Loading...
01-129 Resolution No. 01-129 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH ALVORD, BURDICK & HOWSON, L.L. C. FOR ENGINEERING SERVICES FOR THE GENEVA STREET WATER MAIN PROJECT 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 an agreement on behalf of the City of Elgin with Alvord, Burdick & Howson, L.L.C. for engineering services for the Geneva Street Water Main Project, a copy of which is attached hereto and made a part hereof by reference . s/ Ed Schock Ed Schock, Mayor Presented: May 23 , 2001 Adopted: May 23 , 2001 Omnibus Vote : Yeas : 6 Nays : 0 Attest : s/ Suellyn Losch Suellyn Losch, Deputy City Clerk :f `'),~� City of Elgin Agenda Item No._. rno/?ATEDFFg' E _ 0 L t r I i. 11111 r izil May 4 , 2001 G PI ifil l0 or) N 1119 tn � 13 TO: Mayor and Members of the City Council FINANCIALLYSTABLE CITYGONERNMENT EFFICIENT SERVICES. AND QUAUT Y INFRASTRUCTURE FROM: Joyce A. Parker, City Manager SUBJECT: Agreement For Engineering Services Geneva Street Water Main Project PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider authorization of an Engineering Services Agreement for the Geneva Street Water Main Project . BACKGROUND rm. This project was identified in the Water Master Plan prepared by Black & Veatch to improve the transmission of water to the southeast portion of the distribution system. The project involves the construction of a 16-inch transmission main in Geneva Street to connect the existing 16-inch main in Division Street with the existing 10-inch main at the intersection of Prairie and Villa Streets . The engineering services agreement includes the design, bidding and construction phases of this project . The Water Department solicited proposals from ten engineering firms . Attachment A identifies the four firms that returned formal proposals with price quotes submitted separately. The four proposals were individually evaluated by a selection committee from Public Works, Engineering and the Water Department . The committee ranked Alvord, Burdick and Howson as most qualified for this work, and following selection, fees from all submittals were opened. The fees for the firms are as follows : Alvord, Burdick & Howson (ABH) : $ 34, 200 . 00 Burns & McDonnell (B&M) : $ 33 , 143 . 00 Hampton, Lenzini, and Renwick $100, 642 .40 Metcalf & Eddy: $ 43 , 366 . 00 00". ey- Agreement for Engineering Services April 4, 2001 Page 2 The proposal from ABH includes additional services required for the project which are not included in B&M proposal . These services include 240 man-hour Resident Observer services versus 160 man- hours in the Burns & McDonnell proposal . ABH has recently completed similar work for the Water Department on Stonehaven Drive and the Bluff City Boulevard/Shales Parkway water main extension. They are presently performing the same services on the Brandt Drive water main, and their performance on these projects has been exceptional . COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT The total cost for the engineering services is $34 , 200 . This will be funded through the Water Department portion of the 2001 Bond Fund, account number 381-4000-795 . 92-41, project number 409572 . The project budget is $35, 000 . LEGAL IMPACT \M1-/None. ALTERNATIVES None. RECOMMENDATION It is recommended that the members of the City Council authorize the execution of an Agreement for Engineering Services with Alvord, Burdick and Howson of Chicago, Illinois for design, bidding and construction phase services for the Geneva Street Water Main Project in the amount of $34 , 200 . Respectfully submi ted, yce A. Parker City Manager JAP:LED/PJB Attachments QUALIFICATIONS RATING SHEET Engineering Services For Water Main Design & Installation Geneva Street April 9, 2001 Description Score HLR Burns &McDonnel Metcalf&Eddy Alvord Burdick &Howson Peter Kurt Tom Omar Chad Peter Kurt Tom Omar Chad Peter Kurt Tom Omar Chad Peter Kurt Tom Omar Chad Knowledge 0-10 9 10 8 8 8 9 10 10 10 8 8 10 9 8 9 9 10 9 10 9 & Experience Project 0-10 9 10 8 8 9 9 10 9 10 8 9 10 9 8 8 9 10 9 10 9 Manager Specialized 0-15 12 10 13 11 11 14 10 14 15 12 12 10 13 9 14 14 10 14 13 14- Experience Scope of 0-25 20 25 21 15 18 23 25 23 22 18 23 25 22 24 19 23 20 23 20 20 Services Innovative 0-10 4 10 7 4 6 8 10 8 5 7 8 10 8 5 8 9 10 8 5 8 new ideas Level of 0-10 8 10 7 4 5 9 10 10 8 7 8 10 9 6 9 9 10 9 8 9 Effort Familiarity 0-15 12 15 11 12 14 12 10 15 13 11 14 10 12 8 13 14 14 15 10 13 with local conditions Schedule 0-5 4 5 5 4 4 0 5 5 2 4 4 5 5 5 4 5 5 5 5 4 Total 0-100 78 95 80 66 75 84 90 94 85 75 86 90 87 73 84 92 89 92 81 86 • TOTAL SCORES SHEET rilk QUALIFICATIONS RATING SHEET Engineering Services For Water Main Design & Installation Geneva Street April 9, 2001 EVALUATORS CONSULTANTS Peter Kurt Tom Omar Chad HLR 78 95 80 66 75 Burns &McDonnel 84 90 94 85 75 Metcalf&Eddy 86 90 87 73 84 Alvord Burdick&Howson 92 89 92 81 86 TOTAL SCORES SHEET QUALIFICATIONS RATING SHEET CONSULTANTS HLR Burns&McDonnel Metcalf&Eddy Alvord,Burdick& Selection Team Howson RATING RATING RATING RATING TOTAL TOTAL TOTAL TOTAL Peter Bityou 1 2 3 4 Kurt Eshelman 4 3 3 2 Tom McCoy 1 4 2 3 Omar Santos 1 4 2 3 Chad Butzow 2 2 3 4 Total Score 9 15 13 16 Notes: Assign Scores based on the following formula: (4-Highest,3 -Second,2-Third, 1 Fourth) riiik p t AGREEMENT THIS AGREEMENT is made and entered into this , 2001, 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 All work hereunder shall be under the direction of the Water Department Director of the CITY, herein after referred to as the "DIRECTOR" . 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, site layout, and 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 lb: Preparation of base drawings The ENGINEER shall begin the preparation of base drawings after review of the information in Task la. To the extent possible, 1 existing information from aerial surveys, GIS, or other data shall be utilized to facilitate the work. If the information is not available the ENGINEER shall perform route surveys . TASK 1c: Design Memoranda & Preliminary Designs and Plans The ENGINEER shall develop a design memorandum and preliminary designs and plans, which 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. 2. Final Desictn: TASK 2a: Prepare Design Documents The ENGINEER shall prepare detailed designs based on the preliminary design memoranda and the preliminary design documents. The drawings shall be in AutoCAD or Intergraph format, and the specification and other contract documents should be in WordPerfect format. A set of drawings shall be prepared, covering the work for the installation of 16-inch water main on Geneva Street, which will be installed in 2002 . 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 The ENGINEER shall submit the drawings and documents to the City for review and comments at 75% completion stage, at 90% completion stage, and at 100% or final stage. TASK 2c: Perform Quality control of Design The ENGINEER's technical advisory team shall 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 The ENGINEER shall provide three sets of design documents for the project to the City for final review. A meeting shall 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 shall be addressed and the design documents shall be issued in a final version. 2 Twenty (20) sets of final documents for the project shall be provided to the City for bidding purposes . TASK 2e: Prepare Opinions of Probable Construction Costs The ENGINEER shall prepare a detailed estimate of probable construction cost for review by the City, upon substantial completion of the contract documents 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 shall receive bidder questions and requests for clarification. Based on these questions and requests, the ENGINEER shall prepare addenda as necessary to respond to the questions presented. Addenda shall 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. 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 shall be returned to the Contractor with 3 1 comments. Copies of the submittals shall 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 shall not have authority to direct the means and methods of the work and shall have no responsibility for job site safety. TASK 4c: Review Contractor Pay Request Submittals The ENGINEER shall review the Contractor's monthly pay requests and shall compare them 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 The ENGINEER shall receive, review, and respond to as necessary the Contractor questions as necessary regarding the design intent to clarify, interpret, and modify the contract documents. Assistance with preparation of Contract change orders shall 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 shall be 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 4 along with copies of the drawings in electronic CD-ROM format. The record drawings shall be based on a revised copy of original contract drawings, reflecting changes made during construction. These drawings shall 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 March 20, 2001, ENGINEER's letter dated April 18, 2001, and Request For Proposals issued by the City dated February 28, 2001, are part of this Agreement (Attachment A , Attachment B, Attachment C, Attachment D 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 request of the DIRECTOR, 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 a lump sum fee of Thirty Four Thousand, Two Hundred Dollars ($34, 200) 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 Exhibit B attached hereto. 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 DIRECTOR. 