Loading...
95-154 Resolution No. 95-154 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH BLACK & VEATCH BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard B. Helwig, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Black & Veatch for engineering services for the water treatment plants improvements, a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: July 26, 1995 Adopted: July 26, 1995 Omnibus Vote: Yeas 7 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk k r PP r I ENGINEERING SERVICES AGREEMENT WATER TREATMENT PLANTS IMPROVEMENTS r ip AGREEMENT THIS AGREEMENT, is made and entered into this lot day of 1995, by and between the CITY OF ELGIN, an Illinois • mun ipal corporation (hereinafter referred to as "CITY" ) and Bla & Veatch, a Missouri partnership (hereinafter referred to as "ENGINEER" ) . WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with expanding the 1.1 existing Riverside Water Treatment Plant and River Intake and Pumping Station facilities; and to make modifications to the existing Riverside and Airlite Water Treatment Plant facilities, existing lime residuals handling facilities and associated water distribution system facilities (hereinafter referred to as the "PROJECT" ) . AND WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER to act for and represent it in all engineering matters involved in the PROJECT, subject to the following terms and conditions and stipulations, to-wit: I. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Public Works of the CITY, herein after referred to as the "DIRECTOR" . B. The services to be provided by the ENGINEER under this agreement have been divided into two phases as follows : 1 . Paragraphs C. 1 through C. 5 which are funded under the lump sum fee identified in paragraph IV.A. 2 . Paragraphs D. 1 through D. 3 which are not funded under the lump sum fee, but will be funded by an amendment to this agreement as noted in paragraph IV.C. r tin -2- s C. In general, the initial services to be performed under this agreement will consist of the following Basic Design Phase Services . 1 . Project Administration 2 . Residual Handling Facilities Evaluations 3 . Engineering Evaluations for: a. Evaluation of Proposed Enhanced Surface Water Treatment Rules b. Staffing Evaluations c. Spills Contingency Plan d. River Dredging 4 . Final Design, Plans, Specification and Cost Estimates for: a. Contract No. 8 : (a) Riverside Treatment Plant Expansion (b) Riverside and Airlite Treatment Plant Modifications b. Contract No. 10: Airlite Sludge Lagoons 5 . Control System Prequalification D. The following services will be performed after an amendment is authorized to this agreement, and will consist of, but may not be limited to the following activities : 1 . Design Phase Services for Contract No. 9 : Intake and Pump Station Modifications . 2 . Bidding and Preaward Services for Contracts No.8 No. 9 and No. 10 . a. Bid Document Distribution b. Pre-bid Meeting c. Bid Evaluations d. Recommendation for Award 3 . Construction Phase Services a. Public Involvement Program Assistance b. Project Administration for: r Pi -3- ( 1) Contract No. 8 : Riverside Plant Expansion and Riverside and Airlite Plant Modifications (2) Contract No. 9 : Intake and Pump Station Modifications ( 3) Contract No. 10 : Airlite Lagoons c. Control System Software Configuration P d. On-site Resident Services for Contracts No. 8, No. 9 and No. 10 e. Selected Start up and Operational Services E. Supplemental Services are additional services not PP included in this agreement which will be performed by the ENGINEER should an amendment be authorized by the CITY. F. A detailed Scope of Services is attached hereto as Attachment A. II. PROGRESS REPORTS A. An outline project milestone schedule is provided herein under: Project Milestones Schedule Begin Design and Assistance Contract No. 8 July 31, 1995 Contract No. 9* February 3, 1997 Contract No. 10 July 31, 1995 Submit Documents for IEPA Review Contract No. 8 May 27, 1996 rP Contract No. 9* June 2, 1997 Contract No. 10 November 20, 1995 Advertise Construction Contracts* Contract No. 8 November 3, 1996 Contract No. 9 September 15, 1997 Contract No. 10 February 19, 1996 r r -4- w or Final Completion of Construction Contracts* Contract No. 8 November 30, 1998 Contract No. 9 November 30, 1998 Contract No. 10 October 31, 1996 PP *NOTE: These milestone dates are contingent upon timely amendments to this basic agreement as noted in paragraphs I .D. and IV.C. B. Any change in the general scope, extent, or character of the project that results in an adjustment to the schedule, shall also require the scheduled completion of corresponding elements of the prject to be adjusted accordingly. C. A detailed project schedule for the Project is included as Attachment B, attached hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in article D. below. D. The Engineer will submit to the Director monthly a Status Report keyed to the Project Schedule. A brief narrative will be provided identifying progress, findings and outstanding issues . III. WORK PRODUCTS PI f A. All work products prepared by the ENGINEER pursuant hereto including, but not limited to, reports, designs, calculations, work drawings , studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR provided, #P however, that the ENGINEER may retain copies of such work products for its records . Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. B. Notwithstanding the above, ENGINEER shall retain its rights in its standard drawing details, designs, specifications, database, computer software and any other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of the ENGINEER. IV. PAYMENTS TO THE ENGINEER A. The CITY shall reimburse the ENGINEER for Basic r PP _5- w Design Phase Services (Section 1 .C. 1 through 1 .C.5) �r under this Agreement a lump sum of One million, one hundred forty-seven thousand five hundred ( $1, 147 ,500 . 00) Dollars, regardless of actual costs incurred by the ENGINEER unless SUBSTANTIAL modifications to the project are authorized in 66, writing by the DIRECTOR. B. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. C. For those services identified under the Scope of Services as Design Phase Services for Contract No. 9 : Intake and Pump Station Modifications (Section I .D. 1) ,Bidding and Preaward Services for Contracts No. 8, No. 9 and No. 10 (Section I .D.2) and Construction Phase Services (Section I .D. 3) , the fee shall be negotiated between the ENGINEER and CITY, and this Agreement modified by a change order or amendment, at such time prior to the commencement of the work after a funding appropriation for the project construction has been enacted by the CITY. D. A detailed fee breakdown is attached hereto as Attachment C. V. INVOICES p A. The ENGINEER shall submit a invoice monthly during the term of the contract, and a final invoice upon completion of Services . The invoice format shall be acceptable to the City. Submittal of progress reports ( II .D above) shall coincide with submittal of each payment request. In the event CITY questions some element of an invoice, that fact shall be made known to the ENGINEER immediately. ENGINEER will transmit a revised invoice as p necessary. The City may amend a payment request submitted by the Engineer, and authorize those components of the payment request approved by the City. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of direct costs and expenses of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. Pi -6- !w VI. PERSONNEL The ENGINEER will assign throughout the term of this agreement the key personnel identified hereinafter, and will not replace or reassign these key personnel without the prior written approval of the Director. PP A. Project Manager: Mr. Robert D. Renfrow B. Project Engineer: Mr. John J. Pruss C. Control System Engineer: Mr. Michael D. Etheridge A detailed work experience history for the above key personnel is included as Attachment D. VII. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen ( 15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the amount set forth under Paragraph IV.A above. VIII. TERM This Agreement shall become effective as of the date the ENGINEER is given a written Notice to Proceed following approval of CITY' S corporate authorities and, unless terminated for cause or pursuant to Article VII foregoing, shall expire on the date the DIRECTOR determines that all of the ENGINEER' s work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims IP which the CITY may have or thereafter acquire with respect to any breach hereof by the ENGINEER. IX. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY, the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER' s fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required r -7- under this Agreement as determined by the DIRECTOR shall proceed without interruption. X. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right !P to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within fifteen ( 15) days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. XI . INDEMNIFICATION • A. The ENGINEER shall indemnify and save harmless the CITY, its officers and employees from and against any and all loss, liability and damages including but not limited to Workmen' s Compensation claims, to the extent caused by the negligent actions or omissions of the ENGINEER in connection herewith, including but not limited to negligent actions or omissions of employees or agents, of the ENGINEER caused by the performance of professional services . B. To the fullest extent permitted by law, the ENGINEER shall not be liable to the CITY for any special, indirect, or consequential damages resulting in any way from the performance of the services except for any fines which may be imposed by governmental entities which are caused by the ENGINEER' S negligence. XII . NO PERSONAL LIABILITY No official, director, officer, agent or employee of the City shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. XIII. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of Commercial General Liability Insurance with limits of $1,000,000 aggregate for bodily injury and $1,000, 000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a r -8- ttkl Certificate of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty ( 30) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article XI entitled "Indemnification" shall be provided. B. Comprehensive Automobile Liability. The ENGINEER I, shall provide, pay for and maintain in effect, } during the term of this Agreement, a policy of Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of $500, 000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined PO single limit of $1,000,000 per occurrence subject to a $1,000, 000 aggregate. D. Professional Liability. The ENGINEER shall carry !!' Engineer's Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. E. Additional Insurance. All Project contractors shall be required to include the CITY and ENGINEER as additional insureds on their General Liability insurance policies and shall be required to indemnify the CITY and ENGINEER to the same extent. XIV. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the construction, unless specifically identified in the Scope of Services . p -9- XV. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status, of the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: • employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. XVI . ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. XVII. DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. XVIII. NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect, create or establish the relationship of co- partners between the CITY and the ENGINEER, or as r -10- constituting the ENGINEER as the general representative or general agent of the CITY for any purpose whatsoever or to constitute an employment relationship between the parties hereto. PIP XIX. SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other • portions of this Agreement shall remain in full force and effect. XX. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. XXI. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties . Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. XXII. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois . XXIII. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. I -11- XXIV. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY' s employ or any work associated Po with the PROJECT. XXV. INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295 Fig The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XXVI. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment C. a description of sexual harassment, utilizing examples; a D. the vendor's internal complaint process including penalties; E. the legal recourse, investigative and complaint process available. A copy of the policies must be provided to the Department of Human Rights upon request. P.A. 87-1257 . !" XXVII. THIRD PARTY RIGHTS Nothing in this Agreement shall be construed to give any rights or benefits to anyone other than CITY and ENGINEER. XXVIII. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. p -12- OP XXVIV. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows : A. As to CITY: rJAMES L. KRISTIANSEN Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 PI B. As to ENGINEER: ROBERT RENFROW Black & Veatch 8400 Ward Parkway P.O. Box 8405 Kansas City, MO 64114 IP L L r I -13- P IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in !o this statement. For the CITY: ATTEST: THE CITY OF ELGIN By B y . Dolonna Mecum Richard B. Helwig City Clerk City Manager (SEAL) For the ENGINEER: PP Dated this f 7 day of v IV , A.D. , 1995 . / ATTEST: /4411 By ���v A '�i By lir_ ;.„0. �'/�17.- - , Partner (SEAL) DAVID B. hUNT r r ATTACHMENT A DETAILED SCOPE OF SERVICES F F C C C p p P0 1: APPENDIX A TO AGREEMENT FOR ENGINEERING SERVICES Owner: City of Elgin, Illinois Project: Water Treatment Plants Improvements DESCRIPTION OF SCOPE OF SERVICES Evaluations, final design, and preparation of drawings and specifications under this Agreement are based upon the findings and recommendations presented 1: in the Comprehensive Water Master Plan and the Report on Evaluation of Selected Facilities for the Airlite Water Treatment Plant and the subsequent Design Memorandum for Water Works Improvements Water Treatment Facilities prepared for the City of Elgin. The services under this Agreement are an extension of the Design Memorandum services for the expansion of the Riverside water supply and treatment facilities and modification of the Airlite water treatment plant. The construction of the new facilities will be implemented through three separate construction contracts as outlined below. Contract No. 8 - Riverside WTP Expansion and Airlite WTP Improvements. Work under this Contract will provide for the expansion of the existing Riverside WTP from 16 mgd to 32 mgd and construction of selected improvements at the existing Airlite WTP. The scope of the expansion of the Riverside WTP is based on the Design Memorandum for Water Works Improvements Water Treatment Facilities. The major elements involved in the expansion at the Riverside WTP include the following: 1: a. Addition of a 16 mgd treatment process train consisting of a presedimentation basin, primary basin, and secondary basin, and rapid mix chambers. 1: b. Expansion of the plant's sludge handling facilities. c. Chemical and filter building expansions for the addition of four filters and three transfer pumps. d. Modifications and expansion of the chemical feed and storage facilities. e. Modification and expansion of the laboratory and 1: administrative areas. f. Installation of a new computer-based control and monitoring 1: system, g. Addition of a 5 MG ground storage reservoir. r A-1 JAC070695 1: CONTELGIN p h. Relocation and modification to the chlorine storage and feed rooms and the addition of a chlorine scrubber. i. Addition of a second carbon dioxide storage tank. j. Replacement of the wash water return pumps and modifications to allow the wash water return to be discharge to the South McLean sludge handling facilities through the plant's existing , sludge transmission facilities. 1: k. Electrical, mechanical , instrumentation, and auxiliary facilities to support the modified and expanded water treatment facility. 1: The improvements to the existing Airlite WTP are based on the recommendations of the final Report on Evaluations of Selected Facilities for the Airlite WTP. The recommended high service pumping 1: and electrical power service modifications under the Report were constructed under a previous contract and are not a part of the improvements proposed under this contract. A general scope of the 1: remaining modifications at the Airlite WTP included under this contract include the following: a. Installation of a new instrumentation and computer control/ monitoring system as an expansion or extension of the Riverside control system. 1: b. Modifications to chemical application points and other miscellaneous chemical feed system modifications. 1: c. Electrical , mechanical , and other miscellaneous modifications identified to restore the existing filter room and filter pipe gallery, including the removal and replacement of the filter influent, effluent, wash water supply, wash water drain, ' surface wash , and rate control valves with new butterfly valves. d. Replace the existing inadequate heating and ventilation equipment and system with new HVAC system. 1: e. Construct a new chlorine gas scrubber system including structure and site work modifications. 1: f. General items identified to improve general appearance, maintenance, and safety of the existing facilities including replacement of the existing roof, inspection of the interior of the aeration basin, and any required concrete restoration 1: required of the interior of the aeration basin. r A-2 JAC070695 1: CONTELGIN irk Contract No. 9 - Fox River Intake and Pumping Station Expansion and New River Water Supply Line. Work under this Contract will provide for the expansion of the existing Riverside river intake and pumping station from 16 mgd to 32 mgd and the construction of a second 30 inch raw water supply line to the Riverside WTP. The scope of the expansion is based on the Design Memorandum for Water Works Improvements Water Treatment Facilities. The major elements involved in the expansion include the following: a. The addition of two 8 mgd vertical diffusion vane pumps and associated piping and valves. 1: b. The new and existing pumps, including speed control of the existing AFD, will be incorporated into the new plant computer 1: control system for remote control from the Riverside WTP. c. Modifications to the existing potassium permanganate feed e 1: d. The systm. addition of a second 30 inch raw water supply line to the Riverside WTP including the necessary valves and road 1: improvements. Contract No. 10 - Airlite WTP Sludge storage Lagoons. Work under this Contract will provide for the reconstruction of the existing sludge storage lagoons at the Airlite WTP. The scope of the reconstruction is based on the regulatory requirements set forth in Illinois administrative Code for activities in a setback zone and an interpretation of these regulations for setback requirements and required liner system. The major elements involved in the lagoon reconstruction include the following: a. The new sludge storage facilities will consist of two lagoon cells that maximizes their capacity within the limits of the 1: existing property limits, setback requirements, and ground water limitations at the site. A gravel access road on top of the lagoon berms will be provided for sludge removal access. Single inlet and outlet structures will be provided for each cell. 1: b. Telescoping valves or other level control devices will be provided at the outlet structures to decant liquid off the top of the lagoons and return it of the head of the plant. Two submersible pumps will be provided to handle the decant return. c. The proposed dual liner system will consist of a lower liner system over the natural subgrade and overlain by a leachate collection system. The leachate collection system will consist of a granular drainage media with underdrain piping r A-3 JAC070695 CONTELGIN fi provided to carry any leachate to a central collection sump. Submersible pumps will be used to return leachate collected back to the lagoon cells. Above the leachate collection system, a top liner system will be installed and overlain with a concrete or soil cement protection layer. d. The berm liner system will be equal to or similar to the bottom liner system. e. It is anticipated that three monitoring well, one upstream and two downstream, will be provided for monitoring ground water around the site. Construction phase services involving bidding and preaward services, project administration, control system software configuration services, resident 1: services, and selected startup and operational services for the construction of the above contracts will be included by amendment to the Agreement. 1: BASIC DESIGN SERVICES The basic design services included under this Agreement are as follows: A. PROJECT ADMINISTRATION An important element of the project is the administration of each individual contract as well as the overall project. Management functions required to successfully complete each portion of the work will be provided, including all project correspondence with the Owner, consultation with Owner's staff, supervision of the work, and continuous monitoring of work progress. 1: The following tasks are specifically related to project administration: 1. Initial Meeting. Conduct an initial meeting with the Owner's staff to establish project staffing and clarify understanding of scope and parameters of the project. 2. Schedules. As each phase of the Project is authorized to be performed, prepare a detailed schedule by activity and date and coordinate each phase schedule with an overall project schedule. Identify and establish project milestones for all phases of the proposed work, and periodically update the project schedule. Submit schedules to the Owner for review and approval. 3. Progress Meetings. Participate in informal meetings with the Owner throughout the design phase to review progress and exchange ideas and information. Six meeting at the Riverside facilities are anticipated based on the proposed project schedule. r r A-4 JAC070695 1: CONTELGIN • 4. Progress Reports,. Monthly progress reports summarizing the status of the work to date based upon an approved activity schedule will 1: be prepared and submitted to the Owner's staff. 5. Regulatory Coordination. Communicate with State agency and reach an understanding on design objectives and performance requirements. 6. Proiect Costs. During final design, opinions of probable construction cost for each construction contract will be developed. 1: This cost, as mutually agreed to by the Owner prior to bidding, will represent the Maximum Allowable Construction Cost (MACC) for that bid package. If for any reason, prior to the bid, the 1: Engineer believes that the project will exceed the MACC, he shall notify the Owner in writing. The written notification shall include a detailed explanation and shall provide suggestions for reducing the projected costs. 1: The Owner, when notified, shall either: (1) cooperate fully in reducing the scope of the project sufficiently to bring the project 1: within the MACC or (2) authorize an increase in the MACC to cover the projected cost of the work. In developing the contract documents, provisions for adjustment of the final scope of construction work by selection of previously defined deductive alternatives mutually agreeable to the Owner will be provided in the event the lowest acceptable bid received exceeds the MACC. B. RESIDUAL HANDLING FACILITIES EVALUATIONS Engineering services will be provided for evaluations, permit assistance 1: for modifications to the Owner's existing Airlite and South McLean residual handling facilities. The findings and recommendations from the evaluations and the results of the permit assistance may impact the design requirements of the proposed modification and/or replacement of existing Airlite residual handling facilities. The following tasks are specifically related to Airlite residual handling facilities evaluations: 1. Low Level Radioactivity Exposure. Review and evaluate the Airlite plant staff's exposure to low levels of radioactivity associated with sludge handling and storage facilities at the Airlite plant site. Through a subcontract, provide the services of a health 1: physicist to conduct on-site review and testing for radioactivity and radon gases within the existing lime sludge handling facilities and assess the exposure of plant staff to these elements and if necessary, identify protective measures that the Owner could I: - implement. 