Loading...
HomeMy WebLinkAboutCH2MHill Water Filtration Plant Project CH2MHILL TRANSMITTAL To: City of Oshkosh From: Mohr, Linda/MKE' 215 Church Avenue ,; 1y'' P.O. 1130 Oshkosh,WI 54093 Attn: Steve Brand Date: June 23, 2011 Re: We Are Sending You: Method of shipment: X Attached Under separate cover via Shop Drawings Documents Tracings Prints Specifications Catalogs Copy of letter Other: /QGantity - Des criptio 3 Signed copies of Water Filtration Plant Chemical, Electrical,and Controls Systems Project ) agreement and insurance documentation 3 Signed copies of Wastewater Treatment Plant Control System Upgrade and Energy Efficiency Project agreement and insurance documentation '�� 7-2z- 2° 11 i Ada 0'70 k / 261 ILL 1 , i s .s t ,. cvv, S material received is as listed, please notify us at once. o u-{ 1f tfle mate P �-\ Remarks: 441 C P < (Lili-15, avL�v Copy To: � C�4 t 1Lu4fkct,0 5f-tArt ctf3) 1 wi S 1L (LTZ-11"4,4. o2t q u TRANSMITTAL_AGREEMENTS.DOCX 1 AGREEMENT THIS AGREEMENT, made on the (p day of -4a-i-i , 2011 , by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CH2M HILL Engineers, Inc. 135 S. 84th 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 Chemical, Electrical, and Controls Systems Project. 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 1 necessary to proceed with work within a reasonable time period. 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 $198,800.00, 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 disputed 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 which may be to the proportionate extent caused by or result 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, 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 for those actions, claim and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. 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 2 the obligations under this Agreement, the City shall have the right to terminate this 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: CH2M HILL Engineers, Inc. Allan Erickson,Vice President and Area Manager 13 bat/ (Seal of Contractor Date if a Corporation.) CITY OF OSHKOSH By: /((4,4 At'a rO � �Y Mark A. Rohloff, City Manager (Witness) �. r. �Jow d, 4-Q-1. And: ` t' /. (Witness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue ..a ��>xIu.11 under this contract. • City Atto 116.-y r City C holler 3 EXHIBIT A INSURANCE REQUIREMENTS FOR "PROFESSIONAL LIABILITY" PROVIDERS FOR CITY OF OSHKOSH It is hereby agreed and understood that the insurance required by the City of Oshkosh is primary coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below whichever is longer. 1. PROFESSIONAL LIABILITY A. Limits (a) $1,000,000 each claim/$1,000,000 annual aggregate B. Must continue coverage for 2 years after final acceptance for service/job 2. GENERAL LIABILITY COVERAGE A. Commercial General Liability (a) $1,000,000 each occurrence limit (b) $1,000,000 personal injury and advertising injury (c) $2,000,000 general aggregate (d) $2,000,000 products—completed operations aggregate B. Claims made form of coverage is not acceptable. C. Insurance must include: (a) Premises and Operations Liability (b) Contractual Liability (c) Personal Injury (d) Explosion, collapse and underground coverage (e) Products/Completed Operations (f) The general aggregate must apply separately to each project/location 3. BUSINESS AUTOMOBILE COVERAGE A. $500,000 Combined Single Limit for Bodily Injury and Property Damage each accident B. Must cover liability for"Any Auto"—including Owned, Non-Owned and Hired Automobile Liability Insurance Requirements Professional Liability 3-29-06 4. WORKERS COMPENSATION AND EMPLOYERS LIABILITY—If required by Wisconsin State Statute or any Workers Compensation Statutes of a different state. A. Must carry coverage for Statutory Workers Compensation and Employers Liability limit of: $100,000 Each Accident $500,000 Disease Policy Limit $100,000 Disease— Each Employee 5. ADDITIONAL PROVISIONS *Additional Insured —On the General Liability Coverage and Business Automobile Coverage. City of Oshkosh, and its officers, council members, agents, employees, and authorized volunteers shall be Additional Insureds. *Certificates of Insurance A copy of the Certificate of Insurance must be on file with the City Clerk. *Notice NOTE: City of Oshkosh requires 30 day written notice of cancellation, non-renewal or material change in the insurance coverage. *The insurance