Loading...
HomeMy WebLinkAboutCH2M HILL Eng., Inc. & Oshkosh/ Snell Rd West AGREEMENT 1-1-r This AGREEMENT, made on the day of Na,�� 2017, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CH2M HILL ENGINEERS, INC., 135 South 84t',Street, Suite 400,Milwaukee, WI 53214, party of the second part,hereinafter referred to as the CONSULTANT, WITNESSETH: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for SNELL ROAD WEST LIFT STATION CONTROL SYSTEM ASSISTANCE. ARTICLE I. PROTECT 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 11. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Stephan M. Brand—Public Works Utilities Bureau Manager ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CONSULTANT's Scope of Services. The 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. 1:\Engineering\2016 CONTRACTS\16-03 Snell Rd West Lift Station&Interceptor Page 1 of 7 Swr\Project—Inforniation\Contract Info\Consultant Agreernents\CH2M-Snell W Lift Stat Ctrl Syst Assist._2-22-17.docx 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 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. ARTICLE V. OPINIONS OF COST FINANCIAL CONSIDERATIONS AND SCHEDULES i 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 j affect operation or maintenance costs; competitive bidding procedures and market t 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 the CONSULTANT makes no � warranty the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. ARTICLE VI. 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 the CONSULTANT reasonably relied upon and are incorporated into the record drawings. t ARTICLE VII. CITY RESPONSIBILITIES E 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. 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. I:\Engineering\2016 CONTRACTS\16-03 Snell Rd West Lift Station&Interceptor Page 2 Of 7 SW r\Project_Information\Contract Info\Consultant Agreements\CH2M-Snell W Lift Stat Ctrl Syst ('. Assist_2-22-17.docx F EE� 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. i 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. I 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 E contract terms to be negotiated. E The CITY recognizes CONSULTANT assumes no risk and/or liability for a waste or f hazardous waste site originated by other than the CONSULTANT. i ARTICLE IX. CITY'S INSURANCE The CITY will maintain property insurance on all pre-existing physical facilities j associated in any way with the PROJECT. The 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 materials associated with CONSULTANT's services. Upon request, the CITY will provide CONSULTANT 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 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 i L\Engineering\2016 CONTRACTS\16-03 Snell Rd West Lift Station&Interceptor Page 3 Of 7 Swr\Project_Information\Contract Info\Consultant Agreements\CH2M-Snell W Lift Stat Ctrl Syst [. Assist_2-22-17.docx 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 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 2. CONSULTANT's Scope of Services dated January 6, 2017 and attached hereto In the event 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 XII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the 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: i • Time and Materials Not to Exceed $54,840 (Fifty Four Thousand Eight Hundred Forty Dollars). • Attached fee schedule shall be firm for the duration of this AGREEMENT. i B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (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 z proceeding with the work covered under the subject amendment. f E I:\Engineering\2016 CONTRACTS\16-03 Snell Rd West Lift Station&Interceptor Page 4 of 7 Swr\Project_Information\Contract Info\Consultant Agreements\CH2M-Snell W Lift Stat Ctrl Syst g Assist_2-22-17.docx C i { 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 Oshkosh hisurame Requirements. I:\Engineering\2016 CONTRACTS\16-03 Snell Rd West Lift Station&Interceptor Page 5 OE 7 Swr\Project_Information\Contract Edo\Consultant Agreements\CH2M-Snell W Lift Stat Ctrl Syst Assist 2-22-17.docx 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 PROTECT 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. The 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 XVII. SUSPENSION DELAY OR INTERRUPTION OF WORK The CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of the CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. 1:\Engineering\2016 CONTRACTS\16-03 Snell Rd West Lift Station&Interceptor Page 6 of 7 Swr\Project_Information\Contract Info\Consultant Agreements\CH2M-Snell W Lift Stat Ctrl Syst Assist 2-22-17.docx TRANS M |TTAL TO: City ofOshkosh Department ofPublic FROM: Linda Mohr / Works 215Church Avenue P.O. Box 113U Oshkosh,VV| 549O3-113O -- ^orw: K8sTracy Taylor nmz 2/22Y2017 � - V£)�) --~ � ~� � 20 1? RE: 2O17Air PennbAssistance Agreenoent FEB ~ �~'' y01JI JC' =u �VC}��C� ���^��H, ��lSC���S1}V VVeAre Sending You: Method of Shipment: ZAttachod FIOocuments 1-1 Drawings FlUnder separate cover via FISpecificationo nCopies F-1 Other: Quantity Description 2 Copies of signed Snell West Lift Station Control System Agreement |fthe material received isnot aslisted, please notify usatonce. Remarks:Thank you,Tracy! INSERT LEGAL ENTITY(IF APPLICABLE) ARTICLE XVIII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than the CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULTANT By: �/Al � (Seal of Consultant V, 6( ey 1, if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH (Witness) Mark A. Rohloff, City Manager Anda., (Witness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which ('40yy will accrue under this AGREEMENT. orney v_ City Comptroller I:\Engineering\2016 CONTRACTS\16-03 Snell Rd West Lift Station&Interceptor Page 7 of 7 Swr\Project_Information\Contract Info\Consultant Agreements\CH2M-Snell W Lift Stat Ctrl Syst Assist 2-22-17.docx RECEIVED SCOPE OF SERVICES FEB 2 0 2017 JANUARY 6,2017 City of Oshkosh Snell Road West LiftlS oryBLIC WORKS Control System Assistance OSHKOSH, WISCONSIN As part of the City of Oshkosh (City) Contract No. 16-03 Snell Road West Lift Station and Interceptor Sewer(Project), CH21VI will provide the professional engineering services needed to fulfill the responsibilities of the Configuration Supplier as defined in the Project Contract Documents. Task 1—Configuration Supplier As Project Configuration Supplier, CH211VI will complete the following tasks to assist with the construction, startup and commissioning of the Snell West Pump Station. CH2M will provided the services below in support of the City's Project Engineer(AECOM) and the City's construction Contractor. 