Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
City of Albany, Oregon
REQUEST FOR PROPOSALS (RFP)
DESIGN-BUILD SERVICES
FOR
WTP-17-02
VINE WATER TREATMENT PLANT
IMPROVEMENTS
Issue Date: September 15, 2017
Due Date: October 17, 2017, 2:00 p.m. (local time)
Public Works Engineering Director ............................... Jeff Blaine, P.E.
City Engineer .............................................................. Staci Belcastro, P.E.
Project Manager ............................................................ Nolan Nelson, P.E.
Purchasing Coordinator .............................. Diane M. Murzynski, CPPO
For more information regarding this Request for Proposals, contact Nolan Nelson at 541-791-0130 or by e-mail at [email protected]
PUBLIC WORKS – ENGINEERING
If proposer obtains these documents by means of a website or copied from a plan center, it is the responsibility of the proposer to check for any addendums to this contract prior to bid opening. To be notified of addendums, call 541-917-7676 and request to be added to the interested proposer’s list.
Failure to include any signed Addendums could result in the disqualification of your proposal.
WC-13-01, Canal Diversion Structures REQUEST FOR PROPOSALS (RFP)
Request for Proposals for Design-Build Services Table of Contents
TABLE OF CONTENTS
WTP-17-02, Vine Water Treatment Plant (WTP) Improvements
REQUEST FOR PROPOSALS (RFP) .................................................................................................................... 2
SECTION 1. INTRODUCTION AND BACKGROUND ...................................................................................... 4
SECTION 2. SCOPE OF WORK ........................................................................................................................... 6
SECTION 3. PROCUREMENT PROCESS REQUIREMENTS AND CONDITIONS ...................................... 10
SECTION 4. PROPOSAL EVALUATION PROCESS AND SELECTION CRITERIA .................................... 15
SECTION 5. CONTRACT REQUIREMENTS .................................................................................................... 20
SECTION 6. STATE AND FEDERAL CONTRACTING LAW ......................................................................... 21
ATTACHMENT A – PROJECT BACKGROUND DOCUMENTS .................................................................. A-1
ATTACHMENT B – EMPLOYEE DRUG TESTING PROGRAM CERTIFICATION ................................... B-1
ATTACHMENT C – NON-COLLUSION AND CONFLICT OF INTEREST CERTIFICATION .................. C-1
ATTACHMENT D – CERTIFICATION OF INSURANCE REQUIREMENTS .............................................. D-1
ATTACHMENT E – SAMPLE PROGRESSIVE DESIGN-BUILD CONTRACT ........................................... E-1
ATTACHMENT F – FILTER MEDIA ANALYSIS COST ................................................................................ F-1
ATTACHMENT G – FILTER MEDIA REMOVAL, PROTECTION, AND REINSTALLATION COST ...... G-1
ATTACHMENT H – KEY PERSONNEL INFORMATION FORM ................................................................ H-1
WTP-17-02, Vine Water Treatment Plant Improvements SUBMITTAL CHECKLIST
Request for Proposals for Design-Build Services Page 1 of 24
PROPOSER’S SUBMITTAL CHECKLIST
Proposers should submit five (5) copies of their proposal. All proposals must include the following submittals
to be considered responsive:
Letter from Design Builder’s Surety verifying bonding capability
Employee Drug-Testing Program Certification (Attachment B)
Non-Collusion And Conflict Of Interest Certification (Attachment C)
Certification of Insurance Requirements (Attachment D)
Signed Addenda (if applicable)
Proposals must be submitted by the time designated and the address listed in the advertisement for the
Request for Proposals at the City Hall Parks and Recreation Department/Information counter and
marked received by City staff indicating the time and date as shown on the City Bid Clock in the Parks
and Recreation Department. Any proposals submitted after the designated closing time or to any other
location will be determined nonresponsive and will not be opened. It is the responsibility of the Proposer
to deliver the proposal by the indicated deadline to the designated location.
If the Proposer submits a proposal via a delivery service (FedEx, UPS, etc.) the required sealed envelope
must be enclosed in the delivery service packaging and the Project Title of the proposal should be written
on the outside delivery service packaging.
WTP-17-02, Vine Water Treatment Plant Improvements REQUEST FOR PROPOSALS (RFP)
Request for Proposals for Design-Build Services Page 2 of 24
CITY OF ALBANY
REQUEST FOR PROPOSALS (RFP)
WTP-17-02, VINE STREET WTP IMPROVEMENTS
Proposals Due by 2:00 p.m. on Tuesday, October 17, 2017
Notice is hereby given that the City of Albany (City), Oregon, is requesting proposals from qualified Design-
Builders with established experience for the design and construction of WTP-17-02, Vine Water Treatment Plant
(WTP) Improvements project. This project will be constructed using a progressive Design-Build alternative
procurement process and is exempt from competitive bidding pursuant to criteria set forth in Albany Municipal
Code 2.66.060 and pursuant to Oregon Revised Statutes 279C.335. This project will be awarded based on a
competitive selection process based on technical expertise, cost, and prior experience.
Primary components of the project include:
Perform a condition assessment of filter media;
Investigate a hydraulic connection between water treatment filters;
Complete design to repair the leak between water treatment filters; and
Complete repair of leak between water treatment filters.
The Request for Proposals (RFP) document may be examined at the office of the Public Works Director, City
Hall, 333 Broadalbin Street SW, Albany, Oregon, 541-917-7676; downloaded from the City of Albany website at
http://www.cityofalbany.net/departments/finance/city-purchasing/bids-rfps-rfqs; or a printed set may be purchased
for $75. It is imperative those who download the RFP documents check the website regularly for addenda,
clarifications, and other pertinent notifications. All who are known by the City of Albany to have an interest in
this RFP will receive notification when additional items are posted. Please call 541-917-7676 to be added to the
Interested Proposer’s list.
Optional Pre-Proposal Site Meeting. The Vine WTP is a locked facility; in order to provide access to interested
proposers, an optional meeting is scheduled at the Vine WTP located at 300 Vine Street SW, Albany, Oregon, on
Tuesday, September 26, 2017, 3:00 p.m. to 4:00 p.m.
Proposals shall be submitted in a sealed envelope and received at the City of Albany Parks & Recreation counter,
not later than 2:00 p.m., Tuesday, October 17, 2017, addressed to the attention of Diane M. Murzynski, CPPO,
Purchasing Coordinator, at Albany City Hall, Finance Department, 333 Broadalbin Street SW, Albany, OR
97321. The outside of the envelopes shall reference WTP-17-02, Vine Street WTP Improvements, along with the
name and address of the Design-Builder. Faxed or electronic (email) submittals will not be accepted. Proposals
received after the closing date and time will not be opened or reviewed.
Each Design-Builder must have access to a current set of City of Albany Standard Construction Specifications,
which can be found on the City’s website at http://www.cityofalbany.net/departments/public-
works/engineering/standard-construction-specifications or a printed set may be purchased for $100. All public
improvements are required to conform to these specifications and proposal costs shall reflect these specifications.
For project information, call Nolan Nelson, Civil Engineer III, at 541-791-0130, or by email at
[email protected]. For questions regarding the procurement process, contact Diane Murzynski,
CPPO, CPPB, Purchasing Coordinator, at 541-917-7522.
All City contracts contain a statement declaring that the Design-Builder agrees to comply with the provisions of
ORS 279C.800 through 279C.870 regarding payment of prevailing wages. The City’s contract contains a clause
which incorporates by reference all of the provisions of ORS Chapter 279C that are applicable to public contracts.
Design-Builders are expected to be familiar with these provisions including, but not limited to, recent changes to
WTP-17-02, Vine Water Treatment Plant Improvements REQUEST FOR PROPOSALS (RFP)
Request for Proposals for Design-Build Services Page 3 of 24
ORS Chapter 279C.
Design-Builders responding to this RFP do so solely at their own expense, and the City is not responsible for any
Consultant expenses associated with the RFP.
No Proposal shall be received or considered unless the Design-Builder is registered with the Construction
Contractors Board for construction projects and licensed in Oregon for the type of work to be performed.
The City may reject any RFP not in compliance with all prescribed solicitation procedures and requirements and
other applicable law, and may reject any or all RFPs in whole or in part when the cancellation or rejection is in the
best interest of the City and at no cost to the City.
DATED THIS 15TH DAY OF SEPTEMBER 2017.
Diane M. Murzynski, CPPO, CPPB
Purchasing Coordinator
PUBLISH: Daily Journal of Commerce, on Friday, September 15, 2017
Albany Democrat-Herald, on Friday, September 15, 2017
WTP-17-02, Vine WTP Improvements SECTION 1
Request for Proposals for Design-Build Services Page 4 of 24
SECTION 1. INTRODUCTION AND BACKGROUND
1.1 INTRODUCTION
The City of Albany (City), Oregon, is requesting proposals from qualified Design-Builders (Contractor)
according to the requirements set forth in this Request for Proposal (RFP) for the design and construction of
WTP-17-02, Vine Water Treatment Plant (WTP) Improvements project. This RFP is issued under the
provisions of the Oregon Revised Statutes Chapters 279A, 279C, and the City Municipal Code public
contracting rules.
The City selected the Design-Build contracting method to provide a direct public benefit and to select a
qualified and experienced Design-Build team that will aid in making design decisions, improve the project
quality, provide faster project completion, and reduce project risk. The City anticipates minimum shutdown
time at the Vine WTP during the design and construction of the project. The City submitted written Findings
to the Albany City Council, acting as the Local Contract Review Board, seeking the exemption from
competitive bidding and approval to use an alternative contracting method, progressive design-build, in
accordance with OAR 137-049-0600 through 137-049-0690. The Findings were approved by the City
Council on March 22, 2017.
Proposals will be reviewed and evaluated using the proposal evaluation and selection process described in
Section 4 of this RFP. The capitalized terms in this RFP have the meanings as first used in the text of this
RFP and as defined below.
Definition of Terms
Contractor – The Design-Builder or other firm (such as a sub contractor or joint-venture partner) who
will provide construction services and have responsible charge of construction of the Project.
Designer – The Design-Builder or other firm (such as a sub consultant or joint-venture partner) who will
provide professional design services and have responsible charge of the design, including preparation of
the construction documents.
Design-Builder – The entity that is selected to enter into the Progressive Design-Build Contract with the
Owner and that will be the single point of accountability to the Owner for delivery of the services and the
Project. The Contractor.
Sample Progressive Design-Build Contract – A sample contract, including the agreement and all of its
attachments, presented as RFP Attachment E (Sample Progressive Design-Build Contract).
Key Personnel – The individuals, employed by Design-Builder or other firms included on the Project
Team, who would fill certain key roles in delivery of the Project and related services by the Design-
Builder, including the following positions: design-build project manager, safety manager, design
manager, and construction manager.
Owner – City of Albany
Project – WTP-17-02, Vine Water Treatment Plant Improvements
Project Team – The Design-Builder, Key Personnel, and any additional firms (such as subcontractors and
sub-consultants) included in the Proposal.
Proposer – The entity responding to this RFP by submitting the Proposal.
