Loading...
00-95 Resolution No. 00-95 RESOLUTION AUTHORIZING EXECUTION OF PHASE I OF AN AGREEMENT WITH ALVORD, BURDICK & HOWSON, L.L.C. FOR ENGINEERING SERVICES FOR WATERMAIN PROJECTS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Joyce A. Parker, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute Phase I of an agreement on behalf of the City of Elgin with Alvord, Burdick & Howson, L.L.C. for engineering services for the Brandt Drive, Stonehaven Drive and Shales Parkway/Bluff City Boulevard watermain projects, a copy of which is attached hereto and made a part hereof by reference. s/ Ed Schock Ed Schock, Mayor Presented: April 12 , 2000 Adopted: April 12 , 2000 Vote: Yeas 6 Nays 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk ( ) j5'••1,' Agenda Item No. City of Elgin rn „M °417L1)tk`6 April 3 , 2000 TO: Mayor and Members of the City Council FROM: Joyce A. Parker, City Manager SUBJECT: Award of Agreement for Engineering Services for the Design, Bidding & Construction for Brandt Drive, Stonehaven and Shales Parkway/Bluff City Boulevard Water Mains PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider authorizing an engineering services agreement for the design and construction services for Brandt Drive, Stonehaven and Shales Parkway/Bluff City Boulevard Water Main projects . BACKGROUND This project includes the Engineering Services for the design, bidding and construction services for the following projects : 1 . Brandt Drive is currently served by a 10-inch water main connected to the Dundee Avenue booster station. This arrangement provides a single water feed to Brandt Drive . This project will provide for a second feed to the Brandt Drive area and eliminate the need for the Dundee Avenue Booster Station. The main extension will consist about 5, 000 feet of 12-inch main, including installation underneath I-90 . 2 . The Shales Parkway/Bluff City Boulevard water main is an important east side water reinforcement transmission main to meet water quantity and pressure demand in the east and southeast areas of the City. Phase 1 work was completed with a 20-inch main installed on Shales from Chicago Street to just north of Route 20 . Completed and placed in service in 1993 , • Phase 2 work consisted of the installation of a 24-inch main on Summit Street from Hunter Drive to Shales Parkway and from Longford Drive to Chicago Street along the Shales right-of- way. This phase of work will accomplish the tie from north of Route 20 to Bluff City Boulevard. An easement from ComEd was obtained for this extension. flow. Water Mains April 3 , 2000 Page 2 3 . Stonehaven main: The Master Plan for the distribution system identified a major transmission main from Big Timber Road south to the 20-inch main at Highland Avenue . This major line connects Airlite Water Treatment Plant with the 1 Million Gallon Alft Lane tower. All but a small portion of this line was completed with the installation of the water main by IDI . This project enhances the 8-inch main in Stonehaven Drive which connects two 12-inch mains. Approximately 500 feet of main will be installed with this project . The Water Department requested proposals for service from 11 different engineering firms . Attachment A identifies four firms that returned formal proposals with price quotes separately submitted. These four proposals were individually evaluated by a selection team consisting of representatives from the Public Works, Engineering and Water Departments . The selection committee ranked two firms the highest, these two firms are Alvord, Burdick and Howson and Rezek, Henry, Meisenheimer & Gende, and upon selection, fees from all submittals were opened. The engineering firm of Alvord, Burdick and Howson was selected the best qualified for this work. The fees for the firms are as follows : Alvord, Burdick & Howson (ABH) : $103 , 486 Rezek, Henry, Meisenheimer & Gende (RHMG) : $107, 982 Clark Dietz, Inc. (CDI) : $ 98, 522 Burns & McDonald (B&M) : $ 92, 286 COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None . FINANCIAL IMPACT The cost of the Engineering services is as follows : 1 . Stonehaven Drive and Shales Parkway: Preliminary Design, Final Design, and Construction Phase Services (2000) : $25, 010 2 . Brandt Drive : Preliminary and Final Design (2000) : $38, 138 Construction Phase Services (2001) : $40, 338 . . Water Mains -- April 3 , 2000 Page 3 The total cost of the engineering services for year 2000 (Phase I) totaling $63 , 148 will be funded in the Water Department operating fund, account number 401-4002-771-93-90, project number 409554 . The engineering services for year 2001 (Phase II) ($40, 338) will be funded in the Water Department operating budget of 2001 . Vk N / LEGAL IMPACT �(� The initial award of the contract must be limited to Phase I. ALTERNATIVES None . RECOMMENDATION It is recommended that the Mayor and members of the City Council authorize the execution of a Agreement for the proposed engineering services with Alvord, Burdick and Howson of Chicago, Illinois for the design, bidding and construction services for phase I water main projects in the amount of $63, 148 . I- 'ce ectfully submitted, i& egit--- ' . Parker City Manager em. . . ATTACHMENT "A" Qualifications Rating & Score Sheets 1 / . QUALIFICATIONS RATING SHEET Engineering Services For Water Main Design & Installation Brandt Drive, Stonehaven and Shales PKYBIuff City Blvd. February 29, 2000 Description Score Clark Dietz Burns&McDonnel Rezek,Henry,Meisenheimer&Gende Alvord Burdick&Howson Joe Dennis Peter Kurt Torn Joe Dennis Peter Kurt Toni Joe Dennis Peter Kurt Torn Joe Dennis Peter Kurt Torn Knowledge 0-10 6 5 9 10 8 6 8 9 10 8 7 10 9 10 7 7 10 9 10 9 & Experience Project 0-10 5 6 8 10 8 6 8 8 10 8 8 9 9 10 7 7 9 9 10 9 Manager Specialized 0-15 10 8 13 15 12 12 10 13 15 11 13 12 14 15 10 14 15 14 15 12 Scope of 0-20 10 10 11 20 15 10 13 12 18 11 18 15 18 19 10 12 17 12 17 15 Services Innovative 0-10 0 6 5 10 7 0 8 5 10 6 5 7 9 10 7 0 8 6 10 8 new ideas Level of 0-10 4 6 6 10 8 5 7 7 10 8 8 8 9 10 7 5 9 8 10 8 Effort Familiarity 0-15 10 8 12 15 9 7 10 8 15 7 12 12 14 15 6 5 13 12 15 7 with local conditions Public 0-10 0 5 8 10 7 0 7 8 10 8 0 6 9 10 7 0 8 8 10 8 presentation Total 0-100 45 54 72 100 74 46 71 70 98 67 71 79 91 99 61 50 89 78 97 76 TOTAL SCORES SHEET QUALIFICATIONS RATING SHEET __ Engineering Services For Water Main Design & Installation Brandt Drive, Stonehaven and Shales PKY/Bluff City Blvd. February 29, 2000 EVALUATORS CONSULTANTS Joe Evers Dennis Peter Kurt Tom Valentine Bityou Eshelman McCoy Clark Dietz, Inc. 45 54 72 100 74 Burns&McDonnel 46 71 70 98 67 Rezek,Henry,Meisenheimer&Gende 71 79 91 99 61 Alvord Burdick&Howson 50 89 78 97 76 TOTAL SCORES SHEET QUALIFICATIONS RATING SHEET February 29, 2000 CONSULTANTS Clark Dietz Burns&McDonnel Rezek,Henry, Alvord,Burdick& Meisenheimer&Gende Howson Selection Team RATING RATING RATING RATING TOTAL TOTAL TOTAL TOTAL Joe Evers 1 2 4 3 Dennis Valentine 1 2 3 4 Peter Bityou 2 1 4 3 Kurt Eshelman 4 2 3 1 Tom McCoy 3 2 1 4 Total Score 11 9 15 15 'Notes: Assign Scores based on the following formula: (4-Highest, 3-Second,2-Third, 1 Fourth) AGREEMENT THIS AGREEMENT is made and entered into this day of /14A A. ! 7 , 2000, by and between the City of Elgin, an Illinois municipal corporation (hereinafter referred to as "CITY" ) and Alvord, Burdick & Howson, L.L.C. an Illinois Limited Liability Company (hereinafter referred to as "ENGINEER" ) . WHEREAS, the CITY desires to engage the Engineer to furnish certain professional services in connection with the water main projects (hereinafter referred to as the "PROJECT" ) ; and WHEREAS, the ENGINEER represents that it is in compliance with all Illinois statutes relating to professional registration 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 are 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, conditions and stipulations, to-wit : I. SCOPE OF SERVICES The ENGINEER shall provide the following services: 1. Preliminary Design: TASK la: Meet with the City Staff and Obtain Records The ENGINEER shall arrange a meeting with the City to obtain available information that would assist in performing the work, which include copies of existing water facilities and the layout at each site, any existing City standards for installation of water mains and appurtenances and similar information. The ENGINEER shall discuss any constraints that may exist in performing the work, other scheduled projects or plans that might be impacted, contractor work site restrictions and limits to work area, scheduling of contractors deliveries and storage of materials, and similar issues which would need to be addressed in construction documents . TASK 1b: Preparation of base drawings After reviewing the information in Task la, the ENGINEER shall begin the preparation of base drawings of each site. To the extend possible, existing information from aerial surveys, GIS, or other 1 data will be utilized to facilitate the work. If the information is not available the ENGINEER shall perform route surveys . TASK lc: Design Memoranda & Preliminary Designs and Plans The ENGINEER shall develop a design memoranda and preliminary designs and plans, and shall be delivered to the City to be reviewed by the City staff . All of the pertinent elements including layout, elevations and site information shall be shown on the plans and quality of materials and other key information shall be covered in the design memoranda. Following the review, discussion, revisions and agreement between the ENGINEER and the City staff, these preliminary drawings and design memoranda will be the basis of the final design. TASK 1d: Plat of Survey and Legal Description of Easements The ENGINEER shall submit to the City exhibits showing the proposed easements and legal descriptions across the five parcels for the Brandt Drive project as outlined on the sketch provided to the ENGINEER by the City. The plats shall be prepared using the best available records and deeds across the three identified ownerships . These Plat of Survey and legal description will assist the City in initiating the acquisition process . The ENGINEER shall continue to provide any additional information and assistance needed to the extend necessary to assist the City in the acquisition process . 2. Final Design: TASK 2a: Prepare Design Documents The preliminary design memoranda and the preliminary design documents will provide the basis upon which the detailed designs will be prepared. The drawings shall be in AutoCAD or Intergraph format, and the specification and other contract documents should be in WordPerfect format. Two separate sets shall be prepared, one covering the work for the installation of 12-inch water main on Stonehaven Drive and 16-inch water main on Shales Parkway/Bluff City Boulevard, which will be installed in 2000, and the other covering the work for the installation of 16-inch water main on Brandt Drive in 2001 . Additional material shall be developed to supplement existing City standard forms and cover all aspects of the project, such as general and special conditions, requirements for bidding, bid forms, and advertisements . TASK 2b: Review of the drawings and documents As the drawings and documents are being prepared by the ENGINEER, they shall be submitted to the City for review and comments at 75% completion level, at 90% completion stage, and at 100% or final stage. 2 TASK 2c: Perform Quality control of Design The ENGINEER' s technical advisory team will review the design documents and provide the design team with comments based on their extensive knowledge of similar system designs . TASK 2d: Discuss Design with City and Finalize Design Documents Three sets of design documents for each project will be provided to the City for final review. Meeting will be scheduled by the ENGINEER to discuss the design documents with the City and to explain the drawings, specifications, and procedures, and advise the City concerning any proposed revisions . Comments resultant from the meetings will be addressed and the design documents will be issued in a final version. Twenty (20) sets of final documents for each of the two projects will be provided to the City for bidding purposes . TASK 2e: Prepare Opinions of Probable Construction Costs Upon substantial completion of the contract documents the ENGINEER shall prepare a detailed estimate of probable construction cost for review by the City. The estimates will not include costs for easement acquisition. TASK 2f: Assist City with Permit Applications The ENGINEER shall submit final drawings and specifications to the Illinois Environmental Protection Agency, the Illinois State Division of Waterways, Kane County, and any other governmental agency that has a regulatory interest in the project, and provide all other services to secure permit approval . 3. Bidding Services: TASK 3a: Assist City with Bidding Phase The ENGINEER will receive bidder questions and requests for clarification. Based on these questions and requests, the ENGINEER will prepare addenda as necessary to respond to the questions presented. Addenda will be issued to the City for distribution to the bidders . TASK 3b: Assist City with Bid Review and Contract Award The ENGINEER shall attend the bid opening and evaluate the Bids and bidders to determine if the bids were submitted in accordance with the contract documents and if the bidders are qualified to perform the work. Following this review, a recommendation shall be presented to the City for award of the construction contracts . 3 Assistance shall be provided by the ENGINEER in preparation of conforming copies of contracts and execution of the contracts and review of contract related documents provided by the successful bidder. The ENGINEER shall attend a pre-construction meeting with the City and the Contractor. The pre-construction meeting will help to identify personnel from all parties, establish lines of communication, discuss procedures for submittals, and discuss other important administrative issues for the project . 