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 2001 and shall include: 5 1. Preliminary design of the water main in Geneva Street. This work shall be completed in two months from the date of notice to proceed. 2 . Final design of the water main in Geneva Street. This work shall be completed by October 12, 2001. 3 . Bidding & Construction services for the water main in 2002 . The duration of this work is four months. 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. 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 If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY, the 6 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. 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 7 $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 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 8 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 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 9 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 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 10 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 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 11 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 �,j�i�._ •�-__, ._ By • City Clerk City Manager For the ENGINEER: Dated this day of , A.D. 2001 WITNESSED: By By (Print name) (Print Name) 6. 6-0 a0Py eee4 6. /1414; Officer Title / Q/'f/?e (SEAL) 12 Geneva Street Reinforcement Water Main Agreement with Alvord, Burdick & Howson Attachment "A" •A Proposal to Provide Engineering Services for Water Main Design and Installation Services Geneva Street Reinforcement Water Main • El tri ) - '/1 rED ;:.,----,,,, : ,,. ,,,, , ,,, -...,:,.-- .,.,,,,.4.,,, ,.„, ,,,,,,,,,,,:,,,, v`.a.:5,S.,7-,,W-s-7',',i'-:,,Nryv•,- ,I,,;.;',-:,,,,("1,v, ,-7—',,;-:.l',z,,g,,,,*;.-.! ,-—", zy,,,,,, ,1 ,x ALVORD, BURDICK & HOWSON, LIZ- OM,Milla 71■111111117111 ir/IV MEM NI III 111111111111111.1111111111111111111V.remiaraldmr•al.cireaLvemil 44•ToWailNria rirfeall 1r Mir 111111.11111/ in MI INNIMENNEMMOIV A lk°Ili A". 1L "tin"II IL'II U ""I a Ir1"1""I lUi.""Ill WA "9 PROPOSAL TO PROVIDE ENGINEERING SERVICES FOR WATER MAIN DESIGN AND INSTALLATION SERVICES GENEVA STREET REINFORCEMENT WATER MAIN CITY OF ELGIN TABLE OF CONTENTS Letter of Transmittal Section 1 Project Approach and Time Frame Section 2 Similar Project Descriptions and References Section 3 Proposed Team Qualifications Section 4 Firm Qualifications Section 5 Fee Proposal Separate Cover .= ---- r. rr i _i 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.(312)236.9147 FAX:(3121 236-0692 AMERICAN PUBLIC WORKS ASSOCIATION FLOOD RELIEF E-MAIL:SERVSABHENGINEERS.COM AMERICAN SOCIETY OF CIVIL ENGINEERS STORMWATER FACILITIES AMERICAN WATER WORKS ASSOCIATION INVESTIGATIONS,REPORTS AND DESIGNS JOHN W.ALVORD CHARLES 8.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.YA-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 March 20, 2001 Ms. Gail Cohen Purchasing Director City of Elgin 150 Dexter Court Elgin, IL 60120 Re: Proposal to Provide Engineering Services for Water Main Design and Installation Services Geneva Street Reinforcement Water Main Dear Ms. Cohen: This will acknowledge receipt of the request for proposal,and associated addenda numbers 1 and 2, to provide engineering services for water main design and installation of the Geneva Street Reinforcement Water Main. In response, the firm of Alvord, Burdick & Howson is pleased to submit three copies,each an original,of our proposal to perform this work. We have visited the site, clarified any questions on the City's expectations and goals, 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, designs, contract documents, bidding assistance, engineering services during construction, and drawings of record upon completion. The 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. More importantly, we are in the process of providing similar services to the City of Elgin at the current time and trust that the quality of our work, working relationship with the City staff, and responsiveness to the City's needs will speak to our ability to handle this assignment. Ms. Gail Cohen -2 - March 20, 2001 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. Essentially,we are proposing to utilize the same team that is assigned to our present work in Elgin. This provides a benefit of already being familiar with the management preferences of the City staff and understanding the procedures the staff desires the team to follow. This will facilitate performance of the work,particularly in the initial stages, and enable the project to move forward smoothly and rapidly. 