2. Permit Hearing Assistance. Provide the services of a 1: geotechnical/storage lagoon design specialist to assist Owner's staff with presentations to the Illinois Pollution Control Board relative to the Owner's request for exception from the water well r A-5 JAC070695 • CONTELGIN set back regulations for the Airlite sludge lagoons. Services include developing a proposed plan and associated costs for reconstruction of lagoons on plant site using a double liner system, review of petition and response material presented to the Board by the Owner, participation and presentation of testimony relative to design of special waste storage facilities at May 9, 1995 hearing before the Board, and consultation with Owner's staff regarding the results of the hearing and preliminary design of replacement storage lagoons. C. ENGINEERING EVALUATIONS Engineering services will be provided for preliminary engineering evaluations associated with the proposed improvement facilities. The findings and recommendations of each task will be presented in a letter report. The recommendations of the following preliminary evaluations may also impact the final design of the proposed improvements. The following tasks are specifically related to preliminary engineering evaluations: 1. Enhanced Surface Water Treatment Regulations. Evaluate proposed enhanced surface water treatment regulation rules and the possibility of classification of the Fox River as vulnerable and identify any additional testing and analyses that would result. 2. Staffing Evaluation. Provide a review and update of the Master Plan staffing requirements for the water treatment facilities based on the proposed expansion and improvements. Provide a letter report of the findings. 3. Spills Contingency Plan. Review the existing Spills Contingency Plan identification requirements in regards to recent right-to-know laws and recommend modifications to the plan as required. 4. River Dredging. Review available Fox River bottom depth survey data at the Riverside river intake location and evaluate the costs and benefits associated with re-dredging the river to increase the water depth at the intake location. D. FINAL DESIGN, CONSTRUCTION DRAWINGS, AND SPECIFICATIONS Engineering services will be provided for the final design and the preparation of construction drawings and specifications for the expansion and modification of the Owner's existing Riverside and Airlite water treatment plants, Riverside intake and pumping station, and Airlite sludge storage lagoons. r r JAC070695 A-6 • CONTELGIN 1: 1: The following design tasks are applicable in general to each contract previously described. bik 1. Roof Inspection. Provide, through a subcontract and on-site evaluation by the Engineer, an inspection of the roof systems at 1: .-i the Riverside facilities to determine the integrity of the roofs and the need for repair and/or replacement. Provide a letter _ report of the inspection including recommendations and opinions of costs. Any roof repair/replacement recommendations selected by the I: Owner will be incorporated into the final design of the Riverside improvements. I: 2. Filter-To-Waste Provisions. Evaluate the modifications required at the Riverside WTP to incorporate filter-to-waste provisions into the existing and new filters. Include provisions for discharging I: filter backwash water to the sludge lagoons rather than returning it to the head of the plant. If selected by the Owner, incorporate these improvements into the final design of the riverside improvements. 1: 3. Design Memorandum. Revise and expand the Design Memorandum to incorporate the Owner's supplemental review comments and to 1: establish agreement on Airlite water treatment plant scope of work beyond that already included in the Design Memorandum. 4. Review and Coordination Meeting. Meet with the Owner's staff and I: secure their comments on the revised Design Memorandum and preliminary documents. Resolve any questions, revise document if necessary, and resubmit five (5) copies to the Owner. I: 5. Regulatory Review. Submit the revised Design Memorandum to the appropriate governmental agencies having regulatory interest in the 1: project. If necessary, attend one meeting to discuss the Design Memorandum with regulatory agency officials. 6. Memorandum Update. Update and distribute the Design Memorandum I: periodically as required during the final design phase of the contract. r 7. Drawings and Specifications. Prepare detailed drawings and specifications for the proposed construction contract and for all materials and equipment required under the contract. The documents I: will be prepared for construction by private contractors on a competitive bid basis. 8. Finalize Control System Architecture. Meet with Owner's staff up 1: , to three times in Elgin to review the proposed control system and radio communications, procedures for evaluation and selection of computer hardware and software, criteria for developing equipment and system specifications,and requirements for control system supplier qualifications. Establish procedures and develop criteria for selection of acceptable control system suppliers. r A-7 JAC070695 CONTELMIN r 9. Submittal Review. Provide five (5) sets of drawings and specifications to the Owner for review at 60 percent and 90 percent 1: design completion. 10. Design Review Meetings. Following the review of each submittal , meet with the Owner's staff to discuss their review comments and resolve any questions. It is anticipated three meetings will be held in the Engineer's Kansas City offices. 11. Quality Control Review. Perform an "in-house" quality control review of the drawings and specifications of the contracts at approximately 60 and 90 percent design completion. 12. Constructabilitv Review. Perform an "in-house" constructability review of the drawings and specifications of the contracts at 60 1: and 90 percent design completion. This review will be performed by an experienced construction manager. 13. Construction Permits,. Determine required construction permits a.nd 1: licenses and provide in the specifications that all required construction permits and licenses must be obtained by the construction contractor. 1: 14. Opinion of Probable Costs. Prepare a preliminary opinion of probable construction cost for the proposed work covered by the drawings and specifications of the contract. 1: 15. Regulatory Review,. Following Owner review of completed documents of the contract, make any necessary modifications and submit three (3) sets of revised drawings and specifications for the contract to the appropriate regulatory agency for review and five (5) sets to the Owner for record. 16. Regulatory Review Meeting. Attend one meeting to discuss the documents with regulatory agency officials. 17. Revise Contract Documents. After receipt of regulatory agency review comments and Owner's second review comments, revise the contract documents, if necessary. 18. Develop Construction Administration Plan. Prior to completion of the final construction contract documents and, in cooperation with 1: the Owner, mutually develop a Construction Administration Plan for the Project and incorporate the requirements and responsibilities relative to this plan into the construction contract documents. The plan shall describe the program, requirements for executing the work, and the organizations participating in the construction of 1: r A-8 JAC070695 CONTELGIN PP 6 the Project. The plan will include, but not be limited to the following: (a) Work statements (b) Organizational charts (c) Duties of Project participants (d) Responsibility charts (e) Tentative schedules 1: (f) Procedures for communications, documentation, control and coordination (g) Public relations (h) Materials testing strategy 1: 19. Prepare Invitation to Bid. Prepare bid forms and preliminary Invitation to Bid form for the contract. 20. Evaluate Alternative Liner Systems. Under the design of the Airlite sludge lagoons, up to three alternative liner and leachate 1: collection systems that will provide a cost effective, constructable, permittable design consistant with the proposed dual liner system will be evaluated. Selected alternatives and the 1: proposed liner system will be reviewed with IEPA regulatory agency to establish final design criteria for the liner system. 1: 21. Prepare Construction Quality Assurance Plan. Under the design of the Airlite sludge lagoons, prepare a detailed construction quality assurance (CO) plan as required by the regulatory agency for the construction of the sludge storage lagoons liner system. Report preparation and documentation of any regulatory closure requirements for the existing lagoons will be addressed under Construction Phase Services of this Agreement. Prior to the completion of the construction documents, the Owner and Engineer shall mutually review and modify the following tentative Scope of Services for Construction Phase Services, Control System Configuration Services, Resident Services During Construction, and Selected Startup and Operational Assistance of the Project to be consistent with the mutually developed Construction Management Plan and contract document requirements. The services to be provided will be coordinated and reflected in the final construction contract documents. The modifications to these construction related services and the Owner's authorization to proceed with these services will be included by amendment to this Agreement. F A-9 JAC070695 CONTELGIN PP FP L. E. CONTROL SYSTEM PREQUALIFICATION SERVICES Engineering services will be provided for prequalification of control system equipment suppliers. The following tasks are specifically related to the prequalification effort: 1. Control System Supplier Selection/Prequalification. Prepare a prequalification document for the control system and submit to the Owner for review. Following review, meet with the Owner's staff to discuss their review comments. Revise the document as necessary and assist the Owner in advertisement of "Invitations To Prequalify". Identify and mail invitations to potential control system equipment suppliers and distribute prequalification documents. Prequalification statements will be received by the Owner and forwarded to the Engineer for evaluation. 1: 2. Control System Supplier Prequalification Evaluation. Review and evaluate the prequalification statements and submit a summary of the evaluations and a recommendation for prequalification based on 1: the Engineer's evaluation. Provide the Owner a draft "Notice of Prequalification" letter for Owner to forward to respondents. 1: In finalizing the prequalification process for the control system suppliers, assist the Owner's staff in the review and evaluation of alternative equipment proposed. The evaluations will include field visits to other operating treatment facilities with similar equipment and/or to equipment supplier's manufacturing facilities. The selection of the facilities to visit shall be made in consultation with Owner's staff. Because the extent of these visits is undetermined at this time, engineering services will be provided as directed by the Owner and within the limits of compensation indicated in Appendix C. Services beyond the compensation limit indicated for this task will be classified as Supplemental Services. BASIC CONSTRUCTION PHASE SERVICES 1: Engineering services will be provided for the construction phase of Contract No. 8 - Riverside WTP Expansion and Airlite WTP Improvements, Contract No. 9 - Fox River Intake and Pumping Station Expansion and River Water Supply Line, and Contract No. 10 - Airlite Sludge Lagoons. Construction phase services will include public involvement program assistance, bidding and preaward services, project administration, control system software configuration services, resident services, and selected startup and operational services. The services and tasks will be further defined and/or modified as required and in coordination with the projects final Construction Administration Plan. The final scope of work for this phase of the project will be defined prior to the Owner's authorization to proceed with this phase of the project. r r A-10 JAC070695 1: CONTELGIN PP The following is a tentative list of services and tasks specifically related to basic construction phase services: . A. PUBLIC INVOLVEMENT PROGRAM ASSISTANCE The Owner proposes to take a proactive approach in informing the public about the proposed expansion and modifications to the City's existing • water supply and treatment facilities. The goals of the program are to create understanding and awareness of the need for the project. Under this Agreement, the Engineer will assist the Owner's staff in meeting the goals of the public involvement program. 1: The following tasks are specifically related to the public involvement program. 1: 1. Prepare Publications., Assist the Owner's staff as requested in the preparation of pamphlets, newsletters, or publications presenting various elements of the project including assistance with the preparation and production of materials for the project's ground 1: breaking and open house activities. 2. Prepare Press Releases. Work with Owner's staff and the news media, as requested, in the preparation of informational advertisements to announce the various elements of the project. 