4. Construction Phase Services: TASK 4a: Review Contractor Submittals The ENGINEER shall review shop drawings and data submitted by construction contractors for compliance with the drawings and specifications and appropriate action taken or recommended. Copies of the submittals will be returned to the Contractor with comments . Copies of the submittals will also be maintained in ENGINEER' s office. A copy of each submittal shall be forwarded to the City after completion of the review of each submittal . TASK 4b: Provide Full Time Construction Resident Inspector The ENGINEER shall provide a full time Resident Inspector during the construction work as well as periodic site visits by the Project Manager or Design Engineers as appropriate. Regular meetings shall be held with the Contractor and the City staff regarding the progress of the project and a written status reports shall be prepared and distributed by the ENGINEER to all involved parties . The ENGINEER does not have authority to direct the means and methods of the work and has no responsibility for job site safety. TASK 4c: Review Contractor Pay Request Submittals The Contractor' s monthly pay requests will be reviewed and compared with the work completed. ENGINEER shall verify that the pay request is consistent with the work completed and make recommendations to the City regarding payments . Pay request reviews will include updates on work progress, current issues of concern, and anticipated progress . TASK 4d: Assist with Change Orders, and Assist with Project Close Contractor questions regarding the design intent will be received, reviewed, and responded to as necessary to clarify, interpret, and modify the contract documents . Assistance with preparation of Contract change orders will be provided to the City as necessary during the construction work. ENGINEER shall prepare documents as necessary to obtain proposals from the Contractors for the desired changes . Change order documentation and justification will be 4 prepared as necessary for changes which are implemented. Upon completion of the work, the ENGINEER shall arrange a walk-through of the project site with representatives of the Contractor and the City to determine if items remain to be addressed or corrected. The ENGINEER shall maintain a record of the corrective actions taken and, when completed shall advise the City in writing that the contract work is complete and that the final payment can be made subject to compliance with all legal requirements . Project close-out assistance shall be provided by the ENGINEER to include review of Contractor warranty submittals, Contractor insurance submittals, and Contractor bond submittals . TASK 4e: Provide Record Drawings The ENGINEER shall submit to the City two sets of record drawings along with copies of the drawings in electronic CD-ROM format. The record drawings shall be based on revising a copy of original contract drawings, reflecting changes made during construction. These drawings would also be in AutoCAD or Intergraph format and shall be provided to the City on CD ROM for a permanent record. The line shall be registered into State Plan 83 East Illinois Region System. Part A and Part B of the Engineer' s proposal dated February 29, 2000 and Request For Proposals issued by the City dated January 25, 2000, are part of this Agreement (Attachment A , Attachment B and Attachment C respectively) . II . WORK PRODUCT All work product prepared by the ENGINEER pursuant hereto including, but not limited to reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall become the property of the CITY and shall be delivered to the CITY upon its request, provided, however, that the ENGINEER may retain copies of such work products for its records . Such work product is 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. III. PAYMENTS TO THE ENGINEER A. Not To Exceed Method A. 1 The CITY shall pay the ENGINEER for its services under this 5 Agreement a lump sum fee of One Hundred Three Thousand, Four Hundred Eighty Six Dollars ($103 , 486) regardless of the actual costs incurred by the ENGINEER unless modifications to the scope of the work are authorized in writing by the CITY. A listing of the ENGINEER' s current hourly rates is set forth in a Exhibit B attached hereto. It is understood and agreed that payment for phase I of this project in the amount of Sixty Three Thousand One Hundred Forty Eight Dollars ($63 , 148) shall be made in 2000 . Further payment for phase II in the amount of Forty Thousand Three Hundred Thirty Eight Dollars ($40, 338) shall be made in 2001 after proper funding approval is made by the City Council of the City of Elgin. A.2 The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments for each task shall not be made until the task is completed and accepted by the CITY. A.3 Schedule / Phases of the Project: The Services provided in this agreement shall be completed in accordance to the following project phases : Phase I: This phase of the project shall be completed in 2000 and shall include: 1 . Preliminary design of the water main in Stonehaven Drive, Shales Parkway/Bluff City Boulevard and Brandt Drive . This work shall be completed in two months from the date of notice to proceed. 2 . Final design of the water main in Stonehaven Drive, Shales Parkway/Bluff City Boulevard. This work shall be completed in four months from the date of notice to proceed. 3 . Final Design of the water main in Brandt Drive. This work shall be completed in six months from the date of the notice to proceed. 4 . Bidding & Construction services for the water main in Stonehaven Drive, Shales Parkway/Bluff City Boulevard. The duration of this work is four months . Phase II: This phase of the project shall be completed in 2001 and shall include: 1 . Bidding & Construction services for the water main in Brandt Drive. The duration of this work is six months . 6 a • It is understood and agreed that phase II of this project is subject to and contingent upon the condition that the City Council of the City of Elgin appropriate funds in the 2001 City of Elgin budget sufficient to provide for the expenditure as contemplated in phase I of the project. It is further understood and agreed that the award of phase II of the project and any contract for same will not be made unless and until the City Council of the City of Elgin appropriates funds in the 2001 City of Elgin budget providing for Phase II of the project. IV. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports shall be included with all payment requests . B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit an authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make such records available at reasonable times during the Agreement period, and for three years after termination of this Agreement. V. 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 total amounts set forth under paragraph III or IV above, whichever is less . VI . TERM This Agreement shall become effective as of the date the ENGINEER is given a written Notice to Proceed and, unless terminated for cause or pursuant to Article V, shall be deemed concluded on the date the CITY 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 which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. VII . NOTICE OF CLAIM 7 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 its claim within fifteen (15) days after occurrence of such action. No claim for additional compensation shall be valid unless such notice is so provided. Any changes in the ENGINEER' s fee shall be valid only to the extent that such changes are in writing and signed by the CITY and the ENGINEER. Regardless of the decision of the CITY relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the CITY shall proceed without interruption. VIII . BREACH OF CONTRACT All of the terms and provisions of this agreement are material . If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the non-breaching party shall have the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach. If either party, by reason of any default, fails within fifteen (15) days after written notice thereof by non-breaching party to comply with the conditions of the Agreement, the non-breaching party may terminate this Agreement. IX. INDEMNIFICATION To the fullest extend permitted by law, ENGINEER agrees to and shall indemnify, defend and hold harmless the CITY, its officers, employees, agents, boards and commissions from and against any and all claims, suits, judgments, costs, attorney's fees, damages or other relief, including but not limited to workers ' compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY' s choosing. X. 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. 8 XI. INSURANCE A. Commercial 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 at least $1, 000, 000 aggregate for bodily injury and $1, 000, 000 aggregate for property damage. The ENGINEER shall deliver to the CITY a Certificate of Insurance naming the CITY as additional insured. Such policy shall not be modified or terminated without thirty (30) days prior written notice to the CITY. Such Certificate of Insurance which shall include coverage for Contractual obligations assumed by the ENGINEER under Article IX, entitled "Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modifications of this insurance to make it excess over other available insurance, alternatively, if the insurance states that it is excess or prorata, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. ENGINEER shall maintain Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than $500, 000 per occurrence for damage to property. C. Combined Single limit Policy. ENGINEER' S requirements for insurance coverage for general liability and auto exposures may be met with a combined 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 not less than $1, 000, 000 per occurrence/$3 , 000 , 000 aggregate. A Certificate of Insurance shall be submitted to the CITY as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. XII. 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, or the 9 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 this Agreement by the CITY. III. 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. XIV. DELEGATION 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. Any proposed subcontractor shall require the CITY' s advanced written approval . XV. 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, joint venture or employment between the CITY and the ENGINEER, or as constituting the ENGINEER as a general representative or general agent of the CITY for any purpose whatsoever. XVI . SEVERABILITY The terms of this agreement shall be severable. The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any 10 portion thereof, shall be held to be void or otherwise unenforceable for any reason, all other portions of this Agreement shall remain in full force and effect. XVII .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. XVIII MODIFICATION OR AMENDMENT This Agreement and its attachments constitute the sole and 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. XIX. 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 . Venue for the enforcement of any rights and the resolution of any and all disputes shall be in the Circuit Court of Kane County, Illinois . XX. NEWS RELEASES The ENGINEER may not issue any news releases without prior written approval from the CITY, nor may the ENGINEER make public any reports or documents developed under this Agreement without prior written approval from the CITY prior to said documentation becoming matters of public record. XXI . COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. XXII. INTERFERENCE WITH PUBLIC CONTRACTING: P.A 85-1295 The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of either 11 Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XXIII. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have a written sexual harassment policy that includes, at a minimum, the following information: A. The illegality of sexual harassment; B. The definition of sexual harassment under state law; C. A description of sexual harassment, utilizing examples; D. The vendor' s internal complaint process including penalties; E. The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and Illinois Human Rights Commission. F. Directions on how to contact the department and commission; G. Protection against retaliation as provided by section 6-101 of Human Rights Act. A Copy of such policy must be provided to the Department of Human Rights upon request . P.A. 87-1257 . XXIV. PREVAILING WAGE/PAYMENT OF TAXES. The ENGINEER shall comply with the requirements of the Prevailing Wage Act (820 ILCS 130/0 . 01 et seq. ) The ENGINEER certifies it is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. XXV. WRITTEN COMMUNICATIONS All recommendations and other communications by ENGINEER to the CITY and other participants which may affect cost or time of completion shall be made or confirmed in writing. The CITY may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. XXVI 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: Larry E. Deibert, Director of the Water Department City of Elgin 12 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER Bon G. Mui, Partner Alvord, Burdick & Howson, L.L.C. 20 North Wacker Drive, Suite 1401 Chicago, Illinois 60606 IN WITNESS WHEREOF, the undersigned have placed their hands and seal 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 this statement . For CITY: ATTEST: C Y OF ELGIN By C U �'- - /`� �• By it ,- _i_', City Clerk , City Manager For the ENGINEER: Dated this day of , A.D. 2000 WITNESSED: By A_A/ / By (Print name) (Print Name) ,, ll Officer Title ✓ oG72A4r-6-t (SEAL) 13 ATTACHMENT "A" ENGINEERING AGREEMENT WITH ALVORD, BURDICK & HOWSON 2000 if PROPOSAL TO PROVIDE ENGINEERING SERVICES FOR WATER MAIN DESIGN AND INSTALLATION SERVICES BRANDT DRIVE, STONEHAVEN DRIVE, AND SHALES PARKWAY/BLUFF CITY BOULEVARD ..-4:. .r FEBRUARY 2000 ALVORD, BURDICK & HOWSON , L.L.C. _� _ W/i ■ • IIwiiVKIIIMIIII VIc»VIVIIV100:a. 71111MwQIN11 1ii4•11 ri MIIIV • • PROPOSAL TO PROVIDE ENGINEERING SERVICES FOR WATER MAIN DESIGN AND INSTALLATION BRANDT DRIVE, STONEHAVEN DRIVE, AND SHALES PARKWAY/BLUFF CITY BOULEVARD I CITY OF ELGIN I TABLE OF CONTENTS I Letter of Transmittal Section 1 Project Approach and Time Frames Section 2 Similar Project Descriptions and References Section 3 Proposed Team Qualifications Section 4 Firm Qualifications Section 5 Fee Proposal Separate Cover MEIER J ALVORD, BURDICK & HOWSON, L. L. C. ENGINEERS 20 NORTH WACKER DRIVE• SUITE 1401 MEMBERS SERVICES WATER SUPPLY,PURIFICATION AND DISTRIBUTION CHICAGO,IL 60606 AMERICAN CONSULTING ENGINEERS COUNCIL WASTEWATER COLLECTION AND TREATMENT TEL.(3121 236-9147 FAX:(3121236-0692 AMERICAN PUBLIC WORKS ASSOCIATION FLOOD RELIEF E-MAIL:SER VQABHENGINEE RS.COM AMERICAN SOCIETY OF CIVIL ENGINEERS STORMWATER FACILITIES AMERICAN WATER WORKS ASSOCIATION INVESTIGATIONS,REPORTS AND DESIGNS JOHN W.ALVORD CHARLES B.BURDICK LOUIS R.HOWSON CHICAGOLAND CHAMBER OF COMMERCE CONSTRUCTION AND OPERATION SERVICES 1861-1943 1874-1955 1867-1985 NATIONAL ASSOCIATION OF APPRAISALS AND RATE REPORTS CORROSION ENGINEERS DONALD E.ECKMANN DR.YA-TAI LIN WATER ENVIRONMENT FEDERATION J.WARREN GREEN BON G.MUI DR.RAY S .CHENG WESTERN SOCIETY OF ENGINEERS JAMES W.HEDGES WILLIAM L.MEINHOLZ RICHARD D.SHEA I February 28, 2000 Ms. Gail Cohen Purchasing Director City of Elgin 150 Dexter Court Elgin, IL 60120-5555 Re: Proposal to Provide Engineering Services for Water Main Design and Installation Services Brandt Drive, Stonehaven Drive and Shales ParkwayBluff City Boulevard Dear Ms. Cohen: I The firm of Alvord,Burdick&Howson is pleased to submit three copies, each an original, of our Proposal to Provide Engineering Services for Water Main Design and Installation Services Brandt Drive, Stonehaven Drive, and Shales Parkway/Bluff City Boulevard. We have visited the site,attended the pre-proposal meeting and feel very comfortable that the necessary work,including all of the tasks outlined in the RFP and normally associated with installations of this type, can be completed within the time frames shown. We have also reviewed the draft contract that was included with the request for proposal and find the conditions to be acceptable. AB&H has specialized in water and wastewater facilities since its inception nearly 100 years ago. Within the last ten years alone,more than 300 miles of water main designed by the firm have been installed. For these installations the firm has provided all of the necessary preliminary investigations, ROW acquisition assistance, designs, contract documents, bidding assistance, engineering services during construction, and drawings of record upon completion. The vast majority of this work has been accomplished in the Chicago Metropolitan Area, under conditions similar to those which will need to be addressed on this assignment. I Ms. Gail Cohen - 2 - February 2, 2000 We are a local firm,having been at our present office,20 N.Wacker Drive in Chicago,since 1929, and in the area since our formation in 1902. All of the AB&H team members proposed for your assignment work from this office, making it convenient to attend meetings, verify field conditions, and perform other tasks facilitated by on-site presence. Within the pages that follow you will find all of the information outlined in the request for proposal,including a detailed description of our method of analysis and schedule showing how the various