Loading...
HomeMy WebLinkAboutBrown and Caldwell TID 34 & 35 Storm Water Support1t1 1 AGREEMENT r-14 This AGREEMENT, made on the ;;�iday of 2018, by and between the CITY OF OSHKOSH, party of the first part, Aereinafter referred to as CITY, and BROWN AND CALDWELL, 8383 Greenway Boulevard, Suite 600, Middleton, WI 53562, 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 TID #34 AND #35 STORM WATER SUPPORT. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Jim Bachhuber - Midwest Area Stormwater Practice Leader 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: John Ferris, P.E. - Civil Engineering Supervisor 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. I:\Engineering\2018CONTRACPS\18-14 Oshkosh Ave Area \Project_ Information\Contract Page 1 of 7 Info\Consultant Agreements\Brown & Caldwell\ 18-14 B&C Agreement-TID #34 & #35 SW Support _4-19- 18.docc All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall become property of the CITY upon payment for those documents by the CITY to the CONSULTANT, and 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 In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect 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 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. 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. 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\2018CONTRACPS\18-14 Oshkosh Ave Area\Project _Information\Contract Page 2 of 7 Info\Consultant Agreements\ Brown& Caldwell\ 18-14 B&C Agreement-TID #34 & #35 SW Support_4-19- 18.dooc 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. The CITY recognizes 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 The CITY will maintain property insurance on all pre-existing physical facilities 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:\Engineering\2018 CONTRACTS\18-14 Oshkosh Ave Area\ Project_Information\Contract Page 3 of 7 Info \Consultant Agreements \ Brown & Caldwell\ 18-14 B&C Agreement-TID #34 & #35 SW Support_4-19- 18.dooc 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 April 12, 2018 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: 0 Time and Materials Not to Exceed $23,245 (Twenty Three Thousand Two Hundred Forty Five Dollars). • Attached fee schedule(s) shall be firm for the duration of this AGREEMENT. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within 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 proceeding with the work covered under the subject amendment. I:\Engineering\2018 CONTRACTS\18-14 Oshkosh Ave Area\ Project_ Information\Contract Page 4 of 7 Info\Consultant Agreements\Brown & Caldwell\ 18-14 B&C Agreement-TID #34 & #35 SW Support _4-19- 18.dooc 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 to the proportionate extent caused by or resulting from the intentionally wrongful or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify the CITY for all sums including court costs, attorney fees, and damages of any kind which the CITY may be obliged or adjudged to pay on any such claims or demands upon 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 Insurance Requirements. I:\Engineering\2018CONTRACPS\18-14 Oshkosh Ave Area\ Project_Information\Contract Page 5 of 7 Info \ Consultant Agreements\Brown & Caldwell \ 18-14 B&C Agreement -T D #34 & 935 SW Support _4-19- 18.doot 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. 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. I:\Engineering\2018 CONTRACTS\18-14 Oshkosh Ave Area\ Project_ Information\Contract Page 6 of 7 Info\Consultant Agreements\ Brown& Caldwell\18-14 B&C Agreement-TID #34 & #35 SW Support _4-19- 18.docx 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: (Seal of Consultant if a Corporation) (Witness) (Witness) APPROVED: 4ttorney CONSULTANT By: oywl-�- oc--O,LLL4 4 (Specify Title) By: (Specify Title) CITY OF OSHKOSH By:&--- MSrk A. Rohloff, City Manager And: /) Pamela R. Ubrig, City Clerk I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. City Comptroller I:\Engineering\2018 CONTRACTS\18-14 Oshkosh Ave Area\ Projed_Infonnation\Contract Page 7 of 7 Info\Consultant Agreements\Brown & Caldwell\ 18-14 B&C Agreement-TID #34 & #35 SW Support_4-19- 18.docx Exhibit A — Scope of Services and Compensation RECEIVED City of Oshkosh TID #34 & #35 Stormwater Support APR 12 2018 April 12, 2018 DEPT OF PUBLIC WORKS OSHKOSH, WISCONSIN Sco e This scope of services describes the tasks to be conducted by Brown and Caldwell (BC) in support of the development of certain stormwater management measures for proposed land development within TID #34 and portions of TID #35. Figure 1 (attached) defines the limits of the Project Area. The main goals of the stormwater management system will be to: 1) Achieve an 80 -percent Total Suspended Sediments (TSS) reduction from TID #34, and 2) Safely convey a portion of the runoff under all evaluated storm events from TID #34 and TID # 35 to Lake Butte des Morts. A table in the Budget section of this document described the allocation of costs for the described work between TIDs # 34 and #35 for each task. Careful tracking and invoicing will identify charges against each TID. Task #1: Size City Storm Sewers Proposed for North Koeller Street and North Westfield Street within the Project Area. BC will develop a hydrologic and hydraulic model (XPSWMMTM) for the TID #35 Project Area. The model will be used to identify the pertinent storm sewer data (size, slope, invert elevation, length, material) for new storm sewer in the North Koeller Street and North Westfield Street extensions. The storm sewer will be sized to meet the following goals: 1) Goal 1: prevent the maximum water surface elevation from a 10 -year storm event at the critical duration from surcharging above manhole rim elevations. 