Loading...
HomeMy WebLinkAbout2016 SECAP & CMOM Programs CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS 215 CHURCH AVENUE, P.O. BOX 1130, OSHKOSH, WI 54903-1130 PHONE: (920)236-5065 FAX(920) 236-5068 LETTER OF TRANSMITTAL To: Ms. Linda Mohr Date: August 29, 2016 CH2M HILL Engineers, Inc. Subject: Executed Agreement 135 South 84' Street 2096 SECAP and CMOM Program Suite 400 Services Milwaukee, Wl 53214 Please find: ® Attached ❑ Under Separate Cover ❑ Copy of Letter ® Contracts ❑ Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Myiars ❑ Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other Quantity Description 9 Executed Agreement These are being transmitted as indicated below: ❑ For Approval ® For Your Use ❑ As Requested ❑ For Review& Comment Remarks: Enclosed is a copy of the executed agreement for the 2016 SECAP and CMOM Program services. A City of Oshkosh Purchase Order will follow shortly. Please reference this Purchase Order number on all of your invoices. If you have any questions, please contact us. Mr. Steve Brand - Copy City Clerk's Office —Original cc: _ File— Original Signed: Tra . Taylo JAEngineeringlTracy Tay;orlSleva Brand AgreemenlslCH2M HillISECAP&CMOM Prog SeRA20161CH2M Hill LOT•ExecOad Agreament 8.29-16.docx AGREEMENT ro This AGREEMENT, made on the� day of t.f 2016, by and between the CITY OF OSHKOSH, party of the first part,—herAtIfter referred to as CITY, and CH2M HILL ENGINEERS, INC. 135 South 8411, Street, Suite 400, Milwaukee, WI 53214, party of the second part, hereinafter referred to as the CONSULTANT, WITNESSETH: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for 2016 SECAP AND CMOM PROGRAM SERVICES. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Linda Mohr, P.E.—Senior Project Manager B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Stephan M. Brand—Public Works Utilities Bureau Manager ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CONSULTANT's Scope of Services. CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. t:lEngineering\SracyiaylorlSteveBrand AgreementsXCH2MHi1IISECAP&CMOil4Prog Page 1 of 7 Serv\ZO16\Agreemen t_7-V-16.docx All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re-perform any services not meeting this standard without additional compensation. ARTICLE V. OPINIONS OF COST FINANCIAL CONSIDERATIONS AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties the CONSULTANT makes no warranty the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. ARTICLE VI. RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT is not responsible for any errors or omissions in the information from others the CONSULTANT reasonably relied upon and are incorporated into the record drawings. ARTICLE VII. CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records, 1:1Enginming�TracyTaylar\5ieceBrand Agre rnents\CH2&1HAtN5P..CAP&CMOMProg Page 2 of 7 Serv\2016`Agreement 7-27-16.docx To prevent any unreasonable delay in the CONSULTANT's work, the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. CITY recognizes CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT, ARTICLE IX. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT's services. Upon request, CITY will provide CONSULTANT a copy of such policy, ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CONSULTANT's Scope of Services. 1:WngineeringSTracyTaylor\StaveBrand Agr�ments\CH2MHfl1\SECAV&CNIOMFrog Page 3 of 7 Serv\2016\Ag rnent_7-27-16.doce The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees the CONSULTANT is not responsible for damages arising directly or indirectly from any delays for causes beyond the CONSULTANT's control. For the purposes of this AGREEMENT, such causes include, but are not limited to, strikes or other labor disputes, severe weather disruptions or other natural disasters, failure of performance by the CITY, or discovery of any hazardous substances or differing site conditions. If the delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. CONSULTANT's Scope of Services dated July 25, 2016 and attached hereto In the event any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE XII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed $74,000 (Seventy Four Thousand Dollars). • Attached fee schedule shall be firm for the duration of this AGREEMENT. lAYngineeringWracy Taylor\Stent Brand Agreements\CMM Hill�SECAP&CNIOh4 Prog 'age 4 of 7 Sew\2016N Agreement 7.27-16.docx B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. D. Indirect Costs. Indirect costs such as computer time, printing, copying, cell phone charges, telephone charges, and equipment rental shall be considered overhead and shall not be invoiced separately to the PROJECT. E. Expenses. Expenses may be billed with up to a maximum of 10% mark- up. All invoices with expenses shall include supporting documentation of the expense. Failure to include the supporting documentation will result in the reduction of payments by the amount of those expense(s)not including documentation. ARTICLE XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related however remotely to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the CITY all sums including court costs, attorney fees, and punitive damages which the CITY may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), or damages to person or property arising out of re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. 