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 :
------------