Loading...
Item 1.4 - Approval of Consultant Agreement Between City and Carollo EngineersOF Polyr�r INo THE Co City of Poway COUNCIL AGENDA REPORT DATE: TO: FROM: INITIATED BY: April 15, 2014 APPROVED APPROVED AS AMENDED O (SEE MINUTES) DENIED O REMOVED O CONTINUED RESOLUTION NO. Honorable Mayor and Members of the City Council Tina M. White, Interim City Manager2 Robert J. Manis, Director of Development Service Steve Crosby, City Engineer SL Melody Rocco, Senior Civil Engineer kw- SUBJECT: Approval of Consultant Agreement Between the City of Poway and Carollo Engineers, Inc. for Engineering Services for the Water Distribution System Maintenance and Rehabilitation Assessment (CIP #1701) Summary: A Request for Proposal to assess the City's water distribution system was advertised and Carollo Engineers, Inc. was determined to be the most qualified based upon the evaluation criteria. The Consultant fee will be based on a time and material basis not to exceed $75,290. Recommended Action: It is recommended that the City Council authorize the City Manager to execute the agreement with Carollo Engineers, Inc. (Attachment A) for Engineering Services for the Water Distribution System Maintenance and Rehabilitation Assessment Project (CIP #1701) per the terms of the agreement. Background: As the City's water distribution system ages, the City seeks to better understand the useful life of the infrastructure, to assess the current condition, and have a recommended phased, systematic long -term action plan /timeline for addressing rehabilitation and replacement (if necessary). Currently, maintenance and rehabilitation projects (including equipment replacement and repairs), occur on an as- needed basis as part of the operations and maintenance budget. This project will include an inventory of all components of the City's water distribution system, identification of expected useful life for all components, recommendations on prioritization for and frequency of rehabilitation and replacement, and maintenance practices to extend useful life, and pertinent cost information. Findings: Staff posted a Request for Proposal on eBidboard and the City's website in order to hire a qualified consultant for design services. Staff received two proposals, and after a 1 of 18 April 15, 2014 Item # Approval of Consultant Agreement Between the City of Poway and Carollo Engineers April 15, 2014 Page 2 thorough review by City staff, Carollo Engineers, Inc. was unanimously selected as most qualified. Fiscal Impact: The Consultant fee will be based on a time and material basis not to exceed $75,290. There are sufficient funds in the Water Distribution System Maintenance and Rehabilitation Assessment Project Account #1701 for the total cost of the design services. Environmental Review: This item is not subject to the California Environmental Quality Act (CEQA). Public Notification: Dan Baker, P.E., Carollo Engineers, Inc. 5075 Shoreham Place, Suite 120, San Diego, CA 92122 Attachments: A. Standard Agreement for Consultant Services with Carollo Engineers, Inc., including the Scope of Work and Fee Schedule MACIP_Developmcnt\CIP Admin\Agenda Reports\2014 Reports \Distribution System Assessment\Agenda Report.docx 2 of 18 April 15, 2014 Item # I •q City of Poway STANDARD AGREEMENT FOR CONSULTANT SERVICES This Agreement, entered into this 16th day of April, 2014, by and between the CITY OF POWAY (hereinafter referred to as "City ") and Carollo Engineers, Inc. (hereinafter referred to as "Consultant "). WHEREAS, City desires to obtain the services of a private consultant to perform the Water Distribution System Maintenance and Rehabilitation Assessment Project (Project); and WHEREAS, Consultant is a Civil Engineering consultant and has represented that Consultant possesses the necessary qualifications to provide such services; and WHEREAS, City has authorized the preparation of an agreement to retain the services of Consultant as hereinafter set forth. NOW, THEREFORE, IT IS MUTUALLY AGREED THAT CITY DOES HEREBY RETAIN CONSULTANT ON THE FOLLOWING TERMS AND CONDITIONS: 1. Scope of Services. Consultant shall provide services as described in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 2. Compensation and Reimbursement. City shall compensate and reimburse Consultant as provided in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 3. Term of Agreement. The term of this Agreement shall be as described on Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 4. Termination. This Agreement may be terminated with or without cause by City. Termination without cause shall be effective only upon 60 -day written notice to Consultant. During said 60 -day period Consultant shall perform all consulting services in accordance with this Agreement. This Agreement may be terminated by City for cause in the event of a material breach of this Agreement, misrepresentation by Consultant in connection with the formation of this Agreement or the performance of 3 of 18 ATTACHMENT A April 15, 2014 Item # q services, or the failure to perform services as directed by City. Termination for cause shall be effected by delivery of written notice of termination to Consultant. Such termination shall be effective upon delivery of said notice. 