Loading...
HomeMy WebLinkAboutJacobs Engineering Group InceRECEIVED APR 0 9 2020 AGREEMENT CITY CLERK'S OFFICE _. This AGREEMENT, made on the � day of 2020, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and JACOBS ENGINEERING GROUP, INC., 1610 North 2nd Street, Suite 201, Milwaukee, WI 53212, party of the second part, hereinafter referred to as the CONSULTANT, WTTNESSETH: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for WORK UNIT B — WEST 28TH AVENUE PUMP STATION UPGRADES ENGINEERING SERVICES DURING CONSTRUCTION. 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 II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Mike Blank — Construction Management Supervisor ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CONSULTANT's Scope of Services. The 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. 1:\Engineering\2020 CONTRACTS\20d52od Paving\Praj,1Jodonna1on\Contract bifo\consWtant Pagelof7 Agreements\Jacobs\CRS\2 5 Jacobs Agreement-Worka Unit B CRS3-520.do S All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall become property of the CITY upon payment for those documents by the CITY to the CONSULTANT, and shall remain the property of the CITY. ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re -perform any services not meeting this standard without additional compensation. ARTICLE V. OPINIONS OF COST FINANCIAL CONSIDERATIONS AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties the CONSULTANT makes no warranty the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. ARTICLE VI. RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT is not responsible for any errors or omissions in the information from others the CONSULTANT reasonably relied upon and are incorporated into the record drawings. ARTICLE VII. CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records. 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. 1:\En9ine¢ring\2020 COWRAC MA352nd Paving\Projett_hrfonnadon\Contract ln(o\Cons.1tant Page2of7 Agreements\Jambs\C \2M5 Jacobs Ag emmt-Work Unit B CR5}2 20.d. 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 recognizes CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE The CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. The 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, the CITY will provide CONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CONSULTANT's Scope of Services. 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 L\ Engineering\W20 C0NTRACT5\2M5 2nd Paving\Project information\C,,nn, INo\Coeuvltant Agreements\Jacobs\CRS\W0 5 Jacobs Agreement -Work Unit B CRS 3-2 20.doa Page 3 of 7 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 March 16, 2020 and attached hereto In the event any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE XII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed $445,775 (Four Hundred Forty Five Seven Hundred Seventy Five Dollars). • Attached fee schedule(s) shall be firm for the duration of this AGREEMENT. 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. 1:\Engineering\2=CONTRACTS\2MI 2nd Paving\Pmject_Irifotmation\Contract 4ifOCmuultant Agreements\)acoba\CRS\20A5 J-ca Agreement -Work UNt B CRS-32520.d.a Page 4Of7 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. STANDARD PROVISIONS The CONSULTANT agrees that, in all hiring or employment made possible by or resulting from this AGREEMENT, there will not be any discrimination against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. ARTICLE XIV HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands to the proportionate extent caused by or resulting from the intentionally wrongful or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify the CITY for all sums including court costs, attorney fees, and damages of any kind which the CITY may be obliged or adjudged to pay on any such claims or demands upon 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. ARTICLE XV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. 1:\Engineering\2020 CONTRACr5\2MS 2nd Paving\Projeh BJotmadon\Conhac[Inro\Consultant Agreemenro\lac s\CRS\20U5j.co Agreement-WorkUmtBCRS_325-20.doa Page 5of7 ARTICLE XVI. 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 XVII. 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. The 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 XVIII. SUSPENSION DELAY OR INTERRUPTION OF WORK The CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of the CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. I:\Engineering\2020 CONTRAC25\2105 2nd Pa0ng\emjeCLW0 maRon\Contact bdo\Comultant Agreements\Jacobs\CRS\20-05 Jacobs Agreement -Work Unit B CRS_3-25-20.doa [edge 6 of 7 ARTICLE XIV. NO THIRD -PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than the CITY and CONSULTANT and has no third -party beneficiaries. In the Presence of: (Seal of CONSULTANT if a Corporation) CONSULTANT La MAuAGE(LeF PR4iEct3 — wIl n�u 1 LA (Specify Title) (Specify Title) CITY OF OSHKOSH (Witness) By. Mark A. Rohloff, City Manager And: (Witness) Pamela R. Ubrig, City Clerk APPROVED: ity torney I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. City Comptroller M Engineering\2020 COM RACTS\2"5 2nd Paving\Project_InformaBonl Contract Info\Consultant Agreements\Jacobs\CRS\20-05 Jambs Agreement -Work Unit B