Loading...
03/27/2000 - Packet • SUMMER LAKE TASK FORCE MEETING NOTICE MONDAY MARCH 27, 2000 6:30 — 8:30 PM Tigard Water District Building Lobby Conference Room 8777 SW Burnham Street (Map Attached) v6:30 PM Introductions- Gus Duenas 6:45 PM Council Objectives- Gus Duenas x"7:10 PM Election of Task Force Chair 7:20 PM Review of Procedure and Schedule- Gus Duenas 7:40 PM Consideration of draft Request for Proposals (Attached) Please review for discussion. • 8:20 PM Next Meeting-Monday May 1, 2000 8:25 PM Adjourn • SUMMER LAKE TASK FORCE • TENTATIVE SCHEDULE March 27 Agenda attached May 1 Select Consultants to be interviewed May 8 Interview Consultants June 12 Develop the criteria to be used to evaluate proposed alternatives June 26 Select alternatives to be evaluated July 10 Evaluate alternatives by Criteria July 31 Select Preferred alternative August 22 Present to Council • f� . MEMO March 27, 2000 TO: SUMMER LAKE TASK FORCE FROM: GREG BERRY, ADVISORY COMMITTEE Howard Banta, Task Force member, has offered the following definitions of key project management terms. Our productivity can be improved by keeping them in mind so I urge your review. ----------------------------------- alternatives--the different means by which objectives or goals can be attained. concept (conceptual) --an abstract notion or idea (of or pertaining to a concept) consensus--a collective agreement; an accord. criteria--measurements which are used to examine relative degrees of desirability among alternatives or degree to which a course of action meets an intended objective. The quality level of a resource necessary for it to be acceptable for a specific beneficial use. A rule, or test, by which something can be judged. . evaluation--an examination and judging concerning the worth, quality, significance, amount, degree or condition of something. endangered species--any species which is in danger of extinction throughout all or a significant portion of its range other than species of the Class Insecta. (Endangered Species Act) enhance--to make higher or greater, as in reputation, cost, beauty, quality, etc. goal--a broad, general statement, not usually quantifiable, and is timeless in that it usually has no specific date by which it is to be completed. The "goal" is the principal statement from which objectives must be developed. habitat--the natural place of abode of a plant or other organism. The locality where the organism may generally be found, and where all essentials for its development and existence are present. A geographical niche. issue-- a point in question of law or fact; a controversial subject or topic; a point of debate or controversy. objective--a clear and specific statement of planned results to be achieved within a stated time period. The results indicated in the statement of objectives are those which are designed to achieve the desired state or process represented by the goal. An objective must include four essential elements: 1- It must state the desired outcome-i.e. , what is to be accomplished. 2- It must indicate the time period within which the expected outcome is to be achieved. 3- It must include measurement factors, such as quantity, quality or cost, so that the fact that the objective has been accomplished can be verified, 4- It must indicate who is responsible for achieving the indicated results. . option--an alternative; that which is offered for choice. standard--the terms "standards" and "objectives" can be used interchangeably. ( . 2) An authoritative origin does not necessarily mean that a "standard" is fair, equitable, or based on sound scientific knowledge, (e.g. , of the functional cause- effect relationship between specific pollutant concentrations and the resulting levels of damage) for it may have been established somewhat arbitrarily on the basis of inadequate technical data tempered by a cautious factor of safety. (3) threatened species-any species which is likely to become an endangered species within the foreseeable future throughout all or a significant portion of its range. (Endangered Species Act) 1 Wildland Planning Glossary, Schwarz, Thor & Elsner, Pacific Southwest Forest and Range Experiment Station, U.S. Dept.of Agriculture, Technical Report PSW- 13, 1976 2 U.S. Federal Water Pollution Control Administration, 1968. Water quality criteria. Report. of the National Technical Advisory Committee to the Secretary of the Interior, p. 234 3 McKee, Jack H. and Harold Wolf, 1963. Water quality criteria. 2nd ed. California State Water quality Control Board, p. 548 ------------------------------------------------------------------------------ • • • City of Tigard 13125 SW Hall Blvd. Tigard,OR 97223 Phone: (503) 6394171 Fax: (503) 684-7297 Request for Proposal Engineering Design Services for Summer Lake Water Quality Project • File No. xxx Proposal Submittal Deadline: April 19, 2000 Summer Lake Water Quality Project RFP 1 CITY of - • GEOGRAPHIC INFORMATION SYSTEM 1111c �,�� co � VICINITY MAP Summer Lake Task Force i 9l I � A �tiy9 ti��2� s� �o yo Un SW URNNRN ST N 0 100 200 300 400 500 Feet 1"-381 feet l P City of Tigard 0J J Information on this map is for general location only and m should be verified with the Development Services Dlvislon. 13125 SW Hall Blvd Tigard,OR 97223 P (503)83 httpl/www._t s Community Dev ent Plot date:Mar 6,2000;c:V%W1magic03.apr TABLE OF CONTENT • Section 1 Request for Proposal Section 2 Scope of Services Section 3 Evaluation Criteria Section 4 Administrative Information Attachments Attachment A Statement of Proposal Attachment B Vicinity Map Attachment Q Supplemental Information Attachment D (Reserved) Attachment E Contract for Engineering Services Sample Summer Lake Water Quality Project RFP 2 SECTION 1 Request for Proposal Engineering Design Services for Summer Lake Water Quality Project The City of Tigard invites proposals from qualified consultants to provide Engineering Design Services to improve water quality of Summer Lake. The scope of services includes development of a conceptual design, final design, preparation and submittal of permits for the construction of the project, preparation of contract and bid documents, and construction staking and inspection. Request for proposal documents are available at: City of Tigard 13125 SW Hall Blvd. Tigard, OR 97223 Telephone: (503)639-4171 ext. 369 Monday through Friday between 8:00 AM and 4:45 PM. The original and five copies of the proposal must be received by 2:00 PM on April 19, 2000. Neither late nor faxed submittals will be accepted. The proposal shall be submitted in a sealed envelope entitled"Proposal for Engineering Design Services—Summer Lake Water Quality Project and shall be sent to the City at the above address, Attn: Greg N. Berry, PE, Utilities