1:�EnginecringlTracyTaylor\Ste%-e Brand Agreements\CH2MHiMSECAP&C1sfOA4Prog Page 5 of 7 5e rv\20361 Ag regimen t_7-27-I6.d ocx ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Irrsurame Requireimids. ARTICLE XV. TERMINATION A. For Cause. If the CONSULTANT shall fail to fulfill in timely and proper manner any of the obligations under this AGREEMENT, the CITY shall have the right to terminate this AGREEMENT by written notice to the CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONSULTANT no later than ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT. ARTICLE XVL RE-USE OF PROJECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or h-i electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re-use, change, or alteration of these project documents. ARTICLE XVII. SUSPENSION DELAY OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. IAEngineering\TracyTaylorSSteve Brand Agreements\012.14 Hdl\SHCAP&CNIOM Prog Page 6 of 7 Serv\2016\Agreemen0-27-16.do" ARTICLE XVIII, NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULTANT By: (Seal of Consultant if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH (Witness) Mark A. Rohloff, City Manager And: nmoj�,�, (Witness) P rig -ty le APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. ro4vyrneyy City Comptroller I:16ngineeringSTracyTaylorl Steve Brand Agteements�CH2MHill�SSCAP&alON1Prog Page 7 of 7 Serv\2016\Agreemen 7-27-16.daa SCOPE OF SERVICES JULY 25, 2016 2016 SECAP and CMOM Pro ram RECEIVED Program JUL 26 2016 Purpose DEPT O'PUBLIC WORKS OSHKOSH, WISCONSIN The purpose of the SECAP(Sewer Evaluation Capacity Assurance Plan) and CMOM (Capacity, Management, Operations, and Maintenance) Program Services Project is to complete the following modeling, planning,and reporting services related to the implementation of the City of Oshkosh (City) sanitary sewer system CMOM Program; in conformance with requirements of the Administrative Order (AO) issued by the U.S. Environmental Protection Agency(U.S. EPA) on October 17, 2011. • Refine the sewer system hydraulic model • Prepare CMOM program quarterly reports and annual audit 0 Update sewer service agreements Task 1 — Sewer System Hydraulic Model Maintenance The original trunk line model was constructed as part of the SECAP in conformance with requirements of the Administrative Order(AO) issued by the U.S. Environmental Protection Agency(U.S. EPA) on October 17th, 2011. In 2015 the model was updated to include all pipelines and verified against available flow monitoring information.The model is routinely used to simulate sanitary collection system performance in order to support engineering evaluations of the sewer system and capital improvement decisions. Under this task CH2M will continue to refine the model by completing the following tasks; Task 1..2 Model Refinement-The model was verified as part of the 2015 SECAP. Under this task the model will be calibrated using flow monitoring data collected in 2013, 2014, and 2015.After September 1, 2016, the model will be validated against flow monitoring data collected in 2016. • Model verification is the process by which the results of the model are compared to the available data, knowledge of the system, and understanding of the sewer flow processes to develop a level of confidence that the model outputs a reasonable representation of sewer system performance. + Model calibration refers to the adjustment of model inputs, particularly those which cannot be directly measured,to improve the comparison of the output and the monitored data. 0 Model validation refers to the comparison of model outputs to independent data not used in calibration. The model calibration task will include adjustment of dry and wet weather model inputs to improve the comparison of model output and the monitored data collected from 2013--2015. • Dry weather flow is defined as base sanitary flow plus dry weather groundwater infiltration. + Wet weather flow is defined as wet weather infiltration and inflow.This flow is non-sanitary inflow originating from sources other than sanitary discharge. Calibration will include review of the model output for wet weather events at each flow monitor location to determine each basin's 'best fit' adjustment factor. The model currently simulates wet weather events using the regression analysis equation and rainfall timeseries. The regression analysis equation addresses the total RDII (rainfall derived infiltration and inflow) tributary to the wastewater treatment plant. Initially for lack of better data we distributed the regression coefficients uniformly SCOPE OF SERVICES:2014 CMOM PROGRAM AND SEW across the system.Adjustment factors will be determined to match the flow monitor data at each flow monitor location.The adjustment factors will be applied to the specific flow monitor basin and possibly to similar basins, helping to adjust for differences in rain derived infiltration and inflow(RDII) across the system. Once model calibration is determined to be adequate, model data will be compared against flow monitor data collected in 2016. if this comparison meets typical verification criteria,the model may be considered validated. However we believe more data and more intense calibration may be required before the full model is validated. Calibration and Validation guidelines from WaPUG (United Kingdom Wastewater Planning Users Group) Code of Practice for Hydraulic Modeling of Sewer Systems, as modified by the Water Environment Federation (WEF) manual of practice (MOP) FD-17, will be targeted during model simulation and comparison to monitoring data. WaPUG dry weather criteria recommends comparison to depth data.The WWTP influent flow data do not include depth data at the WWTP wet well, so no depth calibration criteria will be compared at the WWTP, Depth data will, however, be compared at flow monitor locations. Data scatter is expected and acceptable within WaPUG criteria.There may be instances when significant discrepancies occur, but the use of best professional engineering judgment is paramount in determining a verified wet weather model. In instances when significant discrepancies occur and the modeling team determines that the discrepancy is unavoidable and may exist without serious impact to the model's intended use, the discrepancy will be clearly identified and remain. Deliverables:Technical memorandum summarizing model calibration process, model output comparison to depth data, and quality assurance/quality control actions. Task 