5. Confidential Relationship. City may from time to time communicate to Consultant certain information to enable Consultant to effectively perform the services. Consultant shall treat all such information as confidential, whether or not so identified, and shall not disclose any part thereof without the prior written consent of the City. Consultant shall limit the use and circulation of such information, even within its own organization, to the extent necessary to perform the services. The foregoing obligation of this Paragraph 5, however, shall not apply to any part of the information that (i) has been disclosed in publicly available sources of information; (ii) is, through no fault of Consultant, hereafter disclosed in publicly available sources of information; (iii) is now in the possession of Consultant without any obligation of confidentiality; or (iv) has been or is hereafter rightfully disclosed to Consultant by a third party, but only to the extent that the use or disclosure thereof has been or is rightfully authorized by that third party. Consultant shall not disclose any reports, recommendations, conclusions or other results of the services or the existence of the subject matter of this contract without the prior written consent of the City. In its performance hereunder, Consultant shall comply with all legal obligations it may now or hereafter have respecting the information or other property of any other person, firm or corporation. 6. Office Space and Clerical Support. Consultant shall provide its own office space and clerical support at its sole cost and expense. 7. Covenant Against Contingent Fees. Consultant declares that it has not employed or retained any company or person, other than a bona fide employee working for Consultant, to solicit or secure this Agreement, that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other consideration, contingent upon or resulting from the award or making of the Agreement. For breach of violation of this warranty, City shall have the right to annul this Agreement without liability, or, at its sole 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. 8. Ownership of Documents. All memoranda, reports, plans, specifications, maps and other documents prepared or obtained under the terms of this Agreement shall be the property of City and shall be delivered to City by Consultant upon demand. 4 of 18 2 April 15, 2014 Item # I •� 9. Conflict of Interest and Political Reform Act Obligations. During the term of this Agreement Consultant shall not act as consultant or perform services of any kind for any person or entity whose interests conflict in any way with those of the City of Poway. Consultant shall at all times comply with the terms of the Political Reform Act and the local conflict of interest ordinance. Consultant shall immediately disqualify itself and shall not use its official position to influence in any way any matter coming before the City in which the Consultant has a financial interest as defined in Government Code Section 87103. Consultant represents that it has no knowledge of any financial interests which would require it to disqualify itself from any matter on which it might perform services for the City. "Consultant" means an individual who, pursuant to a contract with a state or local agency: (A) Makes a governmental decision whether to: 1. Approve a rate, rule or regulation; 2. Adopt or enforce a law; 3. Issue, deny, suspend, or revoke any permit, license, application, certificate, approval, order, or similar authorization or entitlement; 4. Authorize the City to enter into, modify, or renew a contract provided it is the type of contract that requires City approval; 5. Grant City approval to a contract that requires City approval and to which the City is a party, or to the specifications for such a contract; 6. Grant City approval to a plan, design, report, study, or similar item; 7. Adopt, or grant City approval of, policies, standards, or guidelines for the City, or for any subdivision thereof; or (B) Serves in a staff capacity with the City and in that capacity participates in making a governmental decision as defined in Regulation 18702.2 or performs the same or substantially all the same duties for the City that would otherwise be performed by an individual holding a position specified in the City's Conflict of Interest Code. 5 of 18 3 April 15, 2014 Item # 1A DISCLOSURE DETERMINATION: X 1. Consultant/Contractor will not be "making a government decision" or "serving in a staff capacity" as defined in Sections A and B above. No disclosure required. 