WTP-17-02, Vine WTP Improvements SECTION 1
Request for Proposals for Design-Build Services Page 5 of 24
Primary components of the project include:
Phase One Work:
o Evaluation of all the existing filter media within the Water Treatment Plant. The Contractor shall
provide a condition report of the filter media which will include an estimate on the remaining
service life of the media.
o Evaluation of existing (wall) conditions in Large Filters 9 and 10 to determine the cause of a
hydraulic connection that has been observed between the two filters.
o Determine cause of hydraulic connection and prepare design to 80% complete for its repair.
o Provide a guaranteed maximum price (GMP) proposal to complete design and repair hydraulic
connection between Large Filters 9 and 10.
Phase Two Work:
o Complete design for repair of leak, construct repair, and complete post-construction tasks (if
GMP is approved by Owner in Phase One).
At completion of the evaluation process, the City of Albany (Owner) will select the highest ranked Proposer
to award or enter into negotiation for award of a Progressive Design-Build Contract (see Attachment E).
This RFP is subject to revision after the date of issuance via written addenda. It is the responsibility of each
Proposer to ensure that they have obtained copies of all RFP addenda prior to submitting its Proposal. In no
event would the Owner be liable for any costs incurred by any Proposer or any other party in developing or
submitting a Proposal.
Additional City information is available at http://www.cityofalbany.net/ and
https://www.cityofalbany.net/departments/public-works.
1.2 BACKGROUND
The City’s Vine Street Water Treatment Plant (WTP) was constructed in 1912 and has had several
expansions and modernizations over subsequent years. South Santiam River water from the Santiam-Albany
Canal is diverted to the plant, where the treatment process includes layers of special media to filter out
pollutants, biological material, and solids. The Vine Street WTP has the capacity to produce as much as 16
million gallons per day but is currently operated at a relatively low production rate to complement
production from the Albany-Millersburg WTP. Production from the Vine Street WTP is anticipated to
increase in the future as Albany grows and demand for water increases. A project vicinity map is included in
Attachment A.
1.2.1 Filter Media
Clarified water flows by gravity to and through four larger filters and six smaller filters residing above a
clearwell. The filter media is comprised of anthracite coal, silica sand, and garnet sand layered on top of
support gravel and underdrains. This project includes completion of a field surveillance of the filter media to
evaluate its performance, determine if it is within specifications, and determine when replacement of the
filter media will be necessary. Locations and sizes of filters are indicated on drawings included in
Attachment A.
1.2.2 Filter Wall Repair
Large filters 9 and 10 were constructed in 1990 and can be operated at a maximum capacity of 2,500 gpm.
All filters are intended to be operated independently of one another. However, there is a hydraulic
connection between filters 9 and 10 most likely caused by a leak in the concrete structure. This project
includes a repair to eliminate the hydraulic connection between filters 9 and 10 so that the filters can operate
independently.
WTP-17-02, Vine WTP Improvements SECTION 2
Request for Proposals for Design-Build Services Page 6 of 24
SECTION 2. SCOPE OF WORK SEE ADDENDUM #1 FOR CLARIFICATION TO THIS SECTION
2.1 GENERAL
The Contractor will be required to provide services in two phases as noted in Section 1.
Phase One Work generally consists of:
Develop the Project execution plan, including Project Schedule through Phase Two.
Evaluate the existing filter media within the Water Treatment Plant. The Contractor shall provide a
condition report of the filter media, which will include an estimate on the remaining service life of
the media.
Evaluate the existing (wall) conditions in Large Filters 9 and 10 to determine the cause of a
hydraulic connection that has been observed between the two filters.
Determine cause of hydraulic connection and prepare design to 80% complete for its repair.
Identify any permitting requirements.
Provide a guaranteed maximum price (GMP) proposal to complete Phase 2 services.
Phase Two Work (if GMP proposal is approved by Owner) generally consists of:
Complete design for repair of leak.
Procure equipment and subcontractors.
Support Owner’s efforts to secure necessary permits.
Construct Project.
Complete post-construction tasks.
Provide warranty coverage.
2.2 ROLES AND RESPONSIBILITIES
2.2.1 Owner
The Owner will cooperate with the Design-Builder and will fulfill its responsibilities in a timely manner to
facilitate the Design-Builder’s timely and efficient performance of services. Owner responsibilities include:
Review submissions and provide comments to Design-Builder.
Furnish existing data and information regarding the Project.
Provide adequate funding.
Provide access to the Project site.
Provide necessary data and inputs for Project startup and performance testing.
2.2.2 Design-Builder
The Design-Builder will cooperate with the Owner and will provide in a timely manner the Phase One and
Phase Two services necessary to complete the Project scope specified in this RFP. Design-Builder
responsibilities include:
Phase One Services.
Phase Two Services (if GMP Proposal is approved by Owner).
Preparation of design and construction documents.
Supervise subcontractors and Design-Builder personnel.
Maintain site security.
Conduct performance testing.
Implement quality-management procedures.
Implement Project health and safety practices.
WTP-17-02, Vine WTP Improvements SECTION 2
Request for Proposals for Design-Build Services Page 7 of 24
2.3 PHASE ONE DESIGN-BUILD SERVICES
The Contractor will need to perform a thorough on-site review of the existing conditions. The City will
provide the Contractor with any available project materials and available information the Contractor
identifies would be beneficial. Phase One services shall be in accordance with any applicable federal, state,
and City legal requirements. Services anticipated should include, but not be limited to, the following:
Collect and review all data necessary for the design of the project.
Coordinate and conduct meetings with City staff as needed and required.
Coordinate work and related project issues with the City.
Prepare an overall design and construction master project schedule.
Conduct site inspections as necessary.
Design shall be in accordance with the City’s Standard Construction Specifications, Engineering
Standards, City’s Building Department requirements, other agency requirements, and City comments
made during the review.
Prepare plans as needed and as-builts for the project. Drawings shall be prepared using the
AutoCAD Civil3D 2013 computer format. The City’s bid documents are half-size 11x17 inches.
The City reserves the right to initiate conferences with the Contractor to review work in progress at
any time. At a minimum, regular project meetings shall be arranged by the Contractor at all
significant project milestones.
Complete Filter Media Analysis and Report
The City will make available to the Contractor any and all relevant project documents as requested. At all
times, the City will do its utmost to provide timely responses regarding all project issues and questions that
might arise.
2.4 PHASE TWO DESIGN-BUILD SERVICES
If approved by City, Phase Two shall include all services required to finalize the design and construct leak
repair in accordance with the final plans and specifications, including but not limited to the following:
Attend a pre-construction meeting and follow-up meetings as necessary.
Attend weekly project progress meetings, as necessary for coordinating overall project progress with
the City.
Review project shop drawings and submittals.
Provide any necessary technical construction inspection.
Conduct all necessary quality control and quality assurance testing.
Keep daily inspection logs.
Proactively address issues as they arise during construction of the improvements. Enforce and
defend contract documents, construction drawings, and specifications.
Review and respond to any design interpretation requests submitted by the Contractor.
Coordinate testing and secure permits required by building codes and the City Building Department.
Produce computer-based AutoCAD as-built drawings and provide digital file copies to the City. As-
built drawings shall be 11x17 inches.
Conduct final inspection and prepare a completion punch list for the improvements.
2.5 INDIVIDUAL TASK SCOPE
2.5.1 Filter Media Analysis
The sizes, locations, and composition of the existing filter beds are included in Attachment A.
WTP-17-02, Vine WTP Improvements SECTION 2
Request for Proposals for Design-Build Services Page 8 of 24
The Contractor is responsible for taking a sample from each filter and preparing an analysis of that
media.
That analysis and report shall include:
o General visual filter inspection, including interior wall cleanliness and mud ball formation
o Visual inspection of media for mounding and any depressions/holes that may indicate an
underdrain problem
o Check filter bed expansion
o Perform surface mapping of support gravel beds, to indicate any displacement
o Check freeboard measurements
o Coring of media to facilitate appropriate testing
o Flocculation Retention Testing
o Sieve Analysis for Sand, Anthracite or Carbon
o Record sand and Anthracite media bed depths
o Record interface between filter medias
o Backwash filter and check for rooster tailing, media boiling or other characteristics
o Perform Backwash Turbidity Profile Sampling
o Visual inspection of Surface Wash
o Provide City with a complete report on the findings of the inspection
o Report shall include an estimated remaining service life of the filter media and any
recommendations to lengthen that service life
A Lump Sum price to complete the work shall be included in proposal. See Attachment F.
2.5.2 Evaluation of Leak
Evaluation of the leak in the wall shall be made on a time and materials basis. It shall include all
work necessary to evaluate the leak, including accessing the leak and protecting the existing filter
media. This may require complete removal of the filter media and related appurtenances.
Filters 9 and 10 can be isolated from the rest of the plant for Construction. If an entire plant
shutdown is required for any of the work, the Contractor should obtain City approval a minimum
of 3 (three) business days in advance.
A Lump Sum price to remove/protect/replace the filter media in order to complete the evaluation
shall be included in each proposal. See Attachment G.
The results of the filter media analysis shall be provided to the City prior to starting the Filter
Wall investigation and repair.
The filter wall repair will require the removal and protection of existing filter media, potentially
the removal of drainage tile, and potentially the cutting of the wall to a collection trough next to
the wall prior to investigating the leak. A detail of the wall to be repaired is included in
Attachment A.
The contractor shall maintain records in such a manner as to provide a clear distinction between
direct cost of the filter wall repair work paid for on a time and materials basis and costs of other
operations paid for under lump sum prices in the contract documents.
Work completed on a time and material basis shall be in accordance with City of Albany
Standard Construction Specifications Section 104.06.00. The contractor shall keep daily reports,
and provide them to the City’s Engineer, or their designee for review. Markups, Profit, and
Overhead on work completed on a Time and Material basis shall be in accordance with City of
Albany Standard Construction Specifications Section 109.06.02.
WTP-17-02, Vine WTP Improvements SECTION 2
Request for Proposals for Design-Build Services Page 9 of 24
Upon completion of the evaluation of the leak, the Contractor shall provide an 80% design with a
cost estimate to complete the design, make the repair, and complete post-construction tasks. The
cost estimate shall constitute the guaranteed maximum price (GMP) proposal for Phase 2 work.
The Design provided by Contractor will become the property of the City.
The City shall review the 80% design and GMP proposal. Notice to Proceed will be issued to the
Contractor if the City approves the GMP proposal. If the City chooses not to approve the GMP
proposal, the Contractor will restore the filter(s) to its previous state.
It is at the City’s discretion to complete the repair or to cancel the work if doing so is in the best
interest of the City. No additional compensation shall be provided to the Contractor if the City
chooses not to move forward with Phase 2 work. The City reserves the right to use the Design
provided by the Contractor even if the City chooses not to move forward with Phase 2 work. If
the City does not approve of the repair cost estimate, the City reserves the right to allow another
Contractor to complete the construction.