CRS_3?S20,doa Page 7 of 7 SCOPE OF SERVICES MARCH 16, 2R&EIVED City Contract 20-05 Work Unit 8 — West 28th Avenue Pump StatioNAR 16 2020 Upgrades Engineering Services During Construction DEPTOF PUBLIC WORKS The City of Oshkosh (City) is constructing City Contract 20-05 Oregon Street Reconstruction, Utilities, & Patch ngONS1N (West 2151 Avenue to West 281h Avenue); West 281h Avenue Utilities & Asphalt Paving; Congress Avenue Utilities &Patching; & West 28th Avenue Pump Station Upgrades. Jacobs Engineering Group (Jacobs), along with its subconsultant AECOM, provided design services for Work Unit B - West 28th Avenue Pump Station Upgrades. Jacobs and AECOM will provide the following professional engineering services during construction for Work Unit B: Task 1 - Office Engineering Services Task 2 - Field Engineering Services Task 3 - Control System Integration Services Task 4- Project and Quality Management In the performance of this scope of services, Jacobs will subcontract to AECOM construction shop drawing review related to Project site civil design, construction inspection services, and field work documentation. Task 1- Office Engineering Services Jacobs/AECOM will provide the following services during the construction of the project: Task 1.A - Construction Meetings Jacobs/AECOM will participate in the following meetings: Preconstruction meeting. Jacobs/AECOM will conduct a pre -construction conference with City and Contractor. Meeting minutes will be prepared. Monthly construction progress meetings. Jacobs/AECOM will attend nine (9) monthly construction progress meetings and 30 weekly look -ahead meetings facilitated by the Contractor. Permitting agency coordination and meetings. Jacobs/AECOM will coordinate communication with permitting agencies including the Wisconsin Department of Natural Resources and the City. Jacobs will facilitate meetings as needed to gain final project approval. Task 1.8—Shop Drawings, Samples and Submittals Jacobs will log, track, and review Contractor's shop drawings, samples, test results, and other data the Contractor is required to submit. Jacobs will review shop drawings, samples, and submittals for conformance with the design and compliance with the requirements of the Contract for construction. On select submittals, Jacobs will coordinate, compile, and submit to Contractor submittal review comments from Jacobs/AECOM. To help minimize the number of shop drawing resubmittals, Jacobs will facilitate conference calls with the Contractor and design engineers to discuss and resolve review comments on shop drawings with greater than 25 review comments. Jacobs/AECOM will review an estimated 70 submittals, half of the submittals will be resubmitted; no submittal will be re -submitted more than twice. Jacobs will maintain hard copy records of relevant documentation and will turn over one complete set of project - approved submittals to the City. Electronic copies of submittals and submittal review comments will be filed on a project Sharepoint site, accessible to the City. Task 1.0 - Requests for Information Provide technical interpretations of the Contract Documents and provide written responses to the Contractor's Requests for Information (RFIs), and interpretation or clarification of the Contract Documents. Jacobs will evaluate requested deviations from the approved design or specifications. Jacobs/AECOM will respond to an estimated 35 RFIs. Jacobs will transmit RFIs with responses to the Contractor and the City. Complete RFIs will be filed on the project Sharepoint site, accessible to the City. Task 1.D—Change Orders, Field Orders, Disputes Coordinate the issuance of Change Orders; review and evaluate proposed changes; and make recommendations regarding the acceptability, including cost and/or schedule impacts. Assist in drafting proposed Change Orders, Work Change Directives, and Field Orders; obtain backup material from Contractor as appropriate. Consult with the City and lead all negotiations related to Work Unit B contract modifications. Upon approval of the City, issue contract modification documents for execution by the City and Contractor. Receive, tog, and notify the City and Jacobs about all notices from the Contractor concerning claims or disputes between the Contractor and Owner pertaining to the acceptability of the work or the interpretation of the requirements of the Contract for construction. Assist the City in discussions with the Contractor to facilitate discussions and resolution of Contractor claims and disputes, when necessary. Jacobs wilt provide recommendations for Contractor claims or disputes. Jacobs/AECOM will assist with an estimated four (4) construction contract Change Orders. Jacobs will transmit change order documentation to the City in accordance with the Contract Documents. Electronic copies of Change Orders will be filed on the project Sharepoint site, accessible to the City. Task 1.E—Conformed and As -Built Record Drawings The original design drawings will be revised to reflect Addendum 1 and issued as conformed for use during construction. The conformed drawings will be revised with available record information provided by the Contractor to produce as -built record drawings. Jacobs will provide the City two (2) full-size and two (2) half-size paper