2. Consultant/Contractor will be "making a government decision" or "serving in a staff capacity" as defined in Sections A and B above. As a result, Consultant/Contractor shall be required to file a Statement of Economic Interest with the City Clerk of the City of Poway in im y manner as required by law. 4PRTM­ENfAD4j7"�Q_ 10. No Assignments. Neither any part nor all of this Agreement may be assigned or subcontracted, except as otherwise specifically provided herein, or to which City, in its sole discretion, consents to in advance thereof in writing. Any assignment or subcontracting in violation of this provision shall be void. 11. Maintenance of Records. Consultant shall maintain all books, documents, papers, employee time sheets, accounting records, and other evidence pertaining to costs incurred and shall make such materials available at its office at all reasonable times during the contract period and for three (3) years from the date of final payment under this Agreement, for inspection by City and copies thereof shall be furnished, if requested. 12. Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of the City of Poway. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement; however, City shall not have the right to control the means by which Consultant accomplishes such services. 13. Licenses, Permits, Etc. Consultant represents and declares to City that it has all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any 6 of 18 4 April 15, 2014 Item # t license, permit, or approval which is legally required for Consultant to practice its profession. 14. Consultant's Insurance. Consultant shall provide insurance as set forth in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 15. Indemnification. (a) For Claims (as defined herein) other than those alleged to arise from Consultant's negligent performance of professional services, City and its respective elected and appointed boards, officials, officers, agents, employees and volunteers (individually and collectively, "Indemnitees ") shall have no liability to Consultant or any other person for, and Consultant shall indemnify, protect and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs and expenses, including reasonable attorneys' fees and disbursements (collectively "Claims "), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss or otherwise occurring as a result of Consultant's negligent performance under this Agreement, or by the negligent or willful acts or omissions of Consultant, its agents, officers, directors, sub - consultants or employees. (b) For Claims alleged to arise from Consultant's negligent performance of professional services, Indemnitees shall have no liability to Consultant or any other person for, and Consultant shall indemnify and hold harmless Indemnitees from and against, any and all Claims that Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss or otherwise to the extent occurring as a result of Consultant's negligent performance of any professional services under this Agreement, or by the negligent or willful acts or omissions of Consultant, its agents, officers, directors, sub - consultants or employees, committed in performing any of professional services under this Agreement. For Claims alleged to arise from Consultant's professional services, Consultant's defense obligation to Indemnitees shall include only the reimbursement of reasonable defense costs and attorneys' fees to the extent caused by Consultant's negligence. (c) The foregoing obligations of Consultant shall not apply to the extent that the Claims arise from the sole negligence or willful misconduct of City or its elected and appointed boards, officials, officers, agents, employees and volunteers. (d) In any and all Claims against City by any employees of the Consultant, anyone directly or indirectly employed by it or anyone for whose acts it may be liable, the indemnification obligation under this Section 15 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Consultant under worker's compensation acts, disability benefit acts or other employee benefit acts. 7 of 18 5 April 15, 2014 Item # 1 16. Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, expressed or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, expressed or implied, pursuant to this Agreement to bind City to any obligation whatsoever. 17. Personnel. Consultant shall assign qualified and certified personnel to perform requested services. The City shall have the right to review and disapprove personnel for assignment to Poway projects. City shall have the unrestricted right to order the removal of any person(s) assigned by Consultant by giving oral or written notice to Consultant to such effect. Consultant's personnel shall at all times comply with City's drug and alcohol policies then in effect. 