Loading...
HomeMy WebLinkAboutContractCAG -14 -009 ENGINEERING ANNUAL CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into on this day of by and between the CITY OF RENTON, WASHINGTON, A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY," and Carollo Engineers, Incorporated whose address is 1218 Third Avenue, Suite 1600, Seattle, Washington 98101, at which work will be available for inspection, hereinafter called the "CONSULTANT." PROJECT NAME: Existing Force Main Condition Assessment And Lift Station Evaluation Process WHEREAS, the City has not sufficient qualified engineering employees to provide the engineering within a reasonable time and the City deems it advisable and is desirous of engaging the professional services and assistance of a qualified professional consulting firm to do the necessary engineering work for the project, and WHEREAS, the Consultant has represented and by entering into this Agreement now represents, that it is in full compliance with the statutes of the State of Washington for registration of professional engineers, has a current valid corporate certificate from the State of Washington or has a valid assumed name filing with the Secretary of State and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the work to which they will be assigned in a competent and professional manner, and that sufficient qualified personnel are on staff or readily available to Consultant to staff this Agreement. WHEREAS, the Consultant has indicated that it desires to do the work set forth in the Agreement upon the terms and conditions set forth below. NOW THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein below, the parties hereto agree as follows: I SCOPE OF WORK The Consultant shall furnish, and hereby warrants that it has, the necessary equipment, materials, and professionally trained and experienced personnel to facilitate completion of the work described in Exhibit A, Scope of Work, which is attached hereto and incorporated into this Agreement as though fully set forth herein. The Consultant shall perform all work described in this Agreement in accordance with the latest edition and amendments to local and state regulations, guidelines and policies. The Consultant shall prepare such information and studies as it may deem pertinent and necessary, in order to pass judgment in a sound engineering manner on the features of the work. The Consultant shall make such minor changes, amendments or revisions in the detail of the work as may be required by the City. This item does not constitute an "Extra Work" item as related in Section VIII of the Agreement. The work shall be verified for accuracy by a complete check by the Consultant. The Consultant will be held responsible for the accuracy of the work, even though the work has been accepted by the City. II DESIGN CRITERIA The City will designate the basic premises and criteria for the work needed. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations, guidelines, and specifications, including, but not limited to the following: 1. Washington State Department of Transportation /American Public Works Association (WSDOT /APWA), "Standard Specifications for Road, Bridge, and Municipal Construction," as amended by Renton Standard Specification. pwIlCarollo /Documents /Error! Unknown document property name. /Error! Unknown document property name. Page 1 of 9 2. WSDOT /APWA, "Standard Plans for Road, Bridge and Municipal Construction." 3. Washington State Department of Transportation, "Highway Design Manual." 4. American Association of State Highway and Transportation Officials, "Standard Specifications for Highway Bridges." 5. Washington State Department of Transportation, "Bridge Design Manual, Volumes 1 and 2." 6. Washington State Department of Transportation, "Manual of Highways Hydraulics," except hydrologic analysis as described in item 14. 7. Washington State Department of Transportation, "Materials Laboratory Outline." 8. Transportation Research Board, "Highway Capacity Manual." 9. U.S. Department of Transportation, Federal Highway Administration, "Manual on Uniform Traffic Control Devices for Streets and Highways." 10. Washington State Department of Transportation, "Construction Manual." 11. Washington State Department of Transportation, "Local Agency Guidelines." 12. Standard drawings prepared by the City and furnished to the Consultant shall be used as a guide in all cases where they fit design conditions. Renton Design Standards, and Renton Specifications shall be used as they pertain. 13. Metro Transit, design criteria. 14. King County Surface Water Design Manual, Sections 1.2 and 1.3 of Chapter 1, and Chapters 3, 4, and 5. 