2) Goal 2: contain the 25 -year rain event within the ROW such that the road is passable (defined as less than 6 inches of maximum depth above the manhole rim elevations). 3) Goal 3: to the maximum extent practicable, contain the 100 -year rain event within the ROW. 4) Goal 4: Convey all runoff to the pond system. A critical duration analysis will be conducted for the model. The 10 -year, 30 -minute, 1-, 2-, 3-, and 6 -hour duration storm events (with rainfall depths and distributions from the Midwest Climate Center Bulletin 71) will be analyzed to identify the critical duration event for the storm sewer. The critical duration storm event will be defined as the event that produces the highest peak water surface elevations in the storm sewer system. Following the critical duration analysis, the model will be executed for 10-, 25-, and 100 -year critical duration storm events (with rainfall depths and distributions from the Midwest Climate Center Bulletin 71). Storm sewer design parameters (size, slope, invert elevation, length, material) will be developed to meet the goals listed above. Under this task, BC will also evaluate if Wisconsin stormwater regulations under NR 151 apply to the proposed City street improvements on North Koeller Street, North Westfield Street and Oshkosh Avenue. The Wisconsin Department of Natural Resources (WDNR) may be contacted to confirm regulatory requirements. Exhibit A TID 34-35 Stormwater - 2018-4-12 Page I of 5 Task #2: Construct and Execute a WinSLAMM model for the City's BMPs serving TID #34. BC will develop WinSLAMM model to estimate the average annual pollutant reduction for TSS and Total Phosphorus (TP) for the proposed water quality BMP. The model will be consistent with the requirements of current WDNR guidance documents. Task #3: Prepare Planning Level Cost Estimate for City Storm Sewers within TID #35. BC will develop planning level cost estimates for the TID #35 storm sewers defined under Task #1. All unit costs used in the estimate will be verified and approved by the City. Task #4: Hydrologic & Hydraulic Modeling of City Park Pond and Pump System. BC will develop a hydrologic and hydraulic model (XPSWMMT") for the pond and pipe system in the proposed City Park (former golf course) portion of the Project Area. In addition to the storm events identified under Task #1, the model will be executed for the 2-, 10-, and 100 -year, 24-hour storm event with rainfall depths and distributions consistent with City of Oshkosh Municipal Code Chapter 14. The hydrology from TID #34 into the City park will based upon input parameters and hydrographs provided by R.A. Smith. The purpose of the modeling is to represent the water surface elevations and duration of high water elevations under the identified design storms and under the existing pond geometries, pipe characteristics, and pump performances. If flood durations are unacceptable (with the existing inter - pond culverts and pump performance), BC will conduct one additional modeling analysis using culvert upgrades and/or increased pump capacity developed in consultation with the City. The City will provide all necessary information for model input including pump performance of the two existing pump stations. Under this analysis, it is assumed that the existing connecting culvert which is located on the southern portion of TID #34 will no longer be functional under post -project conditions. The results of the analysis will be summarized (using graphical and tabular formats) and provided to the City., Task #5: Prepare Planning Level Cost Estimate for Culvert Upgrades in City Park Identified under Task #4. If Task #4 shows a need for improved inter -pond culverts, BC will develop planning level cost estimates for the improvements. All unit costs used in the estimate will be verified and approved by the City. Task #6: Hydrologic & Hydraulic Modeling of North Eagle Street Area and City Park Pond/Pump System. BC will develop a hydrologic and hydraulic model for the "Off -Site Storm Sewer" (identified on Figure 1). An XPSWMMTM model will be constructed to represent the residential drainage area, the storm sewers, the ponds, culverts, and pump station. Exhibit A TID 34-35 Stormwater - 2018-4-12 Page 2 of 5 The modeling will assume that only direct surface runoff enters the City's storm sewers identified on Figure 1. No overland flow enters or exits the storm sewer drainage area. The modeling also assumes that the ponds on the City park east of TID #34 are no longer hydraulically connected to ponds west of TID #34. The model input for the City park ponds, culverts, and pump performance will be provided by the City. A critical duration analysis will be conducted for the model. The 10 -year, 30 -minute, 1-, 2-, 3-, and 6 - hour duration storm events (with rainfall depths and distributions from the Midwest Climate Center Bulletin 71) will be analyzed to identify the critical duration event for the storm sewer. The critical duration storm event will be defined as the event that produces the highest peak water surface elevations in the storm sewer system. Following the critical duration