flood and seisnuc load cases. Results of the finite element analyses reduced the cost of rehabilitating the dam by 50 percent. These finite element analyses dam were published in Volume 2, Number 4 of Ansys Solutions, Fall 2000 in am article titled "Nonlinear Analysis Saves Money on Dam Rehabilitation." Swift No.2 Project Reconstruction, Cowlitz, County P,U.D., Cougar, Washington Responsible for the 2004 3D dynamic FENI analysis of the 95 foot-high concrete intake and surge-arresting-structure intake for seismic loads. Castaic Outlet Works High Intake, California Department of Water foot high intake tower for MCE seismic loading including a ductility evaluation, ANSYS dynamic analysis,and ACT evaluation of reinforced components. San Roque Multipurpose Project, San Roque Power Corporation. Responsible for the 2D finite element analysis of the horseshoe-shaped concrete liner for the lower grouting galICly subject to 225 meters of external hydraulic pressure. Hikkari Dam and HEPP, Republic of Turkey General Directorate of State Hydraulic Works. Responsible for the 2D finite element analysis of the concrete grouting gallery subject to 170 meters of external hydraulic pressure. Diamond Valley Lake (Eastside Reservoir) Project, Metropolitan Water District of Soutliern California. Lead engineer responsible for dynamic finite element analysis of 280 foot-tall inlet/outlet tower for new 500,000 water supply reservoir. North Umpqua Hydroelectric Project, Pacificotp. Responsible for inspection, evaluation, and non- destructive testing of water conduits totaling approximately 40 pules, and including over 20,000 feet of steel penstocks and over 5,000 feet of nunrels as part of the 1992 Resource Utilization Study Cabinet Gorge Arch Dam,Avisia Corp., Clark Pork River. Complete responsibility for reanalysis of the arch daur for the PIMP load case and conducting sliding stability analyses of the left thrust block using an existing nonlinear finite element model on ANSYS. Responsible for developing conclusions and evaluations and production of the final report. Long Lake Crescent Dann, Avista Corp,, Spokane River. Responsible for oversight of the finite element modeling, analysis, and evaluations. Provided in-house consultation with the analysis team in the conduct of the static nonlinear analyses of the arch darrr for normal,winter,sunumer and NMI` loading conditions. Reviewed the final report for conformance with accepted engineering practice and the FERC guidelines. Performed stability analyses for the concrete gravity spillway section of the main dart. Black Eagle Development of tine Missouri Madison Hydroelectric Project, PPL Montana. Engineer responsible checking stability analyses of the two forebay sections, the spillway and the waste gate section. Also participated in the 1995 and 2000 field inspections and assisted with report preparation. 4 EIRS Morony Development of the Missouri Madison Hydroelectric Project, PPL Montana, Engineer responsible for stability analyses of the left abutment, spillway and right abutment sections of the gravity dam in support of the Part 12 clam safety inspection. Also included in this dam safety work was report preparation. Madison Development of the Missouri Madison Hydroelectric Project, Montana Power Company. Fngineer assisted with the 1994 Pact-12 dam safety inspection. San Jacinto Dam, City of Houston. Responsible for all stability analyses of the 3,160 foot long Ambursen type buttress dam using the gravity method of analysis Holier Hydroelectric Development, PPL Montana. Co-lodependent Partl2 consultant responsible for the conduct of the 2005 FFRC 5-year safe[, inspection and preparation of the PFMA report for this 135-foot-high gravity dam. Responsible for production of the PFNfA report, the STI document, and the 2005 Part 12 Inspection Report. Also participated in the 1995 and 2000 Part 12 inspections and contributed to the Part 12D report preparation. Also responsible for pseudodynatnic seismic evaluations of the gravity sections in 1994, with simplified re-analysis supporting the 2000 inspection effort. Hauser Hydroelectric Development, PPL Montana. Co-Indepatdent Part12 consultant responsible for the conduct of the 2005 FFRC 5-year safety inspection and preparation of the Potential Failure ldodes Analysis (PFMA) report for this 128-foot-high gravity daut. Responsible for production of the PFrNIA report, the Supporting Technical information Document,and the 2005 Part 12 Inspection Report. Iblenviu Arch Dam, PacifiCorp. Perfortited in-house review and consulting for the dynamic analyses of the arch dam. Analyses were conducted for the normal Sumner, winter seismic loading conditions. Was responsible for stability analysis of the right abutment non-overflow section of the dam. Chronology URS and predecessor companies, 1991 -Present Contact Information URS Washington Division 10900 NL+' 8th Street,Suite 500 Bellevue,\YEA 9800=4 425-451-4284 425-451-4541 (fax) stevc�i.s�iimiclsew ii nn.ei uu 5 URS Stephen W. Goodin, P .E . Technical Lead — Foundation Evaluation Areas of Expertise Overview • Nuclear Tunnel and Rack Excavation Design Mt. Goodin is a registered professional geological engineer with more than twenty five years of experience in subsurface rock excavation design, subsurface • NUCICarTunnel construction management, geotechnical site characterization. His duties have Construction included design of subsurface tunnels and large underground alcoves in rock, \Qanagemcut performing rock mechanics damn foundation analysis for determination of rock • Slope.Stability structure and rock parameters used in numerical analysis, and leading the • Rock& Soil Anchors geotechnical portion of the rock mechanics analysis and design for the deep rock excavation of the Rainbow Redevelopment 60 \•f\Xl powerhouse Project. He • Nuclear Geotedmical participated as geotechnical expert and lead inspector in the Cowlitz County Site Characterization Mayfield Dam FERC Part 12 inspection which lie prepared, as lead author, both the Testing Probable Failure Mode Analysis and Part 12 Tnspection Report. He recently Years of Experience performed rock mechanics analysis for the foundation of Mayfield Dam, a 255 ft. 0 With UR.S: 10 Years high arch darn, in support of the nonlinear time history dynamic finite element analysis. He was assigned as the Assistant Project Manager over a major 0 With Other Firms: 17 geotechnical data collection program for the California Delta Canal Project which Years included approximately 180 planned slip and hand based geotechnical borings for Education characterization of canal, supporting intake and pumping facilities, and tunnel 0 13.S./Geological construction. This engineering responsibilities included preparation of subsurface Engineering/1982 facility design drawings, specifications, and analyses for design of TBivi bored, drill University of Nevada, and blast, and roadheader excavated tunnels and underground test facilities as part Reno of the design of the high level nuclear waste repository at Clue Nevada Test Site. l0r. Registration Gaudin was recently assigned as fire manager of the geotechnical investigation activities related to the North An Nuclear