Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PW CNT 13-24/CH2M HILL
CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS 215 CHURCH AVENUE, P.O. BOX 1130, OSHKOSH, WI 54903-1130 PHONE: (920) 236-5065 FAX(920) 236-5068 LETTER OF TRANSMITTAL To: Ms. Linda Mohr Date: November 27, 2013 CH2M HILL Engineers, Inc. Subject: Executed Agreement for Engineering 135 South 184th Street Services Milwaukee, WI 53214 Contract 13-24 Please find: ® Attached ❑ Under Separate Cover ❑ Copy of Letter ® Contracts ❑ Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other Quantity Description 1 Executed Agreement These are being transmitted as indicated below: ❑ For Approval ® For Your Use ❑ As Requested ❑ For Review&Comment Remarks: Enclosed is a copy of the executed agreement for the engineering services for the Wastewater Treatment Plant Control System, Influent Pumping, and Aeration Blowers Upgrade. Please reference Resolution No. 13-508 on all of your invoices. If you have any questions, please contact us. File—Original City Clerk's Office— Original City Attorney's Office— Copy 6(/°` (4 ,cc: Steve Brand — Copy Signed: TracyTaylor 1:1Engineering113-24 WWTP Ctrl Syst,Influent Pump,&Aeration Blower Upgrade\Project_Information\Correspondence\ \13-24 CH2M Hill Le RS Sery Executed Agreemnt 11-27- 13.docx AGREEMENT ' / THIS AGREEMENT, made on the ( ) day of l_ 21.e zr-_� , 2013, by and between the CITY of OSHKOSH, party of the first part, hereinafter referred to as CITY, and CH2M HILL ENGINEERS, INC., 135 South 84th Street, Milwaukee, WI 53214, party of the second part, hereinafter referred to as the CONSULTANT. WITNESSETH: That the CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following Agreement for the WASTEWATER TREATMENT PLANT CONTROL SYSTEM, INFLUENT PUMPING & AERATION BLOWERS SERVICES DURING CONSTRUCTION PROJECT. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the project described in this Agreement: Linda Mohr— 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: Stephan Brand — Public Works Utilities Bureau Manager ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CONSULTANT's attached Scope of Services. The CONSULTANT may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the CITY. All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. 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. Page 1 of 5 SUBSURFACE INVESTIGATIONS In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed r unanticipated underground conditions may occur that could affect total PROJECT cost and/or r execution. CONSULTANT shall not be responsible for any additional costs pertaining to variances in conditions provided CONSULTANT exercises the Standard of Care specified g t herein. 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 or maintenance costs; competitive bidding Y ect or quality of performance by operating g procedures and market conditions; time operational factors that may materially affect the rult third PROJECT other economic schedule. and Therefore, CONSULTANT makes no warranty that CITY's actual PROJECT scostssfinadcial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions financial analyses, projections, or estimates. If CITY wishes greater assurance as to any element of PROJECT cost, feasibili or schedule, CITY will employ an independent cost estimator, contractor, or other a rot ri advisor. pp patte o 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 that CONSULTANT reasonably relied upon and tha are incorporated into the record drawings. that ACCESS TO CONSULTANT'S ACCOUNTING RECORDS CONSULTANT will maintain accounting records in accordance with generally accepted accounting principles. These records will be available to CITY durin CONSULTANT's normal business hours for a g CONSULTANT'S final invoice for examination to the extent required to verify the direc after costs ct (excluding established or standard allowances and rates) incurred hereunder. CITY may only audit accounting records applicable to a cost-reimbursable type compensation. Y °n Page 2 of 5 ARTICLE IV. 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. CONSULTANT will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by CITY. 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. CHANGES 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. ARTICLE V. 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 as projects are identified throughout this Agreement. The CONSULTANT shall perform the services under this Agreement with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees that 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 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 VI. 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 In the event that 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 VII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the Page 3 of 5 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 $786,810 (Seven hundred eighty six thousand eight hundred ten dollars). • Attached fee schedule 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 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. ARTICLE VIII. CONSULTANT TO HOLD CITY HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh, its officials and employees 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 CONSULTANT, his agents or assigns, his employees, or his subcontractors related however remotely to the performance of this Agreement 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 IX. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE X. 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 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 Page 4 of 5 parties and incorporated as an amendment to this Agreement. REUSE OF PROJECT 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. 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 reuse, change or alteration of these PROJECT documents. SUSPENSION, DELAY, OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the Services of CONSULTANT for the convenience of CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSUL T By: K rt el -rm.nn, P.E., Vice President (Seal of Consultant if a Corporation.) CITY OF OSHKOSH By: �c.--�'`— v ~�'/�C (Witness) Mar A. Rohloff, City Manager And -mil)U liki (Witness) Pamela R. Ubrig, City erk AP' OVED: I hereby certify that the necessary provisions 110 have been made to pay the liability which Jt "kat i � which will accrue under this Agreement. ty Att. e City Comptroller Page 5 of 5 ATTACHMENT 1—SCOPE OF SERVICES City of Oshkosh Wastewater Treatment Plant Control System, Influent Pumping & Aeration Blowers Upgrade Services During Construction Project To assist the City of Oshkosh (City) in the implementation of the Wastewater Treatment Plant(WWTP) Control System, Influent Pumping, and Aeration Blowers Upgrade Project bid phase and construction, CH2M HILL will provide the following professional engineering services. Task 1 - Project and Quality Management Project management entails planning, scheduling, administering, and directing the work as described herein. CH2M HILL will prepare project instructions for the team to provide guidance on scope, schedule, budget, and individual responsibilities. Project management includes maintenance of work plans, staffing plans,and schedules. Project management includes development of agendas for progress meetings and preparation of meeting minutes. Project team communication will occur through e-mail,telephone, and team meetings. CH2M HILL will provide brief descriptions of CH2M HILL project activities with monthly invoices submitted to the City. Monthly invoices will include a summary of charges to project by labor classification and expenses. CH2M HILL will provide quality assurance/quality control of deliverables by developing and following a quality management plan (QMP)tailored to this project.The QMP will define the QA/QC processes CH2M HILL will use,the names of QA/QC reviewers, and guidance on the critical success factors for this project. Task 2—Bid and Award Phase CH2M HILL will provide the following services to assist the City in selection of a single construction contractor for the project.The bidding period is estimated to be 8 weeks(October 2013 through December 2013)and will include the following tasks: Bid Advertisement:CH2M HILL will prepare the bid advertisement for project construction.The advertisement will include the language necessary for compliance with the State of Wisconsin Clean Water Fund Program (CWFP). Preparation and Distribution of Bid Documents:CH2M HILL will prepare final contract documents for distribution to the City and the Wisconsin Department of Natural Resources(WDNR) as follows: • City: Eight(8) paper copies of the plans and specifications, including 1 full-size set of drawings • City: One (1) bookmarked PDF copy of the drawings and specifications for posting to Quest Construction Data Network • WDNR, Bureau of Water Quality:Three(3) paper copies of plans and specifications • WDNR,CWFP:Two (2) paper copies of plans and specifications Response to Bidder Inquiries and Addenda:CH2M HILL will receive and respond to bidders'questions and requests for additional information and will provide technical interpretation of the contract documents. CH2M HILL will prepare and distribute addenda to plan holders via Quest Construction Data Network. Pre-Bid Conference:CH2M HILL will conduct one pre-bid conference at the WWTP. Specific tasks will include developing agenda, conducting the pre-bid conference to meet project technical and CWFP administrative requirements, and preparing and distributing conference summary notes to plan holders via Quest Construction Data Network. Bid Opening and Review:The City will open bids and send a copy to CH2M HILL. CH2M HILL will review the bids and evaluate them for responsiveness and compliance with CWFP requirements. CH2M HILL will also verify,through reasonable investigation,the capabilities and performance history of the low bidder. CH2M HILL will prepare a letter summarizing its review and evaluation and will include a recommendation for award of the contract for construction, or other action as may be appropriate. CH2M HILL will complete the CWFP bid evaluation forms which will include the Disadvantaged Business Enterprise Good Faith Certification form and