18. Notices. Notices shall be given as described on Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 19. Dispute Resolution. In the event of a dispute between City and Consultant concerning the terms of this Agreement or its performance, the parties agree to initially submit such dispute to voluntary mediation before a mutually acceptable mediator prior to arbitration or litigation. In the event that the subject of such action is compensation claimed by Consultant in the event of termination, Consultant's damages shall be limited to compensation for the 60 -day period for which Consultant would have been entitled to receive compensation if terminated without cause. In the event of arbitration, each party shall bear its own attorneys' fees and costs incurred. Any action to enforce or interpret the terms or conditions of this Agreement shall be brought in the Superior Court in San Diego County, Central Division. Consultant hereby waives any right to remove any such action from San Diego County as is otherwise permitted by California Code of Civil Procedure section 394. 20. Gender. Whether referred to in the masculine, feminine, or as "it," "Consultant" shall mean the individual or corporate consultant and any and all employees of consultant providing services hereunder. 8 of 18 6 April 15, 2014 Item # I • q 21. Counterparts. This Agreement (and any amendments) may be executed in multiple counterparts, each of which shall be deemed an original, but all of which, together, shall constitute one and the same instrument. Documents delivered by telephonic facsimile transmission shall be valid and binding. 22. Entire Agreement. This Agreement shall constitute the entire understanding between Consultant and City relating to the terms and conditions of the services to be performed by Consultant. No agreements, representations or promises made by either party, whether oral or in writing, shall be of any force or effect unless it is in writing and executed by the party to be bound thereby. IN WITNESS WHEREOF, the parties hereto have duly executed this Agreement on the date first above written. Dated: Az City of Poway Tina M. White, Interim City Manager Approved as to form: Dated: In Morgan L. Foley, City Attorney Dated: Its.. Carollo Engineers, Inc. 9 of 18 7 April 15, 2014 Item # i•y "SPECIAL PROVISIONS" EXHIBIT "A" A. Scope of Services. Consultant agrees to perform consulting services as required by City. Consultant shall provide the necessary qualified personnel to perform the services. In performance of the services Consultant shall provide Civil Engineering as detailed in the Scope of Work submitted with the proposal dated February 6, 2014, which is included in this document as Attachment 1. B. Compensation and Reimbursement. City shall pay Consultant a fee in accordance with the Fee Proposal submitted with the proposal dated February 6, 2014, which is included in this document as Attachment 2. Total fee is not to exceed $75,290.00. Consultant's fee shall include and Consultant shall be responsible for the payment of all federal, state, and local taxes of any kind which are attributable to the compensation received. In addition to said consulting fee, Consultant shall be reimbursed for all reasonable expenses, including lodging, telephone, and travel (air, auto, rail) necessarily incurred in performance of the services. Consultant shall bill City for such expenses as incurred, referencing this Agreement. All expenses shall be itemized and supported by receipts for amounts in excess of Twenty -Five Dollars ($25.00). Statements for reimbursement of expenses shall be paid within ten (10) days of approval by City. All air travel shall be billed at coach or special fare rates. Only lodging outside San Diego County shall be reimbursable. Consultant shall receive prior authorization for air travel and lodging expenses. All other expenses shall be reimbursed in accordance with City's cash disbursement policies in effect at the time incurred. C. Term of Agreement. This Agreement shall be effective from the period commencing April 16, 2014, and ending April 16, 2016, unless sooner terminated by City as provided in the section of this Agreement entitled "Termination." Subject to approval by City and Consultant, this agreement may be extended three times for periods of one year each. Upon expiration or termination of this Agreement, Consultant shall return to City any and all equipment, documents or materials and all copies made thereof which Consultant received from City or produced for City for the purposes of this Agreement. D. Consultant's Insurance. 