15. American Association of State Highway and Transportation Officials, "A Policy on Geometric Design of Highways and Streets." III ITEMS TO BE FURNISHED TO THE CONSULTANT BY THE CITY The City will furnish the Consultant copies of documents which are available to the City that will facilitate the preparation of the plans, studies, specifications, and estimates within the limits of the assigned work. All other records needed for the study must be obtained by the Consultant. The Consultant will coordinate with other available sources to obtain data or records available to those agencies. The Consultant shall be responsible for this and any other data collection to the extent provided for in the Scope of Work. City will provide to Consultant all data in City's possession relating to Consultants services on the project. Consultant will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by the City. Should field studies be needed, the Consultant will perform such work to the extent provided for in the Scope of Work. The City will not be obligated to perform any such field studies. IV OWNERSHIP OF PRODUCTS AND DOCUMENTS TO BE FURNISHED BY THE CONSULTANT Documents, exhibits or other presentations for the work covered by this Agreement shall be furnished by the Consultant to the City upon completion of the various phases of the work. All such material, including working documents, notes, maps, drawings, photo, photographic negatives, etc. used in the project, shall become and remain the property of the City and may be used by it without restriction. Any use of such documents by the City not directly related to the project pursuant to which the documents were prepared by the Consultant shall be without any liability whatsoever to the Consultant. All written documents and products shall be printed on recycled paper when practicable. Use of the chasing -arrow symbol identifying the recycled content of the paper shall be used whenever practicable. All documents will be printed on both sides of the recycled paper, as feasible. pwi lCarollo /Documents /Error! Unknown document property name.lError! Unknown document property name. Page 2 of 9 V TIME OF BEGINNING AND COMPLETION The work detailed in the Scope of Work will be performed according to Exhibit B, Time Schedule of Completion, attached hereto and incorporated herein as though fully set forth. It is agreed that all the Consultant's services are to be completed and all products shall be delivered by the Consultant unless there are delays due to factors that are beyond the control of the Consultant. The Consultant shall not begin work under the terms of this Agreement until authorized in writing by the City. If, after receiving Notice to Proceed, the Consultant is delayed in the performance of its services by factors that are beyond its control, the Consultant shall notify the City of the delay and shall prepare a revised estimate of the time and cost needed to complete the Project and submit the revision to the City for its approval. Time schedules are subject to mutual agreement for any revision unless specifically described as otherwise herein. Delays attributable to or caused by one of the parties hereto amounting to 30 days or more affecting the completion of the work may be considered a cause for renegotiation or termination of this Agreement by the other party. VI PAYMENT The Consultant shall be paid by the City for completed work for services rendered under this Agreement as provided hereinafter as specified in Exhibit C, Cost Estimate. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. All billings for compensation for work performed under this Agreement will list actual time (days and /or hours) and dates during which the work was performed and the compensation shall be figured using the rates in Exhibit C. Payment for this work shall not exceed $75,243 without a written amendment to this contract, agreed to and signed by both parties. Payment for extra work performed under this Agreement shall be paid as agreed to by the parties hereto in writing at the time extra work is authorized. (Section VIII "EXTRA WORK "). A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. To provide a means of verifying the invoiced salary costs for consultant employees, the City may conduct employee interviews. Acceptance of such final payment by the Consultant shall constitute a release of all claims of any nature, related to this Agreement, which the Consultant may have against the City unless such claims are specifically reserved in writing and transmitted to the City by the Consultant prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the City may have against the Consultant or to any remedies the City may pursue with respect to such claims. The Consultant and its subconsultants shall keep available for inspection, by the City, for a period of three years after final payment, the cost records and accounts pertaining to this Agreement and all items related to, or bearing upon, these records. If any litigation, claim or audit is started before the expiration of the three -year retention period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. The three -year retention period starts when the Consultant receives final payment. VII CHANGES IN WORK The Consultant shall make all such revisions and changes in the completed work of this Agreement as are necessary to correct errors appearing therein, when required to do so by the City, without additional compensation. Should the City find it desirable for its own purposes to have previously satisfactorily completed work or parts pwIlCarollo /Documents /Error! Unknown document property name. /Error! Unknown document property name. Page 3 of 9 thereof revised, the Consultant shall make such revisions, if requested and as directed by the City in writing. This work shall be considered as Extra Work and will be paid for as provided in Section VIII. I•IIIIX3ii 7e1ViTIOM A The City may desire to have the Consultant perform work or render services in connection with the Project