coverage required must be provided by an insurance carrier with the "Best" rating of"A"—VII" or better. All carriers shall be admitted carriers in the State of Wisconsin. INSURANCE REQUIREMENTS STREET/SIDEWALK OBSTRUCTION PERMITS/ WORK IN RIGHT-OF-WAY PERMITS 1-1-03 Insurance Requirements Professional Liability 3-29-06 CERTIFICATE OF LIABILITY INSURANCE DATE(12011 YYYY) q�p® osn4rzott THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: MARSH USA,INC. PHONE FAX 1225 17TH STREET,SUITE 2100 (ANC.No.Ext); (A/C,No): DENVER,CO 80202-5534 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# 15114.00124-GAWC-11!12 WDC CA INSURER A:Greenwich Insurance Company 22322 INSURED INSURER B:XL Specialty Insurance CO. CH2M HILL,INC. 9191 SOUTH JAMAICA STREET INSURER C: ENGLEWOOD,CO 80112 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: SEA-002196692-01 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTSRR ADDL SUER Y POLICY EFF POLICY EXP LIMITS TYPE OF INSURANCE INSR W D POLICY NUMBER {MDD/YYYY) (MMIDDIYYYY) GENERAL LIABILITY X EACH OCCURRENCE $ 1,500,000 RGE5000255 05/01/2011 05(0112012 DAMAGE E S t a RENTED 1,500,000 A X COMMERCIAL GENERAL LIABILITY PREMISES R N ED $ CLAIMS-MADE X OCCUR MED EXP(Any one person) $ X $500,000 SIR PERSONAL&ADV INJURY $ 1,500,000 GENERAL AGGREGATE. $ 5,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 5,000,000 n7 POLICY JCT I I LOC $ AUTOMOBILE LIABILITY X COMBINED SINGLE LIMIT $ 2,000,000 A X ANY AUTO RAD5000254(AOS) 05/01/2011 05/01/2012 BODILY INJURY(Per person) $ A ALL OWNED SCHEDULED RAD5000256(MA) 05/01/2011 05/01/2012 BODILY INJURY(Per accident) $ AUTOS _ AUTOS PROPERTY DAMAGE NON-OWNED PR PERTYt) $ HIRED AUTOS AUTOS UMBRELLA LIAB _ OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ WORKERS COMPENSATION X WC STATU- I OTH- AND EMPLOYERS'LIABILITY TORY LIMITS FR RWD5000252(ADS) 05/01/2011 05/01/2012 EL EACH ACCIDENT $ 1,000,000 B ANY PROPRIETOR/PARTNER/EXECUTIVE YNN N/A OFFICER/MEMBER EXCLUDED? B (Mandatory in NH) RWR5000253(WI) 05/01/2011 05/01/2012 E.L DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE:ON-CALL MODELING SERVICES,PM:LINDA MOHR. CITY OF OSHKOSH,AND ITS OFFICERS,COUNCIL MEMBERS,AGENTS,EMPLOYEES,AND AUTHORIZED VOLUNTEERS ARE INCLUDED AS AN ADDITIONAL INSURED ON THE GENERAL LIABILITY AND AUTOMOBILE LIABILITY POLICIES AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT. COVERAGE PROVIDED BY THE ABOVE GENERAL LIABILITY AND AUTO POLICIES SHALL BE PRIMARY AND IS LIMITED TO THE LIABILITY RESULTING FROM THE NAMED INSURED'S OWNERSHIP AND/OR OPERATIONS. CERTIFICATE HOLDER CANCELLATION CITY OF OSHKOSH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN:BRAND STEPHAN THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 215 CHURCH AVENUE ACCORDANCE WITH THE POLICY PROVISIONS. PO BOX 1130 OSHKOSH,WI 54903-1130 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Sharon A.Hammer -., - Q-��`^""'�� I - ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD /-----1 ® DATE(MMlDD/YYYY) AR D CERTIFICATE OF LIABILITY INSURANCE 0T1(MM/ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: MARSH USA,INC. PHONE 1225 17TH STREET,SUITE 2100 (A/C.No.EA): FN,No): DENVER,CO 80202-5534 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# 15114-00006-PLDED-11/12 WDC CA INSURER A:Zurich American Insurance Co 16535 INSURED INSURER B: CH2M HILL,INC. 9191 SOUTH JAMAICA STREET INSURER C: ENGLEWOOD,CO 60112 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: SEA-002196693-01 REVISION NUMBER:1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE JNSE M VD POLICY NUMBER ,JMMIDD/YYYY) (MM/DD/YYYY) GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ nPOLICY n JF-r n LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident)BODILY INJURY(Per person) $ ANY AUTO ALL OWNED — SCHEDULED BODILY INJURY(Per accident) $ AUTOS NON OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I RETENTION$ $ WC STATU- OTH- AND WORKERS COMPENSATION EMPLOYERS'LSA LIABILITY TORY LIMITS ER AND EMPLOYERS'LUIBILrrY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE I N N/A E.L EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS below A PROFESSIONAL LIABILITY' E0C3829621-09 05/01/2011 05/01/2012 Each Claim&Total For $2,000,000 All Claims.Retention: $500,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) RE:ON-CALL MODELING SERVICES,PM:LINDA MOHR. 