Power Plant Unit 3 Upgrade. o Registered Professional Geological Engineer, Project Specific Experience Nevada 49205 Supervising Geotechnical Engineer, URS Corporation, Bellevue, WA • Mayfield Dam Stress and Stability Analysis — Performed post construction rock mechanics analysis of the dam foundation and abutments based on documented data. The results of the analysis were used in the numerical stability analysis model for identification of potential wedge and failure planes within the abutments and foundation rock. • Manager of Geotechnical Investigation for North Anna Unit #3 Nuclear Power Plant. This investigation included over 60 boreholes and 5 test pits in support of construction of a new nuclear unit at the site. As on site manager of activities, responsibilities included quality assurance of drilling and sampling activities, laboratory assignment of all geotechnical samples, and interface with subcontract supervision on daily basis to ensure safetg,quality, and schedule of project. URS 'o Lead author of Swift #1 Dam Instrumentation and Mouitoring Plan. Tbis plan provided the necessary analysis and implementation of safety monitoring instrumentation including piezometers, weirs, crest movement monuments, strong ground motion accelerometers, etc, to satisfy FERC requirements. o Resident Engineer for construction of Rainbow Hydroelectric Powerhouse Project. Pcrfonuance of resident engineering duties in construction of a 60 IAW hydroelectric powerhouse. Duties include resolving day to day mechanical, structural, and geotechnical design and QC; issues between design engineers and the construction contractor; managing quality assurance inspectors; and maintaining an audited office quality;assurance program including project plans and procedures. o Assistant Project lvfanager for the State of California, Department of Water Resources, Delta Habitat Conservation and Conveyance Program (DH(:CP) geotechnical exploration program. Tlus current position includes preparation of project docununts and overall management of field activi ties. Field exploration activities collect geotechtical data from over 180 planned CPT and exploratory boreboles. The DHCCP Project is a planned 15,000 cfs mater conveymnce project including canals, tunnels, siphons, pumping plants and intakes that extends over 50 miles through the Sacramento delta. • Rainbow Powerhouse Redevelopment Project Lead Geotechnical Engineer. This position included design for construction of a new 60 MW powerhouse. The design included powerhouse deep rock excavation, slope stability, retaining wall, foundation, miscellaneous slabs, and rock anchors. • Lead author of Part 12 Inspection Report and Probable Failure Mode Analysis for Cowlitz County ifayfield Dam that included on site inspection of dam and supporting facilities. Chief, Construction Engineering & Technical Services, Defense Nuclear Agency (DNA) , Department of Defense, Nevada Test Site, Mercury, Nv: 8 years experience. • Supervised engineers in the oversight of contractor construction, engineering, and testing activities related to containment of underground nuclear weapons tests at subsurface to nel facilities that incorporated a designed systeua of excavated tunnels and underground test alcoves, emplaced concreted stenurung, Iuglr pressure structural ttuutel and shaft plugs, mechanical closures,and gas blocking techniques. • Performed formal event containment presentations to senior level DNA and DOE nunagenrent and discussed and defended DNA's containment philosophy before a scientific review board of rat orally recognized experts in containment science. Senior Engineer, Washington Group International, Yucca Mountain Project, 720 Park Boulevard, Boise, ID: 6 years experience. Goodin URS • Design engineering responsibilities included preparation of subsurface facility design drawings, specifications, plans, and analyses. These documents were prepared in accordance with NRC regulatory requirements in addition to other codes, regulations, project design requirements. Design included tunnel and underground facility layout, portal box-cut excavations, ventilation, and ground support design for subsurface test bed development. Senior Engineer, Integrated Science Solutions Inc . , Yucca Mountain Project, 1111 N. Civic Street Walnut Creek, CA: 1 year experience. • Provided technical support to the Lead Laboratory on the Yucca N•lountain high level radioactive waste repository project by authoring Lead Laboratory DOL deliverable planning documents and integration of the program with other stakeholders. o Review of scientific analyses and model reports to incorporate information used in establishing performance confirmation test activities and test methodologies. Senior Engineer, Bechtel/SAIC Co. , Yucca Mountain Project, 1180 Town Center Drive, Las Vegas, NV: 6 years experience. e Responsible for management and oversight of several site characterization testing activities implemented within the NRC regulatory environment requiring oversight - of laboratory scientists and technician staff in execution of field work related to repository geotechnical and hydrologic site characterization. Mining Engineer/Chief Mine Surveyor Nerco Minerals Mining Co. Hawthorne, NV: 2 years experience. u Duties in this position included inning engineering and supervision of mine survey crew. • Supervision of all 'nine layout including pit, leach pad, haul roads,and utilities. Professional Societies/Affiliates American Rock Nlechanics Association ASCE member Goodin • 3 URS buy Se Lund Peer Review—Arch Analysis Overview Mr. Lund is a registered engineer with approximately 30 years of experience who specializes in civil/structural engineering,with a focus on dam engineering and darhh safety projects. His experience includes hydraulic and structural design of spillways,outlet works,and appurtenant structures, finite element analyses for thermal, static, and dynamic loading conditions, linear and non-linear methodologies, field investigations, construction inspection observation,preparation of contract documents, Areas of Expertise and report writing. Dam Engineering and Safety Concrete Dam Analysis and Design Mr. Lund has been the senior responsible engineer for several dam safety Finite Element Analysis evaluations,which have included independent consultant Part 12D 5-year inspections,Safety Evaluations of Existing Dams (SEED) inspections for Structural 9nalysis and Design the Fish and Wildlife Service (USF VIS), and Comprehensive Facility Hydraulic Analysis cud Design Review (CFR)Reports for the U.S. Department of the Interior, Bureau of Engineering Geology Reclamation on several dams throughout the nation. Years of Experience p Mr. Lund has been responsible for die hydraulic and structural design of With URS: 13 Years spillways,outlet works,and other appurtenant structures; structural design With Other Firms: 15 Years and analysis of concrete arch,gravity,and slab and buttress dams; seepage Education and slope stability analyses for embankment dams; and prepared rehabilitation design measures for both embankment and concrete dams. NIS/Civil Engineering/1990/ University of Colorado, Denver Mr. Lund's field and