1. Coverages: Consultant shall obtain and maintain during the life of this Agreement all of the following insurance coverages: 10 of 18 8 April 15, 2014 Item # (a) Comprehensive General Liability, including premises - operations, products /completed, broad form property damage, and blanket contractual liability with the following coverages: General Liability $1,000,000 Bodily Injury and Property Damage combined each occurrence and $2,000,000 aggregate. (b) Automobile Liability, including owned, hired, and non -owned vehicles: $1,000,000 combined single limit. (c) Consultant shall obtain and maintain, during the life of the Agreement, a policy of Professional Errors and Omissions Liability Insurance with policy limits of not less than $1,000,000 combined single limits, per claim and annual aggregate. (d) Workers' Compensation insurance in statutory amount. All of the endorsements which are required above shall be obtained for the policy of Workers' Compensation insurance. 2. Endorsements: Endorsements shall be obtained so that each policy contains the following three provisions: (a) Additional Insured. (Not required for Professional Errors and Omissions Liability Insurance or Workers' Compensation.) "City of Poway and its elected and appointed boards, officers, agents, and employees are additional insureds with respect to this subject project and contract with City." (b) Notice. "Said policy shall not terminate, nor shall it be canceled, until thirty (30) days after written notice is given to City." (c) Primary Coverage. "The policy provides primary coverage to City and its elected and appointed boards, officers, agents, and employees. It is not secondary or in any way subordinate to any other insurance or coverage maintained by City." 3. Insurance Certificates: Consultant shall provide City certificates of insurance showing the insurance coverages described in the paragraphs above, in a form and content approved by City, prior to beginning work under this Agreement. 11 of 18 9 April 15, 2014 Item # •1 E. Notices. All notices, billings and payments hereunder shall be in writing and sent to the following addresses: To Development Services: City of Poway 13325 Civic Center Drive P.O. Box 789 Poway, CA 92074 To Consultant: Carollo Engineers, Inc. 5075 Shoreham Place, Suite 120 San Diego, CA 92122 12 of 18 10 April 15, 2014 Item # 1•q PRACTICAL FACILITIES ASSESSMENT APPROACH Carollo brings a practical workplan and approach to facilities assessment that is based on years of experience in developing AMPS and programs throughout the U.S. We have recently completed asset management plans for the cities of Simi Valley, Santa Barbara, and San Francisco. Our practical experience in conducting condition assessments will bring together the City's operations and engineering staff with the Carollo Team through workshop interaction to develop agreed -upon renewal projects that are prioritized in terms of risk. °o °a a 0 °a a a a a 0 1 Wm.W ].w.r�M IIM.WYtron C.. <ar v�.r •' B�' B4t' 64Apds' OOfi9' i` ?a'AL✓,+"Adi'e✓ >6'r *t^F'4'e%' Using Carollo's modeling tool, users can change assumptions on the expected service life of various assets and immediately see the impact on estimated replacement costs. USER - FRIENDLY MODEL As part of our analysis, we will create a tailored model to evaluate water asset maintenance and renewal needs. The model developed by Carollo will be designed and customized with the City's needs and use in mind. Based on collaboration with City staff, we will work throughout the model development to encourage specific input and to increase user familiarity to support future utilization. Our model will be designed to seamlessly incorporate the City's existing and future asset management efforts, allowing the City to clearly and transparently communicate the answer of when an asset should be replaced and why. 13 of 18 SCOPE OF WORK Part 1 - Assessment of the Water Distribution System Part 1 includes the efforts aimed at determining the inventory, condition, and future renewal needs of the City's existing distribution system assets. As these assets are varied —from storage tanks to pump stations to buried pipes —our approach will be tailored according to the physical nature of the asset. 1.1 Review Existing Documents and Develop Asset Inventory Using documents provided by the City, Carollo will compile an inventory of aboveground and belowground assets including its 289 miles of pipe, twelve (12) pump stations, twenty (20) pressure reducing stations, and eighteen (18) reservoirs with the appropriate level of detail for visual condition assessment and system -wide capital project planning, as appropriate. Carollo will review the history of replacements and major rehabilitations with City staff and identify data gaps or areas of uncertainty for focus during the field assessment. Where possible, existing references will be used to identify design and sizing criteria, age, capacity, and other information prior to the assessment. For the belowground assets, the extent and quality of GIS data, record drawings, cathodic protection system records, and leak and repair history will be reviewed. GIS data will be extracted for a segment -by- segment inventory detailing diameter, material, and age of the distribution pipelines. Where data gaps exist, Carollo will work with City staff to complete the information or determine reasonable assumptions. Carollo will also review and evaluate the City's current maintenance and inspection procedures and frequencies for each type of facility to assess the adequacy of current City's programs. 