Engineer. DJC &TT Publish date - xxx • Summer Lake Water Quality Project RFP SECTION 2 Scope of Services BACKGROUND On November 12, 1996, Council heard the concerns of nearby residents that the appearance of the lake was deteriorating and directed staff to find options available to improve its appearance. Council received the report on September 23, 1997 and directed staff to request proposals from consulting firms to prepare a preliminary lake management plan to improve the appearance of the pond and appointed an Advisory Committee to guide the effort. The resulting Summer Lake Management Plan-September 1998, recommended that the appearance of the pond could be best improved by mechanical harvesting of the weeds and the placement of mats on the bottom of the lake to retard weed growth in areas inaccessible to the mechanical harvester. Weed harvesting has been completed several times, however dissatisfaction with the appearance of the pond remains. The City of Tigard, along with the other jurisdictions within the Tualatin River Basin, are currently under a compliance order to reduce the amount of discharge of certain nutrients as required by the Federal Clean Water Act. Additional standards for temperature and dissolved oxygen are also expected. The Unified Sewerage Agency is responsible for preparing plans that j N will result in compliance. The Fanno Creek Watershed Management Plan provides the planning for Summer Creek. In addition to water quality, the plan also recommends actions to reduce flooding problems and degradation of fish habitat. The Fanno Creek Watershed Management Plan reports that in addition to not meeting standards for the discharge of certain nutrients, anticipated standards for dissolved oxygen and temperature all also not being met. Summer Creek's dissolved oxygen levels were below the water quality standard 92% of the time and temperatures exceeded the standard of 64'F for 44% of the samples. Among the recommendations to correct this,was the recommendations that there be no new in-stream ponds and that existing ponds be made"off-stream by adding a berm, island or other feature to separate the stream and pond during the summer". The Plan further recommends that additional islands be created in Summer Lake to increase shade, that native vegetation be planted along the edge of the lake, and other habitat improvements. With the listing of Upper Willamette Spring Chinook and Winter Steelhead as threatened, the Endangered Species Act is increasing concern for fish passage, dissolved oxygen and water temperature. The combined effect of these regulations and plans is to discourage continuation of stream impoundments throughout the Fanno Creek Basin. The goals of the project are as follows: (1) Provides a free-flowing, shaded stream during periods of low flow to avoid • increased water temperature. (2) Provides for fish passage. Summer Lake Water Quality Project RFP f (3) Is acceptable to regulatory agencies and is consistent with the Fanno Creek Watershed Management Plan. (4) Is easily maintained. • (5) Provides diverse habitat and improved water quality. (6) Presents an off-line water feature(s)consistent with the City's Parks Master Plan to enhance Summerlake Park and provide an attraction for the surrounding neighborhoods. To guide this effort,Council has appointed a Task Force composed of citizens and staff. Membership and duties of the Task Force are shown in the Resolution establishing the Task Force at Attachment C. SCOPE OF SERVICES The proposal submitted by the Consultant shall include all phases of the project as outlined within this sub-section. Consultant will be responsible for conducting meetings, and 9' preparing materials, including agendas and announcements. City will be responsible for copying and mailing materials to Task Force members and the public. 1. Develop Evaluation Criteria- Conduct a meeting with the Task Force and prepare a statement that identifies the values and objectives to evaluate the merits of proposed R11�1 alternatives. The statement should reflect the consensus of the Task Force. 2. Create Alternatives- Conduct a second meeting with the Task Force. Present and receive comments on alternatives that will accomplish the project goals. Identify issues that arise. Present three options to provide an offline water feature(Goal 6). J 3. Evaluate Alternatives by Criteria-Apply each evaluation criteria to alternatives. Assess available resources provide planning level construction cost estimates for all proposals. Present to Task Force and receive comments. Modify alternatives as required. 4. Select Preferred Alternative- Prepare a recommendation and meet with Task Force to reach consensus on the option to be recommended to City Council. 5. Present recommended option to City Council. Revise as directed. 6. Prepare design drawings. �b� ( 7. Apply for and obtain required permits. 8. Complete final design drawings, incorporating all regulatory agency and other comments, ready for bid. 9. Assist City with bidding and award of project. • Summer Lake Water Quality Project RFP 2 i 10. Provide construction inspection, staking, and contract administration. . 11. Provide as-built drawings and any required maintenance and operation information. PROJECT SCHEDULE A detailed project design schedule shall be submitted to the City for review and approval in the project orientation meeting. The schedule shall include submittal milestones in the preliminary design and the final design phases and other milestones in the construction- staking phase. Monthly progress reports including the planned project schedule versus the actual progress shall accompany billings to be submitted to the City. These reports and schedules shall be approved by the City as a condition of payment. DOCUMENTS SUBMITTED BY CONSULTANTS • All documents, including construction plans, calculations, topographic survey notes, photos and photographic negatives, shall become the property of the City and may be used by the City only. The following shall be submitted to the City for review and approval: 1. Recommended Option • Prepare materials to be distributed and displayed to City Council for presentation of the recommended option. 2. Preliminary Design: • 50% designsubmittal: Six paper copies of the plans, size 24" x 36" cost PP p p > estimate, and specifications, and one copy of design calculations. 