construction experience includes preparing and BS/Civil E3ngineering/1982/ managing the field investigations for both cardhfiEl and concrete dams; Colorado State University, Ft. foundation grouting;concrete placement for outlet works and spillways Collins and other appurtenant structures; engineer in charge of construction of Registration/Certification rehabilitation measures on concrete dams. Professional F_inginecr/CO -Mr. Lund is an active member in the U.S. Society on Dams (USSD) and Professional Engineer/1D the Association of State Dam Safety Officials (ASDSO). F[e currently Professional Engineer/N\1 serves on Board of D'ir'ectors of USSD. Fle was the co-host and presenter to engineers oil the current state-of-the-practice in the analysis,evaluation, Professional Engineer/UT design and construction of concrete dams. As part of the workshop, Professional Engineer/7;Y presented methods used to verify complex studies,and methods used to Professional Engineer/NA evaluate concrete arch dams-. Professional Engineer/A Z Vl Professional Engineer/O[C ore detailed experience has been provided in the following paragraphs: Project Specific Experience Concrete Dam Design and Analysis Strontia Springs Dam, CO: Principal engineer in the structural stability analysis, potential failure mode analysis,and development of the FERC Supporting Technical hhformation (STI) Document of this 300-foot-bigh, double curvature thin arch dank. Evaluation included three-dimension;d finite element analysis of dam,evaluation of stability include potential URS rock block in abutments,rock ciodibility,and potential failure mode analysis. Prepare the surveillmrce and monitoring plan in accordance with new FERC guidelines (2007) Denver Water, Williams Fork Dam, Denver, CO: Principal Engineer responsible for the three-danensional analysis of this thin concrete arch dam. Used three-dimensional finite element method of analysis to evaluate the clam for usual (normal),unusual(flood), and extreme (seismic)loading conditions (2010-2011). Hume Dam,Australia: Principal engineer responsible for the structural analysis of the southern training wall (sTw) at Flume Dann The STW consists of a mass concrete gravity retaining wall that has a maximum height of 150 feet. The will provides training for spillway discharges,and supports the embankment dam adjacent to the spillway discharge channel. The finite element analysis used a two-dimensional model finite element model to simulate the soil/structure interaction behavior between the concrete gravity wall and embankment.soil. The model was used to evaluate the safety of the proposed concrete buttress stabilization, which includes a mass concrete buttress to provide additional support of the soil toads,during the earthquake and post earthquake loading conditions. McKelvey Dam, OR Facilitated a risk workshop to evaluate the proposed repair alternatives of this concrete arch dam. The estimated probability of failure ivas developed for the existing dam (current condition)and each of the proposed modification alternatives. The estimated risk for each alternative was used to justify the selected alternative, and the proposed staged construction approach for the dam (2009-2010). - Medina Dam,TX. Principal Engineer responsible for the final design of post-tension anchors and downstream erosion protection at this 165 foot tall concrete gravity dam. Facilitated pre-bid meeting,assisted with the review of bids and selection of contractor (2009-2010). Lake Medina Dam,TX: Principal engineer responsible for the structural analysis and design of rehabilitation measures for this concrete gravity arch dam. The dam has a crest length of 1580 feet,and a maximum height of 165 feet. Two-dimensional finite element analyses (FEA)were found to be overly conservative. Three- dimensional mensional FEA more accurately modeled the structural behavior of the clam and simulated historical operation records. Other evaluations included potential for rock scour clue to overtopping flows during to the PMF event. Based orr the results,conceptual alternatives were developed and presented to the owner. Final designs of the selected alternative,consisting of post tensioning anchors for stability and reinforced concrete armoring for Protection against rock scour,were prepared. (2006) Mr. Lund has also performed several structural stability evaluations for non FF,RC projects using the gravity, - pseudo static,pseudo dynamic,and finite element methods. Project in which n,lr. Lund has been the responsible engineer are listed below: 0 Granite Dam, City of Prescott,AZ: Willow Creek Dam, City of Prescott, AZ: 0 Alasom:y Data, City,of Seattle,WA: 0 Lacamas Lake Dams,Georgia Pacific, Camas,WA 0 Lake Tihoma Dam,Spartanburg, NC 0 New Elmer I horuas Dam, U.S. Fish and Wildlife, OK. 0 Jed Johnson Dam, Fish and Wildlife Service, OK. 0 lake Rush Dam, Fish and Wildlife Service,OK. a Cheesntan Dam, Denver Water, CO. 0 Humphreys Dam, CO. 0 Dlountain Park Dam, U.S. Bureau of Reclamation, OK. 0 Pajarito Flood Retaining Structure, Los Alamos National Laboratories, NAd. 0 Burnt Mills Dam,Wheaton, Maryland-National Capital Park &Planning Conutussion (b-[-NCPPC), MD. 0 Narrows Dam, Phelps Dodge Co., N\d 0 Acomita Dam Project, Pueblo of Acoma, N\1. URS • Logan First Dam,Utah State University, UT. • Mountain Dell Dam,Salt Lake City Corporation, UT. • Twin Lakes and Lake Miry Dams,Salt Lake City Corporation, UT. • Moawhango Dam,New"Zealand, Electricity Corporation of New Zealand (F.CNZ), • Upper Huia Dam, New Zealand,Water Care Services Lnnited • Toker Dam, Eritrea,Africa • Jiguey Hydroelectric Project, Dominican Republic Dam Safety Inspections Blue Ridge Dam,Arizona, Senior structural engineer responsible for the tliree-dunensional analysis of this [lull, concrete arch dam. Evaluation included study of thermal,static,and dynamic loads, correlation of model results with known deformations, rock block stability evaluation of foundation rock,report preparation. Also, participated in Potential Failure Modc Analysis and assisted in the development of die Supporting'I'ecluucaI Information Document. Strontia Springs Dam and Hydroelectric Project, Colorado, Independent Consultant for the 2011 FERC Part 12D Safety inspection Report of this 292-foot-lugh double curvature, concrete arch darn on the South Platte River near Denver, CO. Responsibilities included preparation of the revised Potential Failure Mode Analysis Report, revised Supporting Tecluiical Information Document (STID) and 2011 Safety inspection Report. Also, Principal I?ngine.er for the three dimensional stntctnral analysis of the dam for thermal,static,and dynamiic loading conditions. Study evaluated the safety of the dam with regards to the FERC guidelines for the evaluation of Hydropower projects, and included the three-dimensionat finite element analysis of the dam for the thermal, static,and dynamic loads, potential for rock scout due to overtopping,and preparation of the surveillance and monitoring plan (S\113). Gross Dam and Hydroelectric Project, Colorado. Independent Consultant for the 2008 Periodic Safety inspection Report of this 340-foot high, concrete gravity arch dam. Senior Structual engineer