Loading...
HomeMy WebLinkAboutCH2M Hill Eng., Inc. & Oshkosh, Marion Road Water Tower 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 Ta Ms. Linda Mohr Date: September 19, 2016 CH2M HILL Engineers, Inc. Subject: Executed Agreement 135 South 801 Street Marion Road Water Tower Suite 400 Replacement Engineering Services Milwaukee, WI 53214 Durin Construction 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 Quantic Description 1 Executed A reement 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 Marion Road Water Tower replacement engineering services during construction. Please reference Res. No. 16-449 on all of your invoices. If you have any questions, please contact us. Steve Brand --Copy City Clerk's Office—Original cc: File—Original Signed- cc: acy L. Tayl I:Tngln9ering\2016 CONTRACTS\16-22 Marion Rd Wtr Twr RepriPr('ect_lnformatlonlContrecl lnfolConsullant Agreements\16-22 CH2M Hill LOT-Executed Agreement-CRS_9-19- 16.dorx AGREEMENT This AGREEMENT, made on the day of 2016, by and between the CITY OF OSHKOSH, party of the first part, he einafter referred to as CITY, and CH2M HILL ENGINEERS, INC., 135 South 841h Street, Suite 400, 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 MARION ROAD WATER TOWER REPLACEMENT ENGINEERING SERVICES DURING CONSTRUCTION. 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, P.E.—Senior Project Manager B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Stephan Brand—PubIic Works Utilities Bureau Manager ARTICLE 111. SCOPE OF WORK The CONSULTANT shall provide the services described in the CONSULTANT's Scope of Services. 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. I:Ip.nglneeri„g12016CQNTRACTS\16-22hfarion Rd WtrTwr Repl\Fio;c,Y Infomiallon\Contract Page 1 of 7 Info\COnillltant Agreen,enti126-22 MAI hill Const Eng Sere Agreemnt_8-31-16.docc i tr 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. ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be nc�o g pants ee of skill and diligence normally employed by professional consultants performing the same or similar services at the eethisisandardewithous are kadditional CONSULTANT will re-perform any services not meeting compensation. ARTICLE V. OPINIONS OF COST FINANCIAL CONSIDERATIONS AND SCHEDULES In providing opinions of cost, financial analyses economic feasiility bor p p e Jof labor and schedules for the PROJECT, CONSULTANT has no control over cos and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties that the CONSULTANT makes no warranty that the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. ARTICLE VL RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT rs that he CONSULTANT easonablyany relied upon omissions in the information from othe and that are incorporated into the record drawings. ARTICLE VII. CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records. TY To prevent any unreasonable delay in the CONSULTANT's hne necessary to examine all reports and other documents and will anyuthorizations proceed with work within a reasonable time period. l:,Engincring12016CO,NTRACrS\16.22NtarionRd WtrTwrRepl\Projec?lnfomrationlContract Page 2 0€7 Infolconsullant Agreem2nts\16-22 CH2A911111 Comt Eng Sery Agwmnt 831-16.doc¢ 4 ARTICLE VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. if hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. CITY recognizes that CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or CONSULTANT's services. Upon request, CIT provideCONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CONSULTANT's Scope of Services. The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees that the CONSULTANT is be on pheS1ble for damages CONSULTANT's arising contxol�irForyor the indirectly from any delays for causes y 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 l:lEngineering12616 CONIRACrSI 16-22 htarkon ltd Wir Twr RepllProject TnformationlContract Page 3 of 7 Info\Consultant Agreemertts116-22 C112\1 Hill Const Fng Sen'Agreemnt_8a1-16-docs delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument es dated August 28, 201b and attached hereto 2, CONSULTANT's Scope of Servic In the event that any provision in any of the above component parts of this AGREEMENT conflicts with any provision in�{� Bove °hall gothe ver�onent over any parts, otl other provision in the component part first enumerated component part which follows it numerically except as may be otherwise specifically stated. ARTICLE XII. PAYMENT A. The Agreement Sum. The CITYsetsallpay to forth below,the adjusted by any changes SULTANT for the performance of the AGREEMENT the total sum as hereafter mutually agreed upon in writing by the parties hereto: Time and Materials Not to Exceed $347,000 (Three Hundred Forty Seven Thousand Dollars). Attached fee schedule shall be firm for the duration of this AGREEMENT. TANT shall itemized monthly B. Method of Payment. The CONSCONSULTANT witbhintkli thirty (30} calendar for services. The CITY shall pay the days after receipt of such statement. I£ 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. f:\Engincering\2016 CONTRAC1S116-22 Marion Rd{W r Twr Repl\project_Inlormation%Contrad Page 4 of 7 info\coruvllant Agreements\16-22 CMM Hill Const Eng Sery Agreemnt_5-31-16-door D. Indirect Costs. Indirect costs such as computer time, printing, copying, cell phone charges, telephone charges, and