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 current and recent projects similar to the Geneva Street main, 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 arrangement and amount is included under separate cover. The team is available to begin work immediately upon authorization of the City and can devote sufficient time to meet the schedules outlined in the request. In addition, if desired by the City, the schedule could be accelerated or delayed 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 allowing us 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 /3r/27 A/ 2X s.; Bon G. Mui, Partner PROJECT APPROACH AND TIME FRAME The work to be performed is that which is necessary to permit bidding,contract award, and construction of approximately 1600 feet of 16 inch diameter water main in Geneva Road, south of Division Street and extending to the intersection of Prairie and Villa Streets. The design is to be completed by the fall of 2001, with construction scheduled for 2002. The work consists of all necessary preliminary engineering, detailed design, preparation of contract documents, and assistance during construction as will be outlined later. It is recognized that ancillary work must be included in the performance of this work, including connections to existing mains, necessary appurtenances,pavement and site restoration,disinfection,testing provisions,and similar activities. Consideration must also be given to minimization of impacts on the water systems and the public during construction. 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 the specific steps to accomplish the work 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 assigned personnel working closely with a designated contact person from the client and other staff as desired by the client,to ensure that we are always supportive of their positions and practices. Such a"partnership"will 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, we view an important aspect of the assignment as 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 the construction can potentially impact water system operation and the public to varying degrees. The team we are proposing already has an established working relationship with the staff and we would propose to continue operating in the same manner for this project with only such modifications or refinements as may be desired by the City. However,we would still suggest that immediately upon authorization to proceed,and before beginning work on the assignment,a meeting be scheduled with designated personnel from the City to confirm the continuation of the procedures established in the past,make any adjustments desired,and discuss any special constraints or coordination procedures for this project. At that time we would also confirm the type and frequency of feed-back the City would like and how we can best provide the City staff with 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 for this particular project,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 &- _ i■ ■ ■ Project Approach- Page 2 to have up-to-date information and provide input throughout the formative stages of all work,as well as at formal review points and the end of tasks,will provide the most cost effective results and most suitable design for the City of Elgin. In addition, as critical decision points are reached, or if a 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 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. &=.�_ -errs iii • i 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 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 improvements can be made in the design, 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 location of the connection points, any changes in City standards for installation of rAlinr Project Approach -Page 4 water mains and 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. These issues will be important since the route is in an area where there are no parkways, the main will be under pavement, and residential buildings are immediately adjacent. At the same time the above information is being reviewed,the firm will begin the preparation of base drawings of the 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,horizontal and vertical scale, 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. DESIGN Based upon the approved preliminary design,detailed drawings and contract documents will be prepared. The drawings would be prepared 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. 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 90 completion level 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. V/II 11111•11111/ MI Project Approach -Page 5 Upon substantial completion of the contract documents the firm will prepare a detailed estimate of probable construction cost for review by the City and its 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 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 the construction period,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 Project Engineer 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. 