WTP-17-02, Vine WTP Improvements SECTION 3
Request for Proposals for Design-Build Services Page 10 of 24
SECTION 3. PROCUREMENT PROCESS REQUIREMENTS AND CONDITIONS SEE ADDENDUM #1 FOR CLARIFICATION TO THIS SECTION
3.1 CLOSING DATE AND SUBMITTAL ADDRESS OF PROPOSAL
Each Proposer should provide five (5) copies of their Proposal with one copy marked “ORIGINAL.”
Proposals must be received in a sealed envelope referencing “WTP-17-02, Vine WTP Improvements” no
later than 2:00 p.m., (local time), Tuesday, October 17, 2017, at the City of Albany Parks & Recreation
counter, addressed to the City of Albany, Attention: Diane M. Murzynski, CPPO, Purchasing Coordinator,
Finance Department, 333 Broadalbin Street SW, Albany, OR 97321.
Each Proposer assumes full responsibility for timely delivery of its Proposal at the required location.
Telephone, facsimile, or electronically transmitted Proposals will not be accepted. Proposals received after
the closing date and time will not be opened or reviewed.
3.2 SUBMISSION FORMAT
Proposals should be printed double-sided and prepared in a simple, economical manner, without stiff binders
or covers, fastened in the top left-hand corner, with the sections tabbed to match those in the RFP, and with
all pages numbered within each section. The Proposal should be prepared succinctly, providing a
straightforward, concise description of the Proposer’s ability to meet the requirements of the RFP. There
should be no unnecessary attachments or exhibits. City reserves the right to reject Proposals that are deemed
illegible or too difficult to read.
3.3 PROPOSER REQUESTS INTERPRETATION OF RFP DOCUMENTS
1. Proposers shall promptly notify the City of any ambiguity, inconsistency, or error, which they may
discover upon examination of the Proposal Documents.
2. Proposers requiring clarification or interpretation of the Proposal Documents shall send by email a
written request for same to the Project Manager, Nolan Nelson, as noted below in Section 3.4, Inquiries.
3. The City shall make interpretations, corrections, or changes to the Proposal Documents in writing by
published Addenda. Interpretations, corrections, or changes to the Proposal Documents made in any
other manner will not be binding, and Proposers shall not rely upon such interpretations, corrections, and
changes.
4. Should any doubt or difference of opinion arise between the City and a Proposer as to the items to be
furnished hereunder or the interpretation of the provisions of this solicitation, the decision of the City of
Albany shall be final and binding upon all parties.
5. To the maximum extent allowed by law, the City may waive proposal/bid irregularities or strict
compliance with any requirement herein if it concludes such action to be in its best interest.
3.4 INQUIRIES
Questions arising prior to the proposal deadline shall be addressed to Nolan Nelson, Civil Engineer III, and
sent by email to [email protected]. For questions regarding the procurement process, contact
Diane Murzynski, CPPO, CPPB, Purchasing Coordinator, at 541-917-7522, or email
[email protected]. All questions must be submitted in writing and both questions and
answers will be posted on the City’s website in the form of an addendum. Addenda will also be provided to
all Proposers who have requested their firm be added to the City’s Interested Proposer’s list for this RFP.
No contact with Owner staff, board members, or any public official concerning the Project during the
procurement process is allowed. A violation of this provision may result in disqualification of Proposer.
WTP-17-02, Vine WTP Improvements SECTION 3
Request for Proposals for Design-Build Services Page 11 of 24
3.5 PROCUREMENT AND PROJECT TIMELINE
The City anticipates the following general timeline for receiving and evaluating the proposals, selecting a
Contractor, and completing contract negotiations.
Advertise RFP September 15, 2017
Optional Pre-Proposal Site Meeting September 26, 2017
Last Date for Changes or Solicitation Protests October 5, 2017, 12:00 p.m.
Last Date for Addenda October 12, 2017, 12:00 p.m.
Proposals Due October 17, 2017, 2:00 p.m.
Proposal Evaluation & Optional Interviews October 17 - October 24, 2017
Notice of Intent to Award October 25, 2017
Begin Contract Negotiations October 25, 2017
Protest Period Ends November 6, 2017, 12:00 p.m.
City Council Award December 6, 2017
Issue Notice of Award December 7, 2017
Design and Construction Window December 2017 - April 2018
Ultimate Completion Date May 1, 2018
At the City’s discretion, the above timeline is subject to change.
3.6 OPTIONAL PRE-PROPOSAL SITE MEETING SEE ADDENDUM #1 FOR ADDITIONAL
INFORMATION
The Vine WTP is a locked facility; in order to provide access to Interested Proposers an optional meeting is
scheduled at the Vine WTP located at 300 Vine Street SW, Albany, Oregon, on Tuesday, September 26,
2017, 3:00 p.m. to 4:00 p.m.
3.7 CHANGES TO THE SOLICITATION BY CITY ADDENDA
The City reserves the right to make changes to the RFP by written addendum, which shall be issued to all
prospective Proposers known to the City to have received the RFP. A Proposer may request a change in the
RFP by submitting a written request to the address set forth above in Section 3.1. The request must specify
the provision of the RFP in question, and contain an explanation for the requested change. All requests for
changes or additional information must be submitted to the City no later than the date and time designated in
Section 3.5
The City will evaluate any request submitted but reserves the right to determine whether to accept the
requested change. If, in the Purchasing Coordinator’s opinion, additional information or interpretation is
necessary such information will be supplied in the form of an addendum as stated above. Any addenda shall
have the same binding effect as though contained in the main body of the RFP. Oral instructions or
information concerning the scope of work of the project given out by City managers, employees, or agents to
the prospective Proposers shall not bind the City.
A. All addenda, clarification, and interpretations will be posted on the City’s website at
https://www.cityofalbany.net/departments/finance/city-purchasing/bids-rfps-rfqs.
Interested Proposers known by the City to have received a complete set of the proposal documents
will receive notification when additional items are posted.
B. No addenda will be issued later than the date set in the Procurement and Project Timeline, except an
addendum, if necessary, postponing the date for receipt of Proposals, withdrawing the invitation,
WTP-17-02, Vine WTP Improvements SECTION 3
Request for Proposals for Design-Build Services Page 12 of 24
modifying elements of the proposal resulting from a delayed process, or requesting additional
information and clarification.
C. Each Proposer shall ascertain, prior to submitting a Proposal, that the Proposer has received all
addenda issued, and receipt of each addendum shall be acknowledged in the appropriate location on
each addendum and included with the Proposal submittal.
3.8 CANCELLATION AND LATE PROPOSALS
The City reserves the right to cancel award of this contract at any time before execution of the contract by
both parties if cancellation is deemed to be in the City’s best interest. In no event shall the City have any
liability for the cancellation of award.
All Proposals that are not received by the deadline stated in Section 3.5 will be considered late. Delays due
to mail and/or delivery handling, including, but not limited to delays within City’s internal distribution
systems, do not excuse the Proposer’s responsibility for submitting the Proposal to the correct location by the
stated deadline.
3.9 DISPUTES
In case of any doubt or differences of opinions as to the items or service to be furnished hereunder, or the
interpretation of the provisions of the RFP, the decision of the City shall be final and binding upon all
parties.
3.10 PROPOSER’S REPRESENTATION
Proposers, by the act of submitting their Proposals, represent that:
A. They have read and understand the Proposal Documents and their Proposal is made in accordance
therewith;
B. They have familiarized themselves with the local conditions under which the work will meet their
satisfaction; and
C. Their Proposal is based on the requirements described in the Proposal Documents without exception
(unless exceptions are clearly stated in the response).
3.11 CONDITIONS OF SUBMITTAL
By the act of submitting a response to this Request for Proposals, the Proposer certifies that:
A. The Proposer and each person signing on behalf of any Proposer certifies, and in the case of a sole
proprietorship, partnership or corporation, each party thereto certifies as to its own organization,
under penalty of perjury, that to the best of their knowledge and belief, no elected official, officer,
employee, or person, whose salary is payable in whole or in part by the City, has a direct or indirect
financial interest in the Proposal, or in the services to which it relates, or in any of the profits thereof
other than as fully described in the Proposer's response to this solicitation.
B. The Proposer has examined all parts of the Request for Proposal, including all requirements and
contract terms and conditions thereof, and, if its Proposal is accepted, the Proposer shall accept the
contract documents thereto unless substantive changes are made in same without the approval of the
Proposer.
C. The Proposer, if an individual, is of lawful age; is the only one interested in this Proposal; and that no
person, firm, or corporation, other than that named, has any interest in the Proposal, or in the
proposed contract.
D. The Proposer has quality experience providing the required services.
WTP-17-02, Vine WTP Improvements SECTION 3
Request for Proposals for Design-Build Services Page 13 of 24
E. The Proposer has examined the scope of services and conditions thoroughly and can provide the
appropriate insurance, deposits, and bonds.
F. The Proposer can meet any and all registration and certification requirements as set forth and required
by the Oregon Revised Statutes and this RFP.
3.12 SOLICITATION PROTESTS
A protest of any provision in this RFP must be made in writing and directed to the Purchasing Coordinator at
the address listed in the RFP and shall be received no later than the date listed in Section 3.5. Any protest
must address the requirement, provision or feature of this RFP or its attachments, that the Proposer believes
is ambiguous, unclear, unfair, contrary to law or likely to limit competition. Such submittals will be reviewed
upon receipt and will be answered in writing. No such protests or requests will be considered if received
after the deadline. No oral, telegraphic, telephone protests or requests will be accepted.
3.13 COST OF RFP AND ASSOCIATED RESPONSES
This RFP does not commit the City to paying any costs incurred by any Proposer in the submission or
presentation of a Proposal, or in making the necessary studies for the preparation thereof. Responses to this
solicitation are purely voluntary. Costs incurred in preparation of a response to this RFP shall be the
responsibility of the Proposer.
3.14 REJECTION OF PROPOSALS
The City reserves the right to reject any or all Proposals received as a result of this request. Proposals may
be rejected for one or more of the following reasons, including but not limited to:
1. Failure of the Proposer to adhere to one or more of the provisions established in this RFP.
2. Failure of the Proposer to submit a Proposal in the format specified herein.
3. Failure of the Proposer to submit a Proposal within the time requirements established herein.
4. Failure of the Proposer to adhere to ethical and professional standards before, during, or following the
Proposal process.
The City may reject any Proposal not in compliance with all prescribed public procurement procedures and
requirements and may reject for good cause any or all Proposals upon a finding of the City that it is in the
public interest to do so.
3.15 CITY REQUESTS CLARIFICATION AND REVISIONS
A. The City reserves the right to obtain clarification of any point in a Proposal or to obtain additional
information necessary to properly evaluate a particular Proposal. Failure of a Proposer to respond to
such a request for additional information or clarification could result in a finding that the Proposer is
nonresponsive and consequent rejection of the Proposal.
B. The City may obtain information from any legal source for clarification of any Proposal or for
information on any Proposer. The City need not inform the Proposer of any intent to perform
additional research in this respect or of any information thereby received.
C. The City may perform, at its sole option, investigations of the responsible Proposer. Information may
include, but shall not necessarily be limited to credit history, recent financial statements, current
litigation, bonding capacity and related history, and contacting references. All such documents, if
requested by the City, become part of the public records and may be disclosed accordingly.
