HomeMy WebLinkAboutCH2M Hill, Inc/Water Filtration Plant Water Quality Process AGREEMENT
THIS AGREEMENT, made on the of day of , 2010, by and
between the CITY OF OSHKOSH, party of the first part, h eiinafter 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 11. CITY REPRESENTATIVE
The City shall assign the following individual to manage the project described in this
contract: City of Oshkosh Water Filtration Plant Water Quality and Disinfection
Process Update.
ARTICLE 111. 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 i 41.14-,------
By:
Kurt Hellermann, Vice President
0lr:y I b ) `LC 1 0
(Seal of Contractor Date
if a Corporation.)
CITY OF OSHKOSH
4 ' ( Mark A. R hloff, City Manager
( it ess)
1
,--
1 } s
, AI _ .ed And: i l' d---
Witness Pamela R. Ubrig, ) , City Clerk 9
APP' • VED: n . I hereby certify that the necessary
provisions have been made to pay
&I � the liability which will accrue
a�� � under this contract.
J
CJ
City Co p roller
3
SCOPE OF SERVICES
City of Oshkosh Water Utility
Water Quality and Disinfection Process Update
The purpose of this project is to update operating materials (e.g., standard operating
procedures, refresher training for operators) related to the operation of the primary and
backup disinfection processes at the Water Filtration Plant. The operating materials will be
developed following evaluation of raw water quality data, treatment water quality
parameters and setpoints, and finished water quality. The operating materials will also
encompass secondary, or residual disinfection, to identify potential distribution system
residual disinfectant issues.
Water Quality Data Review
CH2M HILL will review historic raw water, chemical water treatment and finished water
quality data. In addition, the performance of coagulation and disinfection treatment
processes will be evaluated. Distribution system water quality measurements will be
reviewed.
CH2M HILL will summarize the data and make recommendations related to potential water
treatment operational changes and water quality monitoring instrumentation and strategies.
These recommendations may include seasonal pH adjustment with sodium hydroxide and
the introduction of measuring UV254 absorbance to indicate total organic carbon
concentration. Operating guidance will be prepared for sodium hydroxide addition
(chemical doses) and additional water quality monitoring and associated setpoints.
Disinfection Process Review
Given the addition of the new Backwash Supply /CT Basin, CH2M HILL will review the
primary and secondary disinfection processes and prepare a comprehensive and easy -to-
understand overview disinfection with ozone, free chlorine and residual chloramination.
The overview will serve as the basis for standard operating procedures and training
materials for Plant staff and will be consistent with state reporting requirements.
CH2M HILL will prepare the materials for review by the Wisconsin Department of Natural
Resources (WDNR) and filing with the state.
Refresher Operator Training
CH2M HILL will prepare operator training sessions to focus on the Filtration Plant's
disinfection facilities and the water quality parameters essential to meeting disinfection
requirements at the Plant and in the distribution system.
Compensation
The total compensation for professional engineering services is $20,000.