copies and two PDF copies of the conformed drawings. Jacobs will provide the City two (2) full-size and two (2) half-size paper copies, and two (2) PDF copies, and drawing AutoCAD files of the as -built record drawings. Task 2 - Field Engineering Services During Construction Jacobs/AECOM will provide part-time field staff for a period beginning with the preconstruction meeting and for the duration of nine (9) months. Jacobs/AECOM will provide overall administration of the construction contract and observation of the Contractor's work for Work Unit B. Jacobs will consult with and advise the City and act as the City's representative as provided in the General Conditions of the Construction Contract. The extent and limitations of the duties, responsibilities, and authority of Jacobs/AECOM field staff as assigned in said General Conditions shall not be modified unless provided specifically in a Contract Amendment. Jacobs/AECOM will have authority to act on behalf of the City in dealings with the Contractor, to the extent specifically provided in this Contract and said General Conditions, except as otherwise provided in writing. The following field -related services during the construction will be performed: Task 2.A - Construction Management and Contract Administration for Work Unit B Communication. Jacobs will serve as the City's primary point of contact for day-to-day communication during the construction phase of the project. Communicate and report progress to the City, implement and maintain regular communications with the Contractor during the construction; receive and log communications from the Contractor and coordinate communications between the City, Jacobs, AECOM, and Contractor, deliver written responses to Contractor's RFis; and consult with City in advance of scheduled major tests, inspections, or start of -important phases of the Work. Documentation. Maintain project files for correspondence, conference records, submittals including shop drawings and samples, certifications, reproductions of original Contract Documents including all Addenda, signed Agreement, Work Change Directives, Change Orders, Field Orders, additional Drawings issued after the Effective Date of the Agreement, Jacobs/AECOM's written clarifications and interpretations, progress reports, and other Project -related documents. Review for completeness Contractor's redlined drawings which will be the basis of the record drawings. Keep a diary or log book recording pertinent Site conditions, activities, decisions, and events. The construction Log book shall be updated at least weekly to the project team SharePoint site and include descriptions of daily activities, conditions, and decisions. Furnish City monthly reports of progress of the Work and of Contractor's compliance with the Progress Schedule and Schedule of Submittals. Project Schedule. Review and monitor the Progress Schedule, Schedule of Submittals, and Schedule of Values prepared by Contractor and verify that it is consistent with the requirements of the Contract for construction. The periodic review shall not be considered as a guarantee or confirmation that the Contractor will complete the work in accordance with the Contract for construction. Provide comments to the City to assist in approving, accepting, or taking other action on the Contractor's schedule, in accordance with the Contract for construction. Payments to Contractor. Receive and review the Contractor's requests for payment. Determine whether the amount requested reasonably reflects the progress of the Contractor's work and is in accordance with the Contract for construction. Provide recommendations to the City as to the acceptability of the requests and advise the City as to the status of the total amounts requested, paid, and remaining to be paid under the terms of the Contract for construction. Recommendations by Jacobs/AECOM to the City for payment will be based upon Jacobs/AECOM's knowledge, information, and belief from its observations of the work on site and selected sampling that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by Jacobs/AECOM to ascertain that the Contractor has completed the work in exact accordance with the Contract for construction; that Jacobs/AECOM has made an examination to ascertain how or for what purpose the Contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the City free and clear of liens, claims, security interests, or encumbrances. Safety. Manage the health, safety, and environmental activities of Jacobs/AECOM staff to achieve compliance with the Project health and safety plan and applicable health and safety laws and regulations. Coordinate with responsible parties to correct conditions that do not meet applicable federal, state, and local occupational safety and health laws and regulations, when such conditions expose Jacobs staff or AECOM staff to unsafe conditions. Notify affected personnel of observed site conditions posing an imminent danger. Jacobs is not responsible for health or safety precautions of construction Contractor, City, or AECOM personnel or conformance by these parties to federal, state, and local occupational safety and health laws and regulations. Manufacturers' Training: Observe manufacturers' training sessions so that the training sessions are