equipment rental shall be considered overhead and shall not be invoiced separately to the PROJECT. E. Expenses. Expenses may be billed with up to a maximum of 10% mark-up. All invoices with expenses shall include supporting documentation of the expense. Failure to include the supporting documentation will result in the reduction of payments by the amount of those expense(s) not including documentation. ARTICLE XIII. HOLD HARMLESS The CONSULTANT 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 CONSULTANT, his/her agents or assigns, his/her employees, or his/her 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. Subject to any limitations contained in Sec. 893.80 and any similar statute of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), or damages to person or property arising out of re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oslikosli Insurance Regi4ireinents. 1:1Engineeting121116 CDiV7"RACi5116-221tifacion Rd Wtr"Cwr Rep4lPro�eci_informatlonlContract Page 5 of 7 Info\ConsultantAgm^nienls116-22012MHill ConstEngServAgreemnt_8-31-16.docc ARTICLE XV. TERMINATION A. For Cause. If the CONSULTANT shall fail to fulfill in timely and proper manner any of the obligations under this AGREEMENT, the CITY shall have the right to terminate this AGREEMENT by written notice to the CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONSULTANT no later than ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT. ARTICLE XVI. RE-USE 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 re-use, change, or alteration of these project documents. ARTICLE XVIL 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. TAEngineering12016CONTRACLSl16-22Marion RdWLrTsvrKepllProjM-JnformatlonlContrad Page 6 of 7 1nfo\Consulldnt Agreements116-22 C112M Hill Const Eng Secy AgreemnLS-31-16.docc ARTICLE XVIII, 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: CONSULTANT By: '�"`' (Seal of Consultant 6 if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH By; (Witness) Mak A.Rohloff, City Manager J(,) And: , 0 �_ (Witness) Pamela R, Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions v have been made to pay the liability which will accrue under this AGREEMENT. 't Attorney � _ City Comptroller EWngineering12016CQNTRACf$U&22Marion RdiVtrT%vrRepl\Project TnformationlConitact Page 7 of 7 Info\Consultant Agmements\16-22 CHAT Ifill Const Eng Sery Agrecmnt_B-31-16.do« RECEIVED SCOPE OF SERVICES AUG 3 0 2016 AUGUST 28,2016 pS ` WI COS WORKS Contract 15-22 OHKO HNN Marion Road Water Tower Replacement Engineering Services During Construction To assist the City of Oshkosh (City) in the implementation of the Marion Road Water Tower Replacement Project construction,CH2M HILL Engineers, Inc, (CH2M)will provide the following professional engineering services: Task 1—Office Engineering Services Task 2—Field Engineering Services Task 3—Control System Integration Services Task 4—Project and Quality Management In the performance of this scope of services, CH21M will subcontract Dixon Engineering, Inc. (Dixon) select construction shop drawing review,field inspection services,and field work documentation. Dixon's services,described in Attachment 1,will be primarily engaged on water tower welding and painting aspects of the project. Further, CH2M will partner during construction with AECOM Technical Services Inc. (AECOM)who will provide the following services under direct contract with the City of Oshkosh: • Collaborate with CH2M on review of foundation design shop drawings • Manage documentation associated with loading, hauling, disposal of impacted soil • Inspect Contractor's provisions for impacted groundwater management for conformance with City requirements Collaborate with CH2M on review of Contractor's Existing Tower Demolition Plan;confirm Demolition Plan conformance with state demolition requirement Provide the following services during the excavation,foundation construction,and existing tower demolition phases of the project: o Construction inspection services o Participate in monthly progress meetings o Maintain record of field activities • Provide select field and laboratory testing services • Collaborate with CH2M on Requests for Information, Change Orders, Rejection of Defective Work related to impacted soil, impacted groundwater,excavation and foundation construction, and existing tower demolition Task 1 — Office Engineering Services CH2M will provide the following services during the construction of the project: Task 1.A—Construction Meetings CH2M will participate in the following meetings: i Preconstruction meeting.CH2M will conduct a pre-construction conference with City,Contractor, Dixon, and AECOM. Meeting minutes will be prepared. Monthly construction progress meetings. CH2M will attend 24 monthly construction progress meetings facilitated by the Contractor. Permitting agency coordination and meetings. CH21VI will coordinate communication with permitting agencies including the Wisconsin Department of Natural Resources and the Public Service Commission of Wisconsin.CH2M will facilitate meetings as needed to gain final project approval. CH2M will provide Contractor permit application templates and fee information for City Inspection Services permits. Task 1.B—Shop Drawings, Samples and Submittals CH2M will log, track, and review Contractor's shop drawings, samples,test