D. The City reserves the right to request revisions of proposals after the submission of proposals and
before award. The City reserves the right to investigate references including customers other than
those listed in the Proposer’s submission. Investigation may include past performance with respect to
its successful performance of similar projects, conformance to Owner’s budget, compliance with
specifications and contractual obligations, its completion or delivery of a project on schedule, and its
lawful payment to employees and workers or other criteria as determined by the City.
WTP-17-02, Vine WTP Improvements SECTION 3
Request for Proposals for Design-Build Services Page 14 of 24
E. The City reserves the right to negotiate schedule, fees, and other matters that affect cost or quality
with the successful proposer.
3.16 MODIFICATION OR WITHDRAWAL OF PROPOSAL BY PROPOSER
A. A Proposal may not be modified, withdrawn, or canceled by the Proposer for 120 calendar days
following the time and date designated for the receipt of Proposals.
B. Proposals submitted early may be modified or withdrawn only by notice to the City Purchasing
Coordinator, at the Proposal submittal location, prior to the time designated for receipt of Proposals.
Such notice shall be in writing over the signature of the Proposer. All such communications shall be
so worded as not to reveal the amount of the original Proposal or any other material contents of the
original Proposal.
C. Withdrawn Proposals may be resubmitted up to the time designated for the receipt of Proposals
provided that they are then fully in conformance with these Instructions to Proposers.
3.17 PROPOSAL OWNERSHIP/PUBLIC INFORMATION
All Proposals submitted become and remain the property of the City and, as such, are considered public
information and subject to public disclosure within the context of the federal Freedom of Information Act
and Oregon Revised Statutes (ORS) 192.501 and ORS 192.502, public records exempt from disclosure.
Unless certain pages or specific information are specifically marked “proprietary” and qualify as such within
the context of ORS 192.501 and ORS 192.502, the City shall make available to any person requesting
information through the City's processes for disclosure of public records, any and all information submitted
as a result of this solicitation without obtaining permission from any Proposer to do so after the Notice of
Intent to award has been released.
3.18 INDEPENDENT CONTRACTOR – (ORS 670.600)
The Proposer shall provide all labor, equipment, material, and supervision necessary to perform the scope of
services described in this RFP. The parties intend that Proposer, in performing the services specified in this
contract, shall act as an independent contractor and shall have the control of the work and the manner in
which it is performed. Proposer is not considered an agent or employee of the City and is not entitled to
participate in any pension plan, insurance, bonus, or similar benefits the City provides its employees.
3.19 PROTEST OF AWARD
A Proposer may protest the award of a contract or the intent to award such a contract, whichever occurs first,
if the following conditions are satisfied: (1) The Proposer must be adversely affected because the Proposer
would be eligible to be awarded the contract in the event the protest is successful; (2) The reason for the
protest is that all the lower bids or higher ranked Proposals are nonresponsive; (3) The City has failed to
conduct the evaluation of Proposals in accordance with the criteria or processes described in the Solicitation
Document; (4) The City has abused its discretion in rejecting the protester's bid as nonresponsive; (5) The
City’s evaluation of the Proposals or the subsequent determination of award is otherwise in violation of OAR
137-049-0450.
The Proposer must deliver the written protest to the Purchasing Coordinator within ten days after issuance of
Notice of Intent to Award. A Proposer’s written protest shall specify the grounds for protest. The City shall
not consider a Proposer’s contract award protest submitted after the above timeline. Protests not filed within
the time specified or which fail to cite the specific law, rule, regulation, or procedure upon which the protest
is based, shall be dismissed
WTP-17-02, Vine WTP Improvements SECTION 4
Request for Proposals for Design-Build Services Page 15 of 24
SECTION 4. PROPOSAL EVALUATION PROCESS AND SELECTION CRITERIA
4.1 GENERAL INFORMATION
In responding to this Request for Proposals (RFP), Contractor shall indicate their general interest in the
project, overall approach to the work required, and expertise and background, and shall identify the key
members of the project team, including any contractors, subcontractors, consultants, and sub consultants. In
addition, the Contractor is asked to provide detailed information regarding the project in order to
demonstrate their specific understanding of the project and the knowledge base and experience the firm
brings to properly execute the work required. This demonstration of abilities and capabilities should include
a description of the intended project approach, including a project schedule.
Based on the submitted information, a Contractor will be selected using the criteria indicated in this RFP,
and a contract will be negotiated. For general reference and information, the City’s standard agreement to
furnish consulting and construction services is included in Attachment E. This attachment provides the basic
contractual language to be negotiated and finalized with the successful Contractor.
4.2 PROPOSAL EVALUATION
Each proposal will be judged on its completeness and quality of its content. Refer to this section, which
provides the evaluation criteria and the evaluation scoring that will be used. The City reserves the right to
reject any or all proposals and is not liable for any costs the Consultant incurs while preparing or presenting
the proposal. All proposals will become part of the public file, without obligation to the City. Upon the
completion of the evaluations, the City intends to negotiate a contract with that Consultant whose proposal is
deemed to be most advantageous to the City.
The Proposals will be reviewed and evaluated by the Owner’s selection committee according to the
requirements and criteria outlined in this RFP. During the Proposal evaluation process, written questions or
requests for clarification may be submitted to one or more Proposers regarding its Proposal or related
matters. Failure to respond in a timely manner to any such questions or requests may be grounds for
elimination of the Proposer from further consideration. At the City’s option, if unable to make a selection
after evaluating the proposals, optional interviews may be conducted with all or a select few of the
Proposers.
4.3 PROPOSAL MINIMUM REQUIREMENTS AND RESPONSIVENESS
Each proposal must include, at a minimum, the items identified in Section 4.4 and further described in this
section, as applicable. Each Proposal will be reviewed to determine whether it is responsive to the RFP.
Failure to comply with the requirements of this RFP may result in a Proposal being rejected as
nonresponsive. At its sole discretion, however, the Owner’s selection committee may waive any such failure
to meet a requirement of this RFP and may request clarification or additional information to remedy a
failure.
4.4 EVALUATION CRITERIA
The goal of the evaluation process is to select a firm believed to best meet the City’s expectations for
background, qualifications, and staff experience capable of providing the needed project services. Each
proposal will be judged as to the extent that it demonstrates the Consultant’s qualifications and
understanding of the services requested and required for a successful project, and the staffing proposed to
meet the project goals and schedule. Evaluation factors and the maximum points to be awarded will be as
follows:
WTP-17-02, Vine WTP Improvements SECTION 4
Request for Proposals for Design-Build Services Page 16 of 24
Criteria Maximum Score
Introductory Letter or Cover Sheet Pass/Fail
Project Understanding and Approach 30
Demonstration of Previous Relevant Project Work 20
Proposed Project Team 30
Filter Media Analysis Cost 5
Filter Media Removal, Protection, and Reinstallation Cost 5
Project Schedule 10
TOTAL 100
The City may elect to conduct optional interviews. If conducted, an additional 50 points will be attributed to
the scores.
The City intends to select and negotiate a contract with a Contractor that best meets City expectations for
providing expert project services. Should contract negotiations not be successful with the selected
Contractor, the City intends to negotiate with the next most qualified Contractor.
4.5 EVALUATION CRITERIA DESCRIPTIONS
4.5.1 Introductory Letter (Pass/Fail)
Consultant shall include an introductory letter and expression of interest in the project. Consultant should
indicate a willingness to enter into a contract with the City based on the terms and conditions contained in
the City’s standard contract contained in Attachment E. The introductory letter shall also name the person(s)
authorized to represent the Contractor in any negotiations and the name of the person(s) authorized to sign
any contract that may result. The letter shall be signed by an authorized representative of the Contractor.
4.5.2 Project Understanding and Approach (30 Points)
This evaluation component will allow the City to assess the Contractor’s understanding of the services that
are requested and that need to be provided for a successful project. In that regard, does Contractor present a
clear and concise understanding of the overall project and its objectives based on the available information?
Consultant should list and describe the significant issues and concerns that need to be addressed. Other
potential issues not previously indicated herein should be presented, along with any innovative or unique
solutions. Include various general and/or specific engineering tasks the Contractor believes are important for
prudent management and sequencing of the tasks required for a successful project.
Provide a conceptual description of the Design-Builder’s approach for managing and performing its services
during Phase One and Phase Two of the Project. The following items should be addressed:
Discuss how a collaborative relationship with the Owner would be established.
Describe how your team will facilitate Owner input into completing the basis of design, and how
estimating will be done.
Identify the work components critical to the Project’s success and how these components would be
achieved.
Describe how your team proposes to develop the project Schedule to complete the project through
Phase One and through Phase Two.
Describe the process for developing the GMP (or lump-sum price) proposal (including the amount of
cost contingency) for Phase Two.
Discuss how key risk factors will be identified and addressed.
4.5.3 Demonstration of Previous Relevant Project Work (20 Points)
Contractor shall describe their experience demonstrating the successful completion of related or similar
projects, and should address the following:
WTP-17-02, Vine WTP Improvements SECTION 4
Request for Proposals for Design-Build Services Page 17 of 24
Similar projects, by type and location, which have been performed recently that best characterize the
proposed project team’s work quality and successful project results.
Other relevant professional capabilities demonstrated on other engineering projects.
Qualification and commitment to provide construction-related, quality-assurance/quality-control
procedures.
Provide at least three examples of relevant project experience completed within the past five years by the
proposed project team for each project presented as relevant project work in this section. The reference
information requested below should relate to the proposed team members, as well as the Proposing Firm’s:
Agency name, location of project, and year(s) service was provided
Description of the project
A description of the team’s role (prime contractor, subcontractor, consultant, etc)
A list of key staff assigned to project and their role and duration on the referenced project
The total estimated cost of the project
Indicate which type of project delivery method was used (design-bid-build, CMGC, design-build)
4.5.4 Proposed Project Team (30 Points)
A capable, dedicated project team is crucial to any successful project. The Contractor needs to be identified,
along with its full capabilities relevant to the project at hand. The team shall also include and clearly identify
the use and specific tasks to be performed by any subcontractors or sub-consultants. The basic question is
how well the team’s qualifications and experience relate to the requested services.
Proposal should identify any other firms (such as subcontractors and sub-consultants as they may be known)
included on the Project Team along with the Contractor and describe the scope of the Contractor’s and each
firm’s services and responsibilities during Phase One and Phase Two of the Project. The firm(s) serving as
the Designer and the Builder must be clearly identified. Information to be provided includes:
Names of team members (and their firm affiliations) who will be performing the work on this project
and their responsibilities during Phase One and Phase Two of the Project.
Project Manager’s experience with similar projects and interdisciplinary teams.
Qualifications and relevant experience of all team members for all phases of the project.
Qualifications and relevant experience of subcontractors and subconsultants.
It is the City’s expectation that the project team presented in the proposal shall be the team used once the
project is initiated. If unforeseen circumstances require a deviation from the proposed project team, the City
reserves the right to review the proposed replacement. The City will then either approve the change or
request that a different replacement be proposed. If an agreement cannot be reached, the City reserves the
right to terminate the contract.
