Loading...
HomeMy WebLinkAboutCH2M HILL Eng., INC. & Oshkosh/ Lead Service Line ,)0 , AGREEMENT This AGREEMENT, made on the day of 2017, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CH2M HILL ENGINEERS, INC., 135 South 84th Street, 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 LEAD SERVICE LINE REPLACEMENT PROGRAM ENGINEERING ASSISTANCE. ARTICLE I. PROTECT 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 11. 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 111. 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. I:\Engineering\Tracy Taylor\Steve Brand Agreements\CH2M Hifl\Pb Sery Line Rep] Prog\Agreementj 0-25-16.docx Page 1 of 7 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 I 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. 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. i I:\Engineering\Tracy Taylor\Steve Brand Agreements\CH2M Hill\Pb Sery Line Repl Page 2 Of 7 j; Prog\Agreement_l 0-25-16.docx 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. The CITY agrees that CONSULTANT and its subcontractors have no liability associated with any hazardous substances (e.g., asbestos, lead, etc.) or hazardous wastes encountered on or near the PROJECT site; or associated with the CITY's efforts to coordinate appropriate management of these materials. CONSULTANT or its subcontractors shall at no time take title, risk of loss, or ownership of the hazardous substances or hazardous waste. The CITY recognizes that CONSULTANT assumes no risk and/or liability for hazardous materials or hazardous waste encountered while performing any services associated with these materials, including surveying services, sampling services, and any subsurface investigations. CONSULTANT's services will not include directly or indirectly storing, arranging for or actually transporting, disposing, treating, or monitoring hazardous substances, hazardous materials, hazardous wastes, or hazardous oils. 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. i i C i i I:\Engineering\TracyTa}'lor\Steve Brand Agreements\CH2MHill\PbSery Line Reel Page 3 of 7 Prog\Agreement_10-25-16.docz 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. 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 October 20, 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 I 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 $77,380 (Seventy Seven Thousand Three Hundred Eighty Dollars). • Attached fee schedule shall be firm for the duration of this AGREEMENT. I:\Engineering\Tracy Taylor\Steve Brand Agreements\CH2M Hill\Pb Sery Line Repl Page 4 of 7 Prc g\Agreement_10-25-16.docx €e 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. I:\Engineering\Tracy Taylor\Steve Brand Agreements\CH2M Hdl\Pb Sery Line Repl Page 5 of 7 Prog\Agreement-1 0-25-16.docz ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. 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 XVI. RE-USE OF PROTECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in 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. i 1:\Engineering\Tracy Taylor\Steve Brand Agreements\CH2M HHI\P6 Sery Line Reel Page 6 of 7 Prog\Agmement_10-25-16.docx 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 V&_Ctfrej jc-,� if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH By: (Witness) Mark A. Rohloff, City Manager And: (Witness) Pamela R. Ubrig, City Cl k APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. City Attorney City Comptroller 1:\Engineering\Tracy Taylor\Steve Brand Agreements\CH2M Hilh Pb Sery Line Repl Page 7 of 7 Prog\Agreementj 0-25-16,docx SCOPE OF SERVICES OCTOBER 20,2016 Lead Service Line Replacement Program R1crl4,t"1) lc/" Engineering Assistance t�,.hr��, C Purpose The City of Oshkosh (City) has several thousand lead services lines(LSLs), located on both public and private property.The Lead and Cooper Rule (LCR) under the Safe Drinking Water Act requires that samples taken at customers' taps have less than 15 parts per billion (ppb) lead.To comply with the LCR, the City controls LSL corrosion with the addition of a phosphate based corrosion inhibitor and a pH adjustment chemical at the treatment plant. In addition, for several years the City has replaced of the public portion of lead services in conjunction with water main replacement projects; however,the corresponding private portions of the LSLs were not replaced because Wisconsin regulations prohibit use of public utility funding on private property. Recent lead toxicity