tasks will be performed in order to meet your overall schedule. Also included is a list of very recent projects similar to those for Elgin, along with a client reference for each specific project who could provide information on our performance. A brief description of the qualifications of the proposed team with detailed resumes for each key member is included,as well as an overview of the firm. A proposed fee schedule is included under separate cover. The staff is available to begin work rk immediately upon authorization of the City and can devote sufficient time to meet the schedules outlined in your request and preproposal meeting. In addition,if desired by the City,the schedule could be accelerated should conditions or plans of the City change. Within this proposal we have deliberately attempted to be brief in order to conserve the reviewers' time. However, should additional information or clarification be required,we would be pleased to respond at any level of detail the City may desire. We would also assure the City that, if selected,we would accept no other work which would be assigned a higher priority or otherwise interfere with meeting the City's requirements for this project. Again, thank you for the opportunity to submit this proposal. We would welcome the opportunity to provide this work for the City, demonstrating our capability to provide all of the necessary services in an efficient, prompt, professional, and satisfactory manner. Yours very truly, ALVORD, BURDICK&HOWSON Bon G. Mui, Partner I I j PROJECT APPROACH AND TIME FRAME The work to be performed is that which is necessary to permit bidding and award of two separate contracts for construction of three segments of water main that, combined, total approximately 6000 feet of 12 and 16 inch diameter pipeline. All of the designs are to be completed in 2000 with construction of 500 feet of 12 inch diameter line in Stonehaven Drive and 500 feet of 16 inch diameter main in Shales Parkway/Bluff City Boulevard to be constructed this year. The 5000 feet of 12 inch diameter main in Brandt Drive is to be installed in 2001. The work consists of all necessary preliminary engineering remaining, detailed design and preparation of contract documents, and assistance during construction as will be outlined later. It is recognized that a number of issues must be addressed in performing this work,including identification and delineation of the additional right-of-way requirements, methodology to accommodate construction at major roadways, and similar factors. These will be addressed in more detail below,however,there are a number of general practices the firm always follows to facilitate communications and coordination, between the City and our team,that will be addressed first. These general approaches will then be followed by specific steps in our project approach and a proposed schedule to demonstrate ability to meet the City's milestone dates. COMMUNICATIONS AND COORDINATION We believe every assignment can be best accomplished by considering the project as a team effort, with our engineering team working closely with a designated contact person from the City of Elgin and other staff as desired by the City,to ensure that we are always supportive of the City's positions and practices. This will enable the"partnership"to combine the design team's technical expertise and manpower availability with the City staff's familiarity with local conditions and sentiments, City policy and plans, and City management objectives. Thus, an important aspect of every assignment will be adequate and timely communication between the engineering team and the City, from the initial stages of the project all the way through its completion. This is particularly critical since all of the construction segments can potentially impact the public to varying degrees. For this reason we would propose that immediately after contract finalization and before beginning work on the individual assignments,a meeting would be scheduled with designated personnel from the City to introduce the project team members and discuss coordination procedures the City desires us to follow. At that time we would also discuss the type and frequency of feed-back the City would like and how we can best provide the City staff all of the information they desire in a timely and efficient manner. We would suggest that at that"kickoff'meeting arrangements be made for a regular series of progress review meetings,as mutually deemed appropriate,which would continue throughout the assignment. These progress meetings would be used to regularly discuss status with the City, review any issues that arise, show conformance to the schedule and any corrections needed to maintain it, and address other items of interest. The opportunity for the staff to have up-to-date information and provide input throughout the formative stages of all work, as well as at formal __&= 0111•1111171; I -� Iii . _ J Project Approach -Page 2 review points and the end of tasks, will provide the most cost effective results and most functional designs for the City of Elgin. In addition,as critical decision points are reached,or if any significant problem should arise, a special meeting would be arranged to keep the City staff aware of such developments and recommended courses of action. Of course, it is also anticipated that informal meetings and discussions will occur routinely throughout the work. In addition to the regular project meetings,at various stages of completion,or when specific milestones are reached,reports,up-to-date plans and other work products will be submitted formally for review and comment. In each case, any issues or questions would be resolved,revisions made, and agreement obtained before proceeding to subsequent steps. Regular written progress reports will also be prepared and submitted, documenting status and comparing it to the expected level of achievement based on the schedule originally agreed upon. In order to facilitate the work with minimum inconvenience to the City,we would make all requests for information or meetings through one person designated by the City. This could be the same person for all projects or different individuals for each project. This is not intended to, and would not, limit the input of various staff members as desired by the City, but rather is meant to ensure that requests related to the project are dealt with in the proper priority, as determined by the City, and are balanced with other work activities and employee assignments. It also ensures that a City representative is always current on project status and can advise other involved personnel, as appropriate, and respond to any internal or public questions which may arise. If the City believes there may be local concern about the projects, assistance could be provided in communicating with local residents by preparing information suitable for public distribution, posting on a City web site, or providing to the local media. If one or more public meetings would be desirable for a project, it would be arranged for the project manager to be available to answer any questions and address concerns of the residents. The thrust of these communications would be to stress the need for the improvement,outline the benefits to the City and local residents,to acknowledge areas of concern and the steps taken for addressing them,to provide information on the schedule and/or status, and to request understanding and cooperation. PROJECT MANAGEMENT AND QUALITY CONTROL Every project undertaken by the firm is directed by a partner as project manager. This individual also functions as a working team member, actively involved in every aspect of the work. Such an approach provides a number of advantages to the client. One advantage is that it ensures that the individual who is responsible for the work has sufficient authority to allocate whatever resources are necessary to meet the firm's commitments and maintain agreed upon schedules. It also ensures that commitments can be made promptly and implemented without waiting for approval from higher corporate authorities or a board, providing each client direct access to upper levels of the firm. & M I 111111=11V MO III j V Project Approach - Page 3 Another policy used on each project is an internal project management and quality control program to deliver a final product which will best meet the client's needs. This begins with detailed project planning and development of a monitoring system that targets key milestone goals such as budget and schedule. This monitoring system is then used internally by our team, and will be provided to the City, as a benchmarking reference for the duration of the work. Included are projected milestone dates for completion of discrete tasks in sufficient detail to easily compare actual status with that originally scheduled. This will allow both the City and the design team to regularly compare work progress against that expected and permit identification and correction of any potential problems at an early date, before the City's schedule is jeopardized. Such progress reviews, measured against the initial time line and budget, would be part of the discussion at each progress meeting and,in addition,would be addressed in the written status reports submitted at least monthly. A second means of project management and quality control will be a brief but intense and P J g q tY thorough peer review at critical points during preliminary and final design. Experienced engineers will conduct a review of the work products as though they were the client and the project were being undertaken at their expense. Work products will be reviewed for clarity, whether adequate information is provided,whether there may be better solutions or if there are more economical ways to achieve the objectives. In addition, the review team will consider such aspects as flexibility to meet conditions that could not be anticipated, ease of installation, impact during construction, and similar features. While these reviews are normally internal and in addition to formal reviews by the City,the City is also welcome to participate with our staff in this activity and be part of our internal discussions if they desire. In that case, the peer reviews could be held at the City offices for the convenience of the staff. As a result of focusing on communications,management control,and rigid quality assurance reviews, in addition to the continual emphasis on striving for excellence, the firm has developed a reputation for planing and designing projects which are functional, economical, easily constructed, and completed on time and within budget. It is against this general background that the detailed steps to accomplish the preliminary design, final design, and assistance during bidding and construction phases will be addressed. The following steps are intended to reflect our opinion as to a logical sequence and methodology for performing the work necessary. It will be subject to refinement based upon discussions with the City and incorporation of any modifications the staff may desire. PRELIMINARY DESIGN At the beginning of the work, as discussed above, key team members will meet with designated City staff and make arrangements to obtain available information that would assist in performing the work. The types of information collected would include records of existing water facilities and the layout at each site, any existing City standards for installation of water mains and 6•17117, mum= 1111.1111111 1.1 11. 1 Project Approach- Page 4 appurtenances, and similar information. In addition to background information on the existing system, we would also discuss any constraints that may exist in performing the work, other scheduled projects or plans that might be impacted, contractor work site restrictions and limits to work areas, scheduling of contractor deliveries and storage of materials, and similar issues which would need to be addressed in construction documents. At the same time the above information is being reviewed,the firm will begin the preparation of base drawings of each site. To the extent possible, existing digitized information from aerial surveys, GIS, or other data base will be utilized to facilitate the work. If information is not economically available,and to supplement or verify the available information,route surveys will be performed. These will utilize total station, so that the results can be downloaded directly into AutoCAD or Intergraph format for plotting, along with other digitized base records. Information will also be collected from the various utilities for use in determining appropriate alignment and elevation of the mains and for inclusion on the contract drawings . Preliminary designs and plans,and design memoranda,will be developed for review by the City staff. All of the pertinent elements including layout, elevations and site information will be shown on the plans and quality of materials and other key information will be covered in the design memoranda. Following review, discussion, revisions and agreement between the team and City staff, these preliminary drawings and design memoranda would be the basis of the final design. Exhibits showing the proposed easements and legal descriptions across the five parcels outlined on the sketch provided to us by the City will be prepared to assist the City in initiating the acquisition process. The plats will be prepared using the best available records and deeds for the three ownerships. The team would continue to provide any additional information and assistance needed to the extent necessary to assist the City in the acquisition process. DESIGN Based upon the approved design,detailed drawings and contract documents will be prepared. The drawings would be in AutoCAD or Intergraph format, as preferred by the City, and the specifications and other contract documents would be in WordPerfect,Word,or other preferred word processing format. Two separate sets would be prepared, one covering the work to be installed in 2000 and the other covering work for 2001. Standard City boiler plate would be utilized to the extent desired by the City. Additional material, satisfactory to the City would be developed to supplement existing City standard forms and cover all aspects of the project, such as general and special conditions, requirements for bidding, bid forms, and advertisements. As the drawings and documents are being prepared they will be submitted for review and comment at any desired stage of completion. With a review being performed upon completion of the preliminary design,it is suggested that submittal and review at the 75%completion level, 90% 41Ir 1111111111111•1 III I MIMI MN III • I Project Approach -Page 5 or prefinal stage, and the 100% or final stage would be appropriate. However, the suggested frequencies or stages will be modified to any desired by the City. In addition to submittal for review, appropriate team members will meet with the staff to discuss any questions and suggestions of the staff in connection with their review. Upon substantial completion of the contract documents the firm will prepare a detailed estimate of probable construction cost for review by the City and use in evaluating bids received. Also, at the appropriate level of completion, with agreement by the City,permit applications will be prepared for submission to all regulatory agencies. During the review process,the team will be available to meet with the various entities, respond to any questions, and otherwise expedite the process of obtaining the necessary approvals and permits. During the bidding period,the firm will prepare any addenda desired by the City,prepare responses to bidder's inquiries, attend any prebid meetings desired, and