1.1 Submittal Review Project submittals will be reviewed and approved by the City's Engineer. CH211VI will conduct a single review of only the final approved submittals gather and assess the input/output(1/0) interface to the programmable logic controller(PLC). CH21VI will conduct an average 1.5-hours review of each of the following final approved submittals: 11312—Submersible Non-Clog Pumps 13475—Data Communication Network Components 11330—Mechanically Cleaned Bar Screens 13476—Uninterruptible Power Supply(UPS) 11332—Screenings Compacting Equipment 13478—Operator Interface Unit(OIU) 13400—Packaged System I&C Panels 13485—Radio Telemetering Equipment 13404—Adjustable Speed Drive Equipment 15032—Electrically Actuated Valves 13420—Flow Meter(Magnetic) 15540—Gas Fired Heaters 13440—General Provisions for Instrumentation and 15548—Indirect Fired Heating and Ventilating Units Controls 13442—Instrumentation and Control Panel 15728—Electrical Room Air Conditioning Units Construction 13452—Electronic Panel Instruments 15915—Automatic Temperature Control Systems 13453—Panel and Field Devices 15940—Automatic Control Sequences 13456—Bubbler Level System 16231—Packaged Natural Gas Engine Generator Systems 13459—Field Electronic Transmitters 15420—Motor Controllers 13464—Programmable Logic Controller(PLC) 16916—PC/PLC Control System 13466—Electronic Analyzers/Detectors 1.2 Software Programming CH21VI will configure and program the PLC Panel (PLC-1, PLC-2 and OUI) and modify the existing Oshkosh Wastewater Treatment Plant(WWTP)Supervisory Control And Data Acquisition (SCADA) and telemetry system to add the Snell West Pump Station.Software programming includes the interface to the pumps' adjustable frequency drives, instruments, bar screen& washer compactor local control panel and telemetry radios.The software development estimated level of effort is based on 87 1/0 points and 20 percent spares. As part of the software development task, CH2M will participate in four coordination meetings with the City, a total of 16 hours. City input will be incorporated in the software programming. — -- 1.31 n-Factory Tests CH2M will attend 1-day factory functional testing in the vicinity of Oshkosh of PLC-1, PLC-2 and OU-1. CH2M will document testing observations. 1.4 Field Installation CH2M will provide the following field installation to the City's Engineer and Contractor: • 8 hours participation in Contractor's coordination meetings via conference call • 1 day for configuration and operational readiness testing assistance of PLC Panel (PLC-1, PLC-2 and OUI) • 1 day for configuration and operational readiness testing assistance of existing Plant WWTP SCADA(Telemetry PLC and Wonderware HMI) • 2 days for performance acceptance test of PLC Panel (PLC-1, PLC-2 and OUI) • 1 day for performance acceptance test of existing Plant WWTP SCADA(Telemetry PLC and Wonderware HMI) 1.5 Operation & Maintenance Documentation and Training CH2M will provide professional services to support the software and WWTP SCADA system users in the following activities: • Develop documented 0&M guidance for the application software • Provide on-site training for the application software • Provide on-site support for the application software changes requested by operating personnel Task 2—Project Management and Quality Assurance/Quality Control CH21VI will manage the delivery of the project technical services and work products to meet the City's schedule and budget. CH21VI 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 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 this scope of services February through April 2017. Level of Effort and Compensation Table 1 presents the estimated professional engineering services level of effort is 354 hours and compensation is$54,840. Table 1. Snell Road West Lift Station and Sewer Interceptor Professional Services Summary senior Project QA/QC Project Manage Reviewer Engineer Clerical Accountant Linda lack Darren Tara Total Labor Total Hours Total Total by Task Description Mohr Knight Lecke Glenna KorneliaMadzia By Task by Task Expense Task Configuration Supplier Hours Hours Hours Hours Submittal Review 2 40 $6,420 42 $100 $6,520 Software Programming 150 $22,500 150 $800 $23,300 In Factory Tests 10 $1,500 10 $400 $1,900 Field Installation Assistance 50 $7,500 50 $800 $8,300 O&M and Training 50 $7,500 50 $400 $7,400 Subtotal 2 0 300 0 0 $45,420 302 $2,500 $47,920 PM and QA/QC Hours Hours Hours Hours PM and QA/QC 16 12 8 16 $6,920 52 $6,420 Subtotal 16 12 0 8 16 $6,920 52 $0 $6,920 TOTAL 18 12 300 8 16 $52,340 354 $2,500 $54,840 CH2M HILL RECEIVED 2017 HOURLY CHARGE RATES for FEB 2 0 2017 PROFESSIONALS AND TECHNICIANS DEPT Of PUBLIC WOR OSHKOSH, WISCONSIN Classification Hourly Rate Senior Consultant $220 Senior Project Manager, Senior Project Engineer $210 Senior Technologist $180 Senior Designer $170 Designer $165 Project Engineer II $160 Project Engineer 1 $155 Engineer II $150 Associate Engineer, Senior CAD Technician $120 Junior Engineer, Scientist $115 Senior Clerical $100 CAD Technician $90 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 1,2018