scheduled and conducted in accordance with the requirements of the construction Contract Documents. Task 2.B — Inspection Services Conduct on -site observations of the Contractor's work for the purposes of determining if the work conforms to the Work Unit B Contract Documents for construction and that the integrity of the design concept has been implemented and preserved by the Contractor. Should work by the Contractor be found to not conform to the Contract for construction, Jacobs/AECOM will inform the City and Contractor and monitor the Contractor's corrective actions. Monitor that tests are conducted in the presence of appropriate personnel, and that Contractor maintains adequate records thereof. Observe, record, and report to City appropriate details relative to the test procedures and startups. Observation of the work is not an exhaustive observation or inspection of all work performed by the Contractor. Jacobs/AECOM does not guarantee the performance of the Contractor. Jacobs/AECOM's observations shall not relieve the Contractor from responsibility for performing the work in accordance with the Contract for construction, and Jacobs/AECOM shall not assume liability in any respect for the construction of the project. Jacobs/AECOM shall, with the assistance of the City, obtain written plans from the Contractor for quality control of its work, and will monitor the Contractor's compliance with its plan. Task 2.0 — Start-up Services and Milestone Punch Lists Jacobs will provide technical start-up assistance to City staff to refine and adjust pump station upgrades operational performance. Jacobs will facilitate an inspection in the company of the City and Contractor to prepare a list of items to be completed or corrected at the substantial and final completion project milestones. To the extent possible, trips to provide start-up assistance and review for substantial and final completion will be coordinated with the City and the Contractor to coincide with performance acceptance testing or other scheduled coordination meetings. Task 3 — Control System Integration Services As Control System Integrator, Jacobs will complete the following tasks to assist with the construction, startup, and commissioning of the pump station and telemetry system upgrades. 3.1 Software Programming, Installation and Training Jacobs will configure and program the PLC Panel (PLC-1) and modify the existing Oshkosh Wastewater Treatment Plant (WWTP) Supervisory Control and Data Acquisition (SCADA) and telemetry system to add the West 28v' Avenue Pump Station upgrades. Software programming includes the interface to the pumps' adjustable frequency drives, instruments, and telemetry radios. The software development estimated level of effort is based on 104 input/output points in PLC-1. As part of the software development task, Jacobs will participate in four coordination meetings with the City, a total of 16 hours. City input will be incorporated in the software programming. 3.2 Field Services Jacobs will provide the following field installation to the City's Project Engineer and Contractor • Eight (8) hours participation in Contractor's coordination meetings via conference call • Two (2) days for coordination with City's telemetry system radio path surveyor • One (1) day for configuration and operational readiness testing assistance of PLC-1 Panel • One (1) day for configuration and operational readiness testing assistance of existing Plant WWTP SCADA (Telemetry PLC and Wonderware HMI) • Two (2) days for performance acceptance test of PLC-1 Panel • One (1) day for performance acceptance test of existing Plant WWTP SCADA (Telemetry PLC and Wonderware HMI) 3.3 Operation & Maintenance Documentation and Training Jacobs will provide professional services to support the software and WWTP SCADA system users in the following activities: • Develop documented operation and maintenance guidance for the application software • Provide on -site training for the application software • Provide on -site support for the application software changes requested by operating personnel Task 4 — Project Management and Quality Assurance/Quality Control Jacobs will manage the delivery of the project technical services and work products to meet the City's schedule and budget. Jacobs will update its project instructions for the project delivery team to reflect revisions to the project schedule and scope. Project instructions addressed include the following: • Detailed scope of services and project deliverables • Task assignments • Project schedule • Project budget by task • Health and safety considerations • Communication procedures within the team and with the City Jacobs will maintain communication with the City and AECOM through regular project progress meetings, telephone calls, and e-mail. In addition, project activity reports will be submitted to the City with each monthly invoice. Jacobs will conduct quality control/quality assurance reviews of project deliverables, including software programming. All draft deliverables will be reviewed internally before submission to the City. Schedule The anticipated schedule for construction is nine (9) months to substantial completion (April 2020 through December 2020) and final completion, consisting of site restoration by