Loading...
HomeMy WebLinkAboutCH2M Hill, Inc-Water Filtration Plant AGREEMENT THIS AGREEMENT, made on the day of� , 2010, by and between the CITY OF OSHKOSH, party of the first part, h einafter referred to as CITY, and CH2M Hill, Inc. 135 S. 84 Street, Milwaukee, WI 53214, hereinafter referred to as the CONTRACTOR /CONSULTANT, WITNESSETH: That the City and the Contractor /Consultant, for the consideration hereinafter named, agree as follows: ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Contractor /Consultant shall assign the following individual to manage the project described in this contract: Linda Mohr. 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 contract: City of Oshkosh Water Filtration Plant Chlorine and Ammonia Feed Equipment Replacement Design. ARTICLE III. SCOPE OF WORK The Contractor /Consultant shall provide the services described in its proposal attached hereto and incorporated herein by reference. The Contractor /Consultant may provide additional products and /or services if such products /services are requested in writing by the Authorized Representative of the City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Contractor /Consultant's request, such information as is needed by the Contractor /Consultant to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's /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 ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be commenced and the work completed within the time limits specified in the General Conditions / Contractor's proposal. ARTICLE III. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of $ 20,000.00, adjusted by any changes as provided in the General Conditions, or any changes hereafter mutually agreed upon in writing by the parties hereto. B. Method of Payment. The Contractor /Consultant shall submit itemized monthly statements for services. The City shall pay the Contractor /Consultant within 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 Contractor /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. ARTICLE IV. CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or to the proportionate extent resulting from the intentional or negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs and reasonable attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE V. INSURANCE The Contractor /Consultant agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE VI. TERMINATION A. For Cause. If the Contractor /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 2 Agreement by written notice to the Contractor /Consultant. In this event, the Contractor /Consultant shall be entitled to compensation for work completed to the termination date. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor /Consultant no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor /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. In the Presence of: CONSULTANT K m A ‹..11.1. 16 Kurt Hellermann, Vice President ( ) t6 I lo (( (Seal of Contractor Date if a Corporation.) 1 CITY OF OSHKOSH I �, s By: �,� / 4 �� j+ Mark A. hloff, City Manager i ess) R 11 /6 ,/ _ ; A nd. � ..' l �, 4 _ �i _1..� / itness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necessary 0 i provisions have been made to pay the liability which will accrue _ _ MO i t a under this contract. City AtiItp' /q4/gli- ,-7-- City Coller 3 SCOPE OF SERVICES City of Oshkosh Water Utility Chlorine and Ammonia Equipment Replacement Design The purpose of this project is to prepare documents for competitively bidding the installation of replacement chlorine and ammonia feed equipment and appurtenances at the City of Oshkosh Water Filtration Plant. City Direct Purchase of Chlorine and Ammonia Equipment CH2M HILL will assist the City of Oshkosh (City) with the direct purchase of replacement chlorine and ammonia feed equipment by reviewing with Plant staff the equipment, instrument, and piping needs of the project and by reviewing the vendor equipment purchase order. Bid Document Preparation and Assumptions CH2M HILL will prepare front -end legal specifications, an equipment and materials list, and drawings for the installation of the replacement equipment. The front end documents will be simplified versions of the documents reviewed and used by the City for the recent Water Filtration Plant Modifications and Demolition Project. The project is consists of mechanical and limited electrical work. There are no site civil, structural, or architectural changes included in the project. The necessary drawings will be developed using the 1998 AutoCAD record drawing files as reference and adding new line work to depict existing equipment and piping to be replaced in the chlorine and ammonia storage and feed rooms. No chemical piping outside the storage and feed rooms will be modified with the exception of the following: 1. Add a sample tap to the chlorine solution line to the GAC contactor and the chlorine solution line to the flow meter vault 2. Add a second ammonia gas injector at the GAC contactor effluent line It is anticipated that the bid documents will consist of the documents listed in Attachment A. There Ten (10) copies of the bid documents with half -size, to -scale drawings will be provided. The City will administer the bidding process and construction contract. During the bid phase, CH2M HILL will assist the City by answering questions and with the preparation of one (1) addendum that will include the project prevailing wage rates. Professional services during construction are outside this scope of services. Compensation The total compensation for professional engineering services is $20,000. Attachment A - Oshkosh Water Filtration Plant Chlorine and Ammonia Equipment Replacement Bid Documents Specification Sections Advertisement for Bids Instructions to Bidders Bid Form Bid Bond Agreement Bidders Proof of Responsibility Performance Bond Form Payment Bond Form General Conditions Supplementary Conditions Wisconsin DWD Prevailing Wage Rate Determination Payment Procedures Submittal Procedures Manufacturer's Field Service Owner - Furnished Products and Materials Operation & Maintenance Data Equipment Testing and Startup Basic Electrical Requirements Equipment, Instrument, and Material List Excel spreadsheet with equipment and instrument name, tag number, manufacturer model, pipe material and support information Drawings Chlorine Storage P &ID Chorine Feed P &ID Ammonia Storage P &ID Ammonia Feed P &ID Plan and Details - Mechanical Plan and Details - Electrical