'FOR PROFESSIONAL LIABILITY COVERAGE,THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY PERIOD FOR ALL OPERATIONS OF THE INSURED.THE LIMIT WILL BE REDUCED BY PAYMENTS OF INDEMNITY AND EXPENSE. CERTIFICATE HOLDER CANCELLATION CITY OF OSHKOSH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN:BRAND STEPHAN THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 215 CHURCH AVENUE ACCORDANCE WITH THE POLICY PROVISIONS. PO BOX 1130 OSHKOSH,WI 54903-1130 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Sharon A.Hammer -.- CZ.,=41,›....----.....-,---• ...-,._..› I ' ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD CITY OF OSHKOSH WATER FILTRATION PLANT Chemical, Electrical, and Control Systems Improvement Project The Chemical,Electrical,and Controls Systems Improvements Project is a combination of design,construction and study projects to improve the reliability of existing systems within the Water Filtration Plant.Several improvements were prioritized for implementation during the City of Oshkosh (City) asset management planning process.This scope of work includes the following: • Chlorine and Ammonia Equipment Replacement-Phase 1 • Chemical and Electrical Improvements • Programmable Logic Controller Study • Operator Job Aids 1 . Project Management CH2M HILL will manage the delivery of the project technical services and work products to meet the City's schedule and budget.Project management duties include: 1.1 Prepare Project Instructions Instructions to the project delivery team will guide performance by defining: • Detailed scope of services and project deliverables • Task assignments and work plan • Project schedule • Project budget(by task) and performance monitoring • Health and safety considerations • Communication procedures within the team and with the City • Change management procedures 1.2 Communication Communication will be maintained through regular team meetings,telephone calls,and e- mail.Meetings will be held with Filtration Plant staff to discuss chemical,electrical,and control system details and make decisions.In addition to project team meetings,progress reports will be submitted to the City with each monthly invoice. 1.3 Quality Control/Quality Assurance The role of CH2M HILL quality control/quality assurance reviewers is to support the project delivery team throughout the project and review completed work at project milestones.All draft deliverables will be internally reviewed prior to submission to the City. 1.4 Cost Control CH2M HILL will develop and submit monthly invoices based on labor,expense and percent complete on Tasks. 2. Chlorine and Ammonia Equipment Replacement - Phase 1 CH2M HILL was retained by the City of Oshkosh(City)in 2010 to complete the preparation of bid documents to replace some of the chlorine and ammonia chemical feed system equipment.The technical specifications and drawings for the bid documents were completed.The City directly purchased the replacement chlorine and ammonia equipment. To publically bid the work associated with the removal of the existing equipment, installation of the replacement equipment,piping and appurtenances,and commissioning of the system,a few minor changes are needed to drawings and final bidding and contracting information needs to be added to the front-end specifications. CH2M HILL will update the bid documents as described,assist the City with bid phase services, and provide engineering support during system installation. This project will be implemented with the following milestones: • 100-Percent Complete Design Documents-July 30,2011 • Bid Phase Service-August 30 thru September 30,2011 • Equipment Installation&Start-up-September thru December,2011 This task will be completed in accordance with the following subtasks. 2.1 Bidding Services CH2M HILL will provide services to assist the City in selection of a Contractor for the construction of the project. These services will consist of the following. 2.1.1 Preparation and Delivery of Bid Documents CH2M HILL will provide one (1) PDF copy of all the drawings and specifications,fifteen (15) paper copies of the specifications and/Z-size to-scale drawings and three (3)copies of full-sized drawings.The City will make electronic copies of the bid documents available to bidders through the City's website.CH2M HILL will assist the City with the process of advertising the project and maintaining the list of bidders who have purchased the documents. CH2M HILL will provide technical interpretation of the contract bid documents and will prepare proposed responses to bidders' questions. 