assist in any other means the City desires. CONSTRUCTION PHASE SERVICES During construction,the firm will also provide any support services desired by the City. This will include providing plans and specifications to be issued to prospective bidders,attending the bid opening and assisting in evaluating bids received, preparing a bid report with recommendations concerning contract award, and, after contract award decision, preparing conformed copies of the contracts for execution. Also during construction, contractor submittals would be reviewed and appropriate action taken or recommended. This would include review of shop drawings and data, reviewing correspondence and preparing recommended responses to claims or requests, review of payment documents, and similar activities. We would also provide for a full time resident inspector during the significant work as well as periodic site visits by the Project Manager or design engineers as appropriate. During construction, as well as during design, regular meetings would be held with staff and written status reports provided to keep all involved parties abreast of progress. Upon completion of the work,we would arrange for a walk-through of the project site with representatives of the team,the contractor, and, if desired,the City to determine if items remain to be addressed or corrected. We would maintain a record of the corrective actions taken and,when completed,would advise the City in writing that the contract work is complete and that final payment can be made subject to compliance with all legal requirements. Drawings of record would be submitted based on revising a copy of original contract drawings,reflecting changes made during construction. These drawings would also be in AutoCAD or Intergraph format and provided to the City on CD ROM for a permanent record. The line would -- be registered into State Plan 83 East Illinois Region System. a A &_ •■ MIMI III III Project Approach - Page 6 TIME FRAME The team is prepared to complete the work outlined in the request for proposal, and this document, in accordance with the milestone dates outlined. The time periods of performing the various tasks is indicated on the following bar chart. It should be noted that for the first contract, restoration and final site work may need to be performed in the spring when asphalt plants reopen for the construction season and seeding or sodding would be effective. I If desired by the City the schedule shown could be accelerated to some extent, at least in terms of the engineering and design. While we do not have control over the permit procedures,we can take steps to expedite that process also,such as arranging preliminary meetings to discuss permit requirements and design concepts prior to formal submittal and making ourselves available to answer any questions. It should also be noted that,with the extensive number of projects we have designed, we are aware of the requirements of most agencies and have not experienced frequent or long delays. Most permits are obtained without question on the basis of the initial submittal. CONTINUED AVAILABILITY The firm maintains copies of work products and is proud of the ability to provide copies of reports, designs, and photographs when needed by the client, even decades after a project has been completed. In addition, career employment is common at AB&H so that individuals who participated in a project remain available to respond to any future questions or discuss aspects of the work. This service is provided as a courtesy to our clients and is a continuing advantage of the initial utilization of our firm. I 1 - -&_ -- VIII mom _ ■ i /Mr MIMI IN IN J Authorization to Proceed Preliminary Phase Data Collection Plot& Legal Description for Easements Preparation of Plans Review by City Design Phase Geotechnical Survey Plans and Specifications Review by City Final Plans and Specifications Permit Applications Construction Phase Bidding and Award of Contract Shop Drawings and Data Submittal Construction Drawings of Record Progress Meetings • 4 • A A M J J 2001 All Brandt Dr. StonICK & HOWSON L.L.C. Shalp GRII'Iei 'I N1o172:A`I 11o1M=1IL11/411•1 :5 i SIMILAR PROJECTS Alvord, Burdick & Howson's specialization in the water and wastewater industry has included extensive experience on water main projects, with thousands of miles of mains designed in the Chicago office, several hundred of which involved participation by members of this project team. This experience allows the engineers on your project team to recognize potential obstacles which may exist,and permits them to take measures, in conjunction with the City, to address these issues before they present a serious problem. This results in fewer changes during the designs, a lesser number of change orders during construction, and lower project cost. Following are a few representative examples of the firm's recent work, each involving tasks similar to those envisioned for some or all of the City's projects. Many additional examples will be provided if desired. Argonne Water Supply Main, DuPage Water Commission 1 In 1996 the firm provided engineering services to the DuPage Water Commission for a water supply for Argonne National Laboratory. Water supply mains were installed to bring Lake Michigan water to the laboratory via the Commission's previously installed transmission system, encompassing more than 150 miles of main designed by the AB&H. Complete engineering services were performed including planning and preliminary studies, design,preparation of contract documents,assistance during bidding,construction services and field observation, and drawings of record. A total of 3 miles of water main, 12 inches in diameter, was installed under this project. Much of the pipeline was installed under a tree lined roadway in a primarily residential area. To prevent any damage to the trees the main was installed under the roadway which is in accordance with recommendations of experts on preservation of trees in construction areas. The roadway is a major artery and traffic control was provided during construction. For the majority of the installation conventional trench methods were used,however,a section of the water main that ran under I-55 was installed in a casing. Additionally, it was necessary to work with contaminated soil in some areas, and measures were taken to ensure that the installation proceeded safely and without risk to the residents. An individual who would be familiar with this work is: Mr. Edward Nawrocki Manager of Maintenance and Construction DuPage Water Commission 600 E. Butterfield Road Elmhurst, IL 60126 (630) 834-0100 s 1 111111111111111 III II J I Similar Projects-Page 2 Fox River Water Main Crossing, Green Bay, Wisconsin In 1996, AB&H completed a project for the construction of new water main for the Green Bay Water Utility. The project consisted of the conventional installation of 2,250 feet of 24 inch diameter ductile iron pipe installed by open cut, and approximately 1,550 feet of 24 inch diameter 7 steel pipe, installed by directional drilling across the Fox River. Directional drilling was selected so as to avoid damaging the existing piles and sea walls. This project also required jacking for 50 feet of 36 inch steel casing pipe. Engineering services provided included preparation of a preliminary design report, design of the facility, preparation of contract documents, traffic control plans, site restoration, and shop drawing review. Information on this project can be obtained from: Mr. William Nabak General Manager Green Bay Water Utility 631 S. Adams Street Green Bay, WI 54305 (414) 448-3480 I Water Main Replacement, Lincolnshire, Illinois The firm has recently performed a number of improvements for the Village of Lincolnshire, following development of a model of the existing water system and analysis of its needs. One such project is a water main being completed in three separate sections, each under a unique set of conditions. The three sections are in a residential area,under a section of the Des Plaines River,and under a major state highway. A total of 2,400 feet of 12 inch diameter main has been designed and the project is now t awaiting advertising and bidding. The design includes an option for one of the sections to be bid at 16 inches in diameter, rather than 12 inches. This will provide the Village a choice based on comparative capacities and firm bid prices and the opportunity to allow for greater future growth without having to replace or parallel the main in a more difficult construction area where installation costs are higher. Wig In 1. P EMMY IN 11. Similar Projects- Page 3 Each section presented its own challenges to overcome in the design. The installation in the residential area necessitates going through a large wooded area with the potential of injury to trees. AB&H was able to avoid such permanent damage by using GPS to locate the trees,then developing a design which minimized disruption. Similarly, the design under the river crossing has been completed so as to prevent damage to the trees in the immediate area and eliminate environmental issues associated with the crossing. Installation under the highway required that the engineers work with the state to meet their requirements,while satisfying the needs of the Village. Tunneling will be used for this installation because it meets the need of the client and complies with the State's regulations. A reference from Lincolnshire is: Mr. Frank Tripiccochio Director of Public Works Village of Lincolnshire One Olde Half Day Road Lincolnshire, IL 60069 (847) 883-8600 Water Distribution System Analysis and Improvements, Morton Grove, Illinois Since 1990, Alvord, Burdick & Howson has performed a number of computer analyses of the Morton Grove water distribution system utilizing a model the firm developed. The computer model was used to examine the feasibility and the most cost-effective means of combining distribution zones and to assess the need for system improvements. Recommendations by the firm included two new elevated storage tanks,associated pumping station improvements,and 18,000 feet of new water main to provide adequate water pressures and balance storage capacities in the distribution system. Based upon the analyses, AB&H was authorized to design all of the proposed system improvements. The distribution system improvements included the installation of water main for both normal flow and fire flow usage. A total of 6890 feet of new 16 inch diameter water main was installed to balance flows between storage facilities during normal demand periods. Of that amount, 400 feet were installed under railroad and river crossings. Water mains designed to improve fire flow in specific local areas, were 8 inches and 12 inches in diameter, and totaled 11,600 feet in length. MEW 41■171111111•111111. r11 MEM 1.1 1111 1 Similar Projects- Page 4 A contact person at the Village is: Mr. Charles S. Scheck Director of Community Development Village of Morton Grove 6101 Capulina Avenue Morton Grove, IL 60053 (847) 470-5231 IMMO MI IN I I I I F I /- 111111MINI. IN III j 1 I PROPOSED TEAM QUALIFICATIONS Alvord,Burdick&Howson is pleased to present a team which is exceptionally well-qualified to provide engineering services for the water main design and installation project.The team members are each highly qualified,both by training and experience,for the role which they would be assigned. All of the necessary disciplines to perform the tasks required for this project are included on the project team, as shown on the organization chart included in this section. Detailed resumes of the team members have been provided at the end of this section. As a general practice,Alvord,Burdick&Howson assigns a partner to an administrative role in each project undertaken by the firm.This is done to ensure that the client has direct and immediate access to the management of the firm whenever desired. This individual, as the Project Manager, serves as the working head of the team and the primary liaison with the client.This also ensures that the necessary resources are allocated for this project, the needs of the client are met in a timely fashion, and the standard of the finished product is of the quality expected. For this project the partner who would serve in this capacity would be Mr. Bon G. Mui. Bon is registered both as a Professional Engineer and a Structural Engineer. He has been with the firm for nearly thirty years, and has served as Project Manager for a number of projects, including water distribution systems. His background includes water distribution and transmission systems, treatment facilities, and financial studies of water systems and their operations. An additional policy of the firm is to assign a highly qualified individual to independently review the work at various critical points, for the purpose of quality control. This periodic"fresh look" is intended to ensure that the client's needs are being addressed, that viable options are not being overlooked,that proposed recommendations are feasible and economical,and that the quality of work meets the high standards of the firm. The quality control function for this project will be performed by Mr. J. Warren Green, a registered Professional Engineer who has over twenty years of experience in water systems engineering and operation. He is also licensed as a water supply operator in two states, and has extensive experience in utility management. The Project Engineer would be Mr.David Barnas.Dave is a registered Professional Engineer who's many years of experience have included design,cost estimating,and preparation of plans and specifications for water projects of various sizes. For this project he would coordinate the data collection and surveys, and lead the preliminary and final design activities. He would also be responsible for the preparation of cost estimates,specifications and bid documents and would make periodic site visits during construction. Assisting Dave with various engineering activities would be Mr.Joseph Michalski,a young, enthusiastic civil engineer with AB&H. Joe would assist in the preparation of drawings and specifications, as well as the preparation of bid documents. He would lead the data collection and field activities, and make periodic site visits during the construction. + - -&_ J •1 Proposed Team Qualifications-Page 2 Full time on-site observation would be provided by Mr. Kurt Kaszuba throughout the construction period. Kurt is a field technician with AB&H who has provided construction observation for previous water main installations.He would also assist Joe with data collection and other field activities, as needed. In addition to the personnel from AB&H noted above, outside services would be provided for the plat and legal description and geotechnical portion of this project. The plat and legal descriptions for the easements would be prepared by National Survey Services,Incorporated,based in Chicago. Geotechnical services would be provided by SEECO Consultants of Tinley Park, Illinois. The specialization of these firms enables them to provide the services needed efficiently and economically. AB&H has worked with both of these companies in the past and is confident of their ability to meet the requirements of this project. I I T I &= I --, PROJECT TEAM WATER MAIN DESIGN AND INSTALLATION SERVICES BRANDT DRIVE, STONEHAVEN DRIVE, , I AND SHALES PARKWAY/BLUFF CITY BOULEVARD --1 - tv A , .1 Project Manager . Quality Control J. .., ) Bon G.Mul,P.E.,S.E. :.:).,,;— , J.Warren Given,P.E. .1 \'iN .-fr I;i '-'''''' •..,.°,, ,..' et 4 74t. i Ii I ): ( 1 A Project Engineer ,- I .--_, David P.Barnes,P.E. ,.. y, , I ! t I t • ----,--- -----.7.----- i / \A .,!...ji.... -., . ^ /. . ..„. .., -,..• „ ..„.