3. Final Design: • 95% design submittal: Six paper copies of the plans size 24" x 36", cost estimate and specifications and one copy of design calculations. • Final design submittal: Upon approval of the 95% submittal, the Consultant shall submit the originals and one electronic copy of the construction plans and all documents related to the project to the City. Electronic copy shall be in a format consistent with the versions of AutoCAD R14, Softdesk S8 and Microsoft Word 97. All other related documents shall also be submitted to the City at the same time with the final design submittal. Summer Lake Water Quality Project RFP 3 DESIGN MANUALS The Consultant will be required to obtain copies of the following manuals/information to assist them in the design of the project: • Unified Sewerage Agency Design and Construction Standards. • Standard Specifications of the American Public Works Association, Oregon Chapter. • Fanno Creek Watershed Management Plan,USA—June 1997. DOCUMENTS PROVIDED BY THE CITY The City will provide the following items to the Consultant: • Control monuments and elevations of Bench Marks in the project area. • City of Tigard, Public Improvement Design Standards. • Tax maps. Summer Lake Water Quality Project RFP 4 SECTION 3 Evaluation Criteria 1. Proposal instructions and conditions: The Consultant must study carefully and conform to this section so that its proposal will be regular, complete and acceptable. Attention is also directed to Section E (Contract for Engineering Services Sample) which the Consultant shall conform to when awarded the contract with the City. The proposals received shall be kept confidential until the contract is awarded. Thereafter, all proposals will be available for public inspection at the City office. The City will be the sole judge in determining award of contract and reserves the right to reject any or all proposals. Any proposal, which is incomplete, obscure or irregular, will be rejected. Proposals may be withdrawn by written request prior to the deadline of submittal. Negligence on the part of the Consultant in preparing the proposal confers no right for the withdrawal of the proposal after it has been opened. All proposal documents shall become the property of the City and will not be returned and are considered a matter of public record. . Proposals will be evaluated on the completeness and quality .of content as described in sub-section 3 and within this sub-section. Interviews may be conducted with the top ranked firms. The evaluation committee's recommendation will be submitted to the Department Head for approval. Consultants selected for interviews must submit a detailed fee schedule consisting of hourly rates for all assigned personnel and cost breakdown by task, to complete the project. Overhead cost and direct non-labor costs must also be included. This fee schedule shall include all fees for performing the'engineering services for all phases listed under sub-section, "Scope of Work," of Section 2. Refer to item no. 2 of the Attachment E concerning the Engineer's fee for the contract. The City shall have no obligation to compensate any team, firm, or individual for any cost they may incur relative to the preparation and submittal of their proposal. Payment of the City of Tigard Business Tax is required. Chapter 5.4 of the Tigard Municipal Code states that any business doing business in the City of Tigard shall pay the City of Tigard Business Tax. Payments will not be made until the City of Tigard Business Tax is paid. The selected Consultant shall furnish Certificate(s) of Insurance to the City prior to the issuance of a Notice to Proceed. The certificate(s) will specify all of the parties who • are ADDITIONAL INSUREDS (or Lost Payees). Insurance coverage required under this contract shall be obtained from acceptable insurance companies or entities. The Summer Lake Water Quality Project RFP Consultant shall be,financially responsible for all deductibles, self-insured retentions and/or self-insurance hereunder. Refer to sub-sections, "Project Schedule" and "Documents Submitted by Consultants," of Section 2 regarding submittal and design schedule requirements. Questions or comments that arise prior to the submittal of proposal shall be directed to: Greg Berry City of Tigard Engineering Department 13125 SW Hall Blvd. Tigard, OR 97223 Phone: (503) 639-4171 2. Format and length: All proposals shall be typed with a minimum font size of 12 point for the main text and must be signed in ink in the blank spaces provided in the Statement of Proposal (Attachment A). Consultants may use their own discretion for the font size of other materials, e.g. graphics, charts. Each proposal must not exceed 18 pages, which include all attachments and appendixes, and must be organized in accordance with the "Proposal Contents" within this section. Double sided sheets and 11" x 17" size of paper used for charts and graphs are counted as two pages. Cover letter and Attachment A are not counted as pages. 3. Proposal Contents: Consultants shall describe qualifications and resources required to perform the activities. Each proposal must contain the following criteria: 3.1 The original and 5 copies of the proposal 3.2 Statement of Proposal (Attachment A) 3.3 Proposal format and length 3.4 Project understanding and approach, project schedule and project cost. Consultant is requested to provide estimated fees for Tasks 1 —6 only as described in the Scope of Services. (Estimated fees for the remaining tasks, 7 —9, will be requested following selection of the preferred alternative.) Project understanding and approach 30 points Project schedule 10 points • Project cost 15 points Summer Lake Water Quality Project RFP 2 l This relates to the firm's ability to understand the required scope of services, to clearly define the desired action to be taken, and to perform the tasks identified in the scope of work. It should include the proposed schedule for the design, development and delivery as well as major tasks, milestones,and staff assignments. Show how your firm can accomplish the project in the allotted time frame. Also indicate if the time frame established in Section 4 would require extraordinary effort and cost beyond that typically expected in a project of this type. Project cost shall be based on the effort required to accomplish the scope of work. The project schedule and cost shall include all phases of the scope of work. However, award of the final design, construction staking, and construction management phases are contingent upon the availability of funding. 3.5 Firm capabilities 15 points This relates to the firm capabilities in performing the requested services. References listed on the Statement of Proposal or additional references may be included in the evaluation of this criterion. The response should address the following: • Similar projects, by type and location, performed within the last three . years, that best characterize the work quality and cost control. • Internal procedures and/or policies related to work quality and cost control. • Management and organization structure. • Other on-going projects. • Availability to perform the work during the duration of the contract. 