for the three- dhnensional structural stability evaluation of the dam for thermal, static, and dynamic loading conditions. Performed daily field observation duties for the construction of the auxiliary outlet works through the right side of the clam, Williams Fork Dam and Hydroelectric Project, Colorado. Independent Consultant for die 1998 FERC Part 12D Safety Inspection Report of this this 209-toot high thin concrete arch dam. Performed the structural analysis and assessment of the spillway radial gates for trunnion pill friction and seismic loads as part of die inspection, and the initial slope stability analysis of embankment dike. Also,participated in the 1993, 2004,and 2009 FERC Safety Inspections. Prepare the Surveillance and Monitoring Plan for the project in 2007, and recently completed the three-dimensional finite element analysis of the dam and foundation for die usual,uusual, and extreme loading conditions. Studies included linear and nonlinear analysis of the arch dam, block stability analysis of the foundation rock, review of potential rock crodibihy during spillway discharges,and evaluation of rock anchor holts in the left abutment. Oneida Hydroelectric Project, Idaho. Performed three-dimensional nonlinear finite element analysis of this concrete gravity dam showing thie interaction between adjacent monoliths. (1991-1994) Soda Hydroelectric Project, Idaho. Performed three-dimensional nonlinear finite clement analysis of this concrete gravity dam showing the interaction between adjacent nionohths. Also designed nic tutoring program using piezometers to evaluate the effect reservoir sedimentation had oil the uplift pressure beneath the dani. (1990-1991). Ashton Dam, Idaho,FERC No. 2381. Principal engineer responsible for review of structural analyses and design of repairs to the appurtenant structures and powerhouse. Review three-dimensional finite element analysis 3 URS of the powerhouse for static and dynamic loading conditions,evaluation of right abutment crib wall,and designed repairs for all concrete structures. Reviewed contract drawings, specification paragraphs,and design report. Upper Mechanicville Project, New York. Independent Consultant for the 2005 FERC Safety Inspection Report. Duties included performing the safety inspection,potential failure mode analysis and preparation of the PHUA report, and preparation of the supporting technical information document. Pelton Hydroelectric Project, Oregon. Senior structural engineer and project manager for the structural inspection and stability analysis for the 1997 FERC Safety Inspection Report and Structural Stability Analysis .Repot of this 205 foot high thin concrete arch dam. Perforated three-dimensional finite element analysis and evaluated the normal, flood (PMF) and extreme seismic loading conditions. Analysis included a three- dimensional transient thermal analysis of the concrete temperatures, stress and deformation analysis of structure, and abutment stability analyses. Cutler Hydroelectric Project, Utah. Performed hvo-dimensional analysis of this gravity arch dart for response to recommendations in the FLRC Safety Inspection Report. Prepared structural designs for rehabilitation of spillway piers to have adequate capacity against seisnuc loads. Prepare contract documents for demolition of existing spillway piers,repair of radial gates, and construction of new piers. (1989-1990) Ross and Diablo Hydroelectric Projects, Washington. Senior structural engineer responsible for the full three-dunensional analysis of this 389-foot-high thin arch concrete dam. Evaluated the usual,unusual,and extreme loads and assessed the safety of the dam in accordance with fie FLRC guidelines. The analysis included the evaluation for structural continuity,and sliding stability of the structure. Rock Island Hydroelectric Project, Washingto. Independent Consultant for the 2011 FERC Part 12D Safety Inspection Report of this 648 MW project on the Columbia River. Additional responsibilities include structural engineer for the 1996,2002,and 2007 FERC Partl2D Safety Inspections, participation in potential failure mode analysis workshop,structural/thernml analysis of the North Abutment Drop Structure, review of all structural stability studies, evaluation of surveillance and monitoring instrumentation,and assessment of potential erosion in the downstream river channel. Rocky Reach Hydroelectric Project, Washington. Independent Consultant for the 2008 FERC Part 12D Safety Inspection Report of this 1249 MW project. Duties included preparation of the potential failure mode analysis report, and preparation of the safety inspection report. Structural engineer for the 1996) and 2002 FERC safety inspections,review of all structural stability evaluations,and structural evaluation of radial gates. Lake Chelan Hydroelectric Project, Washington, Structural engineer for tie 1996,2002,and 2009 FERC Part 12D Safety Inspection Report. Participated in the potential failure mode analysis workshop for the project, performed static and dynamic stuctund analysis of the surge tank using finite element method, and performed two-dimensional static and pseudo static analysis for the dam. Mr. Lund has been the responsible Senior Engineer for Comprehensive Facility Reviews (CFR) for Bureau of Reclamation projects. Mr. Lund was responsible for the entire project, Which included evaluation of Constuction and design, structural behavior, seismic hazard, hydrologic and hydraulic hazard,potential failure anodes, consequences of failure,risk analysis,performance parameters, and preparation of the CFR examination report. u Angostura Dam, South Dakota, Composite Concrete Gravity and Embankment Dam. a Scntirme Dam,Wyoming,Thin Concrete Arch Dam. u Morrow Point Dam, Colorado, Double Curvature Thin Arch. u Crystal Dam, Colorado, Double Curvature Thin Arch, Mr. Lund has also performed the duty of Senior Engineer for tine comprehensive facility review of dams owned and operated by non-government organizations (NGOs),as listed below: 'l URS • Max Starcke Dam, Lower Colorado River Authority,TX. Concrete gravity dam. • Tom Miller Dam, Lower Colorado River Authority,TX. Composite structure consisting of a concrete overflow gravity section, concrete hollow(Annbursen) slab and buttress section,concrete non- overllow gravity section,and embanlunent dike. • Buchanan Dam, Lower Colorado Rivet Authority,TX. Composite structure consisting duce structures called the main dam (two concrete multiple arch sections, one 7-gate spillway section, and three concrete non-overflow gravity sections), north spillway (composite structure consisting of three concrete non-overflow gravity sections,one 14-gate spillway section, one 16-gate spillway section, and one concrete overflow ogee spillway section), and embankment structures (consists of a non-overflow retaining wall and an earth embankment dike section). • Inks Dam,Lower Colorado River Authority,TX. Concrete gravity dam. Design Experience T. Howard Duckett Dam, Maryland,Washington Suburban Sanitary District(WSSC). Responsible for site examination, concrete exploration program to evaluate strength and potential for alkali-silica reactivity (ASR), structural