2.1.2 Pre-Bid Conference CH2M HILL will assist the City in conducting one pre-bid conference. CH2M HILL will assist the City in developing the agenda and content of the pre-bid conference. CH2M HILL will take minutes or make other provision for documenting the results of the pre-bid conference. CH2M HILL will also record all questions and requests for additional information,and shall coordinate with the City for issuing responses and additional information. 2.1.3 Addenda CH2M HILL shall assist the City in issuing all Addenda to the Bid Documents. The City shall approve and distribute Addenda to the bidders. One addendum is assumed. 2.2 Services During Construction (SDC) CH2M HILL will provide Services During Construction(SDC) as defined below. These SDC are intended to assist the City to administer the contract for construction,verify that the Contractor's work is in substantial compliance with the contract documents,and assist the City in responding to events that occur during the construction. These SDC are based on the understanding that the City will contract directly with the Contractor and will be actively involved in the construction process to inspect construction work daily,make decisions,provide approvals, and perform other actions necessary for the completion of the construction. 2.2.1 Construction Site Meetings CH2M HILL will attend 3 construction progress meetings at the site. 2.2.2 Submittals Review CH2M HILL will review the Contractor's shop drawings,samples,and other submittals. CH2M HILL will log and track all shop drawings,samples and submittals. CH2M HILL's review of all shop drawings and submittals shall be for general conformance with the design concept and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction,nor is such review a guarantee that the work covered by the shop drawings and submittals is free of errors, inconsistencies or omissions. 2.2.3 Modifications and Change Orders CH2M HILL will assist the City with the issuance of changes to the contract for construction.CH2M HILL will review the Contractor's response to the request for change and will obtain such further information as is necessary to evaluate the basis for the Contractor's proposal. CH2M HILL will assist the City with negotiations of the proposal and,upon approval by the City,prepare final change order documents for execution by the City and Contractor. Three (3) change orders are assumed for this work. 2.2.4 Requests for Information and Clarifications CH2M HILL will review the Contractor's requests for information or clarification of the contract for construction. CH2M HILL will coordinate such review with the design team and with the City as appropriate. CH2M HILL will coordinate and issue responses to the requests. CH2M HILL will provide written responses to the Contractor's request for interpretation or clarification of the Contract Documents. 3. Chemical and Electrical Improvements The scope of the chemical and electrical improvements project includes final design,bid phase services,and services during construction for the replacement of the following: • Chlorine feed equipment,piping and appurtenances associated with raw water chlorination • Ammonia feed equipment,piping and appurtenances associated with raw water chloramination • Ammonia gas storage tank fill,vent,purge and supply piping and appurtenances • Alum feeders and drives • 250-horsepower variable frequency drive (VFD) for Backwash Supply Pump No. 2 • 40-kVA uninterruptible power supply(UPS) A single set of bid documents will be used to construct the improvements.The anticipated schedule for Task 3 work is as follows: • Design—8 weeks • Bidding and Award—6 weeks • Construction—25 weeks 3.1 Equipment Pre-Purchase Technical specifications for the backwash supply pump VFD and the UPS will be prepared with input from City staff to allow the City to pre-purchase this equipment.For the equipment procurement process,CH2M HILL will prepare the technical specifications.The UPS technical specification will include a service agreement for routine UPS maintenance.The City will prepare pre-purchase front-ends.CH2M HILL will assist the City in the evaluation of bids for pre-purchased equipment. 