1: B. BIDDING AND PREAWARD SERVICES The Engineer will perform bidding and preaward services under the construction phase of each contract. Tentative services to be performed by the Engineer are as follows: 1. Coordinate bid letting date, time, and place with the Owner and 1: prepare final Invitation to Bid for the contract. 2. Assist and advise the Owner in placing the advertisement of the Invitation to Bid for the contract. 3. Identify potential contractors and suppliers, and distribute copies of Invitation to Bid for the contract. Maintain a record of prospective bidders and suppliers to whom drawings or specifications have been issued. 4. Provide a sufficient number of sets of construction contract drawings and specifications for bidding purposes, and distribute the drawings and specifications to prospective bidders and not more than three public bidding exchanges. 5. Distribute plan holders' lists to recipients of drawings and specifications prior to the bid opening. F F A-11 JAC070695 CONTELGIN is 6. Receive deposits for construction contract drawings and specifications. Process refunds, if required, to unsuccessful 1: bidders. To reduce reproduction and mailing expenses, the Engineer shall retain any portion of the deposits which are not refundable. 1: -Ar 7. Distribute 15 sets of construction contract drawings and specifications to the successful bidder. 8. Conduct, at a date and time selected and a place provided by the Owner, a prebid conference to: a. Instruct prospective bidders and suppliers as to the types of 1: information required by the contract documents and the format in which bids should be presented. b. Review special project requirements and contract documents in general. c. Receive requests for interpretations which will be issued by 1: Addendum. d. Prepare minutes of conference and issue by addendum. 1: Coordinate site visits of prospective bidders with the Owner to 9. C p p permit viewing of the construction sites. 10. Interpret construction contract drawings and specifications, and provide written responses to questions from prospective bidders requiring clarification during the bidding period. Prepare and issue addenda to the construction contract documents when required. Requests for review of substitute or "or equal" materials or 1: equipment to that specified will not be considered by ENGINEER until after the construction contract has been awarded. During contract advertisement, requests for prequalification of other control system equipment manufacturers will not be considered. 1: 11. Assist the Owner during the bid opening. Answer questions during bid opening, make preliminary tabulation of bids, and review questionnaires and bids for completeness. 12. Examine the questionnaire during bid opening to identify any supplier whose equipment or materials may not conform to the construction contact documents. This examination will be based on the knowledge and experience of Engineer. 1: ; 13. Review, evaluate, and submit comments to the Owner concerning equipment performance data submitted by the bidders. These services may include review of building design changes required to 1: accommodate the proposed equipment, installation requirements and related engineering, training and operating costs, the experience r A-12 .UC070695 • r CONTELGIN a and performance record of the manufacturer, availability of service personnel, and operating and maintenance costs. 14. Review and evaluate the qualifications of the bidders and the proposed major or specialty subcontractors. The reviews and evaluations will include such factors as work previously completed, whether adequate equipment is available to complete the work properly and expeditiously, financial resources, and technical experience. Provide Owner a written statement summarizing the evaluations. 15. Prepare and distribute formal bid tabulation sheets, evaluate bids and make written recommendations to the Owner concerning contract award. 16. Prepare and distribute conforming copies of the construction 1: contract documents. These services will include review of Contractor's bonds, furnishing the Contractor unsigned construction contract documents, and transmitting the construction contract 1: documents to the Owner for signature and distribution. C. PROJECT ADMINISTRATION 1: The Engineer will perform project administration services during the construction phase of each contract. By performing these services, the Engineer shall not have authority or responsibility to supervise, direct, or control the Contractor's work or the Contractor's means, methods, techniques, sequences or procedures of construction. The Engineer shall not have authority or responsibility for safety 1: precautions and programs incident to the Contractor's work or for any failure of the Contractor to comply with laws, regulations, rules, ordinances, codes or orders applicable to the Contractor furnishing and 1: performing the work. Tentative services to be performed by the Engineer for each contract are as follows: 1. Receive copies of the Contractor's insurance certificates and forward the certificates to the Owner for acceptance by the Owner's legal counsel. Engineer's review of the insurance certificates is only for the purpose of determining if the Contractor maintains the general types and amounts of insurance required by the contract 1: documents, and is not a legal review to determine if the Contractor's insurance coverage complies with all applicable requirements. 1: 2. As an extension of the public information program, set up a public notification procedure relating to specific construction activities. This work will consist of providing documentation and developing statements for sending written notice regarding the proposed construction schedule and special provisions to members of the public directly affected by the construction activities r A-13 JAC070695 CONTELMIN I: 1: 3. At a date and time selected by the Owner, attend and appropriately participate in the ground breaking ceremonies conducted by the I: Owner. The Engineer shall prepare a Project booklet for distribution by the Owner. I: 4. At a date and time selected by the Owner and at facilities provided by the Owner, conduct preconstruction conference. The Engineer shall prepare an agenda for the conference and prepare and distribute minutes. The preconstruction conference will include a I: discussion of the Contractor's tentative schedules, procedures for transmittal and review of the Contractor's submittal , processing payment applications, critical work sequencing, change orders, I: record documents, and the Contractor's responsibilities for safety and first aid. I: 5. Review and comment on the Contractor's initial and updated construction schedule and advise the Owner as to acceptability. 6. • Analyze the Contractor's construction schedule, activity sequence, I: and construction procedures as applicable to the Owner's ability to keep existing facilities in operation. I: 7. Review the Contractor's initial and updated schedule of estimated monthly payments and advise the Owner as to acceptability. I: 8. Make periodic visits to the construction site to observe progress of the work and consult with the Owner and Contractor concerning problems and/or progress of the work. It is anticipated that monthly site visits will be scheduled. I: 9. Review drawings and other data submitted by the Contractor as required by the construction contract documents. The Engineer's 1: review shall be for general conformity, to the construction contract drawings and specifications for the Contract and shall not relieve the Contractor of any of his contractual responsibilities. Such reviews shall not extend to means, methods, techniques, sequences, 1: or procedures of construction or to safety precautions and programs incident thereto. I: 10. Receive and review guarantees, bonds, and certificates of inspection, tests, and approvals which are to be assembled by the Contractor in accordance with the construction contract documents, I: and transmit them to the Owner. 11. Interpret construction contract drawings when requested by the Owner or Contractor. If authorized by the Owner and Contractor, r. _, the Engineer may interpret construction contract drawings and specifications upon request by subcontractors and suppliers. r 12. Review and process the Contractor's monthly payment requests, and forward to the Owner for processing. The Engineer's review shall be for the purpose of making a full independent mathematical check of the Contractor's payment request. The Engineer is responsible I: .L1C070695 CONTELGIN A-14 m NA for verifying the quantities of work which are the basis of the payment request. Ab 13. Provide documentation and administer the processing of change orders, including applications for extensions of construction time. Items involving any delays to the project will be documented. Evaluate the cost and scheduling aspects of all change orders and, where necessary, negotiate with the Contractor to obtain a fair price for the work. Said negotiation shall be subject to the approval of the Owner. Work related to unusually complex or unusually numerous claims is covered under supplemental services. 14. Upon completion of the project, revise the construction contract drawings to conform to the construction records. Submit one copy of each mylar reproducible and one set of blue-line prints to the Owner. 15. Act as initial negotiator on all claims of the Owner and the Con- tractor relating to the acceptability of the work or the inter- pretation of the requirements of the construction contract documents pertaining to the execution and progress of the work. 16. Analyze data from performance testing of equipment by the Contractor or supplier(s) when the construction contract documents 1: require the equipment to be tested after installation. Submit conclusions to the Owner. 17. Upon substantial completion, inspect the construction work and prepare a tentative listing of those items to be completed or corrected before final completion of contract. Submit results of the inspection to the Owner and Contractor. 18. Upon completion or correction of the items of work on the tentative list, conduct final inspection to determine if the work is completed. Provide written recommendations concerning final payment to the Owner, including a list of items, if any, to be completed prior to the making of such payment. 19. Collect and organize 5 sets of operations and maintenance data provided by Contractor. Each set will be placed in separate binders and provided with a table of contents, and submitted to Owner. 20. Receive and review the consent of surety to final payment furnished by the Contractor. r A-15 JAC070695 CONTELGIN N* D. CONTROL SYSTEM SOFTWARE CONFIGURATION SERVICES 1: The Engineer will provide control system software configuration and application services, including programming specific application infor- mation into the plant control systems so basic tools provided by the 1: r control system vendor can be applied to real tasks. These services will fr include entry of database information in the control system vendor's standard database format; development and programming of graphic screens which display real-time equipment status and process values; programming of control algorithms in the PLCs to implement equipment control; and programming of reports summarizing information in the real-time and 1: historical database in formats directed by the Owner. All configuration services work will utilize the vendor's standard software package, as modified by the vendor to meet the contract requirements. The vendor's software will not be modified. Configuration service will be performed as indicated below for the following: 1: • Database development and entry for digital and analog input and output points. 1: • Programming control algorithms for the plant process equipment installed under the water supply and treatment plant contracts. 1: • Graphic screen development for plant process monitoring and control. With Owner participation, the Engineer will determine the displays necessary for plant monitoring and control. In addition to these displays, additional displays of the Owner's choosing will be developed. • Tabular report formats will be developed for up to 20 different 1: reports. Database, control algorithm, graphic screen, and report information entered into the system will be revised to incorporate Owner's comments after the review meetings indicated below. 