stabthtp analysis, cock erodibility analysis,and computational fluid dynamic(CFD) model of spillway operation. The damn is approximately 147-feet high, concrete slab and buttress dam with embankment dikes. Developed conceptual alternatives for rehabilitation of dam based on results fromn the previous investigations. Bexar-Medina-Atascosa Irrigation District, Lake Medina Dam,TX. Project Manager responsible for the periodic inspection,comprehensive structural stability analysis, preliminary design,and final design with contract documents. The dam consists of a 165-foot-high concrete gravity dam. Presented study results in public meetings. Fwaluated contractor bids,and currently providing construction consultation services. Modifications to dam include post-tension anchors, and downstream reinforced concrete erosion protection slab. _. Bexar-Medina-Atascosa Irrigation District, Pearson Lake Dam,TX. Project Nlaneger responsible for the hydraulic and structural design of a combination spillway-outlet works structure for new 42-foot-high hotmogeneous embanlunent damn. The combined Spillway- outlet structure consists outlet intake structure, concrete encased steel pipe,drop filet(or morning glory type) spillway and impact type stilling basin. Design also included a canal inlet strucmte. Federal Highway Administration,Mdadrone Lake Dam Project, CA. Project Manager responsible for final design, developing special contract requirements to supplement the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects,IT-96,and cost estimates for this 32 foot high, 20 foot wide,and 230 foot long homogeneous embankment dam. Metropolitan Airports Commission (MAC) Storm Sewer Design, MN. Senior civil engineer responsible for the hydraulic and structural design for three stepped spillways,itmpact type stilling basins,and water conveyance structures. Salt Lake City Corporation,Twin Lakes Dam Rehabilitation, Brighton,UT. Project t\danager for rehabilitation of this cyclopean concrete gravity arch dam. Developed conceptual designs tar corrective action alternatives based on the results fromn the safety, evaluations and prepared final designs and construction documents for the selected alternative. Pueblo of Aconry Acomita Dam Project,Acontita,NM. Project Manager responsible for safety evaluation, cost estimates,conceptual design of several rehabilitation ahternnatives,and final design of the selected rehabilitation alternative for this 38-foot high Inonnogencous embankment dann. Performed field investigations; hydrologic studies;geotechnical slope stability analysis;dam break and inundation evaluations;preparation of conceptual design and cost estimates; final design and construction documents of the selected alternative. 5 URS Irrigation and Flood Protection Project, Bai Thuong Weir Rehabilitation- Hanoi,Vietnam. Senior engineer responsible for stability evaluation,preparing designs,drawings,and cost estimates for rehabilitation of a 17 nn high weir and appurtenant sluice,canal headworks and navigation lock structures. CAP/SRP Interconnection Facility,AZ. Civil/ Structural Engineer responsible for the hydraulic and structural design,construction drawings, cost estimates, and reports for the fixed-cone valve structure,radial gate structure, hydraulic dissipation chute for canal delivery, retailing walls,emergency spillway, prestressed concrete Home bridge, preparing construction drawings,and computing construction quantities and cost estimates. Bureau of Reclamation, Buffalo Bill Dam and Shoshone Caulyou Conduit, Cody,WY: Civil Engineer responsible for perforuling hydraulic design of tunnel spillway,outlet works,and overflow section of darn. Prepared preliminary and final design of spillway,outlet works,and raised portion of dam. Performed final sttuctural design of outlet works gate chamber, and spillway gate control structure. Preparation of specification paragraphs for controlled blasting in and around concrete darn. Reclamation,Jordanelle Dam Final Design, UT. Designed outlet works gate chamber and access shaft. Performed stability analysis of rock excavation in clamber and shaft using rock mass classifications and stereonet projections. Designed rock bolt and shotcrete support for excavation, Prepared final drawings for excavation, concrete outlines, and reinforcement,Monks Hollow Dam, Utah. Performed hydraulic analysis and preliminary design of overflow spillway and outlet works for thin, double curvature arch dam. Reclamation, Coolidge Dam,AZ. Analyzed hydraulic designs of spillway for feasibility estimates. Reclamation, Glover Dan, ND: Performed site inspection, prepared field investigation program, performed appraisal design on spillway and outlet works, and co-wrote appraisal design report. Reclamation, Rye Patch Dam,NV and Glen Anne Dam, CA: Performed flood routings and evacuation studies on small reservoirs to respond to Safety Evaluation of Existing Danis (SEED) report recouumendations. Reclamation, Pactola Dam,SD: Performed hydraulic design of spillway in hydraulic laboaratorya Performed structural reinforced concrete design of spillway crest and shaft house. Prepared final construction drawings. -. Reclamation, Batu Dam,Malaysia. Prepared design of outlet works and gate chamber, and prepared filial drawings. Field& Construction Denver Water, Ralston Dam, CO: Engineer-of-record for the final design and construction of rehabilitation of the spillway at Ralston Reservoir. Work included replacing a section of the spdhvay discharge chute. Duties included verification that construction was in accordance with the contract specifications, documents and drawings;prepared nmonthly construction reports; reviewed contractor submittals,shop drawings and other pertinent information. Town of Castle Rock, 4.0 MG Water Tank, Castle Rock, CO: Senior Structural Engineer responsible for the design of this 4-ntillion-gallon, post-tensioned water tank. Performed structural inspections for contractor during construction. Inspected concrete placements,and tendon installation. Federal Highway Administration, Lake Madtone Dam, CA: Project\-lanager responsible for final design arid construction,special contact requirements to supplement the Standard Specifications for Construction of Roads and Bridges oil Federal Highway Projects,FP-96,and cost estimates for this 32 foot high, 20 foot wide, and 230 foot long homogeneous embankment dam. Denver Water, Gross Darn, CO: Performed construction observation services to Monitor contractors work during the modification of the mid-level outlet works. Duties included verification that construction was in accordance with the contract specifications,documents and drawings; prepared daily construction logs;reviewed contactor subnlllttals,shop drawings and other pertinent information;Assist in the preparation of monthly pay estimates for completed work. Salt Lake City Corporation,Twin Lakes Dam Rehabilitation, Brighton, UT: Project Manager for the field investigations and rehabilitation of the concrete thick arch dam. Responsibilities included developing and 6 URS supervising field investigation program to determine strength of existing concrete, structural stability evaluations, preparing