3.2 Final Design The final design documents will be developed with input from City staff regarding materials of construction,equipment and instrument preferences,and potential construction sequencing issues.Contract bid documents include front-end legal and technical specifications and design drawings.Table 1 is a list of the proposed drawings.Design submittals will be prepared for the 50,90,and 100 percent complete milestones.A construction cost estimate will be prepared at the 90 percent complete submittal. The drawing list and associate design fee assumes the following scope of facility construction: 1. All the work is located within the Filtration Plant.No site improvements are needed. 2. The work involves mechanical,electrical and controls improvements.No structural improvements are required. 3. The record drawings from City Contract 97-01 will be used as base files for new work. 4. Equipment and materials specifications will be prepared to comply with the City's goal of standardizing equipment and materials. TABLE 1 Final Design Sheet list 1. Cover, Location Map, Index to Drawings 14. Chemical Storage Building Mechanical Plan 2.Abbreviations 15.Chlorine Storage&Feed Mechanical Details 3. Mechanical Legend 16.Ammonia Storage&Feed Mechanical Details 4. Electrical Legend 17. Pretreatment Area-Alum Feed Mechanical Plan 5. Electrical Legend 18.Alum Feed Mechanical Details 6. l&C Legend 19.Chemical Storage Building Power Plan 7. l&C Legend 20. Pretreatment Area Power Plan 8.Alum Storage&Feed System I P&ID 21. MCC Room Power Plan 9.Alum Storage&Feed System II P&ID 22. Electrical Standard Details 10. Chlorine Storage&Feed System I P&ID 23. l&C Standard Details 11. Chlorine Storage&Feed System II P&ID 24. Mechanical Standard Details 12.Ammonia Storage&Feed System I P&ID 13.Ammonia Storage&Feed System II P&ID 3.3 PSC and WDNR Construction Permits CH2M HILL will prepare an application with accompanying technical attachments for review and approval by the Wisconsin Public Service Commission per the requirements of ch.PSC 184. CH2M HILL will prepare a brief Technical Memorandum(TM) describing the scope of the project and the design criteria for sizing the new alum feed pumps.CH2M HILL will submit to the Wisconsin Department of Natural Resources three (3) copies of the TM and the final contract documents for review and approval. 3.4 Bidding Services CH2M HILL will provide the following technical services during the bid phase: • Provide twenty(20) copies of specifications and/-size drawings and three (3)full- size copies of drawings. • Coordinate advertisements for bid with City.City will place advertisements. • Prepare pre-bid agenda,conduct pre-bid meeting, and prepare minutes. • Prepare addendum in response to questions and requests for additional information. • Assist the City with evaluation of the bids for responsiveness and bid amount, and provide a recommendation letter for award. 3.5 Services During Construction The City will administer the construction contract and assume the responsibilities of day-to- day construction management and coordination of the work. CH2M HILL will provide the following technical services to support construction activities. 3.5.1 Shop Drawings and Operations and Maintenance Manual Submittals. CH2M HILL will review the Contractor's shop drawings and operations and maintenance manual submittals for compliance with the contract documents.A log of all submittals received for review will be maintained. 3.5.2 Requests for Information CH2M HILL will respond to the Contractor's requests for technical information.A log of such requests will be maintained. 3.5.3 Modifications and Change Orders CH2M HILL will assist the City with the issuance of changes to the contract for construction. CH2M HILL will review the Contractor's response to the request for change and will obtain such further information as is necessary to evaluate the basis for the Contractor's proposal. CH2M HILL will assist the City with negotiations of the proposal and,upon approval by the City,prepare final change order documents for execution by the City and Contractor.Six(6) change orders are assumed for this work. 3.5.4 Final Completion Punch List When the construction contract nears final completion,CH2M HILL will inspect the work and develop a punch list for the Contractor. 3.5.5 Record Drawings The design drawings will be revised to reflect the verified as-built information provided by the Contractor to create final record drawings.The final record drawings will be updated versions of City Contract 97-01 drawings with the new work clearly noted.CH2M HILL will provide final record drawings to the City in paper (3 full-size copies) and electronic format (AutoCAD). 