HomeMy WebLinkAboutCH2M Hill Engineers Mary Jewell Lift Station Control System Configuration1313
AGREEMENT
This AGREEMENT, made on the LL"'day of 24PKI 2018, by and
between the CITY OF OSHKOSH, party of the first part, he inafter referred to as CITY,
and CH2M HILL ENGINEERS, INC., 135 South 84th 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 MARY JEWELL LIFT STATION CONTROL SYSTEM
CONFIGURATION.
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:
Justin Gierach — 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\2017 CONTRACTS\17-03 Oshkosh Ave Swr\Project_Information\Contract Page 1 of 7
Info\Consultant Agreements\17-03 CH2M-Mary Jewell Lift Stat Ctrl Syst Config_4-6-18.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
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.
L\Engineering\2017 CONTRACTS\17-03 Oshkosh Ave Swr\Project_Information\Contract Page 2 of 7
Info\Consultant Agreements\17-03 CH2M-Mary Jewell Lift Stat Ctrl Syst Config_46-18.docx
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
L\ Engineering\ 2017 CONTRACTS\17-03 Oshkosh Ave Swr\Projed_Information\Contract Page 3 of 7
Info\Consultant Agreements\17-03 CH2M-Mary Jewell Lift Stat Ctrl Syst Config_4-6-18.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 March 8, 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:
• Time and Materials Not to Exceed $39,290 (Thirty Nine Thousand Two
Hundred Ninety Dollars).
• Attached fee schedule shall be firm for the duration of this AGREEMENT.
B. Method of Payment. The CONSULTANT shall submit itemized monthly
statements for services. The CITY shall pay the CONSULTANT within 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\2017 CONTRACTS\17-03 Oshkosh Ave Swr\Project—Information \Contract Page 4 of 7
Info \Consultant Agreements\ 17-03 CH2M-Mary Jewell Lift Stat Ctrl Syst Config_46-18.docx
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 Insurance
Requirements.
1:\Engineering\2017 CONTRACTS\17-03 Oshkosh Ave Swr\Project—Information\Contract Page 5 of 7
info\Consultant Agreements\17-03 CH2M-Mary Jewell Lift Stat Ctrl Syst Config_4-6-18.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.
I:\Engineering\2017 CONTRACTS \ 17-03 Oshkosh Ave Swr\Project_Information\Contract Page 6 of 7
Info \ Consultant Agreements \ 17-03 CH2M-Maty Jewell Lift Stat Ctrl Syst Config_4-6-18.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)
CONSULTANT
By:
(Specify Title)
(Specify Title)
CITY OF OSHKOSH
(Witness) MA A. Rohloff, City Manager
And:
(Witness) Pamela R. Ubrig, City Cler
APPROVED:
�..W�_w"Alm_s� �.._
I hereby certify that the necessary provisions
have been made to pay the liability which
will accrue under this AGREEMENT.
Jb,,)
City Comptroller
I:\Engineering\2017CONTRACIS\17-03 Oshkosh Ave Swr \Project_Information\ Contract Page 7 of 7
Info \ Consultant Agreements\ 17-03 CH2M-Mary Jewell Lift Stat Ctrl Syst Config-4-6-18.docx
SCOPE OF SERVICES
City of Oshkosh
RECEIVED
APR 10 2018
DEPT OF PUBLIC WORKS
OSHKOSH, WISCONSIN
MARCH 8, 2018
Mary Jewell Lift Station Control System Configuration
As part of the City of Oshkosh (City) Contract No. 17-03 Mary Jewell Lift Station and Park Shelter
(Project), CH2M 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 Control System Configuration Supplier, CH2M will complete the following tasks to assist with
the construction, startup and commissioning of the Mary Jewell Lift 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 Project Engineer. CH2M 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). CH21M 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
13404 — Adjustable Speed Drive Equipment
13476 — Uninterruptible Power Supply (UPS)
13420 — Flow Meter (Magnetic)
13478 — Operator Interface Unit (OIU)
13440 — General Provisions for Instrumentation and
Controls
13485 — Radio Telemetering Equipment
13442 — Instrumentation and Control Panel
Construction
15540 — Fuel Fired Heaters
13452 — Electronic Panel Instruments
15728 — Electrical Room Air Conditioning Units
13453 — Panel and Field Devices
15915 —Automatic Temperature Control Systems
13456 — Bubbler Level System
15940 —Automatic Control Sequences
13459 — Field Electronic Transmitters
16231— Packaged Natural Gas Engine Generator
Systems
13464 — Programmable Logic Controller (PLC)
16916 — PC/PLC Control System
13466 — Electronic Analyzers/Detectors
1.2 Software Programming
CH2M 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 Mary Jewell Lift Station. Software programming includes the interface to the pumps'
adjustable frequency drives, instruments and telemetry radios. The software development estimated
level of effort is based on 82 1/0 points per PLC.
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.
1.3 In -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 Project 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 O&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
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
• Project schedule and budget
• 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 March through September 2018.
Level of Effort and Compensation
Table 1 presents the estimated professional engineering services level of effort is 249 hours and
compensation is $39,290.
Table 1. Mary Jewell Lift Station Professional Services Summary
Task Description
Senior
Project
Manager
QA/QC
Reviewer
Project
Engineer
Project
Accountant
Total Labor Total Hours
By Task by Task
Total
Expense
Total by
Task
Configuration Supplier
Hours
Hours
Hours
Hours
Hours
Submittal Review
2
33
$5,370
35
$100
$5,470
Software Programming
60
$9,000
60
$400
$9,400
In Factory Test Support
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
$7,900
Subtotal 2
0
203
0
$30,870
20S
$2,100
$32,970
PM and QA/QC
Hours
Hours
Hours
PM and QA/QC
16
12
16
$6,320
44
$6,320
Subtotal 16
12
0
16
$6,320
44
$0
$6,320
TOTALI 18
12
203
16
$37,190
249
$2,100
$39,290