3.6 Project Team/Project Management 20 points This relates to the project principal, the project manager, key staff, and sub- consultants. This response should address the following: • Extent of project principal and project manager involvement. • Names of key members/sub-consultants who will perform the work on this project, their extent of involvement and responsibilities. • Qualifications and relevant individual experience, including sub- consultants. • Project manager's experience with similar projects and interdisciplinary teams. Summer Lake Water Quality Project RFP 3 Quality control program. • Method of liaison and communication with the City. 3.7 Resources 5 points This relates to the total resources allocated to each given task of the scope of work(e.g. computer equipment, survey equipment). 3.8 Supportive information 5 points Supportive material may include graphs, charts, photos and other information related to the project. Summer Lake Water Quality Project RFP 4 SECTION 4 Administrative Information The City will review the proposals and select the most qualified firm to perform the required services. Firms that made the shortlist will be notified by mail or FAX on May 2, 2000. Final selection is expected to be completed by May 9, 2000. Other milestones for the project are: • Advertisement March 31 • Proposal submittal deadline April 19 • Consultants shortlisted and notified May 1 - 2 • Interview May 8 • Consultant selected and notified May 9 • City Council approval May23 • Notice of Award May 24 • Notice to Proceed May 31 It should be noted that the above schedule is only an estimate. The activities may take more or less time than they are shown. Summer Lake Water Quality Project RFP ATTACHMENT A STATEMENT OF PROPOSAL Summer Lake Water Quality Project RFP Statement of Proposal Name of Firm Mailing Address Contact Person Telephone Fax accepts all the terms and conditions contained in the Summmer Lake Water Quality Project Request for Proposal and the attached sample contract(Attachment E): Signature of authorized representative Date Type or print name of authorized representative Telephone No. Type or print name of person(s) authorized to negotiate contracts Telephone No. References Reference# 1 Telephone Number Project Title Consultant Contact Person Reference# 2 Telephone Number Project Title Consultant Contact Person Reference# 3 Telephone Number Project Title Consultant Contact Person Summer Lake Water Quality Project RFP 2 ATTACHMENT B VICINITY MAP • Summer Lake Water Quality Project RFP CITY of .i.', •; .sir „ oEOo RAPNIC INFORMATION SYSTEM G WE4CH � EggERT GZ ��� VICINITY MAP Summer Lake Water Quality Improvement Project 5 Z 1 1 1NOG W 09 Zm �� o� D rn CzP p9 0 SCNO��S \�O O LL 000 Summer Lake Park N WOOD Ox U ND G 0 200 400 800 Feet OWN v 3 00 w O ti W BLACK Q 1"=488 feet 04 P� �Z WINDSO 9L PENN CT COTTONWOOD LN x n o WIND PL City of Tigard Information on this map is for general location only and > MAN ST ° o should be verified with the Development Services Division. LLJ 13125 SW Hall Blvd Tigard,OR 97223 N Fx- (503)8394171 htlpJtwww.ei.tigsrd.or.us Community Development Plot date: Feb 16,2000;C:\magic\MIAGIC03.APR ffim ;- *47 ice...-- Ila fog ' '�.�', ► j, ll.p ffFAMA �'�� �" "� �ti♦ice � � 1� . tWall!. Uiv i■� 14 P P M • , J I. lop IA I 1 0 0101- 0 VNENA/ fill •M P ^ J ATTACHMENT C SUPPLEMENTAL INFORMATION i . i . Summer Lake Water Quality Project RFP CITY OF TIGARD,OREGON RESOLUTION NO.00- A RESOLUTION TO ESTABLISH A TASK FORCE AND ADVISORY COMMTME TO DEVELOP AND IMPLEMENT A PROJECT'FOR IMPROVEMENTS TO SUMMER LAKE. WHEREAS,the City of Tigard,along with other jurisdictions within the Tualatin River Basin,are currently under a compliance order to reduce the amount of discharge of certain nutrients as required by the Federal Clean Water Act;and WHEREAS,stream impoundments degrade water quality,cause the heating of water beyond temperatures that desired species of fish could survive,and reduce the amount of oxygen in the water, and WHEREAS,the regulatory climate and.current regulations discourage continuation of stream impoundments throughout the Fanno Creek Basin;and VVI[EREAS,Summer Lake at Summerlake Park is one such impoundment;and WHEREAS,the condition of Summer Lake has been steadily deteriorating over time with algae and weeds readily visible during the summer months;and WHEIZEAS,the Summer Lake Management.Plan prepared at Council direction to address the problems with the lake recommended mechanical harvesting supplemented with alum treatment and placement of membrane to deter woad growth, and mechanical harvesting has not significantly improved the condition of the lake,alum treatment has been strongly discouraged.by DEQ,and placement of membrane has been held in abeyance pending discussion of further action that maybe required;and WHEREAS,a prime method to promote fish passage,enhance water quality, improve habitat in Summer Lake,and enhance Summerlake Park is to reduce the lake to a.stream while providing a water feature(s)for the park; and WHEREAS,the Tigard City Council finds that the development of a project to provide these improvements could best be accomplished if directed bya' Task Force whose members represent the interests of the various stakeholders in the area NOW,TIMREFORE,BE IT RESOLVED by the Tigard City Council that: SECTION 1: A Summer Lake Task Force is hereby established. Its membership shall consist of individuals representing the various stakeholders as listed on the attached Exhibit"A." An Advisory Committee is likewise hereby established to provide assistance and advice to the Task Force. Its membership shall be as designated in"Exhibit A." RESOLUTION NO. 001J Page 1 SECTION 2: . The overall objective of the Task Force is to develop and implement a project that would enhance water quality, improve habitat in Summer Lake,promote fish passage,and enhance Summerlake Park SECTION 3: The goals of the project are as follows: (1) Provides a free-flowing,shaded stream during periods of low flow to avoid increased water temperature. (2) Provides for fish passage. (3) Is acceptable to regulatory agencies and is consistent with the Fanno Creek Watershed Management Plan. (4) Is easily maintained. (5) Provides diverse habitat and improved water quality. (6) Presents an offline water feature(s)consistent with the City's Parks Master Plan to enhance Summerlake Park and provide an attraction for the surrounding neighborhoods. SECTION 4: The duties of the Task Force include the following: (1) Select and work with a consulting firm to develop design options. (2) Present the design options to the neighborhoods