1. Tentative services to be performed by the Engineer are as follows: 1. System standards and conventions will be established to ensure consistency throughout the configuration process, and to allow the 1: Owner to maintain consistency in presentation after final acceptance. These conventions will define and document the following principal items: k' -� a. T�ac Names. Standards will be developed for consistent definition of tag names in the system database using recognizable acronyms or ISA tag numbers from the project P&IDs. Tag names will be consistent with the terminology used by the Owner and indicated on the drawings. r A-16 .1NC070695 CONTELGIN pi i b. Display Conventions. Standards will be developed for the type, color, and size of devices and flow lines and the 1: presentation of other information on graphic displays to ensure similar appearance for similar applications. c. Alarm Messages. Alarm message construction will be standardized for consistency and to maximize recognition by the operator. d. Control Standards. Methods for the construction of control algorithms will be standardized to ensure that programming for similar control tasks is consistent. 2. Using the vendor's specific format, develop preliminary confi- guration plan consisting of written tables, lists, and figures for all information that will be entered into the control system. This information will include: 1: a. Information required for the system database for each input and output. b. An annotated list of graphic and tabular displays to be programmed for depicting system facilities and process information. c. Formats for operational, management, and regulatory reports required by the Owner. Owner will provide a list of required reports to complete this task. d. Descriptions of control algorithms that are required to implement the control strategies for the plant process equipment. 1: 3. After development of the standards and conventions and the prelimi- nary configuration plan, information will be submitted to the Owner for review. Meet with the Owner to review the information and the progress of the configuration process. 4. After modifying the preliminary documentation in response to the Owner's comments, enter the configuration data into the vendor's control system using hardware provided to the Engineer by the Contractor. 5. Up to three configuration progress meetings will be scheduled at the Engineer's Kansas City office for review of the configuration progress with the Owner. These meetings will also familiarize Owner personnel with the hardware and configured software. Meeting dates will be established after configuration has begun. 6. The Contractor's proposed factory acceptance testing procedure will be reviewed. The tests will be observed to verify satisfactory completion of testing procedure. Prior to factory acceptance r A-17 JNC070695 CONTELGIN 66 testing, available configuration data will be installed into the system for use during the testing procedure. 1: 7. The Engineer will make several visits to the site to inspect control system equipment installation. The Engineer's project team members involved in the completion of system configuration will be present during the Contractor's initial system startup and checkout. The configured software will be installed and checked to verify that the controls programmed operate properly. The controls or configured software will be modified as needed for proper system operation. " 8. Observe site acceptance test. During this time factory acceptance testing procedures will be run and satisfactory completion of these procedures verified. 1: 9. After the system is fully operational and accepted by the Owner, deliver final documentation to the Owner recording all data and configuration items as finally accepted. Modification to the final 1: documentation reflecting Owner initiated changes will be the Owner's responsibility. 1: E. RESIDENT SERVICES DURING CONSTRUCTION The Engineer will furnish full-time and/or part-time Resident Project 1: Representatives dedicated to the construction contracts covered by this Agreement. It is anticipated that 21 months of full-time resident services may be required for constructions Contracts No. 8 and No. 9. Part-time resident services are anticipated for Contract No. 10 based on the project schedule. The Resident Project Representative will observe the Contractor's work and perform the services listed below. The Resident Project Representative shall not have responsibility for the superintendence of construction site conditions, safety, safe practices or unsafe practices or conditions, operation, equipment, or personnel other than employees of the Engineer. This service shall in no way relieve the Contractor of complete supervision of the work or the Contractor's obligation for complete compliance with the drawings and specifications. The rm Contractor shall have sole responsibility for safety and for maintaining safe practices and avoiding unsafe practices or conditions. Tentative services to be performed by the Resident Project Representative for each contract are as follows: SITE OBSERVATIONS AND LIAISON WITH THE OWNER AND THE CONTRACTOR 1. Conduct on-site observations of the general progress of the work to assist the Engineer in determining if the work is proceeding in accordance with the construction contract documents. 1 A-18 1: .UC070695 CONTELGIN PP 2. Serve as the Engineer's liaison with the Contractor, working principally through the Contractor's Superintendent, and assist the 1: Engineer in providing interpretation of the construction contract documents. Transmit the Engineer's clarifications and interpretations of the construction contract documents to the Contractor. 3. Assist the Engineer in serving as the Owner's liaison with the Contractor when the Contractor's operations affect the Owner's on-site operation. 4. As requested by the Engineer, assist in obtaining from the Owner 1: additional details or information when required at the jobsite for proper execution of the work. 1: 5. Consult with the Owner and the Contractor, giving opinions and suggestions based on his (Resident Project Representative's) obser- vations regarding defects or deficiencies in the Contractor's work and relating to compliance with drawings, specifications, and 1: design concepts. 6. Advise the Engineer and the Contractor or his superintendent immediately of the commencement of any work requiring a shop drawing or sample submission if the submission has not been accepted by the Engineer. 7. Monitor changes of apparent integrity of the sites (such as subsurface conditions, existing structures, and site-related utilities when such utilities are exposed) resulting from construction related activities. 8. Observe pertinent site conditions when the Contractor maintains that differing site conditions have been encountered, and document actual site conditions. The review and analysis of the Contractor claims for differing site conditions are supplemental services. 9. Review the Contractor's construction sequence and traffic control plans for all construction work undertaken simultaneously. Review the Contractor's proposed changes to the construction drawings. im 10. Verify that Contractor has contacted utilities in the general construction area and advise them of the Contractor's schedule. Assist Contractor in coordinating scheduling of utility activities so as to minimize conflicts with the Owner's activities. 11. Establish and furnish the Contractor with necessary base lines and control points which will be used as datum for the work. Actual construction staking will be done by the Contractor. 12. Visually inspect materials, equipment, and supplies delivered to the worksite. Reject materials, equipment, and supplies which do not conform to the construction contract documents. r A-19 .AC070695 CONTEL6IN PP 13. Coordinate on-site materials testing services during construction. Copies of testing results will be forwarded to the Owner and rw Contractor for review and information. 14. Observe field tests of equipment, structures, and piping, and review the resulting reports, commenting to the Owner as appropriate. OUTSIDE LIAISON AND PUBLIC RELATIONS SERVICES 1: 1. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project. Record the results of these 1: inspections and report to the Engineer and Owner. 2. Provide services in connection with the public information program, 1: carrying out notification procedures during construction by contacting individual property owners as appropriate. MEETINGS, REPORTS, AND DOCUMENTS REVIEW AND MAINTENANCE 1: 1. Attend preconstruction conferences, and assist the Engineer in explaining administrative procedures which will be followed during 1: construction. 2. Prepare for and attend monthly progress meetings, and other meetings when deemed necessary, with the Owner and the Contractor 1: to review and discuss construction procedures and progress scheduling, engineering management procedures, and other matters concerning the project. 1: 3. Submit to the Owner and Engineer weekly construction progress reports containing a summary of the Contractor's progress, general conditions of the work, problems, and resolutions or proposed resolutions of problems. 4. Review the progress schedules, schedules of shop drawings 1: submissions, and schedules of values prepared by the Contractor and consult with the Engineer concerning their acceptability. 5. Report to the Engineer whenever work is known to be defective or does not meet the requirements of any inspections, tests, or approval required to be made or has been damaged prior to final 1: payment, and advise the Engineer when the work should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection, or approval. 1: , 6. Review applications for payment with the Contractor for compliance with the established procedure for their submission and forward them with recommendations to the Engineer, noting particularly their relation to the schedule of values, work completed, and materials and equipment delivered to the site but not incorporated into the work. A-20 JIC070695 CONTELGIN 7. Record date of receipt of shop drawings and samples. Receive samples which are furnished at the site by the Contractor, and notify the Engineer of their availability for examination. 8. During the course of the work, verify that certificates, maintenance and operation manuals, and other data required to be assembled and furnished by the Contractor are applicable to the �. items actually installed; and deliver this material to the Engineer for his review and forwarding to the Owner prior to final acceptance of the work. 9. Maintain a marked set of record drawings and specifications at the 1: jobsite based on data provided by the Contractor. This information will be combined with information maintained by the Contractor and a master set of record documents produced. 1: 10. Review certificates of inspections, testing, and related approvals submitted by the Contractor in compliance with required by-laws, rules, regulations, ordinances, codes, orders, or the Contract 1: Documents (but only to determine that their content complies with the requirements of, and the results certified indicate compliance with the construction Contract Documents). This service is limited to a review of items submitted by the Contractor and does not extend to a determination of whether the Contractor has complied with all legal requirements. 1: 11. Maintain the following documents. a. Correspondence files. 1: b. Reports of job conferences, meetings, and discussions among the Engineer, the Owner, and the Contractor. 1: c. Shop drawings and samples submissions. d. Reproductions of original construction Contract Documents. e. Addenda. f. Change orders. g. Field orders. h. Additional drawings issued subsequent to execution of the construction Contract Documents. 1: i. The Engineer's clarifications and interpretations of the construction Contract Documents. 1: j. Progress reports. A-21 JACO7O695 CONTELGIN k. Names, addresses, and telephone numbers of c ontractor, all subcontractors, and major suppliers of materials and equipment. 12. Maintain a daily diary or log book of events occurring at the jobsite, including the following information: a. Contractor's hours on the jobsite. b. Contractor and subcontractor personnel on jobsite. c. Construction equipment on jobsite and hours of use. d. Observed delays and causes. e. Weather conditions. f. Data relative to questions of extras or deductions. g. List of visitors. h. Daily activities. i. Decisions. j. Observations connected with the progress of the work. k. Materials received on jobsite. The diary or log book shall remain the property of the Engineer. A photo copy of the diary or log book will be provided to the Owner upon request at the completion of the project. 13. Take construction photographs and/or videotapes of construction sites, construction features and work throughout the construction activity. Copies of the photographs and/or tapes will be provided to the Owner upon request at the completion of the project. ASSISTANCE IN CERTIFICATION OF SUBSTANTIAL COMPLETION 1: 1. Before the Engineer issues a Certificate of Substantial Completion, submit to the Contractor a list of observed items requiring completion or correction. 