final design and contract documents. After final designs had been prepared was engineer in charge during the rehabilitation construction. Reclamation, Ridgway Dam,Colorado: Field Engineer responsible for inspection of contractors work force. Duties included inspection of spillway concrete placement,controlled blasting of foundation rock in for spillway/outlet works stilling basin, blanket and curtain grouting operations. Professional Societies/Affiliates Association of State Dam Safety Officials United States Society of Dams American Society of Civil Engineers American Concrete Institute Chronology 1997—Present: URS/\Yoodward-Clyde 1988— 1997: ECI, a Division of Frederic R. Harris, Inc. 1982— 1988: US Bureau of Reclamation,Spillways, Outlet Works,& Concrete Dam Section _ Publications Ej%clr oJ'Up1i%t on a GrnnriyAa$Don,Proceedings for Waterpower 91, Deriver, Colorado ,July 199 L• T hree-disres.fiormlAsa/prir ofCom-we Gnm6,Dour, Proceeding for Annual Association of State Dam Safety Officials, Baltimore Maryland,September 1992: Stmchaal read Hydro%gic Cauidemliosr jar the Flooding Resenvir Operations of Jigaq,Daly Dori imam Rebabli, Proceedings for Waterpower 93, Nashville,Tennessee,July 1993: -.. Soda Dinw bfhtesmt o%Rese vair.ViltDepositr on the Uplifl hurl,Proceedings for Waterpower 93,Nashville,Tennessee, July 1993 Soda Dam:Three-disieseiaralAsajlris ofrr Cono-ele GntlltyDuns,Proceedings for the 18th Congress of the Interinational Conmaittee oil Large Danis (ICOLD), Durbin,South Africa, November 1994 117oinrtain Dell Dam: o%n C01117'eleA7idlipleArch Daly Proceedings for of\Yestern Regional Association of State Dam Safety Officials, Park City, Utah,May 1994 Safelj-Emiliartian ofA,omila Dray Proceedings for Annual Association of State Dam Safety Officials,Boston, Massachusetts,September 1994 Sh7rrturir/Evir/ualiarr'of Cbsaate Dawn,Proceedings for Annual Association of State Dam Safety Officials, 'pampa, Florida,September 2002 Flooding afAledisa Daly Proceeding for Annual Association of State Dam Safety Officials, \Minneapolis,Minnesout, September 2003 Searitii�ity S/rtrlies Rerhice Corl:Evalaalios of Villosr Creek- Dos and spilhivy,Annual Association of State Dam Safety Officials, \Minneapolis, Minnesota, September 2004 Using CompaterAMorlelisg to Evabrale the Seyi.y gfCosurle Dams,'pechnucal Article for HydroReview Magazine, Volume VIII, Number G,September 2004. .Seinsirr Evalaalios nfAviemom Carole Darn, United States Society of Danis,Salt Lake City, Utalt, tune 2005 Slahilitp Evalsa/ion of the Medina Dos,\\taterPower 2005,Austin,Texas,July 2005 7 URS Roek Erodibili�y Aoal sir of It%illav Creek Dam antUpil1 ey,Annual Association of State Dam Safety Officials, Orlando, Florida,2005 1: Horuarrl Difekell Darr. Slln(9aralAnaIjais ofa Slab&Bulhesr Dam,Proceeding for Annual Association of State. Dam Safety Officials,Austin, Texas,September 2007. Pea)ron Dam Prolea9,Proceeding for Annual Association of State Dam Safety Officials,Austin,'1'exas,September 2007. Gmnite Creek Dane, !be Prrgressire Slabi#t,Analp.nt, United State Society of Dams,Portland Oregon,April 2008. Eagle Nest Dam:1-balmrmkrl-lode1Slnry of FlooelOnedoppmg, Proceeding for Annual Association of State Darn Safety Officials, Palm Springs, CA, September 2008. A Afelbod of Furrleating lbe.,Sa/eo of Deleriorerling Buthess Dams, United States Society of Dams, Nashville,TN, April 2009. Using Rik Anajjois To Prionge Dam Repairs,Proceeding for Annual Association of State Dam Safety Officials, Seattle,\\41,September 2010. Contact information 8181 East Tufts Ave Denver, CO 80237 Ph: 303-740-3902 . Fix:303-694-3946 8 Joseph L. Ehasz, PE Peer Review-Foundations Overview Mr. Lhasz has 45 years of experience in civil engineering,design,and construction aspects of hydroelectric facilities, darns, tunnels,and power plants. I Us major field of interest is civil and gcotecltiical-related aspects of water resources and power plant structures;in particular, the soil and rock mechanics design, analysis;and construction of earthworks and foundations for dams,embankments,and major civil works. Areas of Expertise He has experience directing engineers on soils and field reconnaissance Gcotechnical Engineering investigations, establishing foundation design criteria,establising Major project planning and design earthquake design criteria;engineering on design drawings and Pumped storage development construction specifications,and has had responsibility for all FERC safety Data safe 1'FRC consultant inspections of hydroelectric projects.Mr. Ehasz is a FERC-approved dam h/ J Hydroelectric craisultant safety consultant and has had direct involvement in, and responsibility for, Heavy civil construction FERC Part 12 Safety Inspections. Years of Experience His experience includes design,analysis,and construction of all types of dams on challenging foundations,detailed stability and settlement analyses With Other 45 Years for unusual subsurface conditions. Engineering includes establishing With Other Firms:0 Years foundation design criteria,entailing both static and dymamic factors and Education considerations; and the analysis of the various foundation types.Job MS/Civil Engineering/ 1965/ engineering includes civil engineering features such as channels, dikes, Rutgers University general foundation layout of steam electric stations, transmission lines and river crossings. Construction and construction management background Rut Civil Engineering/ I)G3/ involves design-build experience on heavy civil structures and tunnels as Rutgers University well as contractor and subcontractor direction and supervision. Mr. Registration/Certification Ehasz has also been instuniental in the evaluation of clauns on behalf of Professional Engineer Washington both Contractor and Owner, which entailed the evaluation,mediation and and 29 other states equitable adjustruent of various clauns. Project Specific Experience Gokcekaya Hydroelectric Project,Turkey,Devlet Su Isleri. 300 MW Project. Design of concrete and stability analysis of double curvature thin arch dam 550-foot high and spillway and associated diversion and power tunnels. Swift No.2 Rehabilitation Project, Cowlihi County Public Utility District, Cougar,XVashiagtott. Project Manager for die rehabilitation of the Swift No 2 Powerhouse and forebay daui involving$70 million dollars of design and coilstuction. Also served as senior reviewer pat•ticipating throughout the design engineering and construction phases of this FERC regulated project. Project Manager,Olivenhain Dam Project, Escondido, California, San Diego County Water Authority. Project Manager of the Construction Managenicnt Team. Responsible to the SDC\\rA for the C\d of a 310-ft high roller compacted concrete (RCC) dam involving over 700,000 cy of earth and rock excavation and 1.4 million cy of RCC, the . f URS Joseph L. Ehasz, PE highest RCC darn in North America. All of the construction was coordinated with the designer and executed under the observation and approval of the California DSOD. Design Director, San Roque Multipurpose Project, Island of Luzon, Philippines; San Roque Power Corporation. Design Director and \Member of Senior Project Consulting Panel for over 