1.2 Conduct Field Inspections Carollo's condition assessment will be performed by a multi - discipline team of civil, mechanical, structural, and electrical /instrumentation specialists. The visual assessment will be performed over the course of several days to complete visits to all the City's aboveground facilities. Visits will include interviews with your O&M staff to compile a list of known deficiencies and existing maintenance and inspection practices. The assessment team will look for other potential problems, not already identified by staff, such as structural deterioration, electrical and instrumentation issues, or mechanical degradation. The team will document each ATTACHMENT 1 PROJECT UNDERSTANDING AP. OACH April 15, 2014 Item # P ...r.,r.-...�.. _. �.r E—_— The condition assessment will be documented using notes, questionnaires, measurements, and photos specific to each engineering discipline. These forms were successfully used on past projects to document assets and potential problems. asset or areas of concern with photos, measurements, and other descriptions. One or more City staff members who are knowledgeable of the facilities' O&M will need to be present during the field assessments. The Carollo Team will ask questions of the designated guides throughout the assessment to capture anecdotal maintenance and performance history. The Team will verify design and sizing criteria for each asset and will note typical condition parameters, which can be used to standardize the procedure for future assessments. The discipline engineers will evaluate the condition of each asset on a 1- through -5 ranking scale, based on the International Infrastructure Management Manual (IIMM). In the IIMM, condition is expressed in terms of the amount of repair needed to bring an asset to like -new (perfect) condition. The definitions for the 1- through -5 condition ranking system from the IIMM are shown in the table below. Asset Condition Ranking Scale 1 Very Good — Pristine, brand new Good — Performing well, routine 0% 2 0 -10% maintenance only Fair — Requires increased 3 11-20% maintenance 4 Poor — Rehabilitation needed 21 -50% 5 Very Poor — Unserviceable >50% (replacement needed Notes: 1. Adopted from the International Infrastructure Management Manual. 2. Percentage of asset requiring rehabilitation is that percentage of the value of the asset needed to return the asset to a condition ranking of 1. PROJECT UNDERSTANDING 14 of 18 Carollo' s method of visual condition assessment using a multi - discipline engineering team efficiently garners valuable information for evaluation of risk, determination of life -cycle costs, and optimization of O &M. Part 2 - Development of Maintenance of Rehabilitation Plan 2.1 Potential Projects List Once the asset inventory and field inspections are complete, the Carollo Team will develop a list of potential projects. Jack Adam will lead the project team in the development of the asset maintenance and rehabilitation projects. Don MacFarlane with DLM Engineering will work with Jack as a subconsultant to evaluate proposed projects and lend his insight and knowledge of the City's distribution system to the evaluations. Projects will be identified based on the results of the following evaluations: • Condition assessment upgrades due to visual inspection of aboveground facilities • Condition assessment upgrades due to evaluation of belowground infrastructure • Identified O&M improvements • Projects identified at the Kick -off Meeting from City staff input • Projects identified as necessary to meet future regulations, such as water age, disinfectant residuals, and disinfection byproduct. • Recommended modifications to maintenance and inspection procedures 2.2 Initial Project Rankings The list of potential projects will be submitted for review by City staff. Workshop No. 1 will serve as a forum to review and rank the projects. Each project will be presented with respect to need, scope, and benefits. The workshop attendees will then rank the projects with respect to: 1. Condition of the Asset. Is it in need of immediate repair to maintain its function? April 15, 2014 Item # A 2. Vulnerability of the Asset. How likely is it to fail or become unable to perform its function? What is the estimated remaining useful life of the asset? 