results,and other data the Contractor is required to submit. CH2M will review shop drawings, samples, and submittals for conformance with the design and compliance with the requirements of the Contract for construction. On select submittals, CH2M will coordinate, compile, and submit to Contractor submittal review comments from CH2M, Dixon and AECOM.To help minimize the number of shop drawing resubmittals, CH2M will facilitate conference calls with the Contractor and design engineers to discuss and resolve review comments on shop drawings with greater than 25 review comments. CH2M will maintain hard copy records of relevant documentation and will turn over one complete set of project-approved submittals to the City. Task 1.0—Requests for Information Provide technical interpretations of the contract documents and provide written responses to the Contractor's Requests For Information (RFIs), and interpretation or clarification of the contract documents.We will evaluate requested deviations from the approved design or specifications. Task 1.D--Change Orders, Field Orders, Disputes Coordinate the issuance of change orders; review and evaluate proposed changes; and make recommendations regarding the acceptability, including cost and/or schedule impacts.Assist in drafting proposed Change Orders,Work Change Directives, and Field Orders, obtain backup material from Contractor as appropriate.Consult with the City and lead all negotiations related to contract modifications. Upon approval of the City, issue contract modification documents for execution by the City and Contractor. Receive, log, and notify the City and CH2M 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 will provide recommendations for Contractor claims or disputes. Task 1.E—As-Built Record Drawings The original design drawings will be revised to reflect available record information provided by the Contractor. As-buiit drawings will be provided to the City in paper(4 copies), PDF,and AutoCAD format. Task 2 — Field Engineering Services Dining Construction CH2M will provide part-time field staff for a period beginning with the preconstruction meeting and for the duration of 24 months. CH2M will provide overall administration of the construction contract and observation of the contractor's work. CH2M will consult with and advise the City and act as the City's representative as 2 provided in the General Conditions of the Construction Contract.The extent and limitations of the duties, responsibilities and authority of CH2M's field staff as assigned in said General Conditions shall not be modified unless provided specifically in a Contract Amendment. CH2M will have authority to act on behalf of the City in dealings with the Contractor,to the extent specifically provided in this Contract and said General Conditions, except as otherwise provided in writing. The following field-related services during the construction will be performed: Task 2.A--Construction Management and Contract Administration Communication.CH2M will serve as the City's primary point of contact for day-to-day communication during the construction phase of the project. Communicate and report progress to the City; implement and maintain regular communications with the Contractor during the construction; receive and log communications from the Contractor and coordinate communications between the City, CH2M, Dixon, AECOM and Contractor;deliver written responses to Contractor's Requests for Information; consult with City in advance of scheduled major tests, inspections or start of important phases of the Work. Documentation. Maintain project files for correspondence,conference records,submittals including shop drawings and samples, certifications, reproductions of original Contract Documents including all Addenda, signed Agreement,Work Change Directives, Change Orders, Field Orders, additional Drawings issued after the Effective Date of the Agreement, CH2M's written clarifications and interpretations, progress reports, and other Project related documents. Review for completeness Contractor's redlined drawings which will be the basis of the record drawings. Keep a diary or log book recording pertinent Site conditions,activities,decisions and events.The construction log book shall be updated at least weekly to the project team SharePoint site and include descriptions of daily activities, conditions and decisions. Furnish City monthly reports of progress of the Work and of Contractor's compliance with the Progress Schedule and Schedule of Submittals. Project Schedule. Review and monitor the Progress Schedule,Schedule of Submittals, and Schedule of Values prepared by Contractor and verify that it is consistent with the requirements of the contract for construction.The periodic review shall not be considered as a guarantee or confirmation that the Contractor will complete the work in accordance with the contract for construction. Provide comments to the City to assist in approving, accepting or taking other action on the Contractor's schedule, in accordance with the contract for construction. Payments to Contractor. Receive and review the Contractor's requests for payment. Determine whether the amount requested reasonably reflects the progress of the Contractor's work and is in accordance with the Contract for construction. Provide recommendations