and receive comments. (3) Select a preferred option and present it to the neighborhoods for further comments. (4) Present a consensus recommendation to.City Council for approval. r (5) Review the consultant's work in the preparation'of construction contract documents for the approved option. (6) Coordinate and act as liaison to the neighborhoods during the construction of-the. - project. (7) Monitor the project until completion of construction and acceptance ofthe project: (8) Make periodic reports to City Council on the progress of the Task Force towards achieving the objectives. SECTION 5: The'Task Force shall present its consensus recommendation to the City Council no later than the end of July 2000. SECTION 6: At the first meeting the Task Force shall select a chair and vice-chair to preside over the meetings and ensure that the Task Force is progressing towards accomplishment of.the objectives. SECTION 7: The Task Force and Advisory Committee shall be deactivated after construction completion and acceptance of the project. RESOLUTION NO. 00-j2� Page 2 PASSED: This day o 2000. Mwf r City of Itard Council President ATTEST: 40 City Recorder-City of Tig 1. Eslabks"Sumrw Lake Task Force RESOLMON NO. 00-0 5 Page 3 f-e to G 'lay/oD Summer Lake Task Force Task Force Members Unified Sewerage Agency—Kendra Smith Friends of the Lake—Howard Banta Summerlake Homeowners Association—Ed Halberg Tualatin Riverkeepers—Brian Wegener City Parks Advocate—John Cook, Sr.(also a resident near the lake) ResidentialRepresentative(Citywide)-Tom Rogers Residential Representative(West of Park)-Gene McAdams City Engineer—Gus Duenas Public Works Director—Ed Wegner Community Development Director—Tim Hendryx Advisoty Committee Members/Res ounces Engineering Department Representative— Greg Berry Long Range Planning Representative—Duane Roberts Parks Supervisor—Jeff Munro Consultant—To be selected • Regulatory Agencies (ESA-related, ODFW, DSL, Corps of Engineers)—To be designated by the respective agencies as needed during the process City Attorney's Office Representative—Dan Chandler Sue BeAct I_\Eng\Gus\Word Docunmts\Surrmer Lake Task Force Members BXMBIT A ATTACHMENT D (Reserved) Summer Lake Water Quality Project RFP ATTACHMENT E Sample- Contract for Engineering Services Summer Lake Water Quality Project RFP SAMPLE CITY OF TIGARD, OREGON CONTRACT FOR ENGINEERING SERVICES THIS AGREEMENT, made and entered into this day of , 2000, by and between the City of Tigard, a municipal corporation, hereinafter referred to as the "City," and , whose authorized representative is and having a principal being a registered engineer of the State of Oregon, hereinafter referred to as the "Engineer." WITNESSETH: WHEREAS, the Tigard City Council through Resolution 00-05, has established a Task Force to direct the efforts to improve water quality of Summer Lake; and WHEREAS, the accomplishment of the work and services described in this Agreement is necessary and essential for the completion of the improvements; and WHEREAS, the City desires to engage the Engineer to render professional engineering services for the project described in this Agreement, and the Engineer is willing and qualified to perform such services. IN CONSIDERATION of the promises and covenants contained herein, the parties hereby agree as follows: 1. Engineer's Scope of Services The Engineer shall perform professional engineering services relevant to the Project in accordance with the terms and conditions set forth herein, and as provided in Exhibit I, which is attached hereto and by this reference made a part of this Agreement. 2. Engineer's Fee A. Basic Fee. (1) As compensation for Basic Services as described in Exhibit I of this Agreement, and for services required in the fulfillment of Paragraph 1, the Engineer shall be paid a basic fee as shown on the Exhibit I of this agreement, which shall constitute full and complete payment for said services and all expenditures which may be made and expenses incurred, except as otherwise expressly provided in this Agreement. The Basic Fee shall not exceed the amount of dollars ($ ) without prior written authorization. (2) The parties hereto do expressly agree that the Basic Fee is based upon the Scope of Services to be provided by the Engineer and is not necessarily related to the estimated construction cost of the Project. In the event that Summer Lake Water Quality Project RFP 2 the actual construction cost differs from the estimated construction cost, the Engineer's compensation will not be adjusted unless the Scope of Services to be provided by the Engineer changes and is authorized and accepted by the City.. B. Payment Schedule for Basic Fee. Payments shall be made upon receipt of billings based on the work completed. Billings shall be submitted by the consultant periodically, but not more frequently than monthly. Payment by the City shall release the City from any further obligation for payment to the engineer for service or services performed or expenses incurred as of the date of the statement of services. Payment shall be made only for work actually completed as of the date of invoice. Payment shall not be considered acceptance or approval of any work or waiver of any defects therein. C. Payment for Special Services. Only when directed in writing by the City, the Engineer shall furnish or acquire for the City the professional and technical services based on the hourly rate schedule as described in Exhibit I of this contract for minor project additions and/or alterations. D. Certified Cost Records. The Engineer shall furnish certified cost records for all billings pertaining to other than lump sum fees to substantiate all charges. For such purposes, the books of account of the Engineer shall be subject to audit by the City. The Engineer shall complete work and cost records for all billings on such forms and in such manner as will be satisfactory to the City. E. Contract Identification The Engineer shall furnish to the City its employer identification number, as designated by the Internal Revenue Service, or Social Security Number, as the City deems applicable. F. Payment- General (1) Engineer shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. (2) Engineer shall pay employees at least time and a half pay for all overtime worked in excess of 40 hours in any one week except for individuals under the contract who are excluded under ORS 653.010 to 653.261 or under 29 USC sections 201 to 209 from receiving overtime. (3) Engineer shall promptly, as due, make payment to any person, co- partnership, association or corporation, furnishing medical, surgical and hospital care or other needed care and attention incident to sickness or Summer Lake Water Quality Project RFP 3 injury to the employees of Engineer or all sums which Engineer agrees to pay for such services and all moneys and sums which Engineer collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. (4) The City certifies that sufficient funds are available and authorized for expenditure to finance costs of this contract. 