In lieu of providing resumes, Contractor may submit a completed Key Personnel Information Form provided
as Attachment H.
4.5.5 Filter Media Testing Cost (5 Points)
The Contractor shall provide a lump-sum price to complete the testing described in Section 2.5.1.
Substantiation Form is provided as Attachment F; Contractor shall complete form and include with Proposal.
The evaluation of this criterion will be based upon the differences between the lowest lump sum price
received by Owner as follows:
WTP-17-02, Vine WTP Improvements SECTION 4
Request for Proposals for Design-Build Services Page 18 of 24
Low Value 5 Points
Values within 10% of Low Value 4 Points
Values within 25% of Low Value 2 Point
Values within 50% of Low Value 1 Point
Others 0 Point
4.5.6 Filter Media Removal, Protection, and Reinstallation Cost (5 Points)
The Contractor shall provide a lump-sum price to complete the removal, protection, and reinstallation of the
filter media. Substantiation Form is provided as Attachment G; Contractor shall complete form and include
with Proposal.
The evaluation of this criterion will be based upon the differences between the lowest lump sum price
received by Owner as follows:
Low Value 5 Points
Values within 10% of Low Value 4 Points
Values within 25% of Low Value 2 Point
Values within 50% of Low Value 1 Point
Others 0 Point
4.5.7 Project Schedule (10 Points)
Consultant shall prepare and present, as detailed as possible, a project schedule and phasing of the work.
4.5.8 Additional Forms Required with Response Submittal
In addition to the submittals discussed above, the following should also be included with the submittal
Response (see Submittal Checklist):
Letter from Design Builder’s Surety verifying bonding capability
Employee Drug-Testing Program Certification (Attachment B)
Non-Collusion and Conflict of Interest Certification (Attachment C)
Certification of Insurance Requirements (Attachment D)
Key Personnel Information Form (Attachment H)
Addenda - any addenda of this RFP should be submitted as part of the Response.
4.6 SELECTION
The goal of the evaluation process is to select a firm to best meet the City’s expectations for background,
qualifications, and staff experience capable of providing the needed project services. Each Proposal will be
judged as to the extent that it demonstrates the Project Team’s qualifications and understanding of the
services requested and required for a successful project, and the staffing proposed to meet the project goals
and schedule. Evaluation factors and the maximum points to be awarded will be as follows:
WTP-17-02, Vine WTP Improvements SECTION 4
Request for Proposals for Design-Build Services Page 19 of 24
Criteria Maximum
Score
1. Introductory Letter Pass/Fail
2. Project Understanding and Approach 30
3. Demonstration of Previous Relevant Project Work 20
4. Proposed Project Team 30
5. Filter Media Analysis Cost (Attachment F) 5
6. Filter Media Removal, Protection, and Reinstallation Cost (Attachment G) 5
7. Project Schedule 10
TOTAL POINTS AVAILABLE 100
4.7 PRICE AGREEMENT NEGOTIATIONS
After the evaluation process is complete, the Owner will notify Proposers of its intent to award to the highest
scoring Proposer. The City will attempt to reach a final agreement, including a detailed scope of work,
project schedule, and fee schedule for Phase One, with the highest scoring Proposer. However, the City
may, in its sole discretion, terminate negotiations and reject the proposal if it appears agreement cannot be
reached. The City may then attempt to reach a final agreement with the second highest scoring Proposer. The
negotiation process may continue in this manner through successive consultants until an agreement is
reached or the City terminates the consultant contracting process (ORS 279C.110).
WTP-17-02, Vine WTP Improvements SECTION 5
Request for Proposals for Design-Build Services Page 20 of 24
SECTION 5. CONTRACT REQUIREMENTS
5.1 CONTRACT AWARD
The successful Contractor will be required to enter into a contract with the City. A sample contract is
included as Attachment E. This RFP and the Contractor’s final proposal will be included in and will be a
part of the contract.
5.2 BUREAU OF LABOR AND INDUSTRIES (BOLI) PREVAILING WAGE RATES
This work does require conformance to BOLI Prevailing Wages for public works projects. See Section 6.
5.3 CERTIFICATES OF INSURANCE
The successful Contractor must be covered by Workers’ Compensation Insurance, which will extend to and
include work in Oregon. As listed in the Sample Agreement, see Attachment E, Article VII: Insurance, the
successful Consultant must also submit documents addressing general liability insurance, automobile and
collision insurance, professional liability insurance, and indicate there is no conflict of interest on the part of
the Consultant’s submission of a proposal for the engineering services being solicited under this RFP.
5.4 CONTRACT EXECUTION
Payment for any contract entered into as a result of this RFP will be made monthly upon receipt and
approval of the Consultant’s billing statement for work satisfactorily completed to date, as defined in the
sample Contract. The statement must include a summary of progress made through the billing date. Billings
should not be submitted more frequently than once a month.
The Proposer agrees that if this proposal is accepted a Request for Taxpayer Identification Number and
Certification (W-9 Form) will be completed as a condition of the City’s obligation to make payment. In the
event the Consultant shall fail to complete and return the W-9 Form to the City, payment to Consultant may
be delayed, or the City may, in its discretion, terminate the Contract.
5.5 ACH DIRECT PAYMENT AUTHORIZATION
The City prefers to pay Contractor invoices via electronic funds transfers through the Automated Clearing
House (ACH) network. To initiate this more timely, efficient, and secure payment method, Contractors must
complete the City’s ACH Vendor Direct Payment Authorization Form. This form is available on the City
website at http://www.cityofalbany.net/departments/finance/city-purchasing/purchasing. Information
provided on the form is exempt from public records disclosure under ORS 192.501(27).
5.6 PERFORMANCE SECURITY - PAYMENT AND PERFORMANCE BONDS
ORS 279C.380(1)(a) provides that for Design-Build Contracts, the surety obligations on performance bonds
include the preparation and completion of design and related professional services specified in the Contract.
This additional obligation beyond performance of construction services extends only to the provision of
professional services and related design revisions, corrective work, and associated costs prior to final
completion of the Contract or for such longer time as may be defined in the Contract.
A letter from the Contractor’s surety must be provided to verify the availability of a bond of at least
$500,000 for this Project. The surety must be authorized by law to do business in Oregon and must have an
A.M. Best Company Rating of “A” or better.
5.7 LICENSING AND REGISTRATION – OAR 137-149-0670(5)
No Proposal shall be received or considered unless the Design-Builder is registered with the Construction
Contractors Board for construction projects and be a licensed design professional in Oregon.
WTP-17-02, Vine WTP Improvements SECTION 6
Request for Proposals for Design-Build Services Page 21 of 24
SECTION 6. STATE AND FEDERAL CONTRACTING LAW
6.1. PREVAILING WAGES
All the provisions required by ORS 279C.800 through ORS 279C.870 relating to the payment of prevailing
wage rates for work performed under the Contract with the City shall be complied with.
Each worker in each trade or occupation employed in the performance of this contract either by the
contractor, subcontractor, or other person doing or contracting to do, or contracting for the whole or any part
of the work on this contract, must be paid not less than the applicable state prevailing rate of wage, or the
applicable federal prevailing rate of wage, whichever is higher.
Oregon law requires that the higher of the state prevailing wage rates (PWR) or federal Davis-Bacon rates be
paid to workers on projects subject to both the state PWR law and federal Davis-Bacon Act.
WTP-17-02, Vine WTP Improvements does not use federal funds and does not require Davis-Bacon
rates. Only Oregon BOLI Prevailing Wage Rates apply to this project.
Each year the Oregon Bureau of Labor and Industries (BOLI) publishes two rates publications (and
amendments to both) that are available upon request by calling 971-673-0839 or online at the BOLI website
at:
http://www.oregon.gov/boli/WHD/PWR/Pages/PWR-Rate-Publications-2017.aspx
Publications that apply to this contract are the July 1, 2017, Prevailing Wage Rates for Public Works
Contracts in Oregon, and the July 1, 2017, PWR Apprenticeship Rates.
Daily/weekly/holiday/weekend overtime must be paid. If a contractor fails to pay for any labor or services,
the City can pay for this labor or services and withhold these amounts from payments due the contractor.
ORS 279C.520; OAR 839-025-0020(2)(b).
Contractors and subcontractors are required to prepare weekly certified payroll reports and statements and
submit them to the City by the fifth business day of each month (ORS 279C.845; OAR 839-025-0010).
Contractor payment will be withheld until the City is in receipt of these certified weekly payroll reports.
Information submitted on certified statements may be used only to ensure compliance with the provisions of
ORS 279C.800 through ORS 279C.870.
6.2. PERFORMANCE, PAYMENT, AND PUBLIC WORKS BONDS
In addition to the required payment bond and performance bond, unless exempt under ORS 279C.836 (7),
(8), or (9), the contractor is required to file a $30,000 Public Works Bond with the Construction Contractor’s
Board to be used exclusively for unpaid wages determined to be due by BOLI. The general contractor is
required to verify that subcontractors, unless exempt, have filed a public works bond before permitting a
subcontractor to start work on a project.
The Statutory Public Works Bond form is available from BOLI upon request or may be downloaded from
http://www.oregon.gov/BOLI/WHD/pages/index.aspx.
6.3. RECIPROCAL PREFERENCE LAW
Oregon’s reciprocal preference law, ORS 279A.120 and ORS 279A.125, requires public contracting
agencies, in determining the lowest responsible bidder, to add a percent increase to each out-of-state bidder’s
bid price that is equal to the percent of preference given to local bidders in the bidder’s home state. That is,
if the low bidder is from a state that grants a 10 percent preference to its own in-state bidders, the Oregon
agency must add 10 percent to that bidder’s price when evaluating the bid.
For details, check Oregon’s Reciprocal Preference Law website at:
https://www.oregon.gov/das/Procurement/Pages/Recippref.aspx
WTP-17-02, Vine WTP Improvements SECTION 6
Request for Proposals for Design-Build Services Page 22 of 24
Bidders in need of any assistance in the application of this law should call the State Procurement Office at
503-378-4642, or contact them at State of Oregon - Department of Administrative Services, State
Procurement Office, 1225 Ferry Street SE, U-140, Salem, OR 97301-4285.
6.4. AFFIRMATIVE ACTION/NONDISCRIMINATION
By submitting a bid/proposal, the Bidder/Proposer agrees to comply with the Fair Labor Standards Act
(FLSA); Title VII of the Civil Rights Act of 1964; Executive Order 11246, (as amended); Fair Employment
Practices; Equal Employment Opportunity Act; Section 503 of the Rehabilitation Act of 1973, as amended;
Vietnam Era Veterans' Readjustment Assistance Act of 1974; Americans with Disabilities Act; Age
Discrimination in Employment Act of 1967 (ADEA); and Oregon Revised Statutes (ORS). By submitting a
bid/proposal, the Bidder/Proposer specifically certifies, under penalty of perjury, that the Bidder/Proposer
has not discriminated against minority, women, or emerging small business enterprises in obtaining any
required subcontracts.