„, , (11 Civil Engineer >, ) Construction Services , E- Outside Services)-:, 6--- 1,--- Joseph E.Michalski Kurt ICaszuba :‘,( Q 1„, ,•I .'tt, s): \:" \t,....-N,...............,1,",..";'," 4' * •••°.:;) I I k • k i I i 1. surveying )'-‘' _ 44 ,,' .‘,./L, t•■•., '' ' t..' , ALVORD, BURDICK & HOWSON, L.L.C. % .I .... National Survey . ft Services,Inc. ;•t-, Geotechnical , ) 3.' SEECO Consultants 1 — — 8 E = ; =AI r IMI■INC =NE 1■111•4111r7WWITUTIMPIIMITIM NI/ MIMI • • IMIROIORIO111111111101C1laele1lvIRar4:10101111171ELIIIIA•11 !.. III MI" NMI 2./ CINTED 0 — 7E0104 A I Project Manager Bon G. Mui, P.E., S.E. I 1 r 4 1 I J Bon G. Mui, P.E., S.E. Education Experience M.S. Environmental Engineering Illinois Institute of Technology Mr.Mui is a Partner with the firm and has extensive experience in the 1986 design and evaluation of water supply treatment and distribution B.S. Civil Engineering, systems.For water distribution system designs and evaluations he has Illinois Institute of Technology prepared reports and designs while functioning as project manager 1972 under tight constraints of time and budget.Other experience includes chemical feed systems and handling facilities, long distance water Registration transmission pipelines and pumping systems, and wastewater Professional Engineer collection systems. The following projects are representative of Mr. 1976 Mui's experience applicable to this assignment: Structural Engineer Liberia Water and Sewer Corporation, Monrovia, Liberia: Project 1979 Manager responsible for the design and construction supervision of water treatment plant, transmission and distribution mains for the Applicable Expertise City. He was also responsible for preparation of plans and Project Management specifications of chemical feed facilities for chlorine gas, lime, and Design alum for the water treatment plant. The system included unloading Water Distribution Systems and storage facilities, and feeding and conveyance systems to Cost Estimating application points. Contract Administration Reports and Studies DuPage Water Commission, Elmhurst, Illinois: Design of transmission and feeder mains for the commission's system which Professional Positions included 150 miles of pipeline ranging in size from 12 to 144 inches Alvord, Burdick&Howson in diameter. 1972 to Present United Utilities, Arizona: Prepared study on 16 water systems. Included were population projections,water demand projections and Professional Activities developing a capital improvement program for the water supply and American Academy of distribution system for future growth. Environmental Engineers DuPage Water Commission: Project Engineer responsible for American Society of Civil preparing hydraulic study for parallel pipeline from the Lexington Engineers Pumping Station in Chicago to the DuPage reservoir. The study American Water Works included evaluation of pipeline routes, impact on pumping capacity 1 Association at the pumping station, and economic analysis. Water Environment Federation DuPage Water Commission, Elmhurst, Illinois: Project Engineer Western Society of Engineers responsible for preparing a number of hydraulic studies for the DuPage Water Commission to serve the following communities, in DuPage county:Warrenville and Winfield,Illinois;Citizens Utilities Company; and Argonne National Laboratory. MOIMME /41111/ 111111111111/ IIII IN Bon G. Mui Page 2 Experience- Continued Department of Water, Chicago, Illinois: Project Manager responsible for the preparation of a study for the South Water Purification Plant which considered the feasibility of replacing the existing chlorine gas system with a liquid sodium hypochlorite system. Department of Water, Chicago, Illinois: Project Manger responsible for the design and preparation of plans and specifications for the replacement of the chlorine gas system for the water treatment plant. The project included unloading and storage facilities, evaporators, chlorinators, piping, and ejectors to application points. Plans and specifications were prepared for the replacement of the fluoride system including unloading and storage facilities,metering and transfer pumps, and piping to application points. City of Winnetka, Winnetka, Illinois: Project Manager for a chlorine room remodeling study. The study identified and recommended architectural and equipment improvements to meet with IEPA regulations. The study also considered the feasibility of replacing the existing chlorine gas system with a liquid sodium hypochlorite system or on-site generation of sodium hypochlorite. Department of Water and Sewers,Evanston,Illinois:Project Manager responsible for the design and preparation of plans and specifications for replacement of chlorine gas facility for the water treatment plant. The system was replaced with a new separate building for the storage of chlorine cylinders, chlorinators with piping, and ejectors to application points. North Jersey Water Supply Commission, Wanaque,New Jersey:Design and preparation of plans and specifications of chemical feed facilities for the water treatment plant.The project included unloading and storage facilities, and feeding and conveyance of the chemicals to application points for carbon, alum, lime potassium permanganate, and chlorine gas. City of Highland Park, Highland Park, Illinois: Prepared study on 24 MGD water plant expansion. Included were population projections, water demand projections and identification of capital improvement program for future growth of the water plant. Also included were cost estimates and conceptual layouts for ammonia gas, alum, fluoride, chlorine gas, carbon,potassium permanganate and polymer feed systems. These improvements included facilities for unloading and storing chemicals and systems for feeding chemicals to points of application. North Jersey Water Supply Commission, Wanaque, New Jersey: Prepared operations manual for chemical feed systems for 100 MGD water treatment plant. The manual included procedures for the proper storage,handling, and feeding of carbon, alum, lime,potassium permanganate, and chlorine gas. 1 r adW =Mr MO I I I Quality Control J. Warren Green, P.E. I I I -i I ■ 1 J J. Warren Green, P.E. Education Experience B.S. Civil Engineering Mississippi State University Mr. Green is a Partner,responsible for engineering management and 1978 quality control of complex water treatment and distribution system Registration projects. He has guided water system improvements through all Professional Engineer phases, including feasibility studies, pilot testing, design, financial Multiple States evaluation, land acquisition, construction, start-up, and operation. Following are a few examples of his experience that are directly Additional Professional applicable to this project: Qualifications Certified Class A Water Works Department of Public Works, Jackson, Mississippi: Responsible for Operator supervision of the design and construction of 110,000 feet of Applicable Expertise 12 through 24 inch water main and appurtenances. Quality Control Project Management Department of Public Works, Jackson, Mississippi: Responsible for Design the supervision of the design and contract administration for Water Mains approximately$11 million of water main installation. Construction Observation Contract Administration Cost Estimating DuPage Water Commission, Elmhurst, Illinois: Project Manager responsible for supervision of technical observation and contract Professional Positions administration for 185 miles of 12 to 90 inch diameter water main, Alvord, Burdick&Howson three 7.5 million gallon standpipes,two 5.0 million gallon standpipes, 1988 to Present 64 metering facilities with rated capacities 1.9 MGD to 31.9 MGD, a 185 MGD pump station,and 30 MG reservoir. Associated with this City of son,Mississippi project was the relocation and installation of approximately 85,300 Department of Public Works 1983 to 1988 feet of 8 through 60 inch diameter sanitary, storm, and combined sewers including all manholes, flow control structures and junction } Mississippi State Department of chambers. Health-Division of Water Supply 1978 to 1983 Department of Public Works, Jackson, Mississippi: Responsible charge of a $54 million water works improvement program. His Professional Activities: involvement included feasibility studies,preliminary design,financial American Water Works Association evaluations,and detailed design. The program was comprised of the design of 17 miles of water transmission mains ranging from 36 to 60 Mississippi Water and Pollution inches in diameter, rehabilitation of a 52 MGD surface water Control Operators Association treatment plant,and design of a new 25 MGD surface water treatment American Society of Civil plant. Engineers DuPage Water Commission, Elmhurst, Illinois: Project Engineer Illinois Potable Water Supply responsible for the design and contract administration for Operators Association approximately 9.5 miles of 72 inch diameter transmission main. i j J. Warren Green Page 2 Experience- Continued = DuPage Water Commission,Elmhurst,Illinois:Provided start-up and operational services including disinfection ofpreviously outlined facilities,system operation and maintenance training for the staff, pump and venturi meter performance testing,chlorination facility start-up,and meter inventory and testing procedures. Department of Public Works, Jackson, Mississippi: Managed the engineering, construction, treatment,and distribution divisions for the Department. Responsibilities included management of water well rehabilitation; elevated tank repair and painting; chemical storage facilities and feed systems for alum, hydrated lime, chlorine, ammonia, dry and liquid polymer and fluoride; large diameter taps; insert valves; and in-service line stops and bypasses. Green Bay Water Utility, Green Bay, Wisconsin: Project Manager for the design and contract administration for the expansion of the water treatment plant. The project includes a 42 MGD LOX ozone facility and contactor, new rapid mix and flocculator basins, chemical feed systems, filter wash water recirculation system, and a sludge lagoon with decant towers and pumping system. City of Flint, Flint Michigan: Project Manager for the design of a 36 MGD surface water treatment plant expansion and upgrade for the City of Flint,Michigan. The project includes the evaluation of advanced treatment technologies to meet the current and proposed drinking water regulations. Selected processes included ozone, mixing facilities, plate settling basins, GAC filtration, solids contact softening units,recarbonation facilities,residuals processing equipment,site improvements and chemical systems renovation. Also included were new employee facilities, water quality laboratory and SCADA system. Department of Public Works, Jackson, Mississippi: Supervised bench scale treatability studies to optimize plant performance. Evaluations concentrated on chemical application points and sequence, coagulant and filter aid polymers, alum sulfate and hydrated lime dosages, and mixing intensities. Green Bay Water Utility, Green Bay, Wisconsin: Project Manager for study to determine options and costs for Green Bay to supply water to Brown County. Department of Public Works, Jackson, Mississippi: Responsible charge for the development of a master plan for the City of Jackson,Mississippi. The project involved the evaluation of the existing water supply and wastewater treatment systems to meet the City's needs for 20 years, and determination of the impact of the proposed changes in the regulations. i _.1 & - Alor Nomior • N I I I I Project Engineer 9 David P. Barnas, P.E. I I I I A i S David P. Barnas, P.E. Education Experience B.S. Civil Engineering University of Wisconsin During Mr. Barns' professional career with Alvord, Burdick & 1984 Howson he has participated in the design, field survey, construction x and analysis of a number of water systems.He has strong capabilities in project execution and construction management.These abilities are Registration particularly valuable when dealing with the client, contractor and Professional Engineer public to resolve issues and maintain schedules. Examples of his 1991 experience applicable to this project include: Hazardous Waste Site Worker 1993 City of Des Plaines, Des Plaines, Illinois: Provided resident engineering rvhnem Main consistinseg of ices approfor tximately e Des 8Plai,000 s feet West of 20 Side inch Tran diametesission r main, 9,000 feet of 24 inch diameter main and 5,000 feet of 30 inch Applicable Expertise diameter main. Also included in the project were surge anticipator Design valves and piping at the Maple Street Pump Station. Water Mains Cost Estimating DuPage Water Commission, Elmhurst, Illinois: Designed a 12 inch I Contract Administration g Resident Engineering diameter feeder main relocation for the Oakbrook metering station. Construction Observation The relocation was performed in conjunction with the residential Surveying development of an easement that was being used by the Commission, Jand incorporated sequencing of the work and wetland preservation. If DuPage Water Commission,Elmhurst, Illinois: Served as project Professional Positions Alvord,Burdick&Howson engineer and resident engineer for the design of 8,850 feet of 36 inch 1987 to Present diameter water main. t Schal Associates Saginaw-Midland Municipal Water Supply Corporation, Bay City, 1986 to 1987 Michigan: Provided construction and field engineering services for 40,000 feet of 60 inch diameter parallel pipeline. This was the first - ductile iron water main installed in Michigan. The project included connections to an existing reservoir,pipelines, and yard piping that Professional Activities had critical shutdowns and required timely completion of work. American Water Works Association During the design he complete field surveys, cost estimates, and T environmental investigations. He also assisted in wetlands American Society of Civil identification, restoration and permitting. Engineers City of Lake Forest,Lake Forest,Illinois:Assisted in design of water Western Society of Engineers distribution system and storage facilities improvements. 4 t &= WAMPF =NM i1 i.■ MINIIIIIIIV • • J David P. Barnas Page 2 Experience- Continued DuPage Water Commission,Elmhurst,Illinois: Performed resident engineering services for 72 inch diameter transmission main.He conducted field testing of the soil for petroleum hydrocarbons and drafted specifications which detailed the handling,transporting,disposal,monitoring and reporting for soil with gasoline contamination. He also assisted in the transmission main route design to minimize the quantity of contaminated soil that would be handled. DuPage Water Commission, Elmhurst, Illinois: Performed resident engineering services for 34,000 feet of 30 and 36 inch diameter water main. Village of Morton Grove, Morton Grove, Illinois: Design of 12 inch diameter sanitary sewer and alleyway reconstruction. Village of Mount Prospect, Mount Prospect, Illinois: Assisted in the preparation of storm sewer drawing and cost estimates for testimony which AB&H provided as an expert witness. DuPage Water Commission, Elmhurst, Illinois: Performed designs and field inspections for relocations and replacements of 6 through 48 inch diameter sanitary sewer associated with water main construction. Green Bay Water Utility, Green Bay, Wisconsin: Provided construction services for a 2 MG composite elevated storage tank, dealing with issues of cold-weather concrete placement, design standards which preceded the AWWA Standard for Composite Tanks, and aesthetic design parameters. He also provided shop drawing coordination and review. O'Hare International Airport, Chicago,Illinois: Provided field engineering on a taxiway relocation project which included construction of 96 inch diameter storm sewer,construction of 12 to 90 inch diameter combined sewer, relocation and replacement of 48 inch diameter combined sewer with elliptical pipe, underground structures, and asphalt and concrete paving; a detention basin and 96 inch diameter trunk storm sewer installation tunneled under an active runway, classification of } soil borrow, and basin erosion protection; and a terminal roadway expansion project incorporating sewer and water main construction. DuPage Water Commission, Elmhurst, Illinois: Provided resident engineering services for 340 MGD Lexington Pumping Station in Chicago, Illinois. Work included relocation of 48 inch diameter combined sewer by tunneling on a 400 foot radius. City of Evanston, Evanston, Illinois: Assisted in inspection and evaluation studies for the water distribution and sewer systems. 