to the City as to the acceptability of the requests and advise the City as to the status of the total amounts requested, paid, and remaining to be paid under the terms of the contract for construction. Recommendations by CH2M to the City for payment will be based upon CH2M'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 to ascertain that the Contractor has completed the work in exact accordance with the contract for construction; that CH2M has made an examination to ascertain how or for what purpose the Contractor has used the moneys paid;that title to any of the work, materials or equipment has passed to the City free and clear of liens, claims,security interests, or encumbrances. Safety. Manage the health,safety and environmental activities of CH2M and Dixon staff to achieve compliance with the project health and safety plan applicable health and safety laws and regulations. 3 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 staff,or staff of CH2M subcontractors, to unsafe conditions. Notify affected personnel of observed site conditions posing an imminent danger. CH2M is not responsible for health or safety precautions of construction Contractor, City or AECOM personnel or conformance by these parties to federal, state, and local occupational safety and health laws and regulations. Manufacturers'Training: Observe manufacturers' training sessions so that the training sessions are scheduled and conducted in accordance with the requirements of the construction contract documents. Task 2.13—Inspection Services 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 work by the Contractor be found to not conform to the Contract for construction, CH2M will inform the City and Contractor and monitor the Contractor's corrective actions. Monitor that tests are conducted in the presence of appropriate personnel, and that Contractor maintains adequate records thereof. Observe, record, and report to City appropriate details relative to the test procedures and startups. Observation of the work is not an exhaustive observation or inspection of all work performed by the Contractor. CH2M does not guarantee the performance of the Contractor. CH2M's observations shall not relieve the Contractor from responsibility for performing the work in accordance with the contract for construction, and CH2M shall not assume liability in any respect for the construction of the project. CH21VI 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. Task 2.0—Start-up Services and Milestone Punchlists CH2M will provide technical start-up assistance to City staff to refine and adjust new water tower facility operational performance. CH2M will facilitate an inspection in the company of Dixon,AECOM, City, and Contractor and prepare a list of items to be completed or corrected at the substantial and final completion project milestones.To the extent possible,trips to provide start-up assistance and review for substantial and final completion will be coordinated with the City and the Contractor to coincide with performance acceptance testing or other scheduled coordination meetings. Task 3 — Control System Integration Services As Control System Integrator,CH2M will complete the following tasks to assist with the construction, startup and commissioning of the replacement Marion Road Water Tower. 3.1 Software Programming, Installation and Training CH2M will configure and program the PLC Panel (PLC-1) and modify the existing Oshkosh Water Filtration Plant(WFP)Supervisory Control And Data Acquisition (SCADA) and telemetry system to add the replacement Marion Road Water Tower and decommission the existing tower. Software programming includes the interface to the tower flow control valve and telemetry system.The software development estimated level of effort is based on 201/0 points and 20 percent spares. City to provide software for CH2M's use. 4 As part of the software development task, CH2M will participate in two coordination meetings with the City personnel and Contractor.CH2M will document operation and maintenance (0&M) guidance for the application software. CH2M will provide the following field installation services over the course of up to three site trips: • Contractor's coordination meetings for new tower startup and existing tower decommissioning • Operational readiness testing and performance acceptance testing assistance of PLC-1 • Provide on-site training for the Water Filtration Plant application software uses • Provide on-site support to coordinate tower software and telemetry with surveillance camera system provided by Contractor Task 4 — Project Management and Quality Assurance/Quality Control CH2M will manage the delivery of the project technical services and work products to meet the City's schedule and budget. CH2M will update its project instructions for the project delivery team to reflect revisions to the project schedule and scope. Project instructions addressed include the following: • Detailed scope of services and project deliverables • Task assignments • Project schedule • Project budget by task • Health and safety considerations • Communication procedures within the team and with the City CH2M will maintain communication with the City, Dixon, and AfCOM through regular project progress meetings,telephone calls,and e-mail. In addition, project activity reports will be submitted to the City with each monthly invoice. CH2M will conduct quality control/quality assurance reviews of project deliverables, including software programming.All draft deliverables will be reviewed internally before submission to the City. Schedule The anticipated schedule for construction is 24 months: August 2016 through August 2018 Level of Effort and Compensation The CH2M and Dixon engineering services level of effort and compensation summarized in Attachment 2 are based on the following assumptions: 1. An estimated 150 submittals; half of the submittals will be resubmitted; no submittal will be re- submitted more than twice. 