2. Assist the Engineer in conducting final inspection in the company of the Owner and the Contractor, and prepare a final list of items to be completed or corrected. 3. Verify that all items on the final list have been completed or corrected and make recommendations to the Engineer concerning acceptance. r A-22 JAC070695 CONTELGIN F. SELECTIVE STARTUP AND OPERATIONAL ASSISTANCE 1: The Engineer will provide selective startup and operational assistance to the Owner's water treatment plant personnel under this phase of the project. The startup and operational assistance will include observation and evaluation of the pre-startup and post-startup of the _¢ treatment plant facilities, and operational assistance to optimize the treatment process and control strategies. The final scope of work for this phase of the project will be defined prior to the Owner's authorization to proceed with this phase of the project. 1: SUPPLEMENTAL SERVICES Any work requested by the Owner that is not included in one of the items 1: listed in any other phase will be classified as supplemental services. Supplemental services shall include but are not limited to: 1. Additional meetings with local , State, or Federal agencies to discuss the project. 2. Appearances at public hearings or before special boards. 3. Supplemental engineering work required to meet the requirements of regulatory or funding agencies that become effective subsequent to the date of this agreement. 4. Assistance with bid protests and rebidding. 5. Preparation for litigation or other legal or administrative proceedings, and appearances in court in connection with bid protests, change orders, or construction incidents. 6. Provision, through a subcontract, of the services of a title 1! company to prepare title reports on each parcel of property on which easements or rights-of-way are required, or which is to be purchased. 7. Providing engineering assistance to the Owner in property and/or easement negotiation meetings and condemnation proceedings. 1: 8. An environmental assessment, report, and/or environmental impact statement, including wetlands, as requested by the Owner or required by review agencies. 9. Provision, through a subcontract, of the necessary surveying to re- establish land surveying monuments. In easement or right-of-way areas, mark the easement or right-of-way limits. 1: 10. Provision, through a subcontract, of archaeological consultations regarding artifacts that may be uncovered during construction. 1: A-23 ' JAC070695 CONTELGIN 1: 1: 11. Provision, through a subcontract, of any special reports or studies 1: on materials and equipment requested by the Owner. 12. Observing factory tests and field retesting of equipment that fails to pass the initial test. :.tit 13. Receiving the wage rate information submitted by Contractor and submitting the wage rate information to the Owner. 14. Where field conditions differ from the conditions indicated by the constrution Contract Documents or soil borings, through no fault of the Engineer, preparing sketches of construction work for approval by the Owner, to supplement the drawings and specifications as may be required. Provide redesign or relocation information if required by underground obstructions, utilities, or other conditions. 15. Additional or extended services during construction made necessary by (1) work damaged by fire or other cause during construction, (2) a significant amount of defective or neglected work of any Contractor, (3) acceleration of the process schedule involving 1: service beyond normal working hours, (4) default by any Contractor, and (5) failure of the Contractor to complete the work within the construction contract time. 16. Control system additions or modifications to interface with remote facilities, other than those identified in the scope of work; or the incorporation of citywide monitoring of utilities other than 1: water. 17. Additions to the resident project representative staffing level 1: and/or individual compensation, based on straight time salary rate, for services extending beyond 40 hour week as a result of Contractor's scheduled extended work week. 18. Provide final design and construction phase services for the extension of the existing interior lagoon berms at the South McLean residual handling facility. The interior berms separating the individual lagoon cells would be extended higher to provide more storage capacity. 19. A final geotechnical report evaluating the initial geotechnical investigation, field and laboratory test results, and the initial geotechnical report. This evaluation shall be based on the design as actually proposed, including size, location and loading of structures, types and extent of excavations, and excavation procedures and shall consider both design parameters and constructability. If, in the opinion of the review professional or the Engineer, additional geotechnical data is required for the preparation of this final report, this data also shall be provided. The final report shall indicate the anticipated performance of the subsurface material to be encountered on the project under the 1: A-24 I:• MAC070695 CONTELGIN loading conditions, use, and types of excavations anticipated, both 1: 1: during and after construction. 20. Prepare and furnish to the Owner, through a subcontract, one original and two copies of a perspective rendering of the expanded Riverside facilities. The colored rendering shall be framed, including glass, satisfactory to the Owner. OWNER'S RESPONSIBILITIES The Owner will furnish, as required by the work and not at the expense of the Engineer, the following items: 1. All maps, drawings, reports, records, audits, annual reports, and other data that are available in the files of the Owner and which may be useful in the work involved under this contract. 2. Access to public and private property when required in performance of the Engineer's services. 1: 3. Office desk space for the Engineer's personnel during preliminary investigations. 4. The services of at least one of the Owner's employees or staff who has the right of entry to, and who has knowledge of, the existing water distribution system , water pump stations, water treatment facilities, water supply facilities, and lime residual handling facilities, and system-wide instrumentation, control and electrical systems. 5. Property, boundary, easement, right-of-way, topographic, and utility surveys and property descriptions. 6. Releases to the news media concerning public hearings, prebid conferences, preconstruction conferences and their time and location and time and location of anticipated service interruptions and street closings or partial closings. 7. Hall or auditorium space for public hearings, prebid conferences, and preconstruction conferences and the audio equipment and projection equipment required for such hearings and/or conferences. 1: 8. Legal advertisement of project letting or bid date and such other publications of the "Invitation To Bid" as desired by the Owner. 1: 9. Royalties and fees for patented processes used in the work, except those required to be paid by construction contractors as part of the construction contract. 10. Shop, mill, or laboratory inspection of materials, laboratory and field testing, field sampling services. r *170695 A-25 CONTELGIN 11. Installation of a monitoring well at the existing Airlite sludge 1: storage lagoons to monitor ground water at the site. Measure and record ground water levels and furnish information to the Engineer for use in the design of the replacement lagoons. 1: 1: Po 1: 1: 1: 1: 1: L r 1: l F F C A-26 JAC070695 CONTEL6IN ATTACHMENT B PROJECT SCHEDULE C I C ELGIN. ILLINOIS ELGIN. ILLINOIS ATTACHMENT B TO WATER TREATMENT PLANT WATER TREATMENT PLANT IMPROVEMENTS AGREEMENT FOR IMPROVEMENTS CONTRACTS NO. 8. NO. 9. AND NO. 10 ENGINEERING SERVICES DATE: JUNE 6. 1995 PROJECT SCHEDULE .1995 1996 1997 1998 J F M A M J J A S O N O J F M A N J J A S O N O J F M A /4 .1 J A S O N O J F M A N J J A S O N O J 1 1 PUBUC INVOLV[M[NT PROGRAM ASSISTANCE , o '!'—1"'l T—rJI RESIDUAL BANDUNG PACIUTRB [1IAWATIONS POLLUTION CONTROL BOARD MEETING * I ' [NGINECRINO [VALUATIONS—. -12:23 • CONTRACT NO. B - WI? WA)MON AND MODIPICATIONS DESIGN =ZEE_ _El____ED I ' PROGRESS / REVIEW MEETINGS * * * * * * * * I ; I CONTROL SYSTEM PREOUALIFICATION -1Z23 CITY 60X A 90% REVIEWS -® M. REGULATORY REVIEWS v ADVERTISE BID 1 i I I j NOTICE-TO-PROCEED . , . ; I ,* -.- E I I I i I i j sc CONSTRUCTION %////////////////////////1//%///////1//%/✓!////Y/I%// CONTRACT NO. 9 - RIVER INTA[R & PS MODIFICATIONS DESIGN =11-•---Ei PROGRESS / REVIEW MEETINGS . * i CITY 60% A 90% REVIEWS / 0 j I REGULATORY REVIEWS =Ma '� ADVERTISE r / 'i BID • : jc NOTICE-TO-PROCEED ,--�T'� �1.. I • CONSTRUCTION I I { I r %/!�/////%/J//,///1//%//�//.%/./// CONTRACT NO. 10 - ABU= SLUDGE LAGOONS p�I, DESIGN I I --r+ aprf::: 1 i ! i I ' PROGRESS / REVIEW MEETINGS i r i + * *1 CITY 60X 6 90X REVIEWS I 1'q ® 1 REGULATORY REVIEWS GU r 1 ADVERTISE BID ® i j I I 1 I I NOTICE-TO-PROCEED _ , ( 1 I X SC FC ! I CONSTRUCTION , ' I ' i I ! ' • I I I 1 J F M A (4 J I J R S O N D J F M A M A S O N D J D J F M A N J JASON D J F M A M J J A S O N O J 1997 1998 • • CCO.or.ro.a 101041,030-1C • • . 41''.4.e. I ATTACHMENT C DETAILED FEE ANALYSIS r C C C C r C C Mill MI ! IIII'IIIIIiIII IIk1=aIIIIIII' I I II 4 4 i s s i s 1 UPi, II IIl II WI t II1>i1sezIIII;11= II1=aa>€a 1 IIII II If UM 1 IIII 1 nil I 11111111111110 111111 i 9 I is 24;32 1 22 2 3222 a 22a2344z3a2Q12;:!:: i is 1 s :1 2:83:: a as a 2:33 3 3:aaa2::::113sass2323 1 :a 3 11 3l:sa2 2 :s 2 3223 a 3::::31:2:::::::22233 3 2a a 3223:! : :: 2 !a:a 2 232222;33222::::::::: a 22 2 :I ::asaa : :: : 3:22 a 33i23:2:232332222s::: ; :: : :1 . it i 3::333 3 :3 2 asaa 3 aaa::::::a:s23a::333: a :3 2 a 3:asaa 2 22 a asaa a :3saa::2:3:::32:32328 2 23 a ' :I 3 :::::: : :: : asa: 2 :::8::::::::ass::::2: : 22 2 El 1 4 as 3::: :: : :a'2 aaaa 2 833323322223332233233 3 33 2 i :I 2 332823 2 3°: 3 2333 3 ::33239:s:::2:3233238 a 38 3 :::2:: : 2:{2 :333 2 3223::!:3::22::::as:: 2 3: 3 1 li i „ 2232222 2 :3+3 2328 3 22328:F232222°2222323 N 33 s 3 3:33:3I: . :312 3::a a 222332;:2:::3Z::9:833 a 23 :I W1 2333:31 2 33 2 22:2 2 3:-...-.:22333:2323:33 2 :2 2 is a2:2:: : :: 2 :333 a ; 3::22:;232;2:22:2:::: ! :2 2 `-- 5 33333:1: :: 2 aaaa 3 2a:as2a::23::38:!3:23 i 82 3 :1 :2:32:12 :313 3233 2 33::::;:3::3:!333:::3 : 23 2 ii 1 lc :°::o°:= °43 ::2: 3 2::::38.,.22-- _ -321 2: 2 . xi I 1 44444414 9a 9 2232 9 32 2992;222 282:2223232 ; 22 9 2 i '^ a _2:!!! : as : :23: a 3322::32:2232:22:232! a 32 3 1 U c 232_!:2° 3 22 2 :2:3 s g 323::322:!33:233:!333 a 32 3 li g g p. sett ## # _ • il W i! i I 11111 III 1 !iii j ItiI1flhisIIiiJIiI; #I k 1 il : iii i 1111_ G It .r c .rw� - .rrl:'�41!!:tlAs. -« Y 111119 . 1 . 3 , 0 O r Ai { le -- - IP - f PP L r ATTACHMENT D KEY PERSONNEL RESUMES C r C C C C C Pi OP ATTACHMENT D TO AGREEMENT FOR ENGINEERING SERVICES Owner: City of Elgin,Illinois 1: Project: Water Treatment Plant Improvements PROJECT TEAM The Engineer will assemble, as required by the work, a qualified team of professionals who have the specilized experience necessary for the project. The following key personnel will be assigned to the project for its duration and will not be removed from the project team unless prior approval is obtained from the Owner: 1: Project Manager Bob Renfrow Project Engineer John Pruss I & C Engineer Mike Etheridge Experience data for each of the above key project team menbers showing their related water treatment plant design experience is provided on the following pages. r r 1 r r r r P 1 0-1 ROBERT D. RENFROW PROJECT MANAGER EXPERIENCE: in his more than twenty-five years as project manager and engineer with Black & Veatch, Mr. Renfrow has developed a broad base of experience in the planning, design, and construction management of water supply, treatment, and distribution facilities. His work has included water treatment plant expansions and rehabilitations,pumping stations,storage facilities, and water supply, treatment, transmission and distribution studies and evaluations. He has participated in the design of 13 water treatment plants, including both new facilities and expansion of existing ones. Recent assignments included project manager for a 110 mgd w ate r s upply, treatment, and transmission expansion project involving 22 separate construction contracts. This work included design and construction phase services for new horizontal collector wells, existing well field modifications, new 54-inch raw and finished water transmission mains, a new 50 mgd water treatment plant using ozone, improvements to an existing 60 mgd plant, a new computerized control system, new finished water pumping station, and a 6 MG ground storage reservoir. On