7 rniles of tunnels, 200-meter rockfill dam and 395 M\Cr powerhouse,including 12, 800 cfs spillway.The spillway included 6 radial gates each 15m wide by 191ll high, a concrete clinic 100ur wide and 400 in long with aeration galleries,and a flip bucket. Directed the design of underground systems involving tunnels, shafts,and adits.Assisted the construction staff in developing Field support systems and adapting designs to the field geotechnical conditions while keeping within the project schedule and budget. (2003) Consultant Review Board Member, Folsom Dam Auxiliary Spillway; USACE Sacramento District.Performing detailed technical review of 95% Design Documentation Report and construction Plan Specification for the control structure feature of the Folsom Dam Auxiliary Spillway. Working with other Consultant Review Board members to produce report of comments. Project Director,Diamond Valley Lalce (Eastside Reservoir) Project, Riverside County; Metropolitan Water District of Southern California. Responsible for performance of URS'design team for 800,000-acre-foot water supply reservoir involving three dams, tunnels, pumping plant, intake/outlet tower,and pump-generating plant. Mr. Ehasz served as the Owner's Construction\Manager for Darns,which included over 113 million cy of earth and rock materials on the three embankment clams. Tunnels included grout adits consisting of 3,000 LF of 10 ft x 13 ft of drill and blast tunneling with rockbolt and shotcrete final lining and 134 VF of 6 ft dia. raise bore shaft,and the P-1 pressure tunnel consisting of 2,200 LF of 20 ft x 20 ft of drill and blast tunneling with 16 ft dia. steel casing with concrete backfill. Managed over 80 field engineering and inspection staff and two large contracts totaling over $700 million. In that capacity, he was also the prunary contact with die California DSOD and coordinated all site activities with DSOD. Chief Engineer, Sidney A. Murray Jr. (Vidalia) Hydroelectric Project,Vidalia, Louisiana, Catalyst Energy Development Corporation. As Corporate Chief Engineer, Mr. Ehasz was responsible for all phases of project development on this 192 MW project,including design responsibility for concrete buttress dams, canals,and a powerhouse.This included the coordination of the numerous subcontractors involved in the project, both on site at the powerhouse location, and at remote locations where major equipment was fabricated as well as the prefabricated powerhouse subsequently floated up the Mississippi River. URS completed a 5-year lump sum turnkey contract to engineer,design,and construct the plant, which breached the main fine Mississippi levee and utilized operating heads ranging from 8 to 20 feet. 2 URS Joseph L. Ehasz, PE between the Mississippi and the Old River control outflow channel. Up to 180,000 cfs of flow passes from the 'Mississippi to the Atchafalaya Basin. The project included feasibility and final engineering,dredging,and commercial navigation studies; bank stability and protection; cost estimates;and economic analyses. The engineering and design phase of the project involved the preparation of 14 Feature Design Memoranda (FDV]) covering different aspects of the job,including foundation design, foundation exploration,levees,channels,dams,retaining walls,and sources of construction materials. Each of these documents was submitted for approval to the U.S. Army Corps of Engineers. Upon approval,each FDM was the basis for the preparation of over 300 corresponding plans and specifications. FERC Part 12 Safety Inspections;various gients.Mr. Ehasz is a FERC-approved dam safety consultant and has had direct involvement in, and responsibility for, FERC Part 12 Safety Inspections. In addition, to over 25 dam safety inspections in the Northwest, --- Mr. Eliasz has had technical responsibility for FERC Part 12 safety inspections conducted throughout the county for safety evaluations of various dams and dikes used for makeup water from nuclear power projects licensed by the NRC,and for safety inspection of dams constructed for ash or tailings disposal. Professional Societies/Affiliates ASCE- Fellow ASCE Construction Institute National Society of Professional Engineers Rutgers Engineering Society United States Society on Dams Comm, on EQ Design of Dams—Chairman Assoc. of State Dam Safety Officials The Beavers and The Moles Publications "Value Engineering at OGvenhain RCC Dam,USA",J. L. Ehasz, i\-I. R. II. Dunstan, Ken Steele, Chuck Nyland. International Comuussion on Large Danis, Barcelona, Spain 2006. "Providing F.unergcncy Storage for San Diego"J.L. Ehasz, G. Reed, bf. Rogers, Civil Engineering\Magazine,April 2003. "Design and Construction of the San Roque Multipurpose Project"J.L. Ehasz, E. O'Connor,Published in USSD Bulletin,March 2003. "Partnering for Success at the Olivenhain Dam"J.L. 13has2 Presented at the USSD Annual t\-leeting,San Diego,June 2002. 3 URS Joseph L. Ehasz, PE "\love that IN-fountain—The Growth of die Eastside Reservoir Project Dams." J.L. Ehasz,S.D. Summy,P.R. Zama,). Presented at WaterPower '99,Las Vegas,Nevada,July 1999. "Embanktiicnt Design for the San Roque\4uhipnhrpose Project:" J.L. Ehasz, M. Pavone, D.W. Osmmn. Presented at Hydrovision 2000, Charlotte, North Carolina, August 2000. "Modular Constriction Brings Hydropower to the Lower Mississippi." J.L. Ehasz. Presented at '10th Annual Meeting in New Orleans of USCOLD. March 1990. "tModular Construction Brings Hydropower up die Mississippi." Co- authored with J.M.Brooks. EPRI Conference in Cincinnati, Ohio. August 1989. "Reinforced Rockfill Rehabilitates Old Arch Dam." Co-authored with L.E. tMorlan. 1986. "Foundation Movements -Prediction and Performance." Co-authored with\I. Pavone. 10th International Conference on Sod Mechanics and Foundation Engineering, Stockholuh,Sweden. 1981. "Dynamic Properties of\Cfentlhered Rock." Co-authored with 1.1-1. Wong and K.H. Liu. 7th World Conference on Earthquake Engineering, Istanbul,Turkey. September 1980. Probability of Liquefaction due to Earthquakes." Co-authored with Ul. Clion, 7th World Conference on Earthquake Engineering, Istanbul, Turkey. September 1980. Compatibility of Large \•lit Design to Foundation Conditions." ASCF. National Structural Engineering Convention, New Orleans. April 1975. l 4 Addenda Received CITY OF ASHLAND ADDENDUM NO. 1 TO THE PLANS,SPECIFICATIONS AND CONTRACT DOCUMENTS FOR PROJECT NO.2010-04 HOSLER DAM STABILITY ANALYSIS This addendum, issued on June 24, 2011 affects the plans, specifications and contract documents for the HOSLER DAM STABILITY ANALYSIS Project No. 2010-04 and shall be deemed an integral part of the above referenced documents. I. ALTERATION TO R EQUEST FOR PROPOSAL I. On the Cover Page, Page three, and any references to the proposal due date, revise the proposal due date from June 30"2011 to July 140, 2011. 