Loading...
HomeMy WebLinkAbout18. Professional Service Agreement 2019 General Storm Water Services - Brown & CaldwellCity o� Oshkosh MEMORANDUM DATE: November 16, 2018 TO: Honorable Mayor and Members of the Common Council FROM: Mark A. Rohloff, City Manager��,,_ RE: Professional Services Agreement for 2019 General Storm Water Services / Brown and Caldwell ($53,949) The Department of Public Works requested a proposal from Brown and Caldwell for general storm water services for the 2019 calendar year. These services include, but are not limited to, Storm Water Utility Committee assistance, assistance in evaluating and responding to WDNR TMDL issues, and general "on call" assistance as needed. Project Authorizations will be prepared for each "on call" request for services that will define the scope of services and budget to be adhered to for those services. Services provided under this agreement typically include compliance with the Municipal Separate Storm Sewer System (MS4) permit, storm water pollution management analyses, and hydrologic and hydraulic modeling analyses, among other needs that may arise. Brown and Caldwell was chosen because of their knowledge of the City and vast experience with this type of work. The cost of these services is estimated not to exceed $53,949, and will be funded through the Storm Water Utility Operating Budget. Chapter 12 of the Municipal Code of the City of Oshkosh provides that professional services of a specialized nature, including engineering services, may be procured without the use of formal, sealed quotes. In accordance with Section 12-16 of the Code, I am hereby submitting this report regarding this professional services agreement. Please contact me if you have any questions concerning this professional services agreement. MAR/jer L\ Engineering\2019 CONTRACTS\B&C 2019 Gen SW Sery\B&C CC Memo -2019 Gen SW Sery Eng Agreement_11-16-18.docx AGREEMENT This AGREEMENT, made on the day of '2018, by and between the CITY OF OSHKOSH, party of the first part, hereinafter 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 GENERAL STORM WATER SERVICES FOR 2019. ARTICLE 1. 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: James Rabe, P.E., CPESC — Director of Public Works ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CONSULTANT's Scope of Services and Budget. 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. Services included in Task 1 are detailed in the CONSULTANT'S Scope of Services and Bridget. JA Enguxering12019 CONTRACTS\ B&C 2019 Gen SW SmkB6&C 2019 Gen SW Sery Agreement 11-I4 18.do Page 1 of 6 Services included in Task 2 of the CONSULTANT's Scope of Services and Budget will be detailed further within individual Project Authorizations. A sample Project Authorization form is attached to this AGREEMENT. All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall become the property of the CITY upon payment for those documents by the CITY to the CONSULTANT, and shall remain the property of the CM. 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. 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. FM W0 r UZI 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. • •y_ / X11 •�.t:l 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. 1:\Fj%uv g\2019CON[RACTB\B&C2019GenSWServ\D&C2019fenSWSeryAgmemad 11-14- 18.do« Page 2 of 6 To prevent any unreasonable delay in the CONSULTANT's work, h- examine all reports and other documents and will make any authorizations proceed with work within a reasonable time period. ARTICLE VIII. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced < completed within the time limits as agreed upon in the CONSULTANT's Scope Budget. The CONSULTANT shall perform the services under this AGREE reasonable diligence and expediency consistent with sound professional practice 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 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 IX. 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 and Budget dated November 14, 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. 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 $53,949 (Fifty Three Thousand Nine Hundred Forty Nine Dollars). • Attached fee schedule shall be firm for the duration of this AGREEMENT. 1:\Er%4 ering\2019C0NTRAM\5&C2019GenSWServ\W2019Gen9WServAgreement,1I,14- 18.doa Page 3 of 6 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 shalt 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. 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. 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 on 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. L1B4ineering12019 CONTRACTS\B&C 2019 Gen SW Serv\B&C 2019 Gen SW Sery Agreemmt .11-14- ISAOCc Page 4 of 6 The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. 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. 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. U31 -M W WOO lei 0M 01:4 KvArel 'A 11,241 VVIVR�M 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:B %imrin612019 CONTSACIS \ B&C 2019 Gen SW Su YJB&C 2019 Gen SW Sm ApeemeNt_11-14- Page 5 of 6 ARTICLE XVI. 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: r, (Seal of Consultant if a Corporation) CONSULTANT By: (-14Z4, r (Specify Title) By: (Specify Title) CITY OF OSHKOSH By: (Witness) Mark A. Rohloff, City Manager And: (Witness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. City Attorney City Comptroller I:I bgpz eering12019 CONfRAC151 B&C 2019 Gat SW SeCV W&C 2019 Gen SW Sere Agreement_11-14- 19.dooc Page 6 of 6 General Storm Water Services, 2019 11/14/18 ATTACHMENT A SCOPE OF SERVICES AND BUDGET City of Oshkosh General Storm Water Services for 2019 Jim Bachhuber, with support from other Brown and Caldwell (BC) staff, will continue supporting the City of Oshkosh with ongoing needs for the stormwater management program in 2019. The work will take place between January 1, and December 31, 2019. The following services will be provided under this agreement: Scope of Work Task 1: General Program Management Assistance A. 2019 Stormwater Utility Committee Assistance 1) Assist City staff with preparing materials for monthly (12) Stormwater Utility Committee meetings relevant to stormwater management needs of the City. 2) Attend Stormwater Utility Committee meetings (up to 12) to present material, respond to questions, and facilitate discussion at the City's request. 