the Minority, Women,Small Business Contacts Worksheet. CH2M HILL will retain a copy of all bidding information until CWFP project closeout. The City will make the final decision on the award of the contract for construction and the acceptance or rejection of all bids. Award of Contract:CH2M HILL will assist the City in preparing the notice of award and preparation of the notice to proceed.The City will sign the notice of award and the notice to proceed. Task 3—Office Engineering Services during Construction CH2M HILL will provide the following services during the construction of the project: Task 3.A – Construction Meetings CH2M HILL will participate in the following meetings: • Preconstruction meeting CH2M HILL will conduct a pre-construction conference with contractors and WWTP staff. Meeting minutes will be prepared. • Monthly construction progress meetings CH2M HILL will attend 18 monthly construction progress meetings facilitated by the Contractor. • WDNR coordination CH2M HILL will coordinate communication with the lead regulatory agency,the WDNR Bureau of Water Quality.When necessary CH2M HILL will facilitate meetings with WDNR representatives to discuss project construction. Task 3.B—Shop Drawings, Samples and Submittals CH2M HILL will log, track, and review the contractor's shop drawings,samples, test results, and other data that the contractor is required to submit. CH2M HILL will review shop drawings, samples,and submittals for conformance with the design concept and compliance with the requirements of the contract for construction. CH2M HILL will maintain hard copy records of relevant documentation and will turnover one complete set of project-approved submittals to the City. Task 3.0 – Requests for Information and Change Orders CH2M HILL will provide technical interpretations of the contract documents and provide written responses to the contractor's request for information,and interpretation or clarification of the contract documents. We will evaluate requested deviations from the approved design or specifications. CH2M HILL will review the contractor's scope and cost estimates as necessary for contract change orders, and interpret consistency with the design intent. Task 3.D – Design Team Site Visits and Start-up Services CH2M HILL will coordinate periodic visits to the site by the design team members to review progress and quality of the work,to assist and witness field performance testing, and attend site meetings, estimated at a frequency of twice per month for the 18-month construction duration.Anticipated equipment to be tested includes aeration blowers, pumps,centrifuges, control panels, and instrumentation and controls.The trips will be coordinated with the City and the contractor and may coincide with the monthly contractor's progress meeting. CH2M HILL provide up to 40 hours of startup assistance to City staff. Services may include process engineering support and assistance in refining and adjusting new equipment for optimum performance. Task 3.E—Substantial Completion/Final Completion Punch Lists When the construction contract nears substantial and final completion,the work will be inspected and a punch-list developed for the Contractor. Task 3.F—Operator Training and Standard Operating Procedures CH2M HILL will provide O&M documentation for new or modified processes that includes unit process description,simple process schematic,and standard operating procedures (SOPs). It is anticipated that three SOPs will be prepared: Influent Pumping SOP,Aeration Blowers SOP, and Centrifuges SOP. Equipment description, parts lists, maintenance recommendations and troubleshooting guidance will be provided by equipment suppliers. Operator training will be conducted in both a classroom and field setting. Draft training materials will be reviewed with WWTP staff and revised to incorporate operator input. Task 3.G—As-Built Record Drawings The original design drawings will be revised to reflect available record information provided by the Contractor. As-built drawings will be provided to the City in paper(4 copies)and electronic format (AutoCAD). Task 4 - Field Engineering Services During Construction CH2M HILL will provide part-time field staff for a period beginning with the preconstruction meeting and for the duration of 24 months. It is anticipated that field engineering services will be provided primarily in the last 18 months of the project. CH2M HILL field staff will reside in the City WWTP offices. CH2M HILL's field staff shall provide overall administration of the construction contract and observation of the contractor's work. CH2M HILL 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 CH2M HILL's field staff as assigned in said General Conditions shall not be modified unless provided specifically in a Contract Amendment.CH2M HILL's field staff shall 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 4.A – Management, Communication, Meetings and Documentation Communication. 