2. An estimated 35 Requests for Information. 5 ATTACHMENT 1 Dixon Engineering, Inc. Scope of Services Dixon Engineering, Inc. (Dixon) will perform the following professional services under subcontract to CH21M in its services during construction agreement with the City of Oshkosh for the Marion Road Water Tower Replacement Project, Task 1—Project Administration Project administration for the purpose of coordinating the inspection program, local inspector assistance,clerical services, shop drawing review,and project closeout. • Review Contractor's Schedule of Values and work schedule. • Review select shop drawings for compliance with technical specifications. • Review RFIs and CORs at request of CH2M. Task 2—Telecommunications Antenna Coordination Attend meetings (or call into teleconferences) as necessary with Sprint and T-Mobile (antenna carriers) to coordinate the relocation of the antennas from the existing to the new tank. • Identify a conceptual sequence for telecommunication equipment construction activities and durations. • Review structural analyses by tank supplier and antenna carriers. • Review construction drawings for each carrier prior to start of relocation to the new tank. • Inspect relocations and a final inspection to verify compliance with design drawings and quantify all equipment installed on tank.These inspections will include letter report and photographs. • Each inspection will identify any damaged new coatings associated with each carrier's relocation.Tank painting contractor to correct damaged coating areas via a change order, if necessary. Portion (percent) of change order to be paid by each carrier based on the percentage of damage attributed to particular carrier. Task 3—Welding Inspections General: Keep a diary or log book recording pertinent Site conditions,activities, decisions and events. The construction log book shall be updated at least weekly to the project team SharePoint site and include descriptions of daily activities, conditions and decisions. Dixon will conduct the following welding inspections in the field: • One (1)site visit to inspect steel delivered to site for thickness, conformance to specifications, and quantity. Review initial erection procedures and qualifications of all welders. • One (1) site visit for inspection of completed welding and locating of sites on completed welding for radiographic inspection of steel at ground level. Inspect welding procedures and practices. • One (1)site visit for inspection of completed welding and locating of sites on completed aerial construction for radiographic inspection of erected steel. Inspect welding procedures and practices. • Three (3)visits for review of construction for completeness, review installation of tank appurtenances, and final inspection of all welding prior to removal of the erection crew and equipment. 6 Task 4—Paint Inspections General Keep a diary or log book recording pertinent Site conditions, activities,decisions and events. The construction log book shall be updated at least weekly to the project team SharePoint site and include descriptions of daily activities, conditions and decisions. Paint Inspections in f=actory Dixon will perform the following paint inspections in the tower supplier's factory: Wet Interior—Painting • Set standard for interior abrasive cleaning and examine surface profile created. • Inspect interior abrasive blast cleaning for thoroughness,surface profile, and compliance with specifications, prior to application of the succeeding paint coat. • Inspect the interior primer coat for uniformity, coverage,and dry film thickness, prior to application of the succeeding paint coat. Exterior—Painting • Inspect exterior abrasive blast cleaning for thoroughness,surface profile, and compliance with specifications. The exterior binder coat will be inspected for uniformity, coverage,and dry film thickness prior to application of the succeeding paint coat. • inspect the exterior prime coating for uniformity, coverage, and dry film thickness prior to application of the succeeding paint coat. Dry Interior--Painting • Set standard for dry interior abrasive cleaning and examine surface profile created. • Inspect dry interior abrasive blast cleaning for thoroughness, surface profile,and compliance with specifications, prior to application of the succeeding paint coat. Paint inspections in f=ield Dixon will perform the following paint inspections in the field: Wet Interior—Painting • Set standard for interior abrasive cleaning and examine surface profile created. • Inspect interior abrasive blast cleaning for thoroughness,surface profile, and compliance with specifications, prior to application of the succeeding paint