this project, he also had responsibility for the coordination and review of work performed by three other subconsultants that made up the engineering consortium for the project. RELATED PROJECT EXPERIENCE Client, Project,and Location Position Responsibilities City of Elgin, Project Manager Prepared a conceptual design for a 16 mgd Water Treatment Plant Expansion, expansion of the City's Riverside water supply Elgin, Illinois and water treatment plant, and an evaluation report for the City's Airlite Water Treatment Plant. Designed initial improvements to the treatment facilities, including a second electrical feed and conversion of high-service pumping facilities to a dual level pumping facility. City of Fargo, Project Manager Developed conceptual plan, site layout, Water Treatment Plant, detailed design and documents for a new Fargo,North Dakota 30 mgd water treatment plant utilizing ozonation. Also provided construction phase services. r r 90104.030 3/17/95-10:07am PO Robert D. Renfrow Page 2 LIP Client, Project, and Location Position Responsibilities Lincoln Water System, Project Manager Prepared preliminary design for expansion of Waterworks Facilities, 60 mgd supply, treatment, and pumping Lan' coin,Nebraska facilities to 110 mgd. Designed 6 MG ground storage reservoir and 62 mgd transmission pumping station. Designed expansion of existing booster pumping station, including addition of a variable frequency drive capable of operating two different pumps. Provided construction phase services during construction of the project. City of Elgin, Project Manager Prepared a comprehensive water master plan Water Master Plan, report for water supply, treatment, and Elgin, Illinois distribution improvements. City of Holland, Project Manager Designed 3 MG prestressed concrete water Water Treatment, storage reservoir. Provided construction Holland, Michigan phase services during construction of the Project. City of Elgin, Project Manager Performed ozone pilot plant testing for an Water Treatment, evaluation of taste and odor controL Elgin, Illinois Reviewed and evaluated water treatment operations. Lincoln Water System, Project Manager Designed 50 mgd water treatment plant Waterworks Facilities, expansion utilizing ozonation. Provided Lincoln, Nebraska construction phase services during construction of the project. City of Geneva, Project Manager Prepared a radium reduction planning study Waterworks Facilities, for City's water supply and treatment Geneva, Illinois facilities. Prepared preliminary design report for water supply,treatment, and distribution system. Designed water treatment facilities consisting of iron and manganese pressure filters, and provided construction phase services during , construction of the project. Prepared radium compliance report involving water supply, treatment, and distribution improvements. City of Elgin, Project Manager Designed the addition of a variable frequency Water Supply, drive to an existing river intake raw water Elgin,Illinois supply pump. Provided construction phase services during construction of the project. 90104.030 sn7i9s-Wa L Robert D. Renfrow Page 3 r Client, Project,and Location Position Responsibilities DuPage Water Commission, Project Engineer Provided technical design support for Waterworks Facilities, engineering and financial feasibility report. Villa Park, Illinois City of Elgin, Project Engineer Designed 16 mgd river intake facilities for Water Treatment, water treatment plant. Provided construction Elgin, Illinois phase services during construction of the project. Designed 16 mgd water treatment plant, storage, pumping, and distribution facilities. Provided construction phase services during construction of the project. Designed a 5-mile sludge transmission main, and sludge disposal facilities for this water treatment plant. Also provided construction phase services. Designed renovation and chemical feed system additions for the 8 mgd water treatment plant, and provided construction phase services. Developed a river water supply spills contingency plan for this water treatment plant. City of Columbia, Project Engineer Designed an expansion to a water treatment Water Treatment, plant sludge storage lagoon and sanitary Columbia, Missouri facilities additions. PERSONAL DATA B.S., Civil Engineering, Iowa State University, 1968 Member. Chi Epsilon, AWWA, ASCE, SAME Professional Registration: Missouri Joined Black & Veatch: 1968 90104.030 S/17/95-10 07am JOHN J. PRUSS PROJECT EXPERIENCE: • Mr. Pruss is a project engineer experienced in the study and design of water treatment facilities. As a project engineer, Mr. Press conducted a study to evaluate the siting of a new water treatment plant with an ultimate capacity of 30 mgd. He has also recently completed an assessment of the existing residual handling operations for a 17 mgd water treatment plant in an effort to define the design of new residual handling facilities and achieve compliance with the state regulatory agency. As a lead design engineer for a new 18 mgd water treatment facility, expandable to 108 mgd, Mr. Pruss was responsible for the design of a basin/filter complex and development of associated contract documents. He selected rapid mix,flocculatiion,sedimentation,filtration, and residuals pumping equipment to meet treatment objectiv°s. Mr. Pruss was also lead design engineer for two water treatment facilities of 30 and 50 mgd capacities, for which his responsibilities included the design, evaluation and selection of equipment, and the development of contract drawings and technical specifications for both air.and oxygen feed gas ozone generation facilities. RELATED PROJECT EXPERIENCE Client, Project,and Location Position Responsibilities City of Sioux City, Project Engineer Conducted a study to evaluate multiple potential Water Treatment Plant Siting sites for a new water treatment plant with an Study, ultimate capacity of 30 mgd. Analyzed projected Sioux City, Iowa future population growth, and water demands, treatment goals and objectives, land use compatibility, economic factors, and computer modeling of water distribution system performance. City of Lawrence, Project Engineer Developed a work plan and implementation Water Treatment Process Waste schedule for the design and construction of new Stream Assessment, residual handling facilities for a 17 mgd water Kaw River Water Treatment treatment plant. Assessed the water quality Plant, characteristics of existing residual and filter Lawrence,Kansas backwash water waste streams using a sampling program conducted jointly with City Staff. Completed State and Federal EPA permit applications to achieve compliance with an Administrative Order issued by the Kansas Department of Health and Environment. • r F 90101.030 SI17I95--152pm ri i,, John J. Pruss Page 2 r Client, Project, and Location Position Responsibilities rCharlotte-Mecklenburg Utility Lead Design Designed a Basin/Filter Complex for new 18 mgd ,J District, Engineer water treatment facilities, that are expandable to Mecklenburg Water Treatment 108 mgd. Developed contract drawings and Plant, prepared technical specifications for rapid mix, Charlotte, North Carolina flocculation, sed mentation, filtration and residual pumping facilities. City of Fargo, Lead Design Designed an oxygen feed gas ozone system with Final Design of New Water Engineer total production capacity of 1,700 ppd for surface Treatment Facilities, water disinfection and taste and odor control. Fargo, North Dakota Evaluated alternative equipment components of ozone system including oxygen feed gas, ozone generation, dissolution and destruction systems. Conducted evaluation and prequalification of multiple ozone generation system suppliers. Developed contract drawings and prepared technical specifications for ozone system. r City of Lincoln, Lead Design Selected, and prepared technical specifications for Pumping Station and Reservoir, Engineer finished water pumping units for distribution Ashland Expansion, system supply with a total pumping capacity of Ashland, Nebraska 70 mgd. Designed a service water pumping system to supply water to a new 50 mgd water treatment plant. Designed chlorine and ammonia chemical dissolution systems for new 6 MG storage reservoir and pumping station. City of Lincoln, Lead Design Designed air feed gas ozone system with total Final Design of New Water Engineer production capacity of 1,050 ppd for oxidation of Treatment Plant, iron and manganese in raw water supply. Ashland, Expansion Developed contract drawings and prepared Ashland, Nebraska technical specifications for the procurement and installation of ozone system, including air preparation, ozone generation, dissolution, and destruction systems. Assisted in the design of chlorine, ammonia, polyphosphate, polymer, and fluoride chemical feed systems. Designed and developed contract drawings for two underground tunnels for piping installation and personnel access. , City of Lawrence, Lead Design Completed the design of renovations of raw water Renovation of Kaw River Water Engineer pumping facilities, rapid mix, and primary and 1 Treatment Plant, secondary softening basins for treatment of surface Lawrence,Kansas water from the Kansas River. Prepared drawings r _ and specifications for replacement of equipment and structural modifications. St. Louis County Water Company, Lead Design Responsible for economic study and evaluation of Granular Activated Carbon Engineer installation of GAC treatment facilities at five Treatment Study, water treatment plants with a combined treatment St. Louis,Missouri capacity of 401 mgd. • r90104.030 5117195-1S2pm 11� L John J. Pruss Page 3 PERSONAL DATA B.S., Civil Engineering, University of Nebraska--Lincoln, 1988 Currently Earning M.S., Environmental Engineering, University of Kansas Associate Degree,Soil and Water Management, University of Nebraska School of Technical Agriculture-Curtis, 1984 Member: AWWA Professional Registration: Missouri Joined Black & Veatch: 1988 PRESENTATIONS AND PUBLICATIONS Hunt, S.K., Pruss, J.J., "Changing Times Create Challenges For Lime Softening Residuals Management," to be presented at the Fourth Joint Water Environment Federation and American Waterworks Association Residuals/Biosolids Conference, Kansas City, Missouri, July 25, 1995. Pruss, J.J., R.A. Hulsey, B.W. Long, and J.H. Ory, "Innovative Design Combines High Concentration Ozone Generation With Low Ozone Dosages," Presented at the American Water Works Association's First Annual Engineering Design Conference, Cincinnati, Ohio, March 1994. Hulsey,R.A., B.W. Long, and J.J. Pruss,"Designing Ozone Contactors for Low Dosages and High Weight Percentages," Presented at the International Ozone Association Annual Conference, San Francisco, California, 1993. Described the specific approach in the design of an ozone dissolution systems at new Fargo, North Dakota,water treatment facilities using a supplemental air system in combination with oxygen feed gas. r r r r 90104.090 3/17/95--152pm r MICHAEL D. ETHERIDGE, P.E. CONTROL SYSTEMS ENGINEER EXPERIENCE: Mr. Etheridge specializes in the study, design, and preparation of construction documents for instrumentation-and microprocessor-based control systems. His experience includes the application of distributed control systems, computer-based data acquisition and control systems, and electronic process instruments. He has experience in the implementation of distributed control systems including programming of programmable logic controllers (PLCs) and distributed control units (DCUs), database development, operator interface configuration, and system startup procedures. RELATED PROJECT EXPERIENCE Client, Project,and Location Position Responsibilities Modesto Irrigation District, Controls Engineer Provided configuration engineering for the Water Treatment Plant, control system of this 30 mgd plant. Duties Modesto,California included programming and troubleshooting eight PLCs, interfacing the PLCs with a UNIX-based host computer, and developing graphic displays, database, reports, and historical data collection functions. City of Fargo, Control Engineer Established basis of design for Water Treatment Plant, instrumentation and control systems for this Fargo, North Dakota 30 mgd water plant. Performed preliminary design of the distributed control system. Village of Glen Ellyn, Control Engineer Designed a new SCADA system for the Water System Improvements, Village's distribution system to replace an SCADA System, existing tone telemetry system. Designed Glen Ellyn,Illinois modifications necessary to interface with the equipment at the existing pumping stations. Lincoln Water System, Control Engineer Assisted in design of the instrumentation Ashland Treatment Plant, and control systems for this plant. Lincoln,Nebraska PERSONAL DATA