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, CH2M HILL engineers, and Contractor; deliver written responses from CH2M HILL engineers to Contractor's Requests for Information; consult with City in advance of scheduled major tests, inspections or start of important phases of the Work. Meetings. Conduct or attend meetings with Contractor, such as preconstruction conferences, progress meetings,and other Project related meetings. • Documentation. Maintain at the Site 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,CH2M HILL'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 FTP 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. CWFP Documentation.Complete the CWFP forms including the Contract Utilization of Disadvantaged Business Enterprises form,the Disadvantaged Business Enterprise Subcontractor Participation, Performance, and Utilization forms. Assist the City with CWFP loan disbursement requests. Assist the City with CWFP project closeout documentation. 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. 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. Safety. Manage the health,safety and environmental activities of its staff and the staff of its subcontractors to achieve compliance with applicable health and safety laws and regulations. Coordinate its health,safety and environmental program with the responsibilities for health, safety and environmental compliance specified in the contract for construction. 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 CH2M HILL staff, or staff of CH2M HILL subcontractors,to unsafe conditions. Notify affected personnel of observed site conditions posing an imminent danger. CH2M HILL is not responsible for health or safety precautions of construction workers. CH2M HILL is not responsible for the Contractor's compliance with the health and safety requirements in the contract for construction, or with federal, state, and local occupational safety and health laws and regulations. Task 4.B — Change Orders, Field Orders and Claims 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. Lead all change order negotiations. Upon approval of the City, issue change order documents for execution by the City and Contractor.Change orders will involve changes in project cost and/or schedule.Approximately 10 change orders are anticipated,with a cost of about 2%of the construction contract. Issue field orders, instructions or similar documents to the Contractor. Field orders shall not involve changes in project cost or schedule.Consult with the City and CH2M HILL engineers in the preparation of these field orders, instructions,or similar documents before issuing to the Contractor. Claims and Disputes. Receive, log, and notify the City and CH2M HILL 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. CH2M HILL will provide recommendations for Contractor claims or disputes. Approximately 4 claims are anticipated. Task 4.0 — Inspection Review of Work, Rejection of Defective Work: Conduct on-site observations of the Contractor's work for the purposes of determining if the work conforms to the contract for construction and that the integrity of the design concept has been implemented and preserved by the Contractor.Should CH2M HILL discover that any work by the Contractor is not in accordance with the contract for construction, CH2M HILL will inform the City and Contractor and monitor the Contractor's corrective actions. Monitor that tests, equipment and systems startups and operating and maintenance training 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. CH2M HILL's observation of the work is not an exhaustive observation or inspection of all work performed by the Contractor. CH2M HILL does not guarantee the performance of the Contractor. CH2M HILL's observations shall not relieve the Contractor from responsibility for performing the work in accordance with the contract for construction, and CH2M HILL shall not assume liability in any respect for the construction of the project. CH2M HILL shall,with the assistance of the Owner,obtain written plans from the Contractor for quality control of its work, and will monitor the Contractor's compliance with its plan. Substantial Completion and Final Completion.Conduct an inspection in the company of CH2M HILL design team, City, and Contractor and prepare a list of items to be completed or corrected. Task 4.D — 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. Determine whether submitted information meets the requirements of the CWFP. 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 CH2M HILL to the City for payment will be based upon CH2M HILL'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 CH2M HILL to ascertain that the Contractor has completed the work in exact accordance with the contract for construction;that CH2M HILL 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. Task 5 - Software Development, Installation and Training CH2M HILL will provide application programming services to upgrade the Oshkosh WWTP SCADA System. The SCADA system includes Programmable Logic Controllers (PLCs)with local Input/Output(10) units, Remote Input/Output(RIO) units, Human Machine Interface(HMI)Clients,field located Operator Interface Terminals(OITs),three Human Machine Interface (HMI)Servers and one existing Historian Server.The control system is based on