May 2021. AECOM Subconsultant Services AECOM will perform the following professional services under subcontract to Jacobs in its services during construction agreement with the City. AECOM will provide Project Representative Services on a day-to-day basis during the construction of the project. AECOM has based our fee estimate on an overall construction period from April through November (36 weeks) constituting 1,028 field engineer oversight hours. We assume full-time oversight from April through May, part- time oversight from June through September, and full-time oversight from October through November. Additional hours are included for after completion of field work to complete project closeout and documentation. AECOM will provide on -site documentation and testing staff as needed during the duration of the project. Field and Laboratory testing will be provided as identified in this scope of work to document compliance with project plans and specifications. In addition, we will work with the City and Contractor on contract administration issues. A summary of tasks is provided below. • Provide a Project Field Representative (either on a full-time or part-time basis based on project need) on site during construction period (36 weeks). • In conjunction with Jacobs, will serve as the liaison between the City and the Contractor, and assist City with implementing the intent of the Contract Documents. • Monitor receipt of samples from Contractor, and notify the City of their availability for examination and provide an opinion of completeness and accuracy as compared to the project plans and specifications. • Conduct site observations of the work in progress, determine if the work is generally proceeding in accordance with the Contract Documents, and that completed work appears to conform to the Contract Documents. • Maintain field construction documentation files. • Maintain reports for the construction contract recording weather conditions when on the job site; data relative to questions of extras or deductions; list of daily activities; decisions; observations in general; and specific observations in more detail as in the case of observing test procedures. • In conjunction with Jacobs, report to the City whenever the Project Representative believes that any work is unsatisfactory, faulty, or defective; or does not conform to the Contract Documents and advise if work should be corrected or rejected. • Notwithstanding that it is the Contractor's sole responsibility for job site safety, AECOM will report immediately to the City the occurrence of any accident. • Provide laboratory material testing to document conformance with plans and specifications. At this time we anticipate soil testing to include determination of dry density and material gradation. We also anticipate testing will include extraction gradations for bituminous pavement and compressive strength for concrete materials placed. • Provide field testing to document conformance with plans and specifications. Record horizontal and vertical coordinates of individual test to allow later identification and inclusion in the project construction documents. Field testing to include: nuclear density compaction testing for soils and bituminous pavement and east -in -place concrete placement monitoring. Subcontract laboratory testing services as required. Document construction and test locations with a PDA/tablet computer (YUMA). The information to be recorded will include GPS location information (horizontal datum in Winnebago County Coordinate System) and the Vertical Datum will be NAVD88. Provide photo documentation throughout the construction period. Provide vehicles, necessary equipment, and material for inspection. . Level of Effort and Compensation Jacobs/AECOM engineering services Level of effort and compensation by proposed task is summarized in Attachment 1. r_. ttachmenti .West 2gth Avenue Pump Station CAp Senior Senior Tedsnkian Designer] oesi¢m —� !Engineering Services During Construction Ckdol AECOM XouR Task pECOM TotallabOr b Task pECOM Eyensea by Task AECOM Total by Task TOTAI Noun, by Task TWaLW TASK Senior Projett Maria er Senior Consunant ! Hauri : Hours W $4,160 $4,160 lOB $18,680 askl Office Enginaedng5ervkes Hours Hours Hours Noun Meetings 40 4 40 $5,6M $5,600 580 $78,600 — SubmkfaX 30 40 50 16 $2,M $2,240 In $27,560 Re ueduforinfamatlon 16 40 12 16 $2,240 $2,240 134 $19p3 — Oun eOMers Feld Orders, Clalmz ]i 30 4 40 0 K $8,3w $mw 3T3 $42630 roMOrmed ORvdn B PemM DR.mga 8 4 40 0 SM $22,50 $22,560 1,3m $IK m _ TASK 1TNAL 306 0 90 74 -. HOu a„� Hour, 20 1M $15,000 $15,MA 10 _.., p'4rxf $MAW Tazk2-FelEEnpro,et,5ervkes Hours Hours Hours Mau, COnatrutlon Mariaamen CuntnadAdrurud Son 40 9K $Ky20 $13,000 $99A20 1,191 $336,220 Ins ecdon 32 K 8 6 16 $1,420 $Sj2D 9T $14,795 Sfartu ARIZRncaand Pundlhh 8 16 8 1,1M $305,240 $11,OW $116,240 1,431 $174,415 TASK 2TO2AL ~ 0 32 96 ii : xours _ HouR ,_ ask3-Contml5ystemhdegretion Hours Hours Hoors Hou as $39j20 Cantol System Integration 16 0 0 $0 236 $ 38,220 _ TASK3 TOTAL 0 16 0 0Hours H."Task4 Prole¢Management:WQC: Hours '. Ho.R Hnurs Hou20 1K $14,460 E 246 $31,p60 Pm Man, ement b $153M Cotrol 30mTO 0 m 1G6 $K4 $0 315 $46,1M TASK4T AL TO 40 0 0 u 1,414 $142,2K $SI,o00 $153,2K 3,353 224 56 R2 D : ------------