If the contract is awarded on the basis of the contractor’s certification as a Disadvantaged Business
Enterprise (DBE), Minority/Women Business Enterprise (MWBE) and Emerging Small Business (ESB)
certifications (collectively known as MWESBs), the contractor must remain certified during the entire term
of the contract. Contractors must include a similar provision in any subcontracts for the project.
6.5. LICENSE REQUIRED FOR ASBESTOS ABATEMENT PROJECT
This contract does not require the contractor or subcontractor to be licensed under ORS 468A.720, regarding
asbestos abatement.
6.6. CONSTRUCTION AND DEMOLITION DEBRIS / YARD WASTE MATERIALS - ORS 279C.510
The contractor is responsible for:
1. Salvaging or recycling construction and demolition debris, if feasible and cost-effective.
2. Composting or mulching yard waste material at an approved site, if feasible and cost-effective.
6.7. PROVISIONS CONCERNING ENVIRONMENTAL AND NATURAL RESOURCES LAWS
Contractor is responsible to abide by ORS 279C.525 regarding enacted ordinances, rules, or regulations as
set forth by the Albany Municipal Code, Oregon Department of Environmental Quality, Department of State
Lands, Environmental Protection Agency, and/or the US Army Corps of Engineers, or any other federal,
state, and local agency, in regards to the prevention of environmental pollution and preservation of natural
resources.
6.8. PAYMENT, CONTRIBUTIONS, LIENS, WITHHOLDING - ORS 279C.505
The contractor shall:
1. Make payment promptly, as due, to all persons supplying to the contractor labor or material for the
performance of the work provided for in this contract.
2. Pay all contributions or amounts due the Industrial Accident Fund from the contractor or subcontractor
incurred in the performance of the contract.
3. Not permit any lien or claim to be filed or prosecuted against the City on account of any labor or
material furnished.
4. Pay to the Department of Revenue all sums withheld from employees under ORS 316.167
WTP-17-02, Vine WTP Improvements SECTION 6
Request for Proposals for Design-Build Services Page 23 of 24
6.9. PAYMENT OF CLAIMS BY PUBLIC OFFICERS, PAYMENT TO PERSONS FURNISHING
LABOR OR MATERIALS AND COMPLAINTS - ORS 279C.515; OAR 839-025-0020(2)(a)
1. If the Contractor fails, neglects, or refuses to pay promptly a person’s claim for labor or services that the
person provides to the Contractor or a sub-contractor in connection with this contract as the claim
becomes due, the City may pay the amount of the claim to the person that provides the labor or services
and charge the amount of the payment against funds due or to become due the Contractor by reason of
this contract.
2. If the Contractor or a first-tier sub-contractor fails, neglects, or refuses to pay a person that provides
labor or materials in connection with this contract within 30 days after receiving payment from the City
or Contractor, the Contractor or first-tier sub-contractor owes the person the amount due plus interest
charges that begin at the end of the 10-day period within which payment is due under ORS 279C.580 (4)
and that end upon final payment, unless payment is subject to a good faith dispute as defined in ORS
279C.580. The rate of interest on the amount due is nine percent per annum. The amount of interest may
not be waived.
3. If the Contractor or a subcontractor fails, neglects, or refuses to pay a person that provides labor or
materials in connection with the public improvement contract, the person may file a complaint with the
Construction Contractors Board, unless payment is subject to a good-faith dispute as defined in ORS
279C.580.
6.10. CONTRACTOR’S RELATIONS WITH SUBCONTRACTORS - ORS 279C.580(3)(4)
Contractor is required to include in each subcontract for property or services the contractor enters into with a
first-tier subcontractor, including a material supplier, for the purpose of performing a construction contract:
1. A payment clause that obligates the contractor to pay the first-tier subcontractor for satisfactory
performance under the subcontract within 10 days out of amounts the City pays to the contractor under
this contract.
2. A clause that requires the contractor to provide a first-tier subcontractor with a standard form that the
first-tier subcontractor may use as an application for payment or as another method by which the
subcontractor may claim a payment due from the contractor.
3. A clause that requires the contractor, except as otherwise provided in this paragraph, to use the same
form and regular administrative procedures for processing payments during the entire term of the
subcontract. A contractor may change the form or the regular administrative procedures the contractor
uses for processing payments if the contractor:
a. Notifies the subcontractor in writing at least 45 days before the date on which the contractor makes
the change; and
b. Includes with the written notice a copy of the new or changed form or a description of the new or
changed procedure.
4. An interest penalty clause obligating the Contractor, if the contractor does not pay the first-tier
subcontractor within 30 days after receiving payment from the City, to pay the first-tier subcontractor an
interest penalty on amounts due in each payment the Contractor does not make in accordance with the
payment clause included in the subcontract under paragraph (1.) above. A contractor or first-tier
subcontractor is not obligated to pay an interest penalty if the only reason that the contractor or first-tier
subcontractor did not make payment when payment was due is that the contractor or first-tier
subcontractor did not receive payment from the City or Contractor when payment was due. The interest
penalty applies to the period that begins on the day after the required payment date and that ends on the
date on which the amount due is paid and is computed at the rate specified in ORS 279C.515(2).
5. A clause shall be included in each of the Contractor’s subcontracts requiring the first-tier subcontractor
to include a payment clause and an interest penalty clause that conforms to the standards of this sub-
section, paragraphs 1-4 above, in each of the first-tier subcontractor's subcontracts and to require each of
the first-tier subcontractor's subcontractors to include such clauses in the first-tier subcontractors'
subcontracts with each lower-tier subcontractor or supplier.
WTP-17-02, Vine WTP Improvements SECTION 6
Request for Proposals for Design-Build Services Page 24 of 24
6. A mandate that all subcontractors, if they were awarded a subcontract on the basis of certification as a
disadvantaged, minority-owned, women-owned, or emerging small business enterprise, to maintain
certification through the term of the contract.
6.11. CONDITION CONCERNING HOURS OF LABOR - ORS 279C.520
Any worker employed by the Contractor may not be employed for more than 10 hours in any one day, or 40
hours in any one week, except in cases of necessity, emergency or when the public policy absolutely requires
it, the employee shall be paid at least time and a half pay as follows:
1. For all overtime in excess of eight hours in any one day or 40 hours in any one week when the work
week is five consecutive days, Monday through Friday; or for all overtime in excess of 10 hours in any
one day or 40 hours in any one week when the work week is four consecutive days, Monday through
Friday; and
2. For all work performed on Saturday and on any legal holiday specified in ORS 279C.540.
Contractor must give notice in writing to employees, who work on a public contract, either at the time of hire
or before commencement of work on the contract, or by posting a notice in a location frequented by
employees, of the number of hours per day and days per week that the employees may be required to work.
6.12. TIME LIMITATION ON CLAIM FOR OVERTIME - ORS 279C.545
Any worker employed by the Contractor shall be foreclosed from the right to collect for any overtime
provided in ORS 279C.540 unless a claim for payment is filed with the Contractor within 90 days from the
completion of the contract, providing the contractor has:
1. Caused a circular clearly printed in boldfaced 12-point type and containing a copy of ORS 279C.545 to
be posted in a prominent place alongside the door of the timekeeper’s office or in a similar place that is
readily available and freely visible to workers employed on the work; and
2. Maintained the circular continuously posted from the inception to the completion of the contract on
which workers are or have been employed.
6.13. CONDITION CONCERNING PAYMENT OF MEDICAL CARE AND PROVIDING WORKERS’
COMPENSATION - ORS 279C.530
1. Contractor shall promptly, as due, make payment to any person, co-partnership, association or
corporation furnishing medical, surgical, and hospital care services or other needed care and attention,
incident to sickness or injury, to the employees of the contractor, of all sums that the contractor agrees to
pay for the services and all moneys and sums that the contractor collected or deducted from the wages of
employees under any law, contract or agreement for the purpose of providing or paying for the services.
2. All subject employers working under this Contract shall comply with ORS 656.017 and provide the
required Workers’ Compensation coverage unless such employers are exempt under ORS 656.126.
Contractor shall ensure that each of its subcontractors complies with these requirements.
WTP-17-02, Vine WTP Improvements ATTACHMENT A
Request for Proposals for Design-Builder Services Page A-1
ATTACHMENT A – PROJECT BACKGROUND DOCUMENTS
Owner-provided PDF copies of the following documents related to Project WTP-17-02, Vine WTP
Improvements are posted with the RFP on https://www.cityofalbany.net/departments/finance/city-
purchasing/bids-rfps-rfqs).
Vicinity Map
Site Plan (A1), Location of Leak (A2), Locations and Sizes of Filters (A3)
As-Built Structural Detail of Leaking Filter (S403, S404, S406)
WTP-17-02, Vine WTP Improvements ATTACHMENT B
Request for Proposals for Design-Builder Services Page B-1
ATTACHMENT B – EMPLOYEE DRUG TESTING PROGRAM CERTIFICATION
ORS 279C.505 (2) requires that bidders shall demonstrate and disclose to the City of Albany that he/she has an
employee drug testing program in place before a public contract can be awarded.
Therefore, by signing this Certification, the Bidder does hereby certify and confirm that, as the proposed general
contractor for City of Albany Project WTP-17-02, Vine Water Treatment Plant Improvements that he/she has an
employee drug-testing program in place that is consistent with, and satisfies the intent of, the above-referenced
legislation.
CONTRACTOR:
BY:
TITLE:
DATE:
WTP-17-02, Vine WTP Improvements ATTACHMENT C
Request for Proposals for Design-Builder Services Page C-1
ATTACHMENT C – NON-COLLUSION AND CONFLICT OF INTEREST CERTIFICATION
The undersigned hereby proposes and, if selected, agrees to furnish design and construction services in accordance
with this Request for Proposals, and Addenda, if applicable, for the term of the Agreement and certifies that the
Proposer is not in any way involved in collusion and has no known apparent conflict of interest in submitting a
Proposal.
Certifications
Non-Collusion The undersigned Proposer hereby certifies that it, its officers, partners, owners, providers,
representatives, employees and parties in interest, including the affiant, has not in any way colluded, conspired,
connived or agreed, directly or indirectly, with any other Proposer, potential Proposer, firm or person, in connection
with this solicitation, to submit a collusive or sham bid, to refrain from bidding, to manipulate or ascertain the price(s)
of other Proposers or potential Proposers, or to secure through any unlawful act an advantage over other Proposers or
the City. The fees, prices, and Response submitted herein have been arrived at in an entirely independent and lawful
manner by the Proposer without consultation with other Proposers or potential Proposers or foreknowledge of the
prices or Responses to be submitted in response to this solicitation by other Proposers or potential Proposers on the part
of the Proposer, its officers, partners, owners, providers, representatives, employees or parties in interest, including the
affiant.
Discrimination The undersigned Proposer has not discriminated and will not discriminate against any minority,
women or emerging small business enterprise or against a business enterprise that is owned or controlled by or that
employs a disabled veteran in obtaining a required subcontract.