Allen-Bradley ControlLogix PLC processors with Ethernet communications to HMI Server and Ethernet networks for RIO. Applications software includes all programming, configuring,and development of the system software required to provide the functions and features that are unique to this project. Examples of applications software are: PLC configurations, HMI system display screens, reports, and historical database logging. CH2M HILL will configure the applications software for the PLCs and HMI workstations used in the SCADA system.The software development work will be performed in CH2M HILL's office on hardware procured by the Contractor. RSLogix 5000 will be used for PLC programming and the HMI system will be programmed using Wonderware. CH2M HILL will develop the software programming interface between the plant SCADA system and the upgraded centrifuge control systems being furnished and programmed by a third party under separate agreement with the City. 5.1 Software Development Software Standards.With input from WWTP staff, CH2M HILL will use the control system design guidelines developed in 2013 to confirm configuration standards such as graphic symbols, screen colors,typical graphic screen layouts, and standard control algorithms.The software standards will detail the implementation of different system features such as starting and stopping of process equipment, acknowledging alarms, navigating from screen to screen. WWTP staff input will be gathered via meetings and phone calls.Two (2) onsite meetings are anticipated.The developed standards will be submitted for review and discussed in a meeting prior development of application software. Software Control Narratives Development. Process control workshops will be held at the WWTP to discuss with City staff the details of the proposed control logic and SCADA system functions.The design details and operational/control philosophy for each unit process will be discussed and finalized. Control system applications software will be discussed and reviewed.Two (2)workshops are anticipated. CH2M HILL will prepare a series of software control narratives that will provide descriptions of the controls, monitoring, and alarm functions that will be implemented for each unit process.The control narratives will include descriptions of the control strategies and algorithms, PLC sequences and interlocks,operator control functions; listing of indications, trends, and alarms.The software control narratives will serve to define the scope of work for the PLC programming and HMI Workstation configuration tasks.Two (2)workshops and twenty-two(22) software control narratives are anticipated. PLC Programming.CH2M HILL will configure the software that will control the plant PLCs.This work includes the effort to design, develop, and configure the monitoring and control of equipment, including the automatic control schemes for each unit process in the plant. Communications between the Remote Input/Output units(RIO), PLCs, and PCs is also included in this task.CH2M HILL will configure the applications software to perform the functions indicated in the P&IDs and included in the software control narratives that will be provided as separate documents.A total of seven (7) PLCs are anticipated. SCC-1: Headworks, Raw Sewage Pumps, Grit Handling. SCC-2: Primary Clarifiers, Aeration Basins. SCC-3: Secondary Clarifiers, Chlorine Contact, Plant Effluent. SCC-4: DAFTs and Sludge Storage. SCC-5: Chlorination and Dechlorination. SCC-6: Digester. SCC-7: Sludge Dewatering and Loading. CH2M HILL will develop a PLC I/O list for all PLCs based on the existing I/O and new I/O added as part of the influent pumping and aeration blower upgrades.The PLC I/O list will be used for PLC program development and startup/testing purposes. HMI Programming. CH2M HILL will design,develop, and configure the SCADA system HMI applications software including the real-time process graphic screens that will be utilized by the plant operators to control and monitor the facilities.The interface for the upgraded centrifuges will also be included. Process variable trending screens and alarm functions will also be included.A maximum of 24 HMI screens are anticipated. Selected data points will be configured and stored for historical trending and reporting, and for transfer of data to the plant information systems (HACH WIMS). The existing process reports in HACH WIMS will be modified to point to the new, equivalent SCADA tags. Eight (8) reports,with 20 tags per report, are anticipated. No new reports will be created. CH2M HILL will setup workstation software; connect workstations, PLCs, network switches,and printers; configure network addresses and links; implement and test SCADA network communications. CH2M HILL will setup and configure the following for complete SCADA system functionality: HMI servers, Existing Historian server, operator HMI workstations,Operator Interface Terminals(OITs), and network switches. CH2M HILL will perform software development and integration services for the both facilities and systems upgraded in this project and for the existing WWTP systems for which only control system improvements