3. Ownership of Plans and Documents: Records A. The field notes, design notes, and original drawings of the construction plans, as instruments of service, are and shall remain, the property of the Engineer; however, the City shall be furnished, at no additional cost, one set of reproducible Mylar of the original drawings of the work. B. The City shall make copies, for the use of and without cost to the Engineer, of all of its maps, records, laboratory tests, or other data pertinent to the work to be performed by the Engineer pursuant to this Agreement, and also make available any other maps, records, or other materials available to the City from any other public agency or body. C. The Engineer shall furnish to the City, copies of all maps, records, field notes, and soil tests which were developed in the course of work for the City and for which compensation has been received by the Engineer at no additional expense to the City except as provided elsewhere in this Agreement. 4. Engineer is Independent Contractor A. Engineer's services shall be provided under the general supervision of City's project director or his/her designee, but Engineer shall be an independent contractor for all purposes and shall be entitled to no compensation other than the compensation provided for under Section 2 of this Agreement. B. In the event Engineer is to perform the services described in this Agreement without the assistance of others, Engineer hereby agrees to file a joint declaration with City to the effect that Engineer's services are those of an independent contractor, as provided under Chapter 864 Oregon Laws 1979. C. Engineer acknowledges that for all purposes related to this agreement, Engineer is and shall be deemed to be an independent contractor and not an employee of City, shall not be entitled to benefits of any kind to which an employee of the City is entitled and shall be solely responsible for all payments and taxes required by law. Furthermore, in the event that Engineer is found by a court of law or an administrative agency to be an employee of the City for any purpose, City shall be entitled to offset compensation due, or to demand repayment of any amounts paid to Engineer under the terms of the agreement, to the full extent of any benefits or other remuneration Engineer receives (from City or third party) as a result of said finding and to the full extent of any payments that City is required to make (to • Engineer or to a third party) as a result of said finding. Summer Lake Water Quality Project RFP 4 D. The undersigned Engineer hereby represents that no employee of the City or any partnership or corporation in which a City employee has an interest, has or will receive any remuneration of any description from the Engineer, either directly or indirectly, in connection with the letting or performance of this Agreement, except as specifically declared in writing. E. If this payment is to be charged against Federal funds, Engineer certifies that he/she is not currently employed by the Federal Government and the amount charged does not exceed his/her normal charge for the type of service provided. F. Engineer and its employees, if any, are not active members of the Oregon Public Employees Retirement System and are not employed for a total of 600 hours or more in the calendar year by any public employer participating in the Retirement System. G. Engineer certifies-that it currently has a City of Tigard business license or will obtain one prior to delivering services under this Agreement. H. Engineer is not an officer, employee, or agent of the City of Tigard as those terms are used in ORS 30.265. 5. Indemnity The City has relied upon the professional ability and training of the Engineer as a material inducement to enter into this Agreement. Engineer warrants that all its work will be performed in accordance with generally accepted professional practices and standards as well as the requirements of applicable federal, state and local laws, it being understood that acceptance of an Engineer's work by the City shall not operate as a waiver or release. Engineer agrees to indemnify and defend the City, its offers, agents and employees and hold them harmless from any and all liability, causes of action, claims, losses, damages, judgments or other costs or expenses including attorney's fees and witness costs and (at both trial and appeal level, whether or not a trail or appeal ever takes place) that may be asserted by any person or entity which in any way arise from, during or in connection with the performance of the work described in this contract, except liability arising out of the sole negligence of the City and its employees. Such indemnification shall also cover claims brought against the City under state or federal worker's compensation laws. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this indemnification. i Summer Lake Water Quality Project RFP 5 6. Insurance Engineer and its subcontractors shall maintain insurance acceptable to City in full force and effect throughout the term of this contract. Such insurance shall cover all risks arising directly or indirectly out of Engineer's activities or work hereunder, including the operations of its subcontractors of any tier. Such insurance shall include provisions that such insurance is primary insurance with respect to the interests of City and that any other insurance maintained by City is excess and not contributory insurance with the insurance required hereunder. The policy or policies of insurance maintained by the Engineer and its subcontractor shall provide at least the following limits and coverages: A. Commercial General Liability Insurance Engineer shall obtain, at Engineer's expense, and keep in effect during the term of this contract, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (1986 ISO or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this contract. The following insurance will be carried: Coverage Limit General Aggregate 2,000,000 Products-Completed Operations Aggregate 1,000,000 Personal &Advertising Injury 1,000,000 • Each Occurrence 1,000,000 Fire Damage(Any one fire) 50,000 Medical Expense(Any one person) 5,000 B. Commercial Automobile Insurance Engineer shall also obtain, at engineer's expense, and keep in effect during the term of the contract, "Symbol 1" Commercial Automobile Liability coverage including coverage for all owned, hired, and non-owned vehicles. The