4IMI MOW MI al j I I Civil Engineer Joseph E. Michalski, E.I.T. I I I I I J 1 Joseph Michalski, E.I.T. Education Experience B.S. Civil Engineering University of Illinois Mr. Michalski has performed a variety of engineering assignments 1996 including both design and field engineering in the environmental and water/wastewater fields. The following are examples of pertinent 1r projects: Registration Engineer In Training Green Bay Water Utility, Green Bay, Wisconsin: Provided resident 1996 engineering services for water treatment plant improvements and a design and construction of a new ozone facility. Hi responsibilities included data collection,preparation of drawings,specifications,and Applicable Expertise bid documents, cost estimating, and construction observation. Design Water Mains Wisconsin Department of Natural Resources, Madison, Wisconsin: Sewers Assisted in the design of environmental remediation system and Construction Observation prepared construction documentation for an industrial site in Contract Administration Janesville, Wisconsin. Cost Estimates Burbank, Illinois: Designed pavements, storm sewer systems and sanitary sewer systems for several schools. Professional Positions Alvord, Burdick&Howson Elmwood Park,Illinois:Participated in on-site construction meetings 1998 to Present as civil engineering representative to assist architect and owner resolve design issues for a high school site located in Elmwood Park. DC Consulting Engineers 1997 to 1998 Janesville and Watertown, Wisconsin:Provided technical observation = Environmental Resources services during the installation of environmental remediation systems Management, 1996 to 1997 at industrial sites in these towns. 1 t 3 - s &"4611711 I Wirr 111111111111111 111 F 411V MIMI MI III 1 Kurt Kaszuba Education Experience Oakton Community College 1990 to 1992 Mr. Kaszuba is a Field Technician responsible for activities relating to water supply,treatment,and distribution systems.His background as a water system operator included responsibility for all treatment and pumping operations. Following are a few examples of his experience that are applicable to this project: DuPage Water Commission, Elmhurst, Illinois: Field Technician Applicable Expertise responsible for verifying site elevations and on-site observation for Field Measurements a 48 inch diameter precast concrete water main installation. Construction Observation GPS DuPage Water Commission, Elmhurst Illinois: Field Technician responsible for assisting with GPS measurements along a proposed pipeline route to verify the locations of other utilities in the area. DuPage Water Commission, Elmhurst, Illinois: Assisted in drafting activities for Drawings of Record for a project which included the installation of a 48 inch diameter steel transmission main. Professional Positions Alvord,Burdick&Howson City ofDes Plaines,Des Plaines,Illinois:Water system operator with 1999 to Present responsibility for operating and maintenance activities at the City's City of Des Plaines 7 MGD water facility, including pump start-up and shut-down 1998 to 1999 sequences, equipment maintenance, and water quality sampling. He was also responsible for responding to the public's inquiries about water service after regular business hours. Northwest Suburban Municipal Joint Action Water Agency, Elk Grove Village, Illinois: Field Technician responsible for assisting in Cathodic Protection testing activities. Tasks included taking measurements of voltage potentials at testing stations along various sections of the Agency's transmission system. i a ■I i • QUALIFICATIONS OF THE FIRM Alvord,Burdick&Howson was established as a consulting engineering practice in 1902,is debt-free and privately-owned. The primary office of the firm and the location at which all employees proposed for this project are permanently assigned is 20 N. Wacker Drive, Chicago, Illinois, 60606. The firm specializes in all aspects of water and wastewater engineering, providing comprehensive services in the fields of water supply,treatment,storage and distribution;wastewater collection, treatment and disposal; stormwater management; flood control; and financial analysis. Full in-house staff capabilities include experienced personnel in the areas of hydraulic,civil,process, structural,architectural,mechanical,electrical,instrumentation,and HVAC evaluation and design. } The firm has the hydraulic and computer modeling skills to analyze both equilibrium and transient flow conditions. Engineering services provided include: 1 ❑ Appraisals and valuations: cost of service, revenue requirement, and rate studies; inventory and valuation reports;provision of expert testimony. ❑ Planning: preliminary investigations; feasibility studies and reports; master plan development; treatability and process definition studies. ❑ Design: preparation of detailed design reports, contract plans, and specific"tons. ❑ Construction services: construction management and technical observations; assistance in acquiring permits; cost estimating; capital financing. ❑ Hydraulic analysis and computer modeling. ❑ Automation plans and SCADA systems. ❑ Power generation and energy recovery systems. ❑ Client orientation: initial start up procedures; preparation of operating manuals; training of client personnel. The firm's success results from a combination of technical excellence, commitment to address the needs of clients, and integrity. AB&H staff possesses the training, experience, and professional skills to address the complete requirements of a wide variety of projects. Teams are assembled for each project with experienced personnel selected to address specific areas, and are committed to satisfying the needs of the client. The experience and dedication of these teams result in the completion of projects within the specified time frame and for the budgeted cost. ii NI M Qualifications of the Firm- Page 2 AB&H is widely recognized for its expertise in water and wastewater engineering. It has a reputation among its clients and peers for excellence,professionalism, and quality. Service to the engineering profession is a high priority of AB&H. Members of the firm are active in a number of professional organizations and hold key positions in the American Water Works Association , the Water Environment Federation,the American Public Works Association,and the American Society of Civil Engineers. Several are diplomates in the American Academy of Environmental Engineers and three AWWA national presidents have been from the firm. In terms of preliminary planing and layout, design, and engineering assistance during construction for water main installations,the firm has extensive experience. Within the last ten years alone,more than three hundred miles of water main designed by personnel in the Chicago office has been placed in service. These mains have varied in size from 8 to 90 inches in diameter, utilizing prestressed concrete cylinder, steel, or ductile iron pipe, as preferred by the client. In many cases, more than one material have been specified as alternates in order to increase competition and improve prices. It should also be noted that much of this work has been in the Chicago metropolitan area and involved dealing with the types of issues that will be faced in Elgin. Right-of-way acquisition, existing utility congestion, contaminated soils,and crossing major obstacles such as limited access highways,wetlands,streams,and railroads are a few examples of the issues successfully addressed on numerous recent projects. In addressing these issues, various techniques have been used depending upon specific circumstances,relative economics, and obtaining the required approvals. The firm is proud of the reputation it has earned over the years and encourages verification of past performance by contacting our clients. In a previous section we provided specific examples of prior similar projects with a specific client contact provided for each. On the following pages is a more comprehensive list of references who have utilized our services in the past. Feel free to contact any or all of these individuals relative to our approach to addressing their concerns, ability to meet budget and schedule commitments, quality of work, professionalism, and other issues of importance to the City. I 1 4 Fir Air =OM 1111 AEI MEM/ II Qualifications of the Firm- Page 3 Mr. George Drye Mr. William Nabak Director General Manager Engineering& Water Department Green Bay Water Utility P.O. Box 1524 631 S. Adams Street Bloomington, Illinois 61702-1524 Green Bay, WI 54305 (815) 233-0711 (920) 448-3480 Mr. Dennis Connolly Mr. Ramesh Gupta Deputy Commissioner Engineering Section Chief Chicago Department of Sewers Illinois Department of Transportation 333 South State Street- Suite 410 Bureau of Electrical Operations Chicago, IL 60604-3971 201 W. Center Court (312) 747-7071 Schaumburg, IL 60196 (847) 705-4370 Mr. Edward Nawrocki Manager of Maintenance and Construction Mr. Herman Cooper DuPage Water Commission Director of Public Works 600 E. Butterfield Road City of Jackson Elmhurst, IL 60126 P.O. Box 17 (630) 834-0100 Jackson, MS 39205 (601) 960-1175 Mr. Dennis Streicher Assistant Director of Public Works Mr. Frank Tripicchio City of Elmhurst Director of Public Works 209 N. York Village of Lincolnshire Elmhurst, IL 60126 One Olde Half Day Road (630) 530-3020 Lincolnshire, IL 60069 (847) 883-8600 Mr. G. Robert Carlyon 1 Supervisor Mr. Manuel Castaneda Flint Water Treatment Plant Superintendent of Public Works 4500 North Dort Highway Village of Lincolnwood Flint, MI 48505 6900 N. Lincoln Avenue (810) 787-6537 Lincolnwood, IL 60646 (847) 673-1540 iiAmir Nom= AlEr MINN/ IN IN J Qualifications of the Firm- Page 4 Mr. Ray C. Peterson Mr. Jerry J. Nolte Public Works Director General Manager Village of Lisle North Jersey District 1040 Burlington Avenue Water Supply Commission Lisle, IL 60532 1 F.A. Orechio Drive (630) 969-1424 Wanaque,NJ 07465 (201) 835-3600 Mr. Martin Aquino Engineer in Charge Mr. Thomas H. White Environmental Section General Manager 1 City of Milwaukee Racine Water and Wastewater Utilities Municipal Building Room 227, City Hall Annex 841 N. Broadway 800 Center Street 1 Milwaukee, WI 53202 Racine, WI 53403 (414) 286-2400 (414) 636-9181 Mr. Charles S. Scheck Mr. Gary Peters Director of Community Development Manager Village of Morton Grove Saginaw-Midland Municipal 6101 Capulina Avenue Water Supply Corporation Morton Grove, IL 60053 4678 S. Three Mile Road (847)470-5231 Bay City, MI 48706 ( (517) 684-2220 Mr. Joseph Fennell Executive Director Mr. Joseph P. Martin Northwest Suburban Municipal Assistant for Administrative Services Joint Action Water Agency City of Virginia Beach 903 Brantwood Municipal Center Elk Grove Village, IL 60007 Virginia Beach, Virginia 23456 (847) 981-4083 (757) 427-4171 MIMEO I. I ATTACHMENT "B" ENGINEERING AGREEMENT WITH ALVORD, BURDICK & HOWSON 2000 FEE PROPOSAL TO PROVIDE ENGINEERING SERVICES FOR WATER MAIN DESIGN AND INSTALLATION SERVICES BRANDT DRIVE, STONEHAVEN DRIVE, AND SHALES PARKWAY/BLUFF CITY BOULEVARD , =.1-..0,74:,,x,\, Ela .__ . _i__ .\ ..,,. _:______,: ,,,,„ , ,,...._, FEBRUARY 2000 ALVORD, BURDICK & HOWSON , L.L.C. IMMINIIIIIIIV NM%_� _ Wi NOM • • mwihiposimi►Luc■avicilviaa:+:aalvIwarmtimil ALVORD, BURDICK & HOWSON, L. L. C. ENGINEERS 20 NORTH WACKER DRIVE•SUITE 1401 SERVICES MEMBERS WATER SUPPLY,PURIFICATION AND DISTRIBUTION CHICAGO, IL 60606 AMERICAN CONSULTING ENGINEERS COUNCIL WASTEWATER COLLECTION AND TREATMENT TEL.(312)236-9147 FAX:(312)236-0692 AMERICAN PUBLIC WORKS ASSOCIATION FLOOD RELIEF E-MAIL:SERVOABH ENGINEERS.COM AMERICAN SOCIETY OF CIVIL ENGINEERS STORMWATER FACILITIES AMERICAN WATER WORKS ASSOCIATION INVESTIGATIONS,REPORTS AND DESIGNS JOHN W.ALVORD CHARLES B.BURDICK LOUIS R.HOWSON CHICAGOLAND CHAMBER OF COMMERCE CONSTRUCTION AND OPERATION SERVICES 1861-1943 1874-1955 1887-1985 NATIONAL ASSOCIATION OF APPRAISALS AND RATE REPORTS DONALD E.ECKMANN DR.VA-TAI LIN CORROSION ENGINEERS WATER ENVIRONMENT FEDERATION J.WARREN GREEN BON G.MUI DR.RAY S.T.CHENG WESTERN SOCIETY OF ENGINEERS JAMES W.HEDGES WILLIAM L.MEINHOLZ RICHARD D.SHEA February 28, 2000 Ms. Gail Cohen Purchasing Director City of Elgin 150 Dexter Court Elgin, IL 60120-5555 Re: Price Proposal to Provide Engineering Services for Water Main Design and Installation Services Brandt Drive, Stonehaven Drive, and Shales Parkway/ Bluff City Boulevard Dear Ms. Cohen: Transmitted herewith is our cost proposal based upon the format indicated in the RFP. This fee, including a not-to•exceed amount of$ 104,000 is based upon using the highly qualified and experienced personnel identified in the proposal to complete the assignment, including each individual task described in the RFP. The following attachment shows a detailed derivation of our numbers so that you can review the time we feel will be required for the various tasks. This will also enable the City,should it desire at any time, to reduce the scope of work or perform a portion of the work with its own staff, to determine the new cost Similarly,if it should be desired to add design of any other installations,the hourly salary rates and multipliers indicated would still apply. It was also suggested that fee escalation provisions be spelled out in our proposal for the contingency of a delay in authorizing all or portions of the work. The fees included herein are based upon the schedule in the request for proposal and no escalation would be required for work currently scheduled to be performed in 2001. Should the projects be delayed to a significant degree beyond that now envisioned, we would propose that the fees be increased by the same percentage as the actual salary increases of the employees involved or the consumer price index, whichever is less. The percentage increase would be measured only from the time the work was scheduled until it is performed and not from the initial date of the engineering agreement. ti Ms. Gail Cohen - 2 - February 28, 2000 Should you desire a different form of contract than that we have assumed in developing the numbers, such as a lump sum, this would also be acceptable. If you have any questions or would like to discuss this matter further, please let us know. Yours very truly, ALVORD, BURDICK& HOWSON AN Bon G. Mui, Partner PRICE PROPOSAL WATER MAIN DESIGN AND INSTALLATION SERVICES Based on our understanding of the scope of work we have allocated the projected manhour requirements and costs to performing the various major tasks. The results are tabulated in the following tables,beginning with the hours and proceeding through the derivation to a not-to-exceed amount. TABLE 1 ESTIMATED TOTAL MAN HOURS Partner/, Project/ Office/ Project Senior Engr. Tech/ Field Activity Manager Engineer Engineer Draftsman Support Preliminary Phase Progress meetings 6 6 Data Collection 8 Legal Survey for Easements* 1 Plans 6 6 96 96 Subtotals 12 21 96 96 Design Phase Progress Meetings 6 6 Route Survey 4 48 48 Geotechnical* 1 Plans and Specifications 14 14 144 144 Cost Estimates 1 8 Permit Applications 1 8 4 Subtotals 20 27 208 192 4 Fee Proposal- Page 2 TABLE 1 (CONTINUED) ESTIMATED TOTAL MAN HOURS Partner/ Project/ Office/ Project Senior Engr. Tech/ Field Activity Manager Engineer Engineer Draftsman Support Construction Phase - Stonehaven Drive and Shales Parkway(2000) Progress Meetings 6 6 Bidding & Contract Award 4 8 4 Shop Drawings and Submittals 8 80 Periodic Visits by Engineer 16 Full Time Site Observer- 1 Month 160 Drawings of Record 1 8 Subtotals 10 23 96 168 4 Construction Phase -Brandt Drive(2001) Progress Meetings 12 12 Bidding & Contract Award 4 8 4 Shop Drawings and Submittals 10 100 Periodic Visits by Engineer 64 Full Time Site Observer- 4 Months 640 Drawings of Record 2 16 Subtotals 16 32 164 656 4 TOTAL 58 103 564 1112 12 * For administration and coordination of outside services which are included as direct expense ti Fee Proposal-Page 3 PROPOSED BASIS OF PAYMENT Alvord, Burdick & Howson would propose, for your consideration, the following fee structure. The fee would be computed upon the actual hourly rates of employees engaged on the project as follows: 1. Direct labor cost would be the actual hourly salary rate paid individuals engaged in the project multiplied by the hours dedicated to this assignment. 