analysis, the model will be executed for 10-, 25-, and 100 -year critical duration storm events (with rainfall depths and distributions from the Midwest Climate Center Bulletin 71). The results will be summarized to determine if the City's goals for stormwater management in developed areas are met (see Task #1). If goals are not met, BC will review the model to attempt to identify the cause of flooding (i.e. backwater from pond system or pipe capacity limitations). The results of the analysis will be summarized (using graphical and tabular formats) and provided to the City. Task #7: Technical Memorandum A technical memo will be developed summarizing the analytical methodology, and results from the Tasks #1 — #6 described above. A draft memo will be prepared and provided to the City for review. Following review, the memo will be finalized and a final memo delivered to the City. The final memo will be delivered as an Adobe Acrobat Portable Document Format (pdf), along with two (2) hard copies. Task #8: Project Meetings The following meetings are anticipated for the project and included in the cost proposal. • Kick-off Meeting — A kick-off meeting will be held via Web -Meeting with BC and City Staff to discuss project schedule and data needs. • Initial Analysis Review Meeting — A meeting will be held with BC and City Staff to discuss the results of Tasks #1 through #6. BC will prepare materials (tables and/or figures) to display the results and discuss the impacts of the proposed TID #34 and TID #35 developments on the existing pond system. The results will be reviewed and discussed with City Staff to determine if the initial scenario meets the stormwater management goals. If the stormwater management system does not meet the goals, potential modifications to the system will be discussed between BC and the City. • Alternative Evaluation Review Meeting — A meeting will be held with BC and City Staff to discuss the results of the alternative analysis. BC will prepare materials similar to the initial analysis review meeting and discuss with the City to determine if the alternative meets the stormwater management goals. Schedule BC anticipates initiating the project by April 16, 2018. Assuming the City's Notice to Proceed is issued by this time, BC will commence work immediately and the final deliverables will be provided to the City by July 16, 2018. This schedule assumes the City promptly provides supporting data Exhibit A TID 34-35 Stormwater - 2018-4-12 Page 3 of 5 needed for the study and a five (5) day review period for the draft memo. Interim information will be provided to the City as requested to meet the City's project needs. Budget The project shall be charged on a time and material not to exceed basis under the terms and conditions of this agreement. The total project budget is $23,245.00. The time charged to this project will be carefully recorded and reported to the City (via invoices) showing the effort and costs associated with each TID. The table below summarizes the estimated charges for each Task in the Scope. Task Estimated Estimated Estimated # Task Description Budget TID #34 TID #35 Cost Cost Size City Storm Sewers Proposed for North 1 Koeller Street and North Westfield Street within $3,642 0% 100% the Project Area 2 Construct and Execute a WinSLAMM model for $1,900 100% 0% the City's BMPs serving TID # 34 3 Prepare Planning Level Cost Estimate for City $905 0% 100% Storm Sewers within TID # 35 4 Hydrologic & Hydraulic Modeling of City Park $3,988 37% 63% Pond and Pump System 5 Prepare Planning Level Cost Estimate for Culvert $905 o 37 /0 0 63/o Upgrades in City Park Identified under Task 4 6 Hydrologic & Hydraulic Modeling of North Eagle $3,362 100% 0% Street Area and City Park Pond/Pump System 7 Technical Memorandum $4,904 37% 63% 8 Project Meetings $3,639 37% 63% Total $23,245 Assumptions 1. No survey or other field work is budgeted. Ground elevations will be based on existing LiDAR data and City -supplied survey data. 2. The scope of work includes planning level cost estimates, it does not include an engineer's opinion of probable cost. 3. The existing pump stations that discharge from the former golf course water hazards will remain in place. All pump performance information will be provided by the City at no cost to the project. 4. Conceptual modifications to the pumps may be evaluated as part of the alternative analysis. Cost estimating for pump improvements is not included as part of this scope of work. 5. A HydroCAD model for the development within TID #34 will be provided by the City at no cost to the project. 6. The hydrologic and hydraulic analysis conducted for all tasks does not include inlet capacity analyses, inlet leads, privately -owned storm sewers, or privately -owned structural management measures. Exhibit A TID 34-35 Stormwater - 2018-4-12 Page 4 of 5 7. The hydrologic calculations will use TR -55 methodology. 8. There are no peak flow control requirements for the project area. 9. The scope of work does not include engineering drawings. 10. All site design work and stormwater infrastructure design within TID #34 and #35 is being conducted by others. 11. Data required for stormwater analyses will be provided to BC at no cost to the project. 12. The scope of work does not include preparing permit applications, or a Stormwater Management Plan (SWMP). 13. All work will be conducted in 2018. Exhibit A TID 34-35 Stormwater - 2018-4-12 Page 5 of 5