in addition to or other than work provided for by the expressed intent of the Scope of Work. Such work will be considered as Extra Work and will be specified in a written supplement which will set forth the nature and scope thereof. Work under a supplement shall not proceed until authorized in writing by the City. Any dispute as to whether work is Extra Work or work already covered under this Agreement shall be resolved before the work is undertaken. Performance of the work by the Consultant prior to resolution of any such dispute shall waive any claim by the Consultant for compensation as Extra Work. IX EMPLOYMENT The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this contract and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. Any and all employees of the Consultant, while engaged in the performance of any work or services required by the Consultant under this Agreement, shall be considered employees of the Consultant only and not of the City and any and all claims that may or might arise under the Workman's Compensation Act on behalf of said employees, while so engaged and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the Consultant's employees, while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the Consultant. The Consultant shall not engage, on a full or part -time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been at any time during the period of this contract, in the employ of the City except regularly retired employees, without written consent of the City. If during the time period of this Agreement, the Consultant finds it necessary to increase its professional, technical, or clerical staff as a result of this work, the Consultant will actively solicit minorities through their advertisement and interview process. X NONDISCRIMINATION The Consultant agrees not to discriminate against any client, employee or applicant for employment or for services because of race, creed, color, national origin, marital status, sexual orientation, sex, age or handicap except for a bona fide occupational qualification with regard to, but not limited to the following: employment upgrading; demotion or transfer; recruitment or any recruitment advertising; layoff or termination's; rates of pay or other forms of compensation; selection for training; rendition of services. The Consultant understands and agrees that if it violates this Non - Discrimination provision, this Agreement may be terminated by the City and further that the Consultant shall be barred from performing any services for the City now or in the future, unless a showing is made satisfactory to the City that discriminatory practices have terminated and that recurrence of such action is unlikely. XI TERMINATION OF AGREEMENT A. The City reserves the right to terminate this Agreement at any time upon not less than ten (10) days pwI/Carollo /Documents /Error! Unknown document property name./Error! Unknown document property name. Page 4 of 9 written notice to the Consultant, subject to the City's obligation to pay Consultant in accordance with subparagraphs C and D below. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the Consultant, with the City's concurrence, desire to terminate this Agreement, payment shall be made as set forth in Subsection C of this section. C. In the event this Agreement is terminated by the City other than for fault on the part of the Consultant, a final payment shall be made to the Consultant for actual cost for the work complete at the time of termination of the Agreement, plus the following described portion of the net fee. The portion of the net fee for which the Consultant shall be paid shall be the same ratio to the total net fee as the work complete is to the total work required by the Agreement. In addition, the Consultant shall be paid on the same basis as above for any authorized extra work completed. No payment shall be made for any work completed after ten (10) days following receipt by the Consultant of the Notice to Terminate. If the accumulated payment made to the Consultant prior to Notice of Termination exceeds the total amount that would be due as set forth herein above, then no final payment shall be due and the Consultant shall immediately reimburse the City for any excess paid. D. In the event the services of the Consultant are terminated by the City for fault on the part of the Consultant, the above stated formula for payment shall not apply. In such an event the amount to be paid shall be determined by the City with consideration given to the actual costs incurred by the Consultant in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or of a type which is usable to the City at the time of termination, the cost to the City of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the City of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount which would have been made if the formula set forth in subsection C above had been applied. E. In the event this Agreement is terminated prior to completion of the work, the original copies of all Engineering plans, reports and documents prepared by the Consultant prior to termination shall become the property of the City for its use without restriction. Such unrestricted use not occurring as a part of this project, shall be without liability or legal exposure to the Consultant. Payment for any part of the work by