B. S., Electrical Engineering, Kansas State University, 1989 Professional Registration Kansas Joined Black & Veatch: 1990 90104.030 5/17/95-1:37pm • . .. _ _ _ _ F11 . .. A_.?,_,=c,� Agenda Item No. ...) - ....v..77 t.4.L.... July 6, 1995 TO: Mayor and Members of the City Council FROM: Richard B. Helwig, City Manager SUBJECT: Engineering Services Agreement for Water Treatment Plants Improvements • PURPOSE --~' This memorandum will provide the Mayor and members of the City Council with information to consider awarding an engi- neering services agreement for water treatment plants improve- ments to Black & Veatch, Kansas City. BACKGROUND On April 24, 1990, City Council authorized the selection of Black it Veatch to complete a Water Department Master Plan. Black & Veatch is the engineering firm that engineered and provided construction engineering services for the initial Riverside Water Treatment Plant, which was placed in service in 1982. Upon the completion of the master plan, Black & Veatch was authorized by City Council on August 12, 1992, to prepare the phase I engineering on the project. Phase I engineering, often referred to as preliminary engineering or the design report, provides a document that fixes the type, size, and location of the features of the work prior to proceeding with the preparation of final plans and specifications. This proposed engineering services agreement with Black & Veatch is the next developmental phase of the project--the preparation of final plans and specifications for construc- tion bidding. r Under this proposed agreement, Black & Veatch will be prepar- ing the plans and specifications for bidding of the following individual construction contracts: Engineering Services Agreement July 6, 1995 Page 2 a. Contract No. 8: Expansion of the Riverside Water Treatment Plant from 16 MGD to 32 MGD capacity and the upgrading of the existing Riverside plant and the Airlite Street Water Treatment Plant. b. Contract No. 10: Replacement of the Airlite plant's sludge lagoons. The proposed agreement also contains work items that will be activated by future amendments to this agreement. For exam- ple: a. Preparation of plans and specifications for the river intake and pump station modifications under construction contract No. 9. b. Bidding and preconstruction award services for construction contracts No. 8, 9, and 10. c. All construction phase services, consisting of con- struction administration, inspection, testing, etc. Black & Veatch representatives will be present at the Council ( meeting to present an overview of the work proposed and to answer questions. Attachments to this Council memorandum are: 1. Memorandum to Legal Department confirming Black & Veatch is the engineer of record. 2. Engineering Services Agreement. a. Scope of Services. b. Schedule. c. Fee breakdown. d. Rey personnel. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED atone. r Engineering Services Agreement July 6, 1995 eillw Page 3 FINANCIAL IMPACT Funds totaling $1,085,000 for this project are available in the Public Works-Water Department Capital Projects Budget under account #395-4000-795.92-36, project numbers 409530 and 409531. Proposed agreement is in the amount of $1,147,500. Surplus moneys are available under account #395-4000-795.93-36, project 409533, for transfer to this project to complete the required funding for the agreement. Project 409533 is the Slade Avenue 1 MG and 2 MG reservoirs project funded in the amount of $2,055,000. All contracts have been awarded under this project for a total of $1,725,000, leaving a $330,000 surplus in this project ac- count. Consequently, we recommend a budget transfer of $62,500 from account #395-4000-795.93-36, project 409533, to account #395-4000-795.92-36, project 409531. LEGAL IMPACT None. RECOMMENDATION It is recommended that this contract be awarded to Black & Veatch, Kansas City, for a total mp sum price of $1, 147,500. spectfully ub tte , [a44LeQ - frcti,(4-e4/ James L. Kristiansen Public Works Director 1 Ik . Richard B. Helwig City Manager RBH:JLK:PLB:jm 01140627. 195 Attachments r t . " 14,4 May 2, 1995 C T Y OF EL Qr ,i MEMORANDUM ^;ER DEP T William A. Cogley, Asst. Corporation Counsel I' FROM: James L. Kristiansen, Public Works Director 1j SUBJECT: Agreement with Black & Veatch Please reference your memorandum to Larry Deibert dated April 27, 1995, same subject. The Agreement forwarded to you by Larry was incomplete and in rough draft only. Consequently the detailed scope, fee analysis, and schedule were not included. These components of the Agreement are still in preparation and will be included in the final Agreement draft which will be forwarded to you shortly. The major purpose of this memorandum however will -be to provide information for your review and consideration for contracting foiw with Black & Veatch under Chapter 5. 14, Sole Source, for the expansion and upgrading of the Riverside Water Treatment Plant, and for selected upgrading and improvements at the Airlite Water Treatment Plant. On April 24, 1990, City Council authorized the selection of Black & Veatch to complete a Water Department Master Plan. Black & Veatch is the engineering firm which engineered and provided construction engineering services for the initial Riverside .Water Treatment Plant which was placed in service in 1982. Upon the completion of the Master Plan, Black & Veatch was authorized by City Council on August 12, 1992 to prepare the Phase I Engineering on the project. Phase I Engineering, often referred to as Preliminary Engineering or Design Report, is a document which fixes the type, size and location of the features of the work prior to proceeding with the preparation of final plans and specifications. The next developmental phase of the project is the preparation of final plans, specifications and cost estimates prior to bidding for construction. The final engineering is a continuation of the Design Report. I believe it is essential that the City retain the services of Black & Veatch through the final engineering and construction engineering phases of the rek work in order to retain the design continuity (and liability) of the project. In summary, Black & -Veatch were the design engineers for the original water plant construction and were subsequently retained by the City in 1990 to begin the process of defining the needs • -2- r and work required to expand and upgrade the City's water plants. The final engineering contract now under review is a continuation of the design process begun in 1990. I have attached the following: . Council Memorandum dated April 19, 1990. I believe the intent of the City's action was the selection of Black & Veatch as the engineer for the plant's eventual expansion. . Summary of the agreements and amendments which delineate the continuation of services provided by Black & Veatch along the project development continuum leading to construction completion. Prior to forwarding the draft Agreement to you, I discussed the issue of Sole Source with Bob Malm concerning the final engineering. It was also Bob's opinion that the intent of City Council in 1990 was the selection of Black & Veatch as the engineering firm for the projects completion. He further suggested that an opinion from Legal would be appropriate as part of the Agreement documentation to be submitted to City Council. C JLK:do Attachments / cc: Larry Deibert, w/Attachment ✓ Bob Malm, w/Attachment • r rft MEMORANDUM TO: Mayor and Members of the City Council FROM: City Manager SATE: April 19, 1990 SUBJECT: WATER DEPARTMENT MASTER PLAN PURPOSE: / D This memorandum will provide the Mayor and City Council with information to consider authorizing a detailed study of an expanded water system and for additional water treatment capacity. ' 'BACKGROUND: On November 11, 1987, the City Council authorized the engineering firm ' IAof Donohue & Associates to proceed with the Water System Distribution Analysis. That work was completed the latter part of 1988 with the final report, after a few revisions, submitted in April 1989. This was just one year ago. J ao At the time the Donohue study was implemented and completed, the water distribution study area was essentially the planning area shown in Elgin's Comprehensive Plan of 1983. That distribution study area has enlarged dramatically in this one year. Various requests for annexation and/or for possible service have extended the potential water service area substantially beyond the study area of the Donohue report. In some instances, the boundaries have expanded by two to three miles with a corresponding increase in population. A new Water Department master plan would provide planning for system expansion beyond that in the 1989 Donohue Water Distribution System Analysis. The new study will provide for an efficient and properly sized system development beyond the initial planning boundaries. This study would incorporate two major divisions--plant production and distribution. PRODUCTION: Production capabilities of the Water Department would be evaluated with recommendations on how to meet increased system usage and proposed Federal water quality standards. Elements of the study would determine the total volume necessary to meet the demand in the projected service area, the possible sources of the raw water, *he eventual desian of the Riverside Water Treatment Plant expansion to provide for an increase in capacity beyond the present 16 MGD, sizing and design of a new finished water reservoir on property to be obtained north of the Riverside plant, the impact on overall pumping schemes with the expanded capabilities of the new Slade Avenue booster • a / r Page Two pumping facility, and the long-term use and potential expansion of the -o Airlite Street Water Treatment Plant. There is every indication that the Federal water quality standards will change requiring additional more sophisticated water treatment that will be addressed in detail as part of the study. DISTRIBUTION: The second major aspect of this study will deal with distribution system improvements including water mains, elevated towers, booster stations, and other system components. Not only will this analysis define improvements in new, expanding areas but it will also define any upgrading needed in the existing system to support this new expansion. A review of the entire existing system as was incorporated in the Donohue study will not be undertaken. One of the first aspects of this portion of the study will be the evaluation and sizing of a westerly or second discharge line from the Airlite plant. This line will provide water for both the new west pressure zone via a crossing of Randall Road at Winhaven Drive and the high pressure zone south along Randall Road and additional transmission water mains to provide the necessary water to the new areas. FINANCIAL IMPACT: The 1990 Water Department budget does not contain a specific line item for this study. However, contingencies in account 1955 are sufficient to initiate such a study. As this project could easily extend into 1991 (with plant expansion design), that portion could be provided for in the 1991 budget. It is estimated that the initial phase of this new study will cost 850,000 to $75,000. RECOMMENDATION: To address the effects of rapid system expansion now facing the Water Department, it is recommended that factors concerning the distribution system and plant production be addressed simultaneously. As the consulting firm of Black & Veatch designed the Riverside Water Treatment Plant and made provisions for future plant expansion, it is recommended that the City Council direct staff to negotiate a fee basis arrangement with Black & Veatch to develop a Water Department Master Plan and return to the City Council for authorization to execute the contract and to proceed with the work. r City Manager LLR:LED:jk mem3021602 0114 ■ A 4 do emk ENGINEERING SERVICES BLACK & VEATCH • Master Plan: Council approval 4/25/90. $163,054 Phase 100: Water Transmission & Distribution Update. Phase 200: Water Supply Evaluation. Phase 300: Safe Drinking Act Assessment. Phase 400: Water Treatment Plant Expansion Evaluation. • Amendment No. 1 (Phase 100 Expansion) : Water Transmission $ 25,000 & Distribution - East and West Booster District Evaluation. Council approval 10/10/90. • Amendment No. 2 (Phase 350) : Water Treatment Expansion - $ 35,000 Pilot Plant Studies (Ozone) . Council approval 5/9/91. (elow 9 L • Amendment No. 3: Council approval 8/12/( • Phase 450: Airlite Street Water Treatment Plant $ 54,250 Evaluation. • Phase 500: Preliminary Design Report - Riverside $191,750 Plant. • Amendment No. 4: Council approval 3/24/93. Phase 460: Airlite West Zone Pumping - Design $35,700 Services. Phase 470: Airlite West Zone Pumping - Construction $30,200 Services. 01540426.195 (m.mos2.led) • r