Loading...
HomeMy WebLinkAboutodor control for 10 st pump and downtown WWTP AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES This Agreement made and entered into this 7 day of February, 2013, by and between the City of Jeffersonville, IN (City) and Webster Environmental Associates, Inc. (WEA) is for the services described in Exhibit A (Scope of Work) of this Agreement. Purpose The purpose of this Agreement is for WEA to provide odor control engineering services to the City, at the Tenth Street Pump Station (10 St PS) and Downtown Wastewater Treatment Plant (DWWTP) Headworks, as described in the attached Exhibit A (Scope of Work). Compensation Compensation for Phase 1 services performed as described in Exhibit A (Scope of Work) shall be a lump sum fee of $127,079. The lump sum fee shall include all required professional time, travel, and expenses. WEA shall not exceed the fee limit without prior written authorization from the City. WEA shall submit monthly invoices describing the work performed during the billing period. Phase 2 services shall be initiated by the issuance of a notice to proceed by the Sewer Board. Compensation for Phase 2 services performed as described in Exhibit A (Scope of Work) shall be a time and materials fee, not to exceed $110,349. The time and materials fee shall include all required professional time, travel, and expenses. WEA shall not exceed the fee limit without prior written authorization from the City. WEA shall submit monthly invoices describing the work performed during the billing period. Payment shall be made by the City within 30 days from receipt of the WEA invoice. Legal Relations WEA is for all purposes an independent contractor. In no event shall WEA be deemed to be an agent or employee of the City. Full control of means and methods of work including provisions for required safety precautions shall be the responsibility of WEA. Insurance at all times during WEA shall maintain in effect a g p erformance of the services described in this Agreement at least the coverage and limits of insurance with insurers in the following amounts and coverage: 1. Worker's Compensation, with Employer's Liability limits not less than $2,000,000 each accident. 1 ., ..-:-.7,.. dook tit ...., iii4ob 7..,- . , g 1 • , ,1,,„,_,...2„.--- 2. Comprehensive General Liability Insurance with limits not less than $1,000,000 each occurrence Combined Single Limit for Bodily Injury and Property Damage. 3. Comprehensive Automobile Liability Insurance with not less than $1,000,000 each occurrence Combined Single Limit for Bodily Injury and Property Damage. 4. Professional Liability Insurance with not less than $2,000,000 aggregate. Required Provisions WEA shall in the performance of this Agreement comply with all federal, state and local laws; and all regulations and orders issued under any applicable law. Governing Law The terms of agreement shall be governed by the laws of the State of Indiana where the services are performed provided that nothing contained herein shall be interpreted in such a manner as to render it unenforceable under the laws of the state in which the Project resides. Termination The Client or Webster Environmental Associates, Inc. may terminate services on the Project upon thirty (30) days written notice with or without cause. Webster Environmental Associates, Inc. shall submit an invoice for services performed up to the effective date of termination and the Client shall pay Webster Environmental Associates, .- Inc. all outstanding invoices within fourteen (14) days. The Client may withhold an amount for services that may be in dispute provided that the Client furnishes a written notice of the basis for their dispute and that the amount withheld represents a reasonable value. E Verify Program (A) WEA affirms under the penalties of perjury that it does not knowingly employ an unauthorized alien. WEA shall enroll in and verify the work eligibility status of all its newly hired employees through the E- Verify program as defined in IC 22- 5- 1.7 -3. WEA is not required to participate should the E- Verify program cease to exist. WEA shall not knowingly employ or contract with an unauthorized alien. WEA shall not retain an employee or contract with a person that WEA subsequently learns is an unauthorized alien. WEA shall require its subcontractors, who perform work under this Agreement, to certify to WEA that the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E- Verify program. WEA agrees to maintain this certification throughout the duration of the term of a contract with a subcontractor. 2 (B) WEA and its subcontractors shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to his or her hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of his or her race, religion, color, sex, disability, national origin, or ancestry. Breach of this covenant may be regarded as a material breach of this Agreement. IN WITNESS HEREOF, dul authorized representatives of the parties have signed in confirmation of this Agree , t, with effective date the day and year first above written. Cit of Jeffersonville By: Title: Is: !. rti' RM'' Date: Webster Environmental Associates, Inc. By la I. ...i, Title: Vice President Date: February 7, 2013 3 PROPOSED SCOPE OF WORK CITY OF JEFFERSONVILLE, IN 11,000 CFM BIOFILTER, COVERS AND 4,000 CFM BIOSCRUBBER ODOR CONTROL DESIGN TENTH STREET PUMP STATION AND DWWTP HEADWORKS Submitted by: Webster Environmental Associates, Inc. (Submitted 2/7/2013) General Scope of Services Webster Environmental Associates, Inc. (WEA) will be responsible for providing Engineering Design Services and Services During Construction related to the design and construction of an odor control system at the Tenth Street Pump Station and the Downtown Wastewater Treatment Plant Headworks. The odor control design at the Tenth Street Pump Station and the DWWTP will be combined in a single set of contract documents, bid and constructed as a single contract. The scope of services is separated into two (2) phases. Phase 1 includes Engineering Design Services and shall be a Lump Sum amount as outlined in this document. Phase 2 includes Services During Construction and shall be Time And Materials (Not To Exceed). Phase 2 shall be initiated by the issuance of a Notice To Proceed initiated by the City of Jeffersonville Sewer Board. Phase 1 Engineering Design Services WEA will be responsible for the design of an 11,000 cfm at -grade biofilter odor control system for the Tenth Street Pump Station. This scope also includes the design of covers over the currently uncovered portions of the grit tanks and diversion structure. This system will collect and treat air from the diversion structure, screen room, screen channels, grit tanks, and pump station wetwell. WEA will also design a 4,000 cfm odor control system for the Downtown Wastewater Treatment Plant (DWWTP) headworks which will utilize bioscrubber technology. This system will mainly collect and treat air from the influent structure but will also pull a portion of air from the screen room. The design follows an Odor Evaluation Report prepared by Webster Environmental Associates, Inc. entitled "Tenth Street Pump Station and Downtown Wastewater Treatment Plant Headworks," revised December 2012. 