the City shall not constitute a waiver by the City of any remedies of any type it may have against the Consultant for any breach of this Agreement by the Consultant, or for failure of the Consultant to perform work required of it by the City. Forbearance of any rights under the Agreement will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the Consultant. XII DISPUTES Any dispute concerning questions of facts in connection with work not disposed of by agreement between the Consultant and the City shall be referred for determination to the Public Works Administrator or his /her successors and delegees, whose decision in the matter shall be final and conclusive on the parties to this Agreement. pwa /Carollo /Documents /Error! Unknown document property name. /Error! Unknown document property name. Page 5 of 9 In the event that either party is required to institute legal action or proceedings to enforce any of its rights in this Agreement, both parties agree that any such action shall be brought in the Superior Court of the State of Washington, situated in King County at the Maleng Regional Justice Center in Kent, Washington. XIII LEGAL RELATIONS The Consultant shall comply with all Federal Government, State and local laws and ordinances applicable to the work to be done under this Agreement. This contract shall be interpreted and construed in accordance with the laws of Washington. The Consultant agrees to indemnify, defend and hold the City and its officers and employees harmless from and shall process and defend at its own expense all claims, demands or suits at law or equity arising in whole or part from the Consultant's errors, omissions, or negligent acts under this Agreement provided that nothing herein shall require the Consultant to indemnify the City against and hold harmless the City from claims, demands or suits based upon the conduct of the City, its officers or employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the Consultant's agents or employees and (b) the City, its agents, officers and employees, this provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Consultant's negligence or the negligence of the Consultant's agents or employees except as limited below. Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. No Limitation A. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. B. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1 Automobile Liability insurance covering all owned, non - owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2 Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Professional Liability insurance appropriate to the Consultant's profession. C. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1 Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage pwa /Carollo /Documents /Error! Unknown document property name. /Error! Unknown document property name. Page 6 of 9 of $1,000,000 per accident. 2 Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3 Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. D. Other Insurance Provision The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect to the City. Any Insurance, self- insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. E. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. F. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. G. Notice of Cancellation The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. The limits of said insurance shall not, however, limit the liability of Consultant hereunder. The Consultant shall also submit copies of the declarations pages of relevant insurance policies to the City within 30 days of contract acceptance if requested. The Certification and Declaration page(s) shall be in a form as approved by the City. If the City's Risk Manager has the Declaration page(s) on file from a previous contract and no changes in insurance coverage has occurred, only the Certification Form will be required. The Consultant shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Consultant shall require, and provide verification upon request, that all subconsultants participating in a City project possess a current City of Renton business license. The Consultant shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right -of -way. The Consultant's relation to the City shall be at all times as an independent contractor. It is further specifically and expressly understood that the indemnification provided herein constitute the Consultant's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this pw: / /Carollo /Documents /Error! Unknown document property name./Error! Unknown document property name. Page 7 of 9 indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. XIV SUBLETTING OR ASSIGNING OF CONTRACTS The Consultant shall not sublet or assign any of the work covered by this Agreement without the express consent of the City. XV ENDORSEMENT OF PLANS The Consultant shall place their certification on all plans, specifications, estimates or any other engineering data furnished by them in accordance with RCW 18.43.070. XVI COMPLETE AGREEMENT This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. Any supplements to this Agreement will be in writing and executed and will become part of this Agreement. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise, or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this Agreement. The invalidity or unenforceability of any provision in this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid or unenforceable provision were omitted. pwI /Carollo /Documents /Errol Unknown document property name. /Error! Unknown document property name. Page 8 of 9 XVII EXECUTION AND ACCEPTANCE This Agreement may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The Consultant does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the Request for Qualifications, and the supporting materials submitted by the Consultant, and does hereby accept the Agreement and agrees to all of the terms and conditions thereof. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first above written. CAROLLO ENGINEERS WASHINGTON, P.C. LM c �� 4 �• t4• �� Lara R. Kammereck, P.E. Date Associate Vice President Senior Vice President CITY OF RENTON De Is Law, Mayor Z Date V IF ATTEST: Jason A.jAeth, Deputy City Clerk pwJ /Carollo /Documents /Enrol Unknown document property name./Error! Unknown document property name. Page 9 of 9 EXHIBIT A CITY OF RENTON EXISTING FORCE MAIN CONDITION ASSESSMENT AND LIFT STATION EVALUATION PROCESS SCOPE OF SERVICES SCOPE OF SERVICES The purpose of this project is to complete a preliminary condition assessment of the City's force mains and develop an evaluation process for the City's force mains and lift stations. All summary tables and figures will be developed to be incorporated into the City's Long Range Wastewater Management Plan (LRWMP) and Operations Master Plan (OMP). The following tasks under this Scope of Services has been prepared based on Carollo Engineer's (Consultant) current understanding of the proposed project, previous efforts by Carollo team members, and discussions with City staff. TASK 100 - PROJECT MANAGEMENT The purpose of this task is to manage the work of the project team from notice to proceed through project completion. Under this task, Consultant will: • Prepare a Project Management Plan (PMP) that describes project roles and responsibilities, lists contact information for the project team, describes communications protocols, quality management, and includes the scope of services, schedule, and budget. • Conduct regular communications with the City's project manager. • Conduct quality management activities, including reviews of all deliverables. • Prepare monthly progress reports. Develop agendas and meetings notes for project meetings identified herein. neliverahles Draft and final PMP. Monthly progress reports. Agendas and meeting notes for all meetings. TASK 200 - SYSTEM INVENTORY AND DATA REVIEW Task 201 — Collect and Review Existing Data Consultant will develop an inventory of the City's existing lift stations and force mains based on available data from the Wastewater Management Plan, existing data within the hydraulic model, record drawings, and discussions with City staff. The data collected and reviewed for each lift station will include: • Pump and motor details (hp, flow, impeller size, pump type, etc.). • Pump curves. • Pump maintenance history. • Wet well configuration (drypit/wetpit). pw: / /Carollo/ Documents /Client/WA/ Renton /_ Proposals /Scope_ConditionAssessment.doc Page 1 of 5 • SCADA controls. • Emergency generator hookup. • Automatic transfer switch. • Operation and maintenance. The data collected for each lift station and force main will likely include the following information: • Material type. • Pipe sizes. • Year of installation. • Length. • Discharge manhole location. • Maintenance history (leaks, repairs, etc.). • Previous condition assessments. • As built drawings and specifications (including geotechnical field investigations) for all pump stations and force mains. The lift station data within the 2010 LRWMP will be reviewed and updated for the analysis. Additional data needed for the assessment may include pump curves and pump run times. Task 202 — Compile Data into Comprehensive Summary The data will be summarized in tables, similar to the current LRWMP and will be reviewed by City Staff. Deliverables Draft and Final system inventory tables will be summarized in a concise Technical Memorandum (TM). TASK 300 - FORCE MAIN CONDITION ASSESSMENT AND RISK ANALYSIS Task 301 — Preliminary Risk Assessment Consultant will conduct a preliminary risk assessment on each force main based on a desktop analysis that analyzes a variety of factors that affect each force main's likelihood of failure and consequence of failure. The purpose of the preliminary risk assessment is to identify which force mains require field inspection and what kind of field data should be gathered. Consideration will be given to the effort/cost required to gathered the necessary condition information relative to the value of the asset when determining what field data should be gathered. A final risk assessment with the proposed field data is not included in this scope. The preliminary likelihood of failure assessment will be based on the data collected in Task 200 (age, maintenance history, etc.) and on hydraulic performance of the force main. The hydraulic performance of the force main will be evaluated by reviewing pump drawdown tests performed by City staff at each lift station and comparing this data to expected performance based on pump size, design pump curves, and other pertinent design data. pw:IlCarollolDocumentsl Client /WAIRentonl_ Proposals /Scope_ConditionAssessment.doc Page 2 of 5 Consequence of failure for each pump station will be determined by considering a variety of factors including: • Length of pipe. • Proximity to sensitive areas (residences, waterways, etc.). • Emergency construction access constraints. • Operational disruptions during unexpected outage. • Public impacts. • Potential for regulatory violations. Methods, recommendations, and conclusions under this task will be summarized in a TM as part of Task 305. Task 302 — Force Main Inspection Procedures Consultant will work with the City to gather necessary field inspection information as determined under Task 301. Consultant will develop draft procedures for inspecting both non - metallic and metallic force mains using external visual observations where the force main daylights (such as at the lift stations and valve boxes) and internal CCTV inspection. The inspection procedures for the force mains will build on procedures being developed for inspection of the gravity collection system under a different scope of work. Access to the force mains will be the primary hurdle to conducting internal inspection. Consultant will work with the City to develop inspection procedures that consider access constraints and shut -down requirements. The pump station site visit conducted under Task 401 will be used as an opportunity to identify these constraints. The City will conduct the internal CCTV inspections and gather data based on these draft procedures. Once the field inspections have been completed, the Consultant will conduct a "hotwash" with the City to evaluate how the force main inspection procedures can be improved. Based on the findings of the hotwash, the Consultant will update the inspection procedures accordingly and resubmit to the City. Methods, recommendations, and conclusions under this task will be summarized in a TM as part of Task 305. Deliverables • Draft and Final Force Main Internal and External Inspection Procedures Task 303 — Force Main Condition Assessment Using all the data collected, including field inspection data, the Consultant will estimate the remaining useful life of each force main. Remaining useful life will be determined based on a variety of knowledge -based research by the Water Environment Research Federation, the Environmental Protection Agency, and the Consultant's experience. Using the remaining useful life estimates determined from the field inspections, the preliminary risk assessment will be updated to incorporate the latest "likelihood of failure" information. The pw:IlCarollolDocumentsl Clientl WAI Rentonl_ ProposalslScope _ConditionAssessment.doc Page 3 of 5 final force main risk assessment will be summarized in a matrix that will include weighted scores for likelihood and consequences. For force mains where CCTV and visual inspection techniques could not produce sufficient information about the force main's condition, the Consultant will recommend additional inspection techniques. Consideration will be given to the effort/cost required to gather the necessary condition information relative to the value each force main when making these recommendations. Additional inspection techniques may include Ultrasonic thickness (UT) measurements, Broadband Electromagnetic (BEM) scans, in -situ soil resistivity testing, and pipeline electrical continuity testing. Information regarding the details necessary for planning these inspections will be summarized for each force main along with the cost to perform the additional inspections. These costs will be included in the recommended Capital Improvements Plan (Task 304). Methods, recommendations, and conclusions under this task will be summarized in a TM as part of Task 305. Task 304 — Force Main Capital Improvements Plan (CIP) Consultant will identify force main inspection renewal projects based the results of the force main condition assessment work and the recommended projects will be prioritized using the risk -based approach developed in previous tasks. The renewal recommendations will be coordinated with lift station capacity assessment provided in the Long -range Wastewater Master Plan's growth and lift station assessment. The schedule and estimated cost will be provided and summarized in a CIP. Methods, recommendations, and conclusions under this task will be summarized in a TM as part of Task 305. Task 305 — Presentation and TM The Consultant will facilitate a presentation with the City to present the results of the force main risk analysis, field inspections, condition assessment, and recommended CIP. A Draft and Final TM will be provided that summarizes the force main risk analysis, field inspections, condition assessment, and recommended CIP. Deliverables • PowerPoint presentation of Task 300. • Draft and Final TM. pw: IlCarollolDocumentslClienYWA IRentonl_ Proposals /Scope_ConditionAssessment.doc Page 4 of 5 TASK 400 - FORCE MAIN AND LIFT STATION MAINTENANCE GUIDELINES REVIEW Task 401 - Review Current Design and Maintenance Standards /Practices Consultant will review current design and maintenance practices of the City's lift stations and force mains based on as -built drawings and a site visit of the City's critical lift stations. The purpose of this site visit will be to gather both current design standards and maintenance practices and visit the City's most critical lift