2. Indirect cost, which would include employee fringe benefits and employer taxes, business expenses, insurance, computer and equipment usage, overhead,profit,and similar items would be calculated as 1.7 times the direct labor cost. 3. Out-of-pocket expenses,which would be those costs directly attributable to the performance of the work under this project and identifiable as pertaining specifically to this project would be reimbursed at cost without mark-up. This would include costs of geotechnical work and legal descriptions and plats. The billings for services would be the sum of items 1, 2, and 3 listed above. The following table indicates the general salary schedule for various classes of employees. This table and the above components and multiplier would also be applicable if any additional projects were requested by the City. Of course any additional work would require a specific request and authorization, and a not-to-exceed or lump sum cost based upon the above formula would be developed for approval before initiating the extra work, if desired. TABLE 2 HOURLY SALARY RATES CLASSIFICATION RATE RANGE Partner/Project Managers/Project Engineers $35.00- $60.00 Project/Senior Engineers $25.00 - $39.00 Engineers $19.00- $28.00 Draftsmen & Technicians $12.00- $19.00 Office & Field Support $ 10.00- $15.00 Fee Proposal- Page 4 TABLE 3 COST EXTENSION CATEGORY OF AVERAGE HOURS DIRECT EMPLOYEE RATE COST Project Manager $52 58 $ 3,016 Project/Senior Engr. $24 103 $ 2,472 Engineer $21 564 $ 11,844 Draftsman & Technician $15 1112 $ 16,680 Office & Field Support $14 12 $ 168 Total Direct Labor $ 34,180 Indirect Cost $58,106 Out-Of-Pocket Expenses (Geotechnical & Legal Descriptions) $ 11,200 Total $103,486 SUGGESTED NOT-TO-EXCEED AMOUNT $104,000 • ESTIMATED MAN HOURS AND COST WATER MAIN DESIGN AND INSTALLATION SERVICES ' CITY OF ELGIN,ILLINOIS Mach 10,1999 . ALVORD,BURDICK 8,HOWSON MAN HOURS COST Partner/ Project/ Office/ Total Partner/ Project/ Office/ Project Senior Technician/ Field Man Project Senior Technician/ Field Total Manaalt Engineer EraEiest Draftsman $t1DDoli lima Menaaer Engin44L Eosin= Quitman aauamt rag Direct Coat Per Hour $52.00 $24.00 $21.00 $15.00 $14.00 Indrect Cost Per Hour $88.40 $40.80 $35.70 $25.50 $23.80 Total Cost Per Hour $140.40 $64.80 $56.70 $40.50 $37.80 Activity Preliminary Phase Stonehaven Drive and Shales Parkway(20001(11 Progress Meetings 1.0 1.0 2.0 $140.40 $64.80 $0.00 $0.00 $0.00 $205.20 Data Colection 4.0 4.0 0.00 259.20 0.00 0.00 0.00 25920 Plans 1.0 1.0 16.0 16.0 34.0 140.40 64.80 907.20 648.00 0.00 1,760.40 Subtotals 2.0 6.0 16.0 16.0 0.0 40.0 $280.80 $388.80 $907.20 $648.00 $0.00 $2,224.80 Deakin Phase Stonehaven Drive and Shales Parkway(20001(11 Progress Meetings 1.0 1.0 2.0 $140.40 $64.80 $0.00 $0.00 $0.00 $205.20 Route Survey for Pipeline 2.0 8.0 8.0 18.0 0.00 129.60 453.60 324.00 0.00 907.20 Geotectnical(2) 0.5 0.5 0.00 32.40 0.00 0.00 0.00 32.40 Plans and Specifications 4.0 4.0 24.0 24.0 56.0 561.60 25920 1,360.80 972.00 0.00 3,153.60 Cost Estimates 0.5 4.0 4.5 0.00 32.40 226.80 0.00 0.00 259.20 Permit Applications 0.5 4.0 2.0 6.5 0.00 32.40 226.80 0.00 75.60 334.80 Subtotals 5.0 8.5 40.0 32.0 2.0 87.5 $702.00 $550.80 $2,268.00 $1,296.00 $75.60 $4,892.40 Danstruction Phase-Stonehaven Drive and Shales Parkway(20001 Progress Meetings 6.0 8.0 12.0 $842.40 $388.80 $0.00 $0.00 $0.00 $1,23120 Bidding and Award 4.0 8.0 4.0 16.0 561.60 518.40 0.00 0.00 151.20 1,231.20 of Contact 0.0 0.00 0.00 0.00 0.00 0.00 0.00 Shop Drawings and 8.0 80.0 88.0 0.00 518.40 4,536.00 0.00 0.00 5,054.40 Data Submittal 0.0 0.00 0.00 0.00 0.00 0.00 0.00 Periodic Site Visits by Engineer 16.0 16.0 0.00 0.00 907.20 0.00 0.00 90720 Ful Time Site Observer 1 month 160.0 160.0 0.00 0.00 0.00 6,480.00 0.00 6,480.00 Drawings of Record 1.0 8.0 9.0 0.00 64.80 0.00 324.00 0.00 388.80 Subtotals 10.0 23.0 96.0 168.0 4.0 301.0 $1,404.00 $1,490.40 $5,443.20 $6,804.00 $151.20 $15,292.80 SUBTOTALS-AB&H 17.0 37.5 152.0 216.0 6.0 428.5 $2,386.80 $2,430.00 $8,618.40 $8,748.00 $226.80 $22,410.00 OUTSIDE SERVICES(Stonehaven Drive and Shales Parkway) Design Phase Geotectntcal $2,600.00 SUBTOTALS-OUTSIDE SERVICES $2,600.00 TOTAL -STONEHAVEN DRIVE AND SHALES PARKWAY $25,010.00 prein inary Phase Brandt Drive(20001(11 Progress Meetings 5.0 5.0 10.0 $702.00 $324.00 $0.00 $0.00 $0.00 $1,026.00 Data Colection 4.0 4.0 0.00 25920 0.00 0.00 0.00 25920 Legal Desaiplfon for Easements(2) 1.0 1.0 0.00 84.80 0.00 0.00 0.00 64.80 Plans 5.0 5.0 80.0 80.0 170.0 702.00 324.00 4,536.00 3,240.00 0.00 8,802.00 Subtotals 10.0 15.0 80.0 80.0 0.0 185.0 $1,404.00 $972.00 $4,536.00 $3,240.00 $0.00 $10,152.00 Design Phase Brandt Drive(20001(11 Progress Meetings 5.0 5.0 10.0 $702.00 $324.00 $0.00 $0.00 $0.00 $1,026.00 Route Survey for Pipeline 2.0 40.0 40.0 82.0 0.00 129.60 2,268.00 1,620.00 0.00 4,017.60 Geotechnical(2) 0.5 0.5 0.00 32.40 0.00 0.00 0.00 32.40 Plans and Specifications 10.0 10.0 120.0 120.0 260.0 1,404.00 648.00 6,804.00 4,860.00 0.00 13,716.00 Cost Estimates 0.5 4.0 4.5 0.00 32.40 226.80 0.00 0.00 259.20 Permit Appications 0.5 4.0 2.0 6.5 0.00 32.40 228.80 0.00 75.60 334.80 Subtotals 15.0 18.5 168.0 160.0 2.0 363.5 $2,106.00 $1,198.80 $9,525.60 $6,480.00 $75.60 $19,386.00 Construction Phase-Brandt Drive(20011 Progress Meetings 12.0 12.0 24.0 $1,684.80 $777.60 $0.00 $0.00 $0.00 $2,462.40 Biding and Award 4.0 8.0 4.0 16.0 561.60 518.40 0.00 0.00 151.20 1,23120 of Contract 0.0 0.00 0.00 0.00 0.00 0.00 0.00 Shop Drawings and 10.0 100.0 110.0 0.00 648.00 5,670.00 0.00 0.00 6,318.00 Data Submittal 0.0 0.00 0.00 0.00 0.00 0.00 0.00 Periodc Site Visits by Engineer 64.0 64.0 0.00 0.00 3,628.80 0.00 0.00 3,628.80 Ful Time Site Observer 4 months 640.0 640.0 0.00 0.00 0.00 25,920.00 0.00 25,920.00 Drawings of Record 2.0 16.0 18.0 0.00 129.60 0.00 648.00 0.00 777.60 Subtotals 16.0 32.0 164.0 656.0 4.0 872.0 $2,246.40 $2,073.60 $9,298.80 $26,568.00 $151.20 $40,338.00 SUBTOTALS-AB&H 41.0 65.5 412.0 896.0 6.0 1,420.5 $5,756.40 $4,244.40 $23,360.40 $36,288.00 $226.80 $69,876.00 OUTSIDE SERVICES(Brandt Drive) preirinary Phase Legal Deaaiption for Easements $5,000 Pedal Phase Geotech ical $3,600 SUBTOTALS-OUTSIDE SERVICES $8,600 TOTALS-BRANDT DRIVE $78,476 GRAND TOTALS 58.0 103.0 564.0 1,112.0 12.0 1,849.0 $8,143.20 $6,674.40 $31,978.80 $45,036.00 $453.60$103,486.00 (1)Hours and cost based on performance of both projects during the same period. (2)For administration and coordnation of outside services,which are included as direct expense. ATTACHMENT "C" ENGINEERING AGREEMENT WITH ALVORD, BURDICK & HOWSON 2000 CITY OF ELGIN REQUEST FOR PROPOSAL ENGINEERING SERVICES FOR WATER MAIN DESIGN AND INSTALLATION SERVICES BRANDT DRIVE, STONEHAVEN DRIVE, AND SHALES PARKWAY/BLUFF CITY BOULEVARD ISSUED: January 25 , 2000 1 CITY OF ELGIN REQUEST FOR PROPOSAL ENGINEERING SERVICES FOR Water Main Design and Installation Services Brandt Drive, Stonehaven Drive and Shales Parkway / Bluff City Boulevard. General Proposals are requested from Consultant Engineers to furnish certain professional services in connection with the preparation of plans , specifications , and estimate of the cost for the following water main: 1 . Brandt Drive Water Main which is located in the north east side of the City and is currently served by a 10- inch water main connected to the Dundee Avenue booster station. The proposals to install additional water main approximately 5 , 000 feet of 12-inch diameter in size. The design of the project will be completed in year 2000 and constructed in year 2001 . 2 . Stonehaven Drive Water Main which is located in the west side of the City and includes approximately 500 feet of 12-inch water main to enhance the 8-inch water main in Stonehaven Drive. The design and construction of this project will be in year 2000 . 3 . Shales Parkway / Bluff City Blvd. Water Main, which is located in the south east of the City, and includes approximately 500 feet of 16-inch water main. This water main will accomplish the tie north of Route 20 to Bluff City Boulevard. The preliminary engineering is complete . The design and construction of this project will be in year 2000 . Section I - Scope of Work The selected Consultant firm shall provide the following services : 1 . Preliminary Phase: 1 . 1 Make route surveys as necessary to obtain additional data necessary for project design. 2 1 . 2 Plot additional field data. 1 . 3 Make a preliminary design of the project . 1 . 4 Prepare preliminary project plans . 1 . 5 Meet with the City staff to discuss the preliminary plans . 1 . 6 Identify and secure any required easements . 2 . Design Phase: 2 . 1 Prepare detailed drawings and specifications for the proposed construction to install : a. Brandt Drive Water Main An 12-inch water main to be extended north from the existing 12-inch water main in Toastmaster Drive, auguring underneath I-90 Illinois Toll Highway, then west along a frontage road to connect to an existing 12- inch water main on Brandt Drive . The project consists of approximately 5 , 000 feet of easement documents for use by the City of Elgin. This project is scheduled to be constructed in the year 2001 . b. Stonehaven Water Main An 12-inch water main on Stonehaven Drive . This extension will connect two existing 12- inch water mains and will be approximately 500 feet long. This project is to be constructed in the year 2000 . C. Shales Parkway / Bluff City Boulevard Water Main An 16-inch water main on Shales Parkway shall be extended 500 feet from existing 16-inch water main north of Route 20 to Bluff City Boulevard. This project will be constructed in the year 2000 . 2 . 2 Prepare an opinion of probable construction cost for proposed work covered by the drawings and specifications . 3 ti 2 . 3 Submit drawings and specifications to the City for review and approval . Meet with representative of the City during the review process to explain the drawings , specifications, and procedures, and advise the City concerning any proposed revisions . 2 . 4 Submit drawings and specifications to the Illinois Environmental Protection Agency, the Illinois State Division of Waterways, Kane County, Illinois Toll Highway Authority, and any other governmental agency that has a regulatory interest in the project, and provide all other services to secure permit approval . 2 . 5 Prepare bid forms, notices and addenda as necessary for bidders . 3 . Construction Phase Services , The ENGINEER shall provide the following services : 3 . 1 Provide (20) sets of drawings and specifications to be issued by the City to prospective bidders . 3 . 2 Assist the City in evaluating bids and make recommendations concerning the award of contracts . 3 . 3 Assist the City in preparation of conforming copies of contracts . 3 . 4 Review shop drawings and data submitted by construction contractors for general conformity to the contract drawings and specifications . 3 . 5 Make periodic visits to the site of the work during the construction and consult with the City concerning the progress . 3 . 6 Review all routine and final estimates and make recommendations to the City regarding payments to the contractor, and report regularly to the City upon the progress and quality of work. 3 . 7 Upon completion of the work, revise construction drawing to confirm to construction records . The record drawings shall be submitted to the City in CD-ROM. Files shall be generated either in InterGraph or Auto-CAD format . Register the 4 digitalized line into geographical projection system. The City of Elgin recommend using State Plan 83 East Illinois Region System. Section II - City' s Responsibilities The city' s water department will provide a project coordinator plus all available documentation and related drawings, reports, and other data that are available in the files of the Owner . Section III - Submission of Proposal Part A: Narrative 4 . Please provide a detailed description of the consultant ' s method of analysis and projected time frames to perform the work described herein. 2 . The consultant shall submit with its proposal a list of current references for other similar projects that includes contact persons and their phone numbers . 3 . The experience and educational qualifications of the consultant ' s key staff members assigned to this contract shall be included with the proposal and shall include, at a minimum, one registered professional engineer. The overall capabilities of the engineering firm and its current and past clients should also be presented for review by the city staff . 4 . The selected consultant shall not commence work under this contract until it has obtained all insurance required under this paragraph and has filed with the city a certificate of insurance . The Engineer shall furnish worker' s compensation insurance (STATUTORY) ; Property Damage and Public Liability Insurance in the amounts of $1, 000, 000 respectively; and Comprehensive Automobile and General Bodily Injury Liability with limits of $1 , 000 , 000 respectively. The CITY OF ELGIN shall be named as ADDITIONAL INSURED on the above policies . The Engineer shall carry Engineer' s professional liability insurance with a combined single limit of not less than $1 , 000, 000 per occurrence / $3 , 000 , 000 aggregate . Part B: Fee The consultant' s fee shall include a detailed cost estimate 5 to furnish the services detailed in its proposal . This part of the proposal shall be sealed and remain separate from Part A while the city is evaluating the engineering firm' s proposal . Part B will not be used in the evaluation of proposals leading to the selection of the consultant and will not be opened until all evaluations have been completed. The fee proposal will be used as the basis for negotiations leading to final contractual scope of services and contract fee . Should the evaluation process not result in a clear choice as to the top rated consultant, the fee proposal may then be used to assist the selection committee in determining final recommendation. If the city is unsuccessful in reaching a contract agreement with the top rated consultant, negotiations will cease and the second rated consultant will be invited to negotiate with the city. Section IV - Proposal Schedule • Issue Request For Proposal (RFP) January 25 , 2000 • Pre-Proposal Meeting February 9 , 2000 • Proposal received February 29 , 2000 • Selection of Firms March 10 , 2000 • Authorize Agreement March 22 , 2000 • Execution of Agreement April 12 , 2000 • Notice to Proceed April 14 , 2000 • Completion of the Construction Bid Document October 12 , 2000 Section V - Inquiries Any requests for additional information may be directed to Peter L. Bityou, Water Operations Engineer at (847) 931- 6159 . Section VI - Procurement of Professional Services General The following process is that which will be followed in the review and selection of a Consultant on this project . 