3. Criticality of the Equipment. How important is the equipment in meeting operational requirements and the facility operation as a whole? 4. Performance of the Asset. Are there technology improvements that would make the asset obsolete or drastically improve efficiency? 5. Safety. Do any of the conditions pose a threat to personnel and facilities? 6. Risk. What is the risk of the asset failing or not being able to perform its function? This is typically calculated as a product of vulnerability and criticality. 7. Potential Implementation Schedule. When will the improvements be needed considering condition, vulnerability, and criticality as compared to available resources? 8. Cost. When will the project be affordable, considering available funds and items 1 through 7? Our approach to project ranking is based on a usable and repeatable process that the City can utilize now and in the future to incorporate additional projects into its CIP. Facilities and assets are assigned a calculated risk based value. Risk is defined in terms of criticality and vulnerability, where criticality is the consequence of asset failure and vulnerability is the likelihood of asset failure. In our upfront workshop, Carollo will work with the City to establish criticality scores for the water assets in terms of the impact of failure to the environment, customers, public health and safety, and repair costs. Staff knowledge, available data, reports, and understanding of the various system operations will be used to assign criticality scores to each asset. Vulnerability will be determined through estimates of the remaining useful life for each asset, which will be determined using a combination of the City's RISK Vulnerability Criticality Factor 1 Factor 2 Factor 3 Factor 4 ftt iii fff fff Our approach ranks projects based on risk, which includes the consequence total of a failure and its likelihood of failure. 15 of 18 maintenance history and staff knowledge, industry research on similar pipeline service lives, and physical condition assessment of aboveground assets with a multi - discipline team of Carollo's experts. Using the criticality scores developed with City staff and the vulnerability scores stemming from the condition assessment and review of previous reports, we will calculate risk for each of the projects. The risk scores, which correspond to an overall reliability of the assets, will provide an indication of the need for project implementation and the corresponding placement in the rehabilitation/replacement prioritization list. 2.3 Project Analysis & Final Ranking The project analysis will focus on developing each of the projects to a level to determine: • Project Feasibility. The projects will be evaluated as to whether they can be implemented considering various limitations. • Initial Sizing. The scope of the projects will be developed with sufficient detail for cost estimating purposes. • Estimated Cost. The project cost estimates will be developed as Class 5 as defined by Association for the Advancement of Cost Engineering International (AACEI). After completion of the project analysis, we will prepare a final project ranking to be reviewed with City staff in Workshop No. 2. The projects will be reviewed with respect to the same criteria described previously. At this point, cost estimates will be available to help guide in the ranking, and include considerations for needs balanced by expected available funds. 2.4 Prepare Maintenance and Rehabilitation Assessment Report Carollo will document the analysis, final rankings, and recommendations in the Maintenance and Rehabilitation Assessment report. The report will include a comprehensive, risk- ranked, multi -year plan for rehabilitation or replacement of components of the distribution system. In addition the report will include recommended inspection and preventative maintenance schedules for selected infrastructure such as tanks, pump stations and pressure reducing stations. Part 3 - Project Management The following subtasks detail our efforts to manage the project, including development of a Project Management Plan and utilizing company -wide resources for proper Quality Assurance and Quality Control (QA /QC). PROJECT UNDERSTANDING , f April 15, 2014 Items 1•'1 Our team brings to the City a Project Manager with extensive experience in water infrastructure projects in both public and private sector. As Director of Engineering at Sweetwater Authority, our project manager Jack Adam has had direct agency responsibility for addressing the same issues that face the City. Jack will be the prime contact throughout the project. He will develop and implement management, technical, and procedural strategies to keep the project on track; direct and support the activities of the engineering specialists; and resolve questions in a timely