1.3--Flow Monitoring Data Review CH2M will conduct a peer review of 2016 flow monitoring data information for use in the City's collection system model. The flow monitoring data will be compiled into one spreadsheet and graphed to identify anomalies in the metered values. If anomalies are found, CH2M will provide the City with a list of questions for the flow monitoring contractor.The largest storm events will be compared to the Depth-Duration-Frequency information for Oshkosh to determine the recurrence intervals of the storm events captured during the monitoring period. Task 2--Quarterly Reports, Sewer Maintenance Metrics and CMOM Program Audit Following review of sewer system operation and maintenance data, CH2M will prepare the quarterly reports for submission to the U.S. EPA and the WDNR. CH2M will assist the City with tracking sewer maintenance activities. CH2M will summarize sewer maintenance metrics for inclusion in an informal annual audit of the CMOM program.GH211M will facilitate an audit review meeting with the City to discuss metrics and status of progress with CMOM program goals. To aid the City in completion of the annual CMAR, the CMAR quantity tracking sheet will be maintained. Dellverables. Four draft and final quarterly reports. Updated tracking tool and generated CMAR quantities.Annual maintenance metrics and CMOM program audit technical memorandum. 2 SCOPE OF SERVICES:2014 CMOM PROGRAM AND SECAP Task 3 --Sewer Service Agreements Building on the work completed in 2015, CH2M will develop a list of service agreement modifications for the City's consideration and prepare draft agreement provisions for the following: • Update to planned system flows and capacity allocations (average and peals) • Conversion from separate area agreements to one master agreement for all satellite systems • Provisions related to City municipal sewer ordinance and pretreatment program compliance • Cost sharing for shared interceptors, new or replacement • Cost sharing for shared WPDES permit compliance • Annual revenue and cost reconciliation (pertinent to satellite areas) CH2M will facilitate two meetings with the City to identify and prioritize service agreement changes that provide high value. CH2M will develop draft sewer service agreement language and talking points related to the revisions for the City's further consideration. CH21M will facilitate a meeting with the City and representatives of the satellite systems to summarize the status of service agreements, provide background on the City's CMOM program and SECAP, and introduce the proposed changes to sewer agreements. CH2M will gather and summarize input from the satellite communities. CH2M will summarize the findings of this task in a technical memorandum that will define a scope for changes to the service agreements and outline a process for implementation. Deliverables. Current sewer service agreements attribute summary table, summary of suggested changes to sewer agreements, meeting minutes,task summary technical memorandum. Task 4-----Project Management and QA/QC CH21M will manage the delivery of the professional technical services and work products to meet the City's schedule and budget. Project management duties include project instructions addressing team communication,quality assurance/quality control (QA/QC),and cost control. Instructions to the project delivery team will guide performance by defining the following: • Detailed scope of services and project deliverables • Task assignments and work plan • Project schedule • Project budget and performance monitoring • Health and safety considerations Communication within the project team will be maintained through regular team meetings, teleconferences, and e-mail. During project meetings and workshops,CH2M will provide project status information. CH2M will submit a brief description of project activities with each monthly invoice. CH2M will perform a QA/QC review of completed work and project progress before submitting work products to the City.The technical services will be performed under a major CMOM and SECAP task. Most of this scope of services will be completed by September 1, 2016 though U.S. EPA requirements for quarterly submittals and NPDES requirements for annual CMAR reporting and model validation against 2015 flow monitoring data will extend beyond that date. Schedule This scope of services will be delivered in 2016. 3 SCOPE OF SERVICES:2014 CMOM PROGRAM AND SECAP Level of Effort and Compensation Table 2 presents the estimated level of effort and fee to complete this scope of professional services. TABLE 2 CMOM Program and SECAP Estimated Level of Effort and Cost Activity Hours Cost Task 1---Sewer System Hydraulic Model Task 1.1-2015 Construction Update 54 $8,200 Task 1.2—Model Refinement 206 $32,600 Task 1.3—Flow Monitoring Data Review 12 $2,040 Task 2--Quarterly Reports,Metrics&CMOM Audit Quarterly Reports,Maintenance Metrics&CMOM Audit 96 $15,860 Task 3—Sewer Service Agreements Sewer Service Agreements 30 $7,300 Task 4—Project Management and QA/QC Project Management 28 $3,460 Quality Assurance/Quality Control 21 $4,540 TOTAL 447 $74,000 4 CH2M HILL 2016 HOURLY CHARGE RATES DECEIVED for PROFESSIONALS AND TECHNICIANS JUL 2 S 2016 DEPT OF PUBLIC WORKS OSHKOSH, `h/ISCOiVSIN Classification Hourly Rate Senior Consultant $220 Senior Project Manager, Senior Project Engineer $210 Senior Technologist $190 Senior Designer $170 Project Engineer $150 Engineer $140 Associate Engineer $120 Junior Engineer,Scientist $100 CAD Technician $90 Graphic Artist, Clerical $76 Project Accountant $50 Expenses Expense Type Estimating Method Rate Photo Copies Service Center $0,05 Reprographics Service Center varies Auto mileage Travel Current IRS rate Auto Rental Travel Actual Other Travel (FTR Guidelines) Travel Actual Equipment Rental Operating Expense Actual Postage/Freight Operating Expense Actual Rates subject to change on January 1,2017