stations. This site visit will also be used as an opportunity to identify shut -down an access constraints as needed for Task 300. Task 402 - Force Main and Lift Station Routine Maintenance and Evaluation Guidelines Consultant will review and recommend routine evaluation and maintenance guidelines for the City's lift stations and force mains. These guidelines will be developed in coordination with City staff and incorporated into the City's regular maintenance program and OMP. Guidelines will also build on current efforts to develop inspection practices for the gravity sewers. The purpose of the lift station and force main maintenance and inspection guidelines is to help the City maintain the lift station and force main assets at an acceptable level of risk while meeting the City's desired level of service goals. The recommended routine maintenance and inspection activities will be based on industry best practices for successful maintenance and operation of the force main and lift station in light of the physical and environmental conditions under which the City's system operates. Force main and lift station preventative maintenance guidelines will include planning, scheduling, and performing preventative maintenance of the lift station assets and force mains. Protocols to help ensure maintenance practices are followed will also be recommended. Force main inspection guidelines will include inspection techniques, procedures, and inspection frequencies for each force main. Inspection frequencies will be prioritized based on the risk analysis conducted in Task 300. Consultant will also recommend procedures for documenting and recording inspection data in coordination with existing procedures for the gravity sewers. Lift station evaluation guidelines and evaluation frequencies will be recommended. Evaluation guidelines will include methods for assessing the general condition of the wet well, internal piping, valving, pump performance, controls, and communications. A draft TM will be prepared for City review. Comments will be incorporated into a final TM that will be incorporated into the City's OMP. Deliverables Draft and Final Force Main and Lift Station Routine Maintenance and Evaluation Guidelines TM. Text, Tables and figures will be formatted so that they can be used in update of the City's OMP. pw: / /Carollo /Documents /ClienYWA/ Renton /_ Proposals /Scope_ConditionAssessment.doc Page 5 of 5 0 N Q y a w W U O K IL � Z O F Q J LL Q W Z O F Q r r J Z O O Z H W F Z mLw = LL w O y O w w w U U) Q N Z O H z Q Z O U Z_ Q ti � o W U O LL Z Z F- U) W Q V' ab c E � m E o a m - o" r E eon o °a c Y u „ Z O H H LL J O Z Q H Z W 2 N U) LLJ ZO N W U F- WQa m W Z Z =OLL OO W>- a < U O W Z cQ G W U O LL iD Z p X W N O O S N N O CN N h N O O T O n N N O t0 O (D Lr O N U N C\l OO (D r- (D 00 J „ M N j- O I- Ef (A 61). 69 EA di fq 64 (fl (fl 6,; fO fl 6r, Efl 00 r (D t` h j^ !� n ' M O 00 Co (D O O) O 1f> () O r T M (n O O (D n V, v V M 00 M Cl) V N t` W) (D (3) (p O N r :- (fl f» » (» 69..\ (» (fl 600 b4 ER (» (» 69 c (n (» H9 1! •',. 00 r- (D r-- n n r- v co i 0 00 M (D O rn (D a O h .- M M to N O, (A (D n V V Cl) 00 N r W V LU U W W a (fl (fl (» (fl Q9, �0�h q (fl (fl ). v 69I is (fl 64 Ea 41). E3 Efl V) O a ON N N N > E O 619. fill, f �� OR (fi 0 69 0 (fi 0 fii 0 0 \' ffi O (» O O gw.' N O N CO O H N 69 O (D 69 t0 M O t0 O O t` h r z M N W d) 00 N N M O U) r LO �-- M 00 CO CO 1• - (n (n 0) N N O N N Q. U,_ N N N h M O M n M M M h L6 N O V,. 00 U J J E) f EA E� Efl " fl Efl 4 a . fi Efi 69 to fl � Efl 69 64% O O a' U= O N N N \ N V N O (D N 0 (0 N V r V V O @ ,W ft 0) j \ V (D 00 C V V a0 J \ I c co 0' W ❑ Z Z d W�L 000' WOOMNN VOA VM(D M r N v (O of O Q � U 00 O C •• M! co r N N N V V (D 00 a (D O to C\l U Y U ) 1 a(D (D V 0 00 0 -. N 00 @, I i CD •Ul Y•'' Y R m U) -0_ .0 0 ON y a N W V) d U 01 E C y a O i� y C + y Ul O l c O :O N U 76 3 ' U _7 @ c W y d Z V c w c p U T o N c ui VD " rn Y v �Ve, c c n .c cu m F- O N U) a) c y (U O C O E m U) N Q t0// Q .0 , Q Q- O N .0 N -. U) w C CL E O . Q :� ;�° U J❑ J E U %n L O C 'O Y N C D_ N G a 0) 0 c O @ 3 aS 3 s' a a ._ a E U u 0� m °� U .� a .+ U `O w C7 ;, c a` Li ri U- o LL Li a Z 1yF3 LL. ! 0 N 0 Cl) 0 [t 0 •. 0 N 0 f N 0 0 M 0 V 0 (O 0 O N O 0 O , 0 O N N 0 O M M M M M O V V « �= Y y @ W @ y @ Vl @ Y U) (n Y En U) @, @ (n @ (n @ (0 @ y y @ (n @ y y @ @ v :, y f— H I— V' H m O N m N r-I EXHIBIT C FEE SCHEDULE CAROLLO ENGINEERS, INC. As of January 1, 2013 Project Equipment Communication Expense 9.75 (PECE) Per DL Hour Other Direct Expenses Travel and Subsistence at cost Mileage at IRS Reimbursement Rate $.565 per mile Effective January 1, 2013 Subconsultant Hourly Rate Engineers /Scientists cost + 10% Assistant Professional $137.00 Professional 145.00 Project Professional 175.00 Lead Project Professional 190.00 Technicians Technicians 134.00 Support Staff Document Processing / Clerical 90.00 Project Equipment Communication Expense 9.75 (PECE) Per DL Hour Other Direct Expenses Travel and Subsistence at cost Mileage at IRS Reimbursement Rate $.565 per mile Effective January 1, 2013 Subconsultant cost + 10% Other Direct Cost cost + 10% Expert Witness Rate x 2.0 Senior Process Specialist Rate x 2.0 This fee schedule is subject to annual revisions due to labor adjustments. pw: / /Carollo /Documents /Client/WA/Renton /_Proposals /Exhibit C - Fee Schedule.docx