4. Control System Engineering Services CH2M HILL will assist the City with three tasks related to upgrades to the Water Filtration Plant control system: Subtask 1-ConceptTM to Unity Pro PLC software upgrade assistance Subtask 2-Emergency generator control system upgrade assistance Subtask 3-Disinfection software programming Subtask 4-Inspection services at the direction of the City Task 4.1 — Concept"' to Unity Pro PLC software upgrade assistance CH2M HILL will assist the City in the review of a final scope of work for the ConceptTM PLC software upgrade to Unity Pro. The City has selected Schneider Electric to convert the existing software and correct conversion errors.Schneider Electric has provided the City with a two-stage proposal,first upgrading all software to ConceptTM version 2.6 and then upgrading to Unity Pro.CH2M HILL will act as the City's agent and review Schneider Electric's proposed scope of work, terms and conditions,and pricing.CH2M HILL will monitor progress on the software upgrade provide limited technical assistance at the request the City.CH2M HILL will provide third-party review of potential changes in the work that make affect the schedule or budget for the software upgrade. Task 4.2— Emergency Generator Software Upgrade Assistance The existing emergency generator system has an old and outdated control system,which is becoming increasingly difficult for the City to maintain.The City would like assistance in specifying a new control system,but has had disappointing experience in the past with systems provided piecemeal by different vendors. The City has requested CH2M HILL to assist in writing a package system specification for all aspects of upgrading the existing generator system.The City has contacted Woodward and other specialty manufacturers that specialize in this type of work. CH2M HILL will develop a scope of services for the development of a specification and scope of work,along with at least two equipment vendors who can provide a turn-key installation and single point of responsibility.The scope will include demolition of the existing controls and replacement with a new vendor system.The new system shall be compatible with the existing plant control system network and software.CH2M HILL will assist the City with the evaluation of pricing and terms and conditions. CH2M HILL will monitor progress on the software upgrade provide limited technical assistance at the request the City.CH2M HILL will provide third-party review of potential changes in the work that make affect the schedule or budget for the software upgrade. Task 4.3 — Disinfection Software Programming & Training CH2M HILL will develop the control system software to calculate actual CT from ozone, chlorine and chloramines,using existing plant on-line instrumentation and the equations in the 2011 Primary Disinfection Plan for the Water Filtration Plant approved by the Wisconsin Department of Natural Resources.The actual CT achieved will be compared to the required CT and graphed in the control system to easily determine disinfection effectiveness and assist with record keeping and reporting. CH2M HILL will provide CT software documentation,installation,and operator training on the control system updates. Task 4.4 Inspection Services at the Direction of the City At the direction of the City,CH2M HILL will provide additional engineering services in support of upgrades to the control system.These services may include site visits to review work,responding to technical questions,providing assistance to the contractors the City retains to perform control system tasks. Compensation The level of effort and compensation for the professional engineering services associated with this scope of work is summarized in Table 2. TABLE 2 Level of Effort and Compensation Summary Activity Level of Effort Cost Task 1. Project Management 82 $10,300 Task 2. Chlorine and Ammonia—Phase 1 110 $17,400 Task 3.Chemical and Electrical Improvements 1,010 $119,900 Task 4. Control System Assistance Task 4.1 PLC software upgrade assistance 50 $9,200 Task 4.2 Generator software assistance 60 $11,100 Task 4.3 Disinfection software programming&training 70 $13,000 Task 4.4 Inspection Services at Direction of City 100 $17,900 TOTAL 1,482 $198,800