manner. Jack will develop and monitor the budget and schedule to ensure the expectations of the City are met. 3.1 Conduct Kick -off Meeting and Project Status Meetings Carollo will hold a project Kick -off Meeting with the City after receiving the notice -to- proceed. The meeting will bring together the key stakeholders in the project from engineering and operations to outline the project's key objectives, establish milestones, determine priorities, and, if necessary, modify the scope of service. The meeting will also serve as a review point for the study data. In advance of the Kick -off Meeting, Carollo will submit a detailed data request and review the existing documentation. As part of this task, Carollo will conduct regular project status meetings with the City to provide updates on project progress, discuss upcoming schedule and tasks, and coordinate with City staff. In addition we propose two (2) workshop meetings to review and prioritize project tasks with City Staff. 3.2 Prepare Monthly Progress Reports We will prepare and submit written monthly invoices to the City, which will show the percentage of work completed and the percentage of contract billed, and summarize the work completed during the month and the work to be completed during the following month. 3.3 Quality Assurance /Quality Control Activities QA/QC activities will be implemented under this task by the Project Manager and Technical Advisor. Upfront activities include review of project approach, control measures, and summary documentation. Ongoing activities include the review of each deliverable by the Technical Advisor prior to submission to the City. PROJECT SCHEDULE We have developed a preliminary project schedule based on our proposed project scope. We believe the schedule is achievable, based on our current knowledge of the project and the availability of team members. However, depending on the City's needs, this schedule can be adjusted accordingly. MAR APR f AY JUN JUL AUG Part 1 - Assessment of the Water Distribution System r Kick -off Meeting 1.1 Review Existing Document and Develop Asset Inventory ♦ Monthly Progress Meetings 1.2 Conduct Field Inspections Monthly Progress Reports Part 2 - Develop Maintenance and Rehabilitation Plan 2.1 Potential Projects List 2.2 Initial Project Ranking 2.3 Project Analysis and Final Ranking 2.4 Prepare Maintenance and Rehabilitation Assessment Report Part 3 - Project Management 3.1 Conduct Kick -off Meeting and Monthly Progress Meetings r 3.2 Prepare Monthly Progress Reports • • • 3.3 DA/GC Activities PROJECT UNDERSTANDING 16 of 18 April 15, 2014 Item # `A Fee Proposal MINIMUM TIME RATE The minimum time charged against service rendered is 15 minutes. OVERTIME PAY Overtime /Compensatory Time Salaried employees are exempt from overtime payment. Carollo allows salaried employees to accumulate compensatory time (comp time) with authorization. The Company can require that salaried employees work more than the normally scheduled office hours from 8:00 a.m. to 5:00 p.m., Monday through Friday, when business needs dictate. Hours worked in excess of the regular hours in a pay period will be accrued as compensatory time on an hour - for -hour basis (not one and one -half times) with supervisor approval. Available comp time is used to offset partial days off for illness, personal appointments, or other personal reasons. HOLIDAYS Carollo observes the following eight holidays during the year when offices are closed and all employees have the day off. • New Year's Day • Martin Luther King Day • Memorial Day • Independence Day • Labor Day 17 of 18 • Thanksgiving • Day After Thanksgiving • Christmas Holidays falling on Saturday are observed on the preceding Friday. Sunday holidays are observed on the following Monday. Holidays are coordinated with Federal observance. TRAVEL TIME Under this contract, Carollo will not charge the City for any travel related expenses. RATE SCHEDULE The rates provided in the following table will be used throughout the period of the contract. Carollo Engineers, Inc. Project Rate Schedule Dan Baker Principal -in- Charge Jack Adam Project Manager Vincent Roquebert Mechanical Assessment Specialist James Doering Structural Assessment Specialist Troy Hedlund EIK Assessment Specialist John Kearney D&M Assessment Specialist Megan Brown j Asset Management Specialist $190 $180 $170 $170 $170 $160 $160 ATTACHMENT 2 April 15, 2014 Item # 1.4 0 Project I I' m c SCOPE OF SERVICES c Part I - Condition Assessment E f0 U a� a) c o d: 61 U > °f c 0 y E o 'a d = > > 0 c M Y .� o ca a M G1 W N S ra+ o` n ° c •a+ CM d :° c c C N 3.2 MMWFleports Total Rate 14 $190 50 1 $180 120 $170 40 $170 40 24 $170 $160 60 82 430 S160 S125 COST TOTAL $2,660 1 $9,000 $20,400 1 $6,800 1 $6,800 1 $3,840 1 $9,600 $10,250 1 430 1 569,350 I 55,940 S75,290 Hi I� 18 of 18 April 15, 2014 Item # J• I