Combined Single Limit per occurrence shall not be less than $1,000,000. C. Workers' Compensation Insurance The Engineer, its subcontractors, if any, and all employers providing work, labor or materials under this Contract are subject employers under the Oregon Workers' Compensation Law and shall comply with ORS 656.017, which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 days in a calendar year. Engineers who perform work without the assistance or labor of any employee need not to obtain such coverage. This shall include Employer's Liability Insurance with coverage limits of not less • than $100,000 each accident. Summer Lake Water Quality Project RFP 6 r D. Additional Insured Provision The City of Tigard, Oregon, its officers, directors, and employees shall be added as additional insureds with respect to this contract. All liability insurance policies will be endorsed to show this additional coverage. E. Notice of Cancellation There shall be no cancellation, material change, and exhaustion of aggregate limits or intent not to renew insurance coverage without 30 days written notice to the City. Any failure to comply with this provision will not affect the insurance coverage provided to the City. The 30 days notice of cancellation provision shall be physically endorsed on to the policy. F. Insurance Carrier Rating Coverages provided by the Engineer must be underwritten by an insurance company deemed acceptable by the City. The City reserves the right to reject all or any insurance carrier(s)with an unacceptable financial rating. G. Certificates of Insurance As evidence of the insurance coverage required by the contract, the contractor shall furnish a Certificate of Insurance to the City. No contract shall be effected until the required certificates have been received and approved by the City. The certificate will specify and document all provisions within this contract. A renewal certificate will be sent to the address below ten days prior to coverage expiration. H. Independent Contractor Status The service or services to be rendered under this contract are those of an independent contractor. Engineer is not an officer, employee or agent of the City as those terms are used in ORS 30.265. I. Primary Coverage Clarification All parties to this contract hereby agree that the Engineer's coverage will be primary in the event of a loss. J. Cross-Liability Clause A cross-liability clause or separation of insureds clause will be included in all general liability, professional liability, pollution and errors and omissions policies required by this contract. Engineer's insurance policy shall contain provisions that such policies shall not be canceled or their limits of liability reduced without 30 days prior notice to City. A copy of each insurance policy, certified as a true copy by an authorized • representative of the issuing insurance company, or at the discretion of City, in Summer Lake Water Quality Project RFP 7 lieu thereof, a certificate in form satisfactory to City certifying to the issuance of such insurance shall be forwarded to: (Name&Title of Person Letting Contract) 13125 SW Hall Blvd. Tigard, Oregon 97223 Such policies or certificates must be delivered prior to commencement of the work. Thirty days cancellation notice shall be provided City by certified mail to the name at the address listed above in event of cancellation or non-renewal of the insurance. The procuring of such required insurance shall not be construed to limit contractor's liability hereunder. Notwithstanding said insurance, Engineer shall be obligated for the total amount of any damage, injury, or loss caused by negligence or neglect connected with this contract. 7. Termination Without Cause: At any time and without cause, City shall have the right in its sole discretion, to terminate this Agreement by giving notice to Engineer. If City terminates the contract pursuant to this paragraph, it shall pay Engineer for services rendered to the date of termination. 8. Termination With Cause: A. City may terminate this Agreement effective upon delivery of written notice to Engineer, or at such later date as may be established by City, under any of the following conditions: (1) If City funding from federal, state, local, or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services. This Agreement may be modified to accommodate a reduction in funds 2 If Federal or State regulations or guidelines are modified changed, or ( ) g g interpreted in such a way that the services are no longer allowable or appropriate for purchase under this Agreement. (3) If any license or certificate required by law or regulation to be held by Engineer, its subcontractors, agents, and employees to provide the services required by this Agreement is for any reason denied, revoked, or not renewed. (4) If Engineer becomes insolvent, if voluntary or involuntary petition in bankruptcy is filed by or against Engineer, if a receiver or trustee is appointed for Engineer, or if there is an assignment for the benefit of creditors of Engineer. • Summer Lake Water Quality Project RFP 8 Any such termination of this agreement under paragraph (a) shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination. B. City, by written notice of default (including breach of contract) to Engineer, may terminate the whole or any part of this Agreement: (1) If Engineer fails to provide services called for by this agreement within the time specified herein or any extension thereof, or (2) If Engineer fails to perform any of the other provisions of this Agreement, or so fails to pursue the work as to endanger performance of this agreement in accordance with its terms, and after receipt of written notice from City, fails to correct such failures within ten days or such other period as City may authorize. (3) If Engineer fails to eliminate a conflict as described in Section 12 of this agreement. The rights and remedies of City provided in the above clause related to defaults (including breach of contract) by Engineer shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Agreement. If City terminates this Agreement under paragraph (B), Engineer shall be entitled • to receive as full payment for all services satisfactorily rendered and expenses incurred, an amount which bears the same ratio to the total fees specified in this Agreement as the services satisfactorily rendered by Engineer bear to the total services otherwise required to be performed for such total fee; provided, that there shall be deducted from such amount the amount of damages, if any, sustained by City due to breach of contract by Engineer. Damages for breach of contract shall be those allowed by Oregon law, reasonable and necessary attorney fees, and other costs of litigation at trial and upon appeal. 