studies, changes in LCR sampling procedures, and elevated lead levels occurring in Flint, Michigan have driven regulators and municipalities across the country to revisit their approaches toward LCR compliance and LSL replacements.The Wisconsin Department of Natural Resources(WDNR) has allocated $14.5 million of FY 2017 Safe Drinking Water Loan Program (SDWLP) Principal Forgiveness (PF)funds for municipalities to use for replacing LSLs on private property for projects that result in full LSL replacements.The City applied for this funding and was granted $500,000 for LSL replacement in Fiscal Year 2017;the City will apply for Fiscal Year 2018 funding. Under this scope of service, CH2M will provide technical services to assist the City in its development of the 2017 private property LSL pilot project and a long-term LSL replacement program.The City will lead implementation of the LSL program. CH2M will provide LSL program examples and documentation from other cities and national resources, cost estimating services, public education and outreach resources, and LSL program facilitation between City and other stakeholders. CH2M will also assist the City with protocols to gather and manage critical field information, associated with the LSL replacements, for inclusion in the City's geographic information system (GIS). Through its LSL Replacement Program, the City will reduce and eventually eliminate the public health risk associated with LSLs.Through this program,the City will also reduce the addition of phosphate based corrosion inhibitor which will reduce phosphorus loadings to the wastewater treatment plant and eventually to the environment. Task 1—LSL Replacement Program Planning Along with the public health and potential environmental benefits, an LSL replacement program impacts customer service and is costly. Careful and thorough planning is essential for successful implementation of both the City's 2017 LSL replacement pilot project and a long-term City-wide program.Task 1 focuses on supporting the City with making informed decisions regarding major components of the LSL replacement program. CH2M will provide engineering analysis, cost estimates, and sample program resources to support City decision making. Overall,the City's program strategy will include several on-going activities: 1. Identify and verify occurrence of lead service lines and maintain records 2. Replace public portion of LSL i LSL REPLACEMENT PROGRAM SCOPE OF SERVICES 3. Provide financial incentive for replacement of private portion of LSL 4. Public education and stakeholder involvement 5. Characterization of lead and evaluation of corrosion control strategies LSL replacement program analysis CH2M will prepare and summarize for public presentation the following information: • History of LCR compliance and LSL replacements • Technical and regulatory challenges driving the need for the LSL replacement program • Estimated quantity of public and private LSLs • Policy challenges (City ordinance; public communications; coordination among City, Winnebago County Department of Health, and WDNR) • Benefits of LSL replacement with regards to public health benefits, treatment operating cost reduction,and phosphorus loading reduction • Resources needed for 2017 pilot program—workflow processes and tools;for example, plumber prequalification, plumber agreement,field data collection for GIS and program auditing • Requirements for LCR sampling, flushing, reporting, and point of use filtration LSL replacement program cost estimates CH2M will prepare and summarize for public presentation the following cost estimates • Capital cost for public side and private side LSL replacements including materials and labor. • Estimate City costs associated with alternate levels of financial incentives for private property owners • Cost for providing supplementary services for private LSL replacement including on-site inspection, permitting, point of use filters, phone/web based inquiries,etc. • Costs for including replacement of sanitary sewer laterals. • Potential cost savings from reducing corrosion control chemical addition at treatment plant once all LSL are replaced. • Potential cost savings and regulatory benefits with the wastewater treatment plant discharge permit from elimination of additional phosphorus loading into City wastewater and associated phosphorus reduction/removal costs. • Cost of implementing a unidirectional flushing program for reducing