are being implemented. Task 5.2 - SCADA System Commissioning and Documentation Application software commissioning includes installing,testing, debugging and starting up the PLC and HMI configurations for each section of the plant. In cooperation with the contractors and their Process Instrumentation and Control Subcontractors (PICS), CH2M HILL will be responsible for commissioning the SCADA system applications software.This work will be done in phases, coordinated with the construction sequence,and with the Operational Readiness Testing Part 2 (ORT-2) and Performance Acceptance Testing (PAT)efforts as specified in the Contract Documents and led by the appropriate Contractors. Facility startup and final testing will be joint efforts coordinated among all parties involved. The PLC I/O list will be used as the basis of ORT-2 testing documentation.The Software Control Narratives will be used as the basis of PAT testing documentation. Final documentation will be provided for software functions that have been configured as part of the Engineer's work. Electronic copies of the PLC configurations and HMI configuration will be provided. Paper documentation will be kept to a minimum. Task 5.3 - Process Instrumentation and Control Diagrams CH2M HILL will develop detailed process instrumentation and control diagrams(P&IDs)for the facilities and systems that were not subject to equipment, mechanical and electrical upgrade in this project. CH2M HILL will facilitate two meetings with City staff to establish content and appearance for each P&ID.The P&IDs listed in Table 1 will be delivered to the City in AutoCAD format. TABLE 1 Anticipated List of New P&IDs P&ID P&ID Aerated Grit Chambers and Flow Splitting Sludge Dewatering and Loading-1 Primary Clarifiers,Primary Sludge/Scum Pumping,Primary Sludge Dewatering and Loading-2 Effluent Pumping Secondary Clarifiers Digester Gas Chlorine Contact Basins and Effluent Pumping Chlorination and Dechlorination DAFT(dissolved air flotation tanks) Polymer Systems-1 TABLE 1 Anticipated List of New P&IDs P&ID P&ID Sludge Storage Tanks Polymer Systems-2 Primary and Secondary Digesters-1 Chlorine Storage and Feed System Primary and Secondary Digesters-2 Sodium Bisulfate Storage and Feed System Schedule The following schedule is anticipated: • Bidding and Award—6 weeks, October through December 2013 • Construction—24 months,January 2014 through December 2015 Level of Effort and Compensation The engineering services level of effort and compensation summarized in Attachment 2 are based on the following assumptions: 1. One contract will be advertised and bid one time. 2. An estimated 70 submittals; half of the submittals will be resubmitted; no submittal will be re-submitted more than twice. 3. An estimated 150 Requests for Information. 4. An estimated 15 Change Orders from the Contractor and City.The total value of change orders is assumed to be no more than 2%of the construction cost. l 82 ua a A 8 m A e u w w w 0 0 0 a m p o 3 r m El per, "'' o I • p m m Ui ! n ` 1 o ' 8 d m m ° Er W' m 1 R. p 3 ES▪ ' z 2; I 6 N N l O m A l g g i' l g S.A 2 S L N.a a c g a a I 9 2 S S O O �' s a x' ? — m ° a ° S ° a A a ° a ° ° ° a ° ° a ° ° ° a , a i P a C m 3 i ° o ° o F = ill S a ° ° ° a a ° a ° a o x ° € a 0 0 a ° o o 1 '-a_' a a A a pa ° ° `a m R g r. ° 0 ° x a a a c o ° ° o d a;3 Y' a a a a a ▪ ;2 - a 0 a ° a 0 a • a ° ° a ° e2� m o x x u e a s o a 2 3 0 r. ° a ° a a a A A a a 5U 9 O O O x O x m H a°J ° a a ° ° ° ° ° a ° a ° ° a ° 0 O °— N x o a0 0 o x o a • 88 aAaAN ° o ° aaa ° ai — 0 x x 0 x e N ° a ° o a v a b A a ° a m - g a ' X o 0 _ m o ° ° a $ o x a ° o o ° a a a a a a io ° ° 2 O x ° O N °o N 0 I a ° ° O O o _ O a g 1 s a a a x x x x x m S o a o a a o S a 2 a o a o a 0 o a a s a o a ° 1.1 ya S 2 0 0 0 e I O p O ° a O ° ° O a O o ° a a ° ° a x sg � ti 0 ° ° a ° a ° 0° a a a a ° a ,_ ° 2 ° x ° e 0 o o x i i3 a a a r R. r O u ° x a x c x : o 0 a ° ° ° ao a g a ° ° a ° 85 3 1 e. Ey 4.° ° ° 8 a 8 8 0 o p O ° o ° ° g E _ ° S ° 8 '8 ti 2 k x °g a o o a ° E ° ° a A a ° a a a g i 2. g ° a 'a 1 ° s" ° ° ' § o °§ sg s o o ° § s § a o a °s 1 E ° _ -i A I w E n e 12 E N m i. ° ° ° ° ° 8 8 E ° ° ° O ° ° ° _EE _ g x s§ q d m it CH2M HILL 2013 AND 2014 HOURLY CHARGE RATES for PROFESSIONALS AND TECHNICIANS Classification Hourly Rate Senior Construction Manager $230 Senior Project Manager, Senior Project Engineer $210 Senior Programmer $190 Senior Designer $175 Project Engineer $150 Associate Egnineer, Senior CAD Technician $130 Engineer $115 Associate Egnineer, Project Accountant $100 CAD Technician $80 Clerical $75 I Expenses I Expense Type Estimating Method Rate Photo Copies Service Center $0.05 Reprographics Service Center varies Auto mileage Travel $.565/mile Auto Rental Travel Actual Other Travel (FTR Guidelines) Travel Actual Equipment Rental Operating Expense Actual Postage/Freight Operating Expense Actual Rates subject to change on January 1,2013 1 ® DATE(MMIDD/YYYY) AC 1 1 CERTIFICATE OF LIABILITY INSURANCE 05/06/2013 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 INC.No.Ext): (A/C,No): DENVER,CO 80202-5534 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# 