2. On page 19 of the RFP, in the bottom paragraph, revise "a)" to "h)" and revise "task 3"to "task 4" 3. On page 10 of the RFP, add the following after"1.5.3 Quantity of Proposals res uired 1,5.4 Acknowledgement of Addendum Proposers must indicate receipt of any and all addenda issued by attaching the addenda to the proposal Failure to do so will result in a 3 point scoring deduction. END OF ADDENDUM NO. Public Works Engineering Tel:541/488-5347 20 As E.Main egos Fax:: 80O 35-206 W Ashland,Oregon 97520 TTY: 800!135-2900 www.ashland.onus GApub-wrkskng\10.04 Hosler Dam Stability Analysis\RFP\2011-06-24 Addendum Ldoc CITY OF -ASHLAND ADDENDUM NO. 2 TO THE PLANS,SPECIFICATIONS AND CONTRACT DOCUMENTS FOR PROJECT NO, 2010-04 HOSLER DAM STABILITY ANALYSIS This addendum, issued on July 13,2011 affects the plans, specifications and contract documents for the HOSLER DAM STABILITY ANALYSIS Project No, 2010-04 and shall be deemed an integral part of the above referenced documents. I. ALTERATION TO REQUEST FOR PROPOSAL t. On the cover page, page three, and any other references to the proposal due date, revise the proposal due date to July 19th, 2011 at 2:00 P.M., 2. On page 25 of the RFP in the sample contract under item 16, add the following: f. Professional Liability insurance with a combined single limit, or the equivalent, of not less than $1,000,000 for each claim, incident or occurrence. This is to cover damages caused by error, omission or negligent acts related to the professional services to be provided under this contract. 3. On page 9 of the RFP, in paragraph 1.4.2 Terms and Conditions (Pass/Fail), add the following: "The City reserves the right to negotiate any terms contained in the contract or exhibits after the protest deadline." 4. On page 9 of the RFP, in paragraph 1.4.2 Terms and Conditions (Pass/Fail), delete the following: "Unless an official addendum has modified or reserved the right to negotiate any terms contained in the contract or exhibits thereto, City will not negotiate any term or condition after the protest deadline, except the statement of work,pricing and calendar with the selected proposer. By proposal submission, the selected proposer agrees to be bound by the terms and conditions as set forth in this RFP and as they may have been modified or reserved by City for negotiation. Any proposal that is received conditioned upon City's acceptance of any other terms and conditions or rights to negotiate will be rejected." Proposers must indicate receipt of any and all addenda issued by attaching the addenda to the proposal. Failure to do so will result in a 3 point scoring deduction. END OF ADDENDUM NO. 2 l Public Works Engineering Tel:541/488-5347 20 E.Main Street Fax:5414488fi006 Ashland,Oregon 97520 TTY: 800/!35-2900 wuiv.ashland.ocus O:\pub-wrksteng\I0-04 Hasler Dam Stability Analysis\RFR2011-07-13 Addendum 2.doc •C 9a�y � � �' P O E W N v w ZInl a� tw o F U NCO rrnr brm rprb O� O � (V�CIrIO♦ p rCW.r fV O'CI miPrP rN iN�^ 'bi Q �p� a rDr rm i.P.i�rr^Ory � r0: p E u Q EnN ^i0 i•O'V'm'oi O' �O' ��i 'C O. W x F�:O'g,0'O'g:O10�0 OiP'O r�10 i0 Oi0�0 p �� ai C �.a of W W aura' 'tN V.i c'c�a'o 'v;' ;@'°e •^ a %'a'(.rli W;WiW;>'W ;O' W °rW r�r F .4; r2' I • 'O F A u a. H F F W 0 N m Page 1 / 1 CITY OF �. ASHLAND � � DATE' ��. "�_� � :'APO NUMBER%:`i 20 E MAIN ST. 12/12/2011 10592 ASHLAND, OR 97520 (541)488-5300 VENDOR: 016631 SHIP To: Ashland Public Works URS ENERGY&CONSTRUCTION (541)488-5587 10900 NE 8TH STREET SUITE 500 51 WINBURN WAY BELLVUE, WA 98004 ASHLAND, OR 97520 FOB Point: Req.No.: Terms: Net Dept.: Req.Del.Date: - Contact: Pieter Smeenk Special Inst: Confirming? NO ,. �., . ._ ?:.. ,' lJriit Price '; i , .EAt'PN e. Quanti }Unit"." � ' ., Descri- tion ` � ,. Engineering Analysis of Hosler Dam 117,359.00 Time and materials not to exceed $74,447 for base price plus FEA additive alternate cost of$42,912 if alternate is required by FERC. Contract for Personal Services Beginning date: November 30, 2011 Completion date: May 30, 2012 Insurance required/On file Contract approved by City Council on August 16, 2011. SUBTOTAL 117 359.00 BILL TO:Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2028 TOTAL 117,359.00 ASHLAND, OR 97520 . . -- .. „Accou unt Number ,r'� _ ,. Project Numtier _ _r., Amount,'.. _ ;Account Num'Lier ?' !rf?roject_`Numbar,, '.._;r�', Amou'ntk 1. E 670.08.15.00.70420 E 201004.100 58 679.50 E 690.11.18.00.704100 E 201004.100 58 679.50 Atuthorized Signature VENDORCOPY FO CITY OF A request for a Purchase Order ASHLAND REQUISITION Date of request: y� /I J 6 Phy6ne Required date for delivery: Vendor Name Up`S C6 t(!:� 14 /nG Address,City,State,Zip I Q jt , DO Contact Name&Telephone Number Fax Number q — 1soo a 5— 51— 10 SOLICITATION PROCESS LJ Exempt from Competitive Bidding LJ Emergency ❑ Written Findings(Form attached) ❑ Invitation to Bid (Copies on file) ❑ Written findings attached Q Quote or Proposal attached Date approved by Council: ❑ ==attached Pro osal attached LJ Small Procurement Coo erativ Less than$5.000 ® Request for Proposal (Copies on file) LJ Slate of Procounrement Note:Total contract amount,including any Date approved by Council / I Zdl Contract# amendments may not exceed$6,000 ❑ State of Washington Intermediate Procurement Sole Source Contract# GOODS&SERVICES ❑ Written Findings(Form attached) ❑ Other government agency contract $5.000 to$100.000 ❑ Quote or Proposal attached Agency ❑ (3)Written quotes attached Contract# PERSONAL SERVICES Special Procurement El Intergovernmental Agreement 5 000 to 75 000 Agency ❑ Written Findings(Form attached) Less than$35,000,by direct appointment ❑ Quote or Proposal attached Contract# ❑ (3)Written proposals attached Dale approved by Council: Date approved by Council: Description of SERVICES Tota/ Cost L�y)eer)rl� 14�allll Serfs Of $ Item # Quantity Unit Description of MATERIALS Unit Price Total Cost i TOTAL COST,^ ❑ Per attached quotelproposal Project Number Q��_- � Account Number Account Number------------------- Account Number616• 11_•J8 00-704'100 `s6 �°) 'Expenditure must be charged to the appropriate account numbers for the financials to accurately reflect the actual expenditures. IT Director in collaboration with department to approve all hardware and software purchases: IT Director Date By signing this requisition form,I certify that the information provided above satisfies the City's public contracting requirements,and the documentation can be 16 provided upon request. (\� /l. t� Employee Signature:�PJ �I V/�iTj'yX Department Head Signature: Additional signatures(if applicable): n Funds appropriated for current fiscal year ES./ NO G:FinanoelProoedurMPToonslForm 0/6233-Requisition.doc Updated on:11/30/2011 CITY O F ASHLAND PROJECT ACCOUNTING WORKSHEET PROJECT NUMBER(YEAR XX) 2010-04 PROJECT TITLE lHosler Dam Stability Analysis PROJECT DESCRIPTION Hosler Dam Structural Analysis Department Public Works Project Manager Pieter Smeenk Department Head Mike Faught BUDGET INFORMATION Identify fiscal year/potential splits FY 2012 FY 2012 Identify Funding Codes 670.08.15.00.704200 690.11.18.00.704100? 50.00% 50.00% and Funding Code names DESIGN.100 Engineer Name URS PO COST $58,679.50 $58,679.50 Change Orders 1 2 3 4 CONSTRUCTION .120 contractor name PO budget estimate bid/contract total changes total CONSTRUCTION .120 contractor name PO budget estimate bid/contract total changes total PERMIT COSTS(Building Dept).170 budget estimate final costs Miscellaneous Costs: =, Surface Survey(EpicScan) $2,400.00 $2,400.00 DJC Mail Tribune G:Pub-wtks/eng/dept-admin/engineer/pmjmt/PA W S.ds