1 . Pre-Proposal Meeting A pre-proposal meeting will be held at the Water Department Conference room on Wednesday, February 9 , 2000 , at 10:00 am to discuss and clarify any questions 6 about the Project . If, through the pre-proposal meetings with the consultants a significant change in the scope of work and services are indicated, the City shall issue a written addendum to all prospective consultants . 2 . Proposal Evaluation and Final Selection Upon receipt of each consultant ' s two-part proposal, "Part A" shall be evaluated with regard to the consultant ' s stated qualifications, scope of work, staffing or loading, schedule, familiarity with the site or the work, past record, and technical approach. With due consideration to this evaluation of the proposals, a tentative selection shall be made by ranking the proposals considering the consultant ' s understanding of and familiarity with work, staff qualifications, schedule, loading, office location and other relevant factors . The sealed "Part B" of the selected consultant shall be then opened for inspection. If the estimate in Part B of the proposal is shown by an audit or other independent analyses to be improper or subsequent negotiations are unsuccessful in bringing the fee proposal into an acceptable range, negotiation will commence with number two ranked consultant . 3 . Negotiation Guidelines The successful Consultant shall be advised as to the fee negotiation meeting. The negotiation and discussion will cover the consultant ' s costs - direct costs , indirect costs, and profit or net fee - as may be considered by the Department to be reasonable. The Department and Consultant will also agree upon the project schedule and any final adjustments in the project requirements at this time . 4 . Standard Agreement When the fee has been agreed upon, the Director will prepare a Council Action requesting permission to enter into an Agreement for professional services . He will also inform the remaining short-listed consultants that the award has been made to another firm. The Contractual agreement between the City and the successful consultant shall be in a form substantially 7 as set forth in the draft of agreement attached hereto . 8 . Compensation and Payment The Consultant shall submit to the Department monthly, a certified invoice. The Department will review the invoice to insure that all charges are proper and supported by the Consultant ' s Project Progress Report stapled thereto before authorizing payment to the Engineer . Section VII - Submittal An original non-price proposal must be delivered, along with 2 additional copies in a sealed package, plainly marked "Proposal for Engineering Services for Water Main Design and Installation Services, Brandt Drive, Stonehaven Drive, and Shales Parkway / Bluff City Boulevard. (Part A)" and an original price proposal along with 2 additional copies in a sealed package, plainly marked "Price Proposal for Engineering Services for Water Main Design and Installation Services , Brandt Drive, Stonehaven Drive and Shales Parkway / Bluff City Boulevard, (Part B)" and addressed to Gail Cohen, Purchasing Director, City of Elgin, 150 Dexter Court, Elgin, Illinois , 60120 by 11 : 00 AM, Tuesday, February 29 , 2000 . Section VIII - Withdrawal or rejection of Proposals The City of Elgin expressly reserve the right to withdraw the Request of Proposals or to reject any or all proposals in whole or in part . 8 lb. DRAFT OF AGREEMENT THIS AGREEMENT is made and entered into this day of , 2000, by and between the City of Elgin, an Illinois municipal corporation (hereinafter referred to as "CITY") and (Name of the Engineering Firm) an Illinois Corporation (hereinafter referred to as "ENGINEER") . WHEREAS, the CITY desires to engage the Engineer to furnish certain professional services in connection with the water main projects (hereinafter referred to as the "PROJECT") ; and WHEREAS, the ENGINEER represents that it is in compliance with all Illinois statutes relating to professional registration 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 are 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, conditions and stipulations, to-wit: I. SCOPE OF SERVICES The ENGINEER shall provide the following services : 1. Preliminary Phase: 1 . 1 Make route surveys as necessary to obtain additional data necessary for project design. 1. 2 Plot additional field data. 1.3 Make a preliminary design of the project. 1. 4 Prepare preliminary project plans . 1. 5 Meet with the City staff to discuss the preliminary plans . 1. 6 Identify and secure any required easements. 2 . Design Phase: 2 . 1 Prepare detailed drawings and specifications for the proposed construction to install: 1 a. Brandt Drive Water Main An 12-inch water main to be extended north from the existing 12-inch water main in Toastmaster Drive, auguring underneath I-90 Illinois Toll Highway, then west along a frontage road to connect to an existing 12-inch water main on Brandt Drive. The project consists of approximately 5, 000 feet of easement documents for use by the City of Elgin. This project is scheduled to be constructed in the year 2001. b. Stonehaven Water Main An 12-inch water main on Stonehaven Drive. This extension will connect two existing 12-inch water mains and will be approximately 500 feet long. This project will be constructed in the year 2000 . C. Shales Parkway / Bluff City Boulevard Water Main An 16-inch water main on Shales Parkway shall be extended 500 feet from existing 16-inch water main north of Route 20 to Bluff City Boulevard. This project will be constructed in the year 2000 . 2 .2 Prepare a written Statement of Probable Construction Cost for proposed work covered by the drawings and specifications . 2 . 3 Submit drawings and specifications to the City for review and approval. Meet with representative of the City during the review process to explain the drawings, specifications, and procedures, and advise the City concerning any proposed revisions . 2 . 4 Submit drawings and specifications to the Illinois Environmental Protection Agency, the Illinois State Division of Waterways, Kane County, and any other governmental agency that has a regulatory interest in the project, and Provide all other services to secure permit approval. 2 . 5 Prepare bid forms, notices and addenda as necessary for bidders. 3 . Construction Phase Services . 3 . 1 Provide 20 sets of drawings and specifications to be issued by the City to prospective bidders . 3 .2 Assist the City in evaluating bids and make 2 ti recommendations concerning the award of contracts. 3 .3 Assist the City in preparation of conforming copies of contracts . 3 . 4 Review shop drawings and data submitted by construction contractors for general conformity to the contract drawings and specifications . 3 . 5 Make periodic visits to the site of the work during the construction and consult with the City concerning the progress. 3 . 6 Review all routine and final estimates and make recommendations to the City regarding payments to the contractor, and report regularly to the City upon the progress and quality of work. 3 . 7 Upon completion of the work, revise construction drawing to confirm to construction records . The record drawings shall be submitted to the City in CD-ROM. Files shall be generated either in InterGraph or Auto-CAD format. Register the digitalized line into geographical projection system. The City of Elgin recommend using State Plan 83 East Illinois Region System. II. WORK PRODUCT All work product prepared by the ENGINEER pursuant hereto including, but not limited to reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall become the property of the CITY and shall be delivered to the CITY upon its request, provided, however, that the ENGINEER may retain copies of such work products for its records . Such work product is 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. III. PAYMENTS TO THE ENGINEER A. Not To Exceed Method A. 1 The CITY shall pay the ENGINEER for its services under this Agreement at the usual direct hourly rate of personnel employed on this PROJECT directly by ENGINEER as listed herein by Attachment "----" and for outside services provided by other firms or sub-consultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, as described in ENGINEER's fee attachment, attached hereto as Attachment "----", with the 3 total not to exceed (amount of the contract) regardless of the actual costs incurred by the ENGINEER unless modifications to the scope of the work are authorized in writing by the CITY. A.2 The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments for each task shall not be made until the task is completed and accepted by the CITY. IV. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports shall be included with all payment requests . B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit an authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make such records available at reasonable times during the Agreement period, and for three years after termination of this Agreement. V. 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 total amounts set forth under paragraph III or IV above, whichever is less . VI. TERM This Agreement shall become effective as of the date the ENGINEER is given a written Notice to Proceed and, unless terminated for cause or pursuant to Article V. A determination of completion by the CITY shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any breach of the Agreement by the ENGINEER. VII. 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 its claim within fifteen (15) days after occurrence of such action. No claim for additional compensation shall be valid unless such notice is so provided. Any changes in the ENGINEER's fee shall be valid 4 ti only to the extent that such changes are in writing and signed by the CITY and the ENGINEER. Regardless of the decision of the CITY relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the CITY shall proceed without interruption. VIII. BREACH OF CONTRACT All of the terms and provisions of this agreement are material. If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the non-breaching party shall have the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach. If either party, by reason of any default, fails within fifteen (15) days after written notice thereof by non-breaching party to comply with the conditions of the Agreement, the non-breaching party may terminate this Agreement. IX. INDEMNIFICATION The ENGINEER shall indemnify and save harmless the CITY, its officers and employees from and against any and all loss, liability, suits and claims for damages of whatever nature, including, but not limited to, Worker' s Compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this agreement. X. 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. XI. INSURANCE A. Commercial 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 at least $1, 000, 000 aggregate for bodily injury and $1, 000, 000 aggregate for property damage. The ENGINEER shall deliver to the CITY a Certificate of Insurance naming the CITY as additional insured. Such policy shall not be modified or terminated without thirty (30) days prior written notice to the CITY. Such Certificate of Insurance which shall include coverage for Contractual obligations assumed by the ENGINEER under Article 5 IX, entitled "Indemnification" B. Comprehensive Automobile Liability. ENGINEER shall maintain Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than $500, 000 per occurrence for damage to property. C. Combined Single limit Policy. ENGINEER'S requirements for insurance coverage for general liability and auto exposures may be met with a combined 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 not less than $1, 000, 000 per occurrence/$3 , 000, 000 aggregate. A Certificate of Insurance shall be submitted to the CITY as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. XI I. 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, or 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 this Agreement by the CITY. III. 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. 6 ti XIV. DELEGATION 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. XV. 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, joint venture or employment between the CITY and the ENGINEER, or as constituting the ENGINEER as a general representative or general agent of the CITY for any purpose whatsoever. XVI. SEVERABILITY The terms of this agreement shall be severable. 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 for any reason, all other portions of this Agreement shall remain in full force and effect. XVII .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. XVIII MODIFICATION OR AMENDMENT This Agreement and its attachments constitute the sole and 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. XIX. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall 7 w % be construed in accordance with the laws of the State of Illinois. Venue for the enforcement of any rights and the resolution of any and all disputes shall be in the Circuit Court of Kane County, Illinois . XX. NEWS RELEASES The ENGINEER may not issue any news releases without prior written approval from the CITY, nor may the ENGINEER make public any reports or documents developed under this Agreement without prior written approval from the CITY prior to said documentation becoming matters of public record. XXI. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. XXII. INTERFERENCE WITH PUBLIC CONTRACTING: P.A 85-1295 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. XXIII. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have a written sexual harassment policy that includes, at a minimum, the following information: A. The illegality of sexual harassment; B. The definition of sexual harassment under state law; C. A description of sexual harassment, utilizing examples; D. The vendor's internal complaint process including penalties; E. The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and Illinois Human Rights Commission. F. Directions on how to contact the department and commission; G. Protection against retaliation as provided by section 6-101 of Human Rights Act. A Copy of such policy must be provided to the Department of Human Rights upon request. P.A. 87-1257 . XXIV. PREVAILING WAGE/PAYMENT OF TAXES. The ENGINEER shall comply with the requirements of the Prevailing Wage Act (820 ILCS 130/0. 01 et seq. ) The ENGINEER certifies it is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless 8 • 1 there is a pending proceeding contesting the tax. XXV. WRITTEN COMMUNICATIONS All recommendations and other communications by ENGINEER to the CITY and other participants which may affect cost or time of completion shall be made or confirmed in writing. The CITY may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. XXVI 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: Larry E. Deibert Director of the Water Department City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER IN WITNESS WHEREOF, the undersigned have placed their hands and seal 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 this statement. For CITY: ATTEST: CITY OF ELGIN By By City Clerk City Manager For the ENGINEER: Dated this day of , A.D. 2000 WITNESSED: By By (Print name) (Print Name) Officer Title (SEAL) 9