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