lead levels during multi- year replacement program. • Estimate total program costs, including administration, inspections, data management for program of 10-year or 20-year duration LSL replacement program policy and public education materials CH2M will prepare draft program policy and public education materials for review and approval by the City. • Draft revisions to City ordinance • Develop public education materials and outreach strategies to answer the questions: 2 LSL REPLACEMENT PROGRAM SCOPE OF SERVICES O Is there lead in our drinking water? O How does lead get into the water? O Why is it important to remove lead? o What is the Water Utility doing to remove lead? O What steps can I take to reduce exposure to lead in drinking water? O Where can I learn more about lead in drinking water? • Training information for Water Utility customer service representatives • Recommendations for channels of communication: City's website and social media, newspaper, City Manager messages, informational flyers, bus stop posters, or other. LSL replacement program early decisions To support the 2017 private property LSL replacement project and set the stage for an effective long- term program, CH2M will assist the City with discussion of the LSL replacement program and decisions needed to support early actions on the following important considerations: • Mandatory vs.voluntary private LSL replacements—City ordinance revisions • Private side replacement incentive value • Confirm 2017 private side LSL replacement pilot project approach • Prioritize, categorize and schedule LSL replacements beyond 2017—sensitive populations, disadvantaged neighborhoods,water main replacement projects, past partial LSL replacements, sewer lateral replacements, private owner request • Establish roles and responsibilities for City Water Utility, Division of Inspection Services, other agencies CH2M will also develop a short-term (2017) and long-term (beyond 2017) LSL implementation schedule and flow charts to serve as a LSL program activities guide. Task 1 deliverables CH2M will prepare the following in draft for review by the City.The City's review comments will be incorporated in final versions of the following: • City ordinance language • Public outreach communication templates; talking points for Water Utility customer service - representatives • LSL replacement program cost estimates and analysis summarized in a Technical Memorandum • City Common Council meeting presentation on LSL replace program analysis and cost estimates • 2018 Private Property LSL Replacement Project SDWL Intent to Apply and Performance Evaluation and Ranking Form • Technical input to the 2017 Private Property LSL Replacement Project SDWL Financial Assistance Application • 2017 SDWL program project closeout documentation • Process flow diagrams and charts to facilitate decision-making and implementation 3 LSL REPLACEMENT PROGRAM SCOPE OF SERVICES Table 1.LSL Program Assistance Level of Effort and Compensation Senior Project Senior Senior Cost Junior Project Manager Consultant Engineer Estimator Engineer Clerical Accountant Total Kornelia Total Labor Hours by Total Total by Task Description Linda Mohr Rich Glani Todd Elliott Mike Gnadt Nora Sadik Varies Madzia B Task Task Ex ense Task Tasks-LAReplacementProgram Planning Hours 'Hours Hours Hours Hours, Hours Hours Program analysis 30 8 40 0 50 8 0 $ 20,460.00 136 $400 $20,860 Program cost estimates 10 8 40 32 24 10 0 $ 18,610.00 124 $400 $19,010 Program policy and education materials 30 0 30 0 50 40 0 $ 19,400.00 150 $600 $20,000 Program early decisions materials 24 0 0 0 30 20 0 $ 9,540.00 74 $200 $9,740 TASK 1TOTAL 94 16 110 32 154 78 0 $ 68,010.00 484 $1,600 $69,610 Task 2-PM and CW/QC Hours Hours Hous Hours Hours :Hours ' Hours.`` Project Management 16 0 0 0 0 6 24 $5,010 46 $200 $5,210 Quality Assurance/Quality Control 8 4 0 0 0 0 0 $2,560 12 $0 $2,560 TASK 2 TOTAL 24 4 0 0 0 6 24 $7,570 58 $200 $7,770 118 20 110 32 154 84 24 $75,580 542 $1,800 $77,380 i I i I I i I 1 5 12.E i'r V E D CH2M HILL 2016 HOURLY CHARGE RATES QCT for PROFESSIONALS AND TECHNICIANS t> '' F ` jj"� Classification Hourly Rate Senior Consultant $220 Senior Project Manager, Senior Project Engineer $210 Senior Technologist $190 Senior Engineer $170 Project Engineer $150 Engineer $140 Associate Engineer $120 Junior Engineer,Scientist $100 CAD Technician $80 Graphic Artist, Clerical $75 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