coat. • Inspect the interior primer coat for uniformity,coverage, and dry film thickness, prior to application of the succeeding paint coat. • Inspect the interior intermediate coating uniformity,coverage,dry film thickness,and holiday deflection, prior to application of the succeeding paint coat. • Inspect the interior stripe coat for uniformity, coverage, and thoroughness. • Inspect the interior topcoat for uniformity, coverage, performance, and dry film thickness for compliance with specifications. Examine the overall project for possible damage caused by equipment removal. Inspect the application of top coats/installation of screens, light bulbs, etc. • Inspect application of seam sealer to roof lap seams of interior. Exterior—Painting • Inspect exterior high pressure water cleaning for thoroughness and compliance with specifications, and set a standard for spot tool cleaning(SP-11)or abrasive blast cleaning. 7 • Inspect exterior abrasive blast cleaning for thoroughness, surface profile, and compliance with specifications. The exterior binder coat will be inspected for uniformity,coverage, and dry film thickness prior to application of the succeeding paint coat. • Inspect the exterior prime coating for uniformity, coverage, and dry film thickness prior to application of the succeeding paint coat. • Inspect the exterior intermediate epoxy coating for uniformity, coverage, and dry film thickness prior to application of the succeeding paint coat. • Inspect the exterior intermediate urethane coating for uniformity,coverage,and dry film thickness prior to application of the succeeding paint coat. • Inspect the exterior topcoat for uniformity, coverage, performance, and dry film thickness for compliance with specifications. Examine the overall project for possible damage caused by equipment removal. Inspect the application of top coats/installation of screens, light bulbs, etc. • Inspect the application of the lettering/logo to the exterior for thoroughness, location and aesthetic appearance in accordance with specification requirements. Dry Interior—Painting • Set standard for dry interior abrasive cleaning and examine surface profile created. • Inspect dry interior abrasive blast cleaning for thoroughness, surface profile, and compliance with specifications, prior to application of the succeeding paint coat. • Inspect the dry interior primer coat for uniformity, coverage,and dry film thickness, prior to application of the succeeding paint coat. • Inspect the dry interior intermediate coating uniformity,coverage,dry film thickness, and holiday detection, prior to application of the succeeding paint coat. • Inspect the dry interior topcoat for uniformity, coverage, performance,and dry film thickness for compliance with specifications. Examine the overall project for possible damage caused by equipment removal. Review all contract items to assure they have been completed according to contract requirements. Vault Piping—Painting • Inspect the abrasive blast cleaning of the pit piping, examine surface profile, and cleanliness for compliance with specifications. • Inspect the pit piping primer coat for uniformity, coverage, and dry flim thickness, prior to application of the succeeding paint coat. • Inspect the pit piping topcoat for uniformity, coverage, performance, and dry film thickness for compliance with specifications. Examine the overall project for possible damage caused by equipment removal. Review all contract items to assure they have been completed according to contract requirements. General Paint Inspection Services Dixon will perform the following general paint inspection services; • Review Contractor's crew size and equipment for ability to meet specification requirements and time constraints. • Review abrasive and coating materials for approved manufacturers. • Inspect compressed air at blast nozzle for cleanliness(i.e. oil, moisture). • Measure surface profile created by abrasive blast cleaning by compressive tape or surface comparator. • Inspect abrasive blast cleanliness for specification requirements using SSPC Visual Standards, latest edition thereof. s • Review coating mixing, thinning, and manufacturer's application requirements. • Monitor environmental conditions prior to and during coating application (i.e.ambient temperature, surface temperature, relative humidity, and dew point). • Inspect applied coating for dry film thickness, coverage, uniformity,and cure. • Prepare daily inspection report detailing above mentioned items and daily progress. 9 Lill, �E a a a k � � a y s E� 31 e 9 a r a g x Y d n x x � 9 313 3 12 `m d IL ¢5 2 � _ - a CH2M HILL -- _ 2016 HOURLY CHARGE RATES RECEIVED for AUG 3 0 ?016 — PROFESSIONALS AND TECHNICIANS DEPT01' PPI -IC WORKS OSHKOSH, WISCONSIN Classification Hourly Rate Senior Consultant $220 Senior Project Manager,Senior Project Engineer $210 Senior Technologist $190 Senior Designer $170 Project Engineer 11 $160 Project Engineer 1 $150 Engineer $140 Associate Engineer,Senior CAD Technician $120 Junior Engineer,Scientist $100 Senior Clerical $90 CAD Technician $80 Graphic Artist, Clerical $75 Project Accountant $50 Expenses Expense Type Estimating Method Rate Photo Copies Service Center $0,05 Reprographics Service Center varies Auto mileage Travel Current IRS rate 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 1,2017