9. Non-Waiver: The failure of City to insist upon or enforce strict performance by Engineer of any of the terms of this Agreement or to exercise any rights hereunder, should not be construed as a waiver or relinquishment to any extent of its rights to assert or rely upon such terms or rights on any future occasion. • Summer Lake Water Quality Project RFP 9 10. Method and Place of Giving Notice. Submitting Bills and Making Payments. All notices, bills and payments shall be made in writing and may be given by personal delivery or by mail. Notices, bills and payments sent by mail should be addressed as follows: CITY OF TIGARD Name&Title of Person Letting Contract 13125 SW Hall Blvd. Tigard, Oregon 97223 ENGINEERING CONSULTANT Engineer's Name Mailing Address City, State,Zip Code and when so addressed, shall be deemed given upon deposit in the United States mail, postage prepaid. In all other instances,notices,bills and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices, bills and payments are to be given by giving written notice pursuant to this paragraph. 11. Merger: This writing is intended both as a final expression of the Agreement between the parties with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement. No modification of this Agreement shall be effective unless and until it is made in writing and signed by both parties. 12. Professional Services: The City requires that services provided pursuant to this agreement shall be provided to the City by an Engineer, which does not represent clients on matters contrary to City interests. Further, Engineer shall not engage services of an attorney and/or other professional who individually, or through members of his/her same firm, represents clients on matters contrary to City interests. Should the Engineer represent.clients on matters contrary to City interests or engage the services on an attorney and/or other professional who individually, or through members of his/her same firm, represents clients on matters contrary to City interests, Engineer shall consult with the appropriate City representative regarding the conflict. After such consultation, the Engineer shall have days to eliminate the conflict to the satisfaction of the City If such conflict is not eliminated within the specified time period,the agreement may be terminated pursuant to Section 8 (B - 3)of this agreement. 13. Force Majeure: • Summer Lake Water Quality Project RFP 10 j Neither City nor Engineer shall be considered in default because of any delays in completion and responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the parties so disenabled, including but not restricted to, an act of God or of a public enemy, civil unrest, volcano, earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually severe weather or delay of subcontractor or supplies due to such cause; provided that the parties so disenabled shall within ten days from the beginning of such delay, notify the other party in writing of the cause of delay and its probable extent. Such notification shall not be the basis for a claim for additional compensation. Each party shall, however, make all reasonable efforts to remove or eliminate such a cause of delay or default and shall, upon cessation of the cause, diligently pursue performance of its obligation under the Agreement. 14. Non-Discrimination: Engineer agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statues, rules, and regulations. Engineer also shall comply with the Americans with Disabilities Act of 1990, ORS 659.425, and all regulations and administrative rules established pursuant to those laws. 15. Errors: Engineer shall perform such additional work as may be necessary to correct errors in the work required under this Agreement without undue delays and without additional cost. 16. Extra(Changes) Work: Only the City Engineer may authorize extra(and/or changes) work. Failure of Engineer to secure authorization for extra work shall constitute a waiver of all right to adjustment in the contract price or contract time due to such unauthorized extra work and Engineer thereafter shall be entitled to no compensation whatsoever for the performance of such work. 17. Governing Law: The provisions of this Agreement shall be construed in accordance with the provisions of the laws of the State of Oregon. Any action or suits involving any question arising under this Agreement must be brought in the appropriate court of the State of Oregon. 18. Compliance With Applicable Law: G Engineer shall comply with all federal, state,and local laws and ordinances applicable to the work under this Agreement, including those set forth in ORS 279.310 to 279.320. 19. Conflict Between Terms: It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument in the proposal of the contract, this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. 20. Audit: • Summer Lake Water Quality Project RFP 'I 11 Engineer shall maintain records to assure conformance with the terms and conditions of this Agreement, and to assure adequate performance and accurate expenditures within the contract period. Engineer agrees to permit City, the State of Oregon, the federal government, or their duly authorized representatives to audit all records pertaining to this Agreement to assure the accurate expenditure of funds. 21. Severability: In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction, the remainder of this Agreement shall remain in full force and effect and shall in no way be affected or invalidated thereby. 22. Complete Agreement: This Agreement and attached exhibits constitutes the entire Agreement between the parties. No waiver, consent, modification, or change of terms of this Agreement 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 specific instances and for the specific purpose given. There are no understandings, agreements, or representations, oral or written, not specified herein regarding this Agreement. Engineer, by the signature of its authorized representative, hereby acknowledges that he has read this Agreement, understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF, City has caused this Agreement to be executed by its duly authorized undersigned officer and Engineer has executed this Agreement on the date hereinabove first written. CITY OF TIGARD By: (Authorized City staff person letting contract) Date: ENGINEER By: (Type in Firm's Name) Print Name Date: Summer Lake Water Quality Project RFP 12 is\eng\cont-es.dot • Summer Lake Water Quality Project RFP 13 EXHIBIT I Duty of Engineer A. Basic Services: The Engineer shall render professional engineering services as described in the attached proposal dated , titled is\eng\con-es.dot • Summer Lake Water Quality Project RFP 14