3) Prepare draft Committee meeting summary minutes and send to City staff for review and finalization. 4) Jim Bachhuber will attend the meetings, unless he is unavailable and another qualified Brown and Caldwell staff person will attend in his place. B. Assistance with Overall Program Management As requested by the City, BC will provide additional program management services. Additional services may include updating the City's Stormwater Utility information brochure or other program related needs. Work under this task will be conducted using a 'Task Order" approach. The City will request specific tasks to be conducted, and BC will develop a scope and budget for the City's approval to conduct the requested work. Task 2: General Engineering and Planning Assistance BC will assist City staff with other stormwater related issues including, but not limited to: compliance with the Stormwater (MS4) Permit; stormwater pollution management assessments, potential TMDL issues, and other related topics at the City's discretion. Work under this task will be conducted using a "Task Order" approach. The City will request specific tasks to be conducted, and BC will develop a scope and budget for the City's approval to conduct the requested work. Task 3: Prepare WDNR Grant Application for 2020 Stormwater Management Plan BC will prepare a grant application under the Wisconsin DNR Urban Nonpoint Source & Storm Water Management Grant Program - Planning Grant. BC will follow the guidelines provide by the DNR in preparation of the grant application. A draft copy of the application will be provided to the City for review before finalizing the application. The actual application submittal must be signed and conducted by the City. Task 4: Project Management This task includes the project management necessary to make sure the project tasks remain on schedule, on budget, and meet quality requirements. Oshkosh 2019 General SW Services Scope v3 11/14/18 General Storm Water Services, 2019 11/14/18 Assumptions The budget for the above described tasks are based on the following assumptions 1. For Task 1 is it assumed that Jim Bachhuber will prepare for, and attend twelve (12) meetings. Assistance in preparing for, and/or attending the meeting if requested, will be provided by Mike Wegner, Caroline Burger, or other qualified staff. 2. Brown and Caldwell will prepare meeting summaries of each Stormwater Utility Committee meeting for review and finalization by City staff. 3. The City will make available files, records, and other information necessary for BC to conduct the scope of work at no cost to the project. 4. For Task 2, a total of 180 hours is budgeted. BC will only perform work under this task as directed by the City of Oshkosh under a Task Order approach, and will keep the City informed on the status of budget for this task. S. The work described in this document will take place between January 1, 2019 and December 31, 2019. 6. Brown and Caldwell will provide the City with an amendment to the Agreement before performing additional services not stated in this Scope of Work and Budget. 7. For Task 3 the application materials will only use available maps, data, and files. No new modeling or other analyses will be conducted. The City is responsible for obtain necessary Council resolutions, signing the application, and submitting the application. Budget This work is conducted on a time and material, not to exceed basis per the Agreement's terms and conditions. Brown and Caldwell assumes that no material costs will be incurred on this project. Therefore, the budget is based on the following task breakdown, which includes labor only: Task Hours Budget 1. General Program Management Assistance 100 $17,928 2. General Engineering and Planning Assistance 180 $28,454 3. Prepare WDNR Grant Application for 2020 Stormwater Management Plan 32 $5,126 4. Project Management 22 $2,441 Total 334 $53,949 Oshkosh 2019 General SW Services Scope v3 11/14/18 PROJECT AUTHORIZATION NUMBER ("Task Order") Owner: City of Oshkosh Department Public Works Authorized Office: 215 Church Avenue, P.O. Box 1130, Oshkosh—Wisconsin 54903-1130 Owner -Authorized Representative: James Rabe, P.E. CPESC, Director of Public Works Contract: General Storm Water Services for 2019 City of Oshkosh Contract Number: Brown and Caldwell Project Number: The authorizing office requires performance of the following described Services: See attached Exhibit A entitled "Scope of Services and Compensation." Form of Compensation: See attached Exhibit A entitled "Scope of Services and Compensation." Additional Terms and Conditions: None Authorized Services shall be performed in accordance with the terms and provisions of the agreement between Brown and Caldwell and the City of Oshkosh, dated together with this Project Authorization and any Exhibits attached hereto. This Project Authorization shall be effective only upon date of signature of an authorized representative of the City of Oshkosh. BROWN AND CALDWELL Signature: Name: Title: Date: 1:\EnBickerin812019 C0NTRACrSkB&C 1019 Cen SW ServkR&C Blink Prat Auth Fonn_11.14I8.docc CTTY OF OSHKOSH Signature: Name: James Rabe, P.E., CPESC Title: Director of Public Works Date: Page 1 of 1