15114-12345-5EX2P-13/14 021825 BK INSURER A:Greenwich Insurance Company 22322 INSURED INSURER B: NIA N/A CH2M HILL ENGINEERS,INC. 9127 SOUTH JAMAICA STREET INSURER C:XL Insurance America,Inc. 24554 ENGLEWOOD,CO 80112 INSURER D:Zurich American Insurance Co 16535 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: SEA-002343717-11 REVISION NUMBER:17 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR INSR MD POLICY NUMBER (MM/DD/YYYY) (MM/DDIYYYY) LIMITS GENERAL LIABILITY X EACH OCCURRENCE $ 1,500,000 A X COMMERCIAL GENERAL LIABILITY RGE500025502 05!01/2013 05/01/2014 DAMAGE TO RENTED PREMISES(Ea occurrence) $ 1,500,000 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 —1 POLICY n,Fri: LOC $ AUTOMOBILE LIABILITY X COMBINED SINGLE LIMIT 2,000,000 (Ea accident) $ A X ANY AUTO RAD500025402(AOS) 05/01/2013 05/01/2014 BODILY INJURY(Per person) $ A ALL OWNED SCHEDULED RAD500025602(MA) 05/01/2013 05/01/2014 BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X I WC STATU- OTH- AND EMPLOYERS'LIABILITY TORY LIMITS ER C ANY PROPRIETOR/PARTNER/EXECUTIVE YIN RWD500025202(AOS) 05/01/2013 05/01/2014 E.L.EACH ACCIDENT $ 1,000,000 C OFFICER/MEMBER EXCLUDED? N N I A(Mandatory in NH) RWR500025302(WI) E.L.DISEASE-EA EMPLOYEE $05/01/2013 05/01/2014 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ D PROFESSIONAL LIABILITY' EOC3829621-11 05/01/2013 05/01/2014 Each Claim&Aggregate $2,000,000 Each Policy Period DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more apace is required) RE:ALL PROJECTS;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. "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:SUPERINTENDENT OF UTILITIES- THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN STEPHAN BRAND ACCORDANCE WITH THE POLICY PROVISIONS. 215 CHURCH AVENUE,PO BOX 1130 ' OSHKOSH,WI 54903-1130 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Sharon A.Hammer 2' --— Q-"va^^,,'''°EZ-' I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD ENDORSEMENT#041 This endorsement,effective 12:01 a.m., May 1, 2013, forms a part of Policy No.RGE500025502 by Greenwich Insurance Company issued to CH2M HILL COMPANIES, LTD. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY AUTOMATIC ADDITIONAL INSURED'S PRIMARY COVERAGE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART With respect to coverage provided by this endorsement, the provisions of the Coverage Part apply unless modified by this endorsement. SCHEDULE Name Of Additional Insured Person(s) Or Organization Location(s) of Covered Operations Any entity, person or organization you are required All Locations by written contract,permit access agreement, executed prior to any loss to provide additional insured status under this Policy. A. Section II—Who is an Insured is amended to include as an additional insured the person(s) or organization shown in the schedule, but only with respect to liability for "bodily injury", "property damage", or"personal and advertising injury"caused, in whole or in part by: 1. "Bodily Injury", "property damage"or"personal and advertising injury"caused by the additional insured's operations on your premises. or 2. "Your work"for the additional insured and included in the'products-completed operations hazard";or 3. Your acts or omissions; or 4. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured(s)at the location(s)designated above. B. Except when required otherwise by insured contract,this insurance does not apply to: 1. (a)All work on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the site of the covered operations has been completed;or(b)That portion of your work out of which the injury or damage arises has MANUS ©2013 X.L. America, Inc. All Rights Reserved. May not be copied without permission. been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project. 2. "Bodily Injury" or"Property Damage" arising out of any act or omission of the additional insured(s)or any of their employees,other than the general supervision of work performed for the additional insured(s)by you. C. Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured(s)whether primary, excess, contingent or on any other basis unless a contract specifically required that this insurance be primary,or you request that it apply on a primary basis.When this insurance applies on a primary basis for the additional insureds described above,it shall apply only to"bodily injury", "property damage" or "personal and advertising injury"caused by your work for that additional insured by or for you.Other insurance afforded to those additional insureds will apply as excess and not contribute as primary to the insurance afforded by this endorsement. The limits of, insurance with respect to each person, organization or entity shall not exceed the limits of liability of the named insured .All insuring agreements, exclusions and conditions of this policy apply. In no event, shall the coverage or limits of insurance in this coverage form be increased by such contract, permit or agreement. All other terms and conditions remain the same. EY(aQ Authorized Representative MANUS ©2013 X.L. America, Inc. All Rights Reserved. May not be copied without permission.