Conflict of Interest The undersigned Proposer and each person signing on behalf of the Proposer certifies, and in the
case of a sole proprietorship, partnership, or corporation, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of their knowledge and belief, no member of the City Council, officer, employee, or
person, whose salary is payable in whole or in part by the City, has a direct or indirect financial interest in the award of
this Response, or in the services to which this Response relates, or in any of the profits, real or potential, thereof,
except as noted otherwise herein. The undersigned hereby submits this Response to furnish all work, services, systems,
materials, and labor as indicated herein and agrees to be bound by the following documents: Request for Proposals,
Addenda, Agreement, Exhibits and Attachments, and associated inclusions and references, specifications, Proposer’s
response, mutually agreed clarifications, appropriately priced change orders, exceptions which are acceptable to the
City, and all other Proposer’s submittals.
Proposer must disclose any apparent or perceived conflict of interest, including but not limited to, current or past
relationships with consultants, contractors, subcontractors, or engineers associated with this Project. Furthermore,
Proposer must disclose any current or past relationship as a City of Albany employee. If a perceived conflict may exist,
then attach a letter of explanation disclosing the potential conflict or relationship.
Disadvantaged, Minority, Emerging Small Business (DMESB) (check applicable box): Yes No
Reciprocal Preference Law – Residency (check box that applies): Resident Proposer Non-Resident
Proposer
Signature Block
The Proposer hereby certifies that the information contained in these certifications and representations is accurate,
complete, and current.
Proposer’s Name Telephone Number
Mailing Address, City, State, Zip Tax Id Number/Social Security Number
Facsimile Number Email Address
Signature Date
WTP-17-02, Vine WTP Improvements ATTACHMENT D
Request for Proposals for Design-Builder Services Page D-1
ATTACHMENT D – CERTIFICATION OF INSURANCE REQUIREMENTS SEE ADDENDUM #1 FOR CHANGES TO THIS SECTION
Contractor shall at all times maintain in force at Contractor’s expense for insurance noted below.
Workers’ Compensation insurance in compliance with ORS 656.017, which requires subject employers to provide workers’
compensation coverage in accordance with ORS Chapter 656 or CCB (Construction Contractors Board) for all subject workers.
Contractor and all subcontractors of Contractor with one or more employees must have this insurance unless exempt under ORS
656.027. Employer’s Liability Insurance with coverage limits of not less than $500,000 must be included. THIS COVERAGE
IS REQUIRED. If Contractor does not have coverage, and claims to be exempt, Contractor must indicate exemption within
their Bid/Proposal submittal letter with qualified reasons for exemption, see ORS 656.027. Out-of-state Contractors with one
or more employees working in Oregon in relation to this contract must have Workers’ Compensation coverage from a state with
extraterritorial reciprocity, or they must obtain Oregon specific Workers’ Compensation coverage ORS 656.126.
Professional Liability insurance covering any damages caused by error, omission or any negligent acts of the Contractor, its
subcontractors, agents, officers, or employees performance under this Contract. Combined single limit per occurrence shall not
be less than $2,000,000. Annual aggregate limit shall not be less than $3,000,000.
If this box is checked, the limits shall be $1,000,000 per occurrence and $2,000,000 in annual aggregate.
X Required By City Not Required By City (Needs Finance Insurance Review and Approval.)
Commercial General Liability insurance with coverage satisfactory to the City on an occurrence basis. Combined single limit
shall not be less than $2,000,000 per occurrence for Bodily Injury and Property Damage and annual aggregate limit for each
shall not be less than $3,000,000. Coverage may be written in combination with Automobile Liability Insurance (with separate
limits).
If this box is checked, the limits shall be $1,000,000 per occurrence and $2,000,000 in annual aggregate.
If this box is checked, the limits shall be $5,000,000 per occurrence and $5,000,000 in annual aggregate.
X Required By City Not Required By City (Needs Finance Insurance Review and Approval.)
Commercial Automobile Liability covering all owned, non-owned, or hired vehicles. This coverage may be written in
combination with the Commercial General Liability Insurance (with separate limits). Combined single limit per occurrence shall
not be less than $2,000,000.
If this box is checked, the limits shall be $1,000,000 per occurrence.
If this box is checked, the limits shall be $5,000,000 per occurrence.
X Required By City Not Required By City (Needs Finance Insurance Review and Approval.)
Cyber Liability – Technology Errors & Omissions, Information Security & privacy Liability. Coverage shall include limits of not
less than $2,000,000.
Required By City X Not Required By City (Needs Finance Insurance Review and Approval.)
Coverage must be provided by an insurance company authorized to do business in Oregon or rated by A.M. Best’s Insurance Rating of no
less than A-VII or City approval. Contractor’s coverage will be primary in the event of loss.
Contractor shall furnish a current Certificate of Insurance to the City. Contractor shall provide renewal Certificates of Insurance upon
expiration of any of the required insurance coverage. Contractor shall immediately notify the City of any change in insurance coverage.
The certificate shall also state the deductible or retention level. The City must be listed as an Additional Insured by Endorsement of any
General Liability Policy on a primary and non-contributory basis. Such coverage will specifically include products and completed
operations coverage. The Certificate shall state the following in the description of operations: “Additional Insured Form (include the
number) attached. The form is subject to policy terms, conditions and exclusions”. A copy of the additional insured endorsement shall be
attached to the certificate of insurance. If requested complete copies of insurance policies shall be provided to the City.
Certificate holder should be: City of Albany, P.O. Box 490, Albany, OR 97321. Certificates of Insurance can be faxed to the City
Finance Department, Attn: Diane Murzynski, at 541-917-7511.
Contractor’s Acceptance ___________________________ Completed at City by: Diane M. Murzynski
WTP-17-02, Vine WTP Improvements ATTACHMENT E
Request for Proposals for Design-Builder Services Page E-1
ATTACHMENT E – SAMPLE PROGRESSIVE DESIGN-BUILD CONTRACT
STANDARD TERMS AND CONDITIONS
FOR AGREEMENT TO FURNISH CONSULTING AND CONSTRUCTION SERVICES
TO THE CITY OF ALBANY, OREGON
ARTICLE I: SCOPE
For consideration set forth in Article V, the firm of , a professional services
firm, hereinafter referred to as CONSULTANT, agrees to provide construction and consulting services to the City
of Albany, Oregon, a municipal corporation, hereinafter referred to as the CITY, for the improvements described
in the agreement that incorporates these Standard Terms and Conditions and as shown in ATTACHMENT A.
Unless modified in writing as set forth in Article II by the parties hereto, the duties of CONSULTANT and the
CITY shall not be construed to exceed those services and duties specifically set forth in the agreement.
ARTICLE II: MODIFICATIONS
The CITY or CONSULTANT shall not make modifications in the attached agreement or these Standard Terms
and Conditions except in writing as an amendment to the agreement. Said modifications shall be agreed to by both
parties, with scope of work, schedule, and compensation to be negotiated at the time the modification is proposed
by either party. Modifications that do not meet these requirements shall not be binding, and no further
compensation will be allowed for any work performed.
ARTICLE III: RESPONSIBILITIES OF THE CONSULTANT
A. Notice to Proceed. CONSULTANT will not begin work on any of the duties and services listed in Article I
until the CITY directs in writing to proceed. Authorization to proceed on additional services not defined in
Article I shall be in the form of an amendment as defined in Article II.
B. Level of Competence. CONSULTANT is employed to render professional services and shall be responsible,
to the level of competence presently maintained by other practicing professional consulting firms in good
standing and engaged in the same type of professional personal services, for the professional and technical
adequacy and accuracy of designs, drawings, specifications, documents, and other work products furnished
under this agreement.
C. Risk Allocation. CONSULTANT will indemnify the City from any failure to perform, professional errors and
omissions, design warranties, construction operations, and faulty work claims.
D. Warranties. CONSULTANT will warranty that a design will be produced that meets the stated project
performance and budget guidelines.
E. Cost Estimates. Construction and procurement cost estimates to be prepared under this agreement are to be
based upon presently available data. In preparation of these cost estimates, CONSULTANT will apply its
experience and judgment.
F. Document Preparation. CONSULTANT will prepare and furnish all design, bid, and contract documents
necessary for completion of the duties listed in Article I and the construction of the project.
G. Record Drawings Preparation. CONSULTANT will prepare a set of record drawings for the project, which
will include the changes made in materials, equipment, locations, and dimensions of the work.
CONSULTANT will provide one full-size set of record drawings to the CITY.
H. Access to Records. CONSULTANT agrees to preserve and maintain for at least three years after final
payment under this contract, any directly pertinent books, documents, papers, and records generated by or
provided to CONSULTANT in the course of the performance of his duties under the terms of this contract.
CONSULTANT further agrees that the CITY, or any of its duly authorized representatives, shall, during said
period, have access to and the right to audit, examine, and reproduce such records and further agrees to include
the above provision in all subcontracts.
WTP-17-02, Vine WTP Improvements ATTACHMENT E
Request for Proposals for Design-Builder Services Page E-2
I. Ownership of Documents. Upon completion of this agreement, all design, contract, bid, and record drawings
and documents, including computer disks, shall become the property of the CITY. The CITY will exercise
discretion in any re-use of said documents and agrees to hold harmless CONSULTANT for any application of
documents for any purpose other than the originally intended use.
J. State or Federal Requirements. CONSULTANT covenants and agrees to comply with all of the obligations
and conditions applicable to public contracts pursuant to ORS 279 Chapters A, B, and C, as though each
obligation or condition were set forth fully herein. In addition, if the contract identified above calls for a
public improvement as that term is defined by ORS 279A.010, CONSULTANT further agrees to comply with
all obligations and conditions applicable to public contracts for public improvements pursuant to ORS 279C, et
seq, as though each obligation or condition were set forth fully herein. In addition, CONSULTANT covenants
and agrees that in the performance of its duties hereunder, it will comply with all other state and federal
requirements applicable to the City of Albany for projects of the type in question. This shall includes, but is
not limited to,
K. Oregon Workers’ Compensation Law. CONSULTANT, its subconsultants, if any, and all employers working
under this agreement are subject employers under the Oregon Workers’ Compensation Law and shall comply
with ORS 656.017, which requires them to provide workers’ compensation coverage for all their subject
workers.
L. Oregon Identity Theft Protection Act (OITPA). The CONSULTANT, and its subconsultants, if any, agree to
comply with the Oregon Identity Theft Protection Act (OITPA), ORS Sections 646A.600 through 646A.628.
M. Taxpayer Identification Number. The CONSULTANT agrees to complete a Request for Taxpayer
Identification Number and Certification (W-9 Form) as a condition of the City’s obligation to make payment.
In the event the CONSULTANT shall fail to complete and return the W-9 Form to the City, payment to
CONSULTANT may be delayed, or the City may, in its discretion, terminate the Contract.
ARTICLE IV: RESPONSIBILITIES OF THE CITY
A. Authorization to Proceed. The CITY shall authorize CONSULTANT in writing to proceed prior to
CONSULTANT starting work on any of the services listed in Article I.