1. Attend Kick -off Meeting and Collect Preliminary Information 1 1.1 WEA will conduct preliminary discussions with City staff in preparation for kick -off meeting. 1.2 Attend the kick -off meeting and gather required preliminary information included existing drawings, equipment shop drawings, site dimensions, etc. It is assumed that the City will provide electronic and paper copies of all existing drawings for the relevant facilities and structures that can be used as background drawings for the odor control system design. 1.3 Have follow -up conversations with City staff to assure complete understanding of City needs and preferences. 2. Preliminary Engineering Phase 2.1 WEA will prepare a 30% design submittal that will include: • Control and instrumentation strategy • Major equipment selection • 30% design drawings and specifications • Preliminary estimate of probable construction costs • Summary of design criteria 2.2 Review meeting • Attend 30% design review meeting with City staff • Prepare meeting minutes 3. Final Design Phase 3.1 WEA will prepare design drawings and detailed specifications suitable for bidding the odor control system, covers, piping /valves and instrumentation, per Construction Specifications Institute (CSI) standard format. The design drawings and specifications will be complete including (as applicable to the Project) all appurtenances, process and ancillary equipment, accessories and piping. WEA will be subcontracting the civil, structural or electrical design work required for the project. Drawings will include the odor control site plan, buried piping profiles, odor control systems (plans, sections, details), process covers and ductwork (plans, sections, details), and process and instrumentation drawings (P & ID). WEA will not provide detailed loop diagrams but will provide a description of controls. The design shall include detailed mechanical drawings (AutoCAD format), specifications, tables, charts, schedules and other documentation as may be necessary for the Project. WEA will assemble the bidding documents and general specifications. WEA will not be responsible for reproduction or distribution of the contract documents to prospective bidders. 3.2 At the 60 %, 95% and final completion levels of the design drawings and specifications, WEA will submit an electronic set and two hard copies of 2 drawings and specifications to the City for review. WEA will incorporate final comments after final review and prepare design drawings and specifications for construction. The final drawings will be stamped and signed by a licensed Indiana P.E. 3.3 WEA will submit an electronic copy and up to four hard copies of the final design drawings and specifications to the City prior to the initial bid advertisement for the Project. 3.4 WEA will prepare an estimate of construction cost for the Project at the 60 %, 95% and final completion levels. 3.5 WEA will attend one design review meeting following the submittal of 60% and 95% design documents. WEA will discuss and review design issues with the City, other design team members, and equipment suppliers by telephone or email during the design process, on an as needed basis. 3.6 WEA will answer questions by the City regarding odor control design by telephone or email during the design process, on an as needed basis. 4. Bidding Services 4.1 WEA will attend the pre -bid conference to assist in answering questions related to the odor control systems. 4.2 WEA will assist the City in preparation of responses to questions relating to the odor control systems and reviewing the bids received during the bidding process. The City will be responsible for reproduction and distribution of addenda to plan holders. Phase 2 Services During Construction The following scope of services is based on a conversation with Len Ashack (Wastewater Utility Director) on 12/7/2012. 5. Construction Phase Services 5.1 WEA will review shop drawing and O &M manual submittals for the odor control systems. 5.2 WEA will assist the City in preparation of responses to Contractor questions during construction. 5.3 WEA will attend up to five (5) monthly progress meetings during construction of the project, prepare meeting agendas and prepare project meeting minutes. 3 5.4 WEA will attend up to five (5) monthly sewer board meetings during construction of the project. 5.5 WEA will provide onsite inspection for up to 528 hrs during construction of the project (based on 3 days per week). WEA will develop weekly progress reports to document the progress of construction. 5.6 WEA will witness the odor control system check -out, start-up, and performance testing. Two (2) -three (3) day site visits are included in this task. 5.7 WEA will prepare an Operation and Maintenance Manual for the biofilter and deliver six (6) copies to the City. Project Schedule WEA proposes the following project schedule: Description Start Date Finish Date Kickoff Meeting 2/11/13 2/15/13 Preliminary Engineering (30% Design) 2/18/13 4/19/13 60% Design Submittal 4/22/13 5/24/13 95% Design Submittal 5/27/13 7/05/13 Prepare Final Contract Bidding 7/08/13 7/19/13 Documents Bid Advertisement 7/22/13 8/23/13 Award Contract 8/17/13 9/21/13 Project Construction (8 months) 9/23/13 5/23/14 Cost Proposal Phase 1 (Design Services) WEA will perform the above described, Phase 1 Scope of Work for the following Lump Sum amounts: Task Task Description Amount 1 Project Initiation $6,497 2 Preliminary Engineering Phase $23,535 3 60 %, 95 %, and Final Design Drawings and $90,602 Specifications 4 Bidding Services $6,445 Total $127,079 Cost Proposal- Phase 2 (Services During Construction) WEA will perform the above described, Phase 2 Scope of Work for the following Time and Materials amount, Not To Exceed $110,349. 4