B. Access to Records, Facilities, and Property. The CITY shall comply with reasonable requests from
CONSULTANT for inspection or access to the CITY’s records, facilities, and properties.
C. Timely Review. The CITY shall examine all studies, reports, sketches, drawings, specifications, proposals,
and other documents presented by CONSULTANT, obtain advice of an attorney, insurance counselor,
accountant, auditor, and other consultants as CITY deems appropriate for such examination and render in
writing decisions pertaining thereto in a timely manner so as not to unreasonably delay the services of
CONSULTANT.
ARTICLE V: COMPENSATION
CITY agrees to pay for the services in Article I in accordance with the compensation provisions in this agreement.
Payment will be made within 30 days after the receipt of billing for each service rendered during the month. If
payment is not made within 30 days, interest on the unpaid balance will accrue beginning on the 31st day at the
rate of one percent (1%) per month or the maximum interest rate permitted by law, whichever is less. Such
interest is due and payable when the overdue payment is made, unless delay in payment is due to a contested
billing. CITY has the right to appeal or ask for clarification on any CONSULTANT billing within 30 days of
receipt of billing. Until said appeal is resolved or clarification is accepted, no interest will accrue on that portion
of the billing. In the event of a contested billing, only that portion so contested shall be withheld, and the
undisputed portion shall be paid in accordance with this Article V.
ACH Direct Payment Authorization. The CITY prefers to pay invoices via electronic funds transfers through the
Automated Clearing House (ACH) network. To initiate this more timely, efficient, and secure payment method,
CONSULTANT must complete the City’s ACH Direct Payment Authorization Form, available on the CITY
WTP-17-02, Vine WTP Improvements ATTACHMENT E
Request for Proposals for Design-Builder Services Page E-3
website at http://www.cityofalbany.net/images/stories/finance/eft_form.pdf. Information provided on the form is
exempt from public records disclosure under ORS 192.501(27).
Notwithstanding anything in this agreement to the contrary, the City’s obligation to pay money beyond the current
fiscal year shall be subject to and dependent upon appropriations being made from time to time by the City
Council for such purpose; provided, however, that the City Manager or other officer charged with the
responsibility for preparing the City’s annual budget shall include in the budget for each fiscal year the amount of
the City financial obligation payable in such year and the City Manager or such other officer shall use his/her best
efforts to obtain the annual appropriations required to authorize said payments.
ARTICLE VI: INDEMNIFICATION
CONSULTANT agrees to indemnify, defend, and hold harmless the CITY, its agents, officers, and employees,
from and against any and all liability, claims, suits, loss, damages, costs, and expenses arising out of or resulting
from the negligent acts, errors, or omissions of CONSULTANT, its officers, employees, or agents.
ARTICLE VII: INSURANCE
Before the Agreement is executed and work begins, CONSULTANT shall furnish the CITY a Certificate of
Insurance for the coverage and limits set out below, which is to be in force and applicable to the project for the
duration of the contract. The issuing insurance companies must have a minimum current A.M. Best rating of A-VII
or approved by the City. The Certificate must state that any insurance coverage shown cannot be suspended, voided,
canceled by either party, or reduced in coverage or limits without 30 days prior written notice has been given to the
City.
A. Minimum Scope of Insurance:
Coverage shall be at least as broad as:
1. Commercial General Liability: Insurance Services Office (ISO) form CG 0001 with an edition date of 10-
2001 or later, providing Commercial General Liability – Occurrence Form. With CG 25 03 (Amendment
Aggregate Limits of Insurance per Project) or equivalent attached.
2. Automobile Liability: Insurance Services Office (ISO) form CA 0001, providing Business Automobile
Coverage on owned, non-owned and hired vehicles.
3. Workers’ Compensation: Insurance as required by Oregon Revised Statutes and including Employers
Liability Insurance.
4. Professional Liability: Insurance on an occurrence or claims made basis with 24 month extended reporting
period.
B. Minimum Limits of Insurance:
CONSULTANT shall maintain limits no less than:
1. Commercial General Liability: $2,000,000 Each Occurrence
$2,000,000 Personal Injury
$3,000,000 General Aggregate
$3,000,000 Products / Completed Operations Aggregate
The General Aggregate and Products/ Completed Operations Aggregate shall apply separately to this
project.
2. Automobile Liability: $2,000,000 Per Occurrence
3. Employers Liability: $ 500,000 Each Accident
$ 500,000 Disease Aggregate
$ 500,000 Disease Each Employee
4. Professional Liability Insurance: $2,000,000 Per incident / Claim
$2,000,000 Annual Aggregate
WTP-17-02, Vine WTP Improvements ATTACHMENT E
Request for Proposals for Design-Builder Services Page E-4
5. Deductibles and Self-Insured Retentions:
Any deductible or self-insured retention must be declared to and approved by the CITY. At the option of the
CITY, either: the insurer shall reduce or eliminate such deductible or self-insured retention as respects the
CITY, its officers, employees and agents; or the CONSULTANT shall procure a bond guaranteeing payment
of losses and related investigations, claim administration, and defense expenses.
C. Other Insurance Provisions:
The policies are to contain, or be endorsed to contain, the following provisions:
1. Additional Insured Clause: The Commercial General Liability insurance coverage required for performance
of this contract shall be endorsed to name CITY OF ALBANY and its officers, agents, and employees as
Additional Insured on any insurance policies required herein with respect to CONSULTANT’S or any
sub-contractor’s activities being performed under the Agreement. The Certificate of Insurance must
include a copy of the Additional Insured endorsement. Coverage shall be primary and non-contributory
with any other insurance and self-insurance.
2. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the
CITY, its officers, employees, or agents.
3. Workers’ Compensation and Employers Liability Coverage: The insurer shall agree to waive, by
endorsement, all rights of subrogation against the City of Albany, its officers, employees, and agents for
losses arising from work performed by the CONSULTANT for the CITY.
ARTICLE VIII: ASSIGNMENT
This agreement is to be binding upon the heirs, successors, and assigns of the parties hereto and is not to be
assigned by either party without first obtaining the written consent of the other. No assignment of this agreement
shall be effective until the assignee assumes in writing the obligations of the assigning party and delivers such
written assumption to the other original party to this agreement.
Use of subconsultants by CONSULTANT or subsidiary or affiliate firms of CONSULTANT for technical or
professional services shall not be considered an assignment of a portion of this agreement, and CONSULTANT
shall remain fully responsible for the work performed, whether such performance is by CONSULTANT or
subconsultants. No subconsultants shall be used without the written approval of the City.
Nothing herein shall be construed to give any rights or benefits hereunder to anyone other than the CITY and
CONSULTANT.
ARTICLE IX: INTEGRATION
These terms and conditions and the agreement to which they are attached represent the entire understanding of
CITY and CONSULTANT as to those matters contained herein. No prior oral or written understanding shall be of
any force or effect with respect to those matters covered herein. The agreement may not be modified or altered
except in writing as specified in Article II.
ARTICLE X: SUSPENSION OF WORK
The CITY may suspend, in writing, and without cause, all or a portion of the work under this agreement.
CONSULTANT may request that the work be suspended by notifying the CITY, in writing, of circumstances that
are interfering with the progress of work. The CONSULTANT may suspend work on the project in the event the
CITY does not pay invoices when due. The time for completion of the work shall be extended by the number of
days work is suspended. In the event that the period of suspension exceeds 90 days, the terms of the agreement are
subject to renegotiation and both parties are granted the option to terminate work on the suspended portion of the
project, in accordance with Article XI.
WTP-17-02, Vine WTP Improvements ATTACHMENT E
Request for Proposals for Design-Builder Services Page E-5
ARTICLE XI: TERMINATION OF WORK
CITY may terminate all or a portion of the work covered by the agreement for its convenience. Either party may
terminate work if the other party fails to substantially perform in accordance with the provisions of the agreement.
Termination of the agreement is accomplished by 15 days’ prior written notice from the party initiating
termination to the other. Notice of termination shall be delivered by certified mail with receipt for delivery
returned to the sender.
In the event of termination, CONSULTANT shall perform such additional work as is necessary for the orderly
filing of documents and closing of the project. The time spent on such additional work shall not exceed 10 percent
of the time expended on the terminated portion of the project prior to the effective date of termination.
CONSULTANT shall be compensated for work actually performed prior to the effective date of termination plus
the work required for filing and closing as described in this Article. If no notice of termination is given,
relationships and obligations created by this agreement shall be terminated upon completion of all applicable
requirements of this agreement.
ARTICLE XII: FORCE MAJEURE
Neither the CITY nor CONSULTANT shall hold the other responsible for damages or delay in performance
caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the other or the other’s
employees and agents.
ARTICLE XIII: DISPUTE COSTS
In the event either party brings action to enforce the terms of this agreement or to seek damages for its breach, or
arising out of any dispute concerning the terms and conditions hereby created, the prevailing party shall be entitled
to an award of its reasonable attorney fees, costs, and expenses, incurred therein, including such costs and fees as
may be required on appeal.
ARTICLE XIV: COURT OF JURISDICTION
The laws of the State of Oregon shall govern the validity of this agreement, its interpretation and performance, and
other claims related to it. Venue for litigation shall be in Linn County, Oregon.
CONSULTANT: CITY OF ALBANY, OREGON:
Date:
Date:
By:
By:
Title:
Jeff Blaine, P.E., Public Works Engineering and
Community Development Director
By:
Title:
Mailing Address:
Telephone No.:
Fax No.:
Tax Identification No.:
WTP-17-02, Vine WTP Improvements ATTACHMENT F
Request for Proposals for Design-Builder Page F-1
ATTACHMENT F – FILTER MEDIA ANALYSIS COST
SUBSTANTIATION FORM
DESCRIPTION APPROX.
QUANTITY
UNIT OF
MEASURE
UNIT PRICE
DOLLARS/CTS
TOTAL AMT.
DOLLARS/CTS
Filter Media Analysis 1 Lump Sum
Provide a brief statement describing your proposed work inclusion for this item. The statement should include a description of the
work, deliverable, and schedule for completing the filter media analysis:
WTP-17-02, Vine WTP Improvements ATTACHMENT G
Request for Proposals for Design-Builder Page G-1
ATTACHMENT G – FILTER MEDIA REMOVAL, PROTECTION, AND REINSTALLATION COST
SUBSTANTIATION FORM
DESCRIPTION APPROX.
QUANTITY UNIT OF
MEASURE UNIT PRICE
DOLLARS/CTS
TOTAL AMT.
DOLLARS/CTS
Filter Media Removal, Protection, and Reinstallation 1 Lump Sum
Provide a brief statement describing your proposed work inclusion for this item. The statement should include a description of the
work, deliverable, and schedule for completion:
WTP-17-02, Vine WTP Improvements ATTACHMENT H
Request for Proposals for Design-Builder Page H-1
ATTACHMENT H – KEY PERSONNEL INFORMATION FORM
KEY PERSONNEL INFORMATION FORM
NAME
TITLE
ROLE IN THIS PROJECT
Previous Relevant Project Experience
PROJECT NAME PROJECT DESCRIPTION ROLE
1.
2.
3.
4.