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 page in two bar charts,one for design and the second for construction. In each case we have projected the time in weeks rather than by calendar date since K A UMW 411■11__ _ MI - 411/ 1111111=1" IN Proposed Project Schedule El Water Main Design and Installation Services Geneva Street Reinforcement Water Main .4 f i, 0 1.,,,.. : 1, &14''. 0 1, '. V...tIr : 1 ' -,,?i,,,o, Design 2001 Authorization to Proceed , 1 Preliminary Phase i i I 1 : 1 I ,. ,.. Data Collection r.,4;4- - ' T- 7' 1. r 7 -7 -7I' '''''''''i ' ( . ( , • I " • . ' ! Route Survey te , , ', , • : , , ; , i ; , I ! ■ ' ! , . Preliminary Plans ' Vyri''',iii'v!',:•'.40,4m.0',,,i.11,3 ; , ■ , ! , -.,.- , ' , , ■ , , , , . , , , Review by City -' ' ''*::,i .: .1_. -. 1 1 1 , 1 1 ■ ■ ' , ! , 1 ! ; Design Phase i 1 1 ; ! i , 1 ; Final Plans&Specifications Submittal for City , „ , , , : , lot ; 90% ! iiiAi i I I 1 I I Thk,w.!/1 ■ I Prepare Permit Application Progress Meetings 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 Time in Weeks Construction 2002 — ; Selected Advertising Date .iv- i i i- !-- i H ,i 1 k - ,i 1 --I, :',- Bidding&Award of Contract. i [ i '-,:. -,,,,,,.,„-:',.- ,,,,:,•_.,-,,,1 i I i i Shop Drawings&Data Submittal ' • -°-' '''LO'giril:,,,P:'W'4,40 . Construction [ - I ',-,t;p0146, ,,g0fe7,0!4q.A40 - 1 1 1 1 I I I 1 i ■ , Drawings of Record ■ I 1 1 , i 1 i i I i i i i 1 I 1 i Progress Meetings 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 Time in Weeks Project Approach - Page 6 the total elapsed time for the performance of the work is less than that which is available based upon the information given in the request for proposal. Thus the City has latitude in selecting the time the work would start in both the design phase and the construction phase to best meet their objectives. Selecting a design start date by working backward from the desired completion date would defer design expenses for a few months with no impact on the project. Keeping the construction period to a reasonably short duration will control construction observation costs,result in continual progress without delays,and minimize public inconvenience. Upon selection for this assignment,we would work with the City to arrive at an implementation schedule for both design and construction that best meets their needs. If desired by the City the schedule shown could be shortened to some extent,at least in terms of the 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 the regulatory 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. WI/ MIMI IN • INIMINI■ al 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 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 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 1-55 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 Similar Projects -Page 2 Water Main Design, City of Elgin, Illinois Alvord, Burdick & Howson was selected by the City of Elgin for design and construction engineering services for a total of approximately 5600 feet of 12 and 16 inch diameter water main in Brandt Drive,Shales Parkway,and Stonehaven Drive. All of the designs were completed in 2000, however, the construction was divided into two contracts and scheduled as desired by the City to allow for acquisition of the necessary easements. The first 1400 feet of main were installed in 2000 with the remainder to be installed this year. The work for which the firm was retained included completing all necessary preliminary engineering, detailed design, preparation of contract documents, and assistance during construction. A number of issues were addressed, including identification and delineation of the additional right-of-way requirements, development of methodology to accommodate construction at major roadways, scheduling in a way to permit the work to proceed in a logical and orderly sequence based upon all of the activities required at each site, and coordination with other agencies such as the Illinois Department of Transportation, and similar activities. A number of individuals from Elgin would be familiar with this project including: Mr. Peter Bityou Water Operations Engineer City of Elgin 150 Dexter Court Elgin, IL 60120-5527 (847) 9313-6159 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 installation of 2,250 feet of 24 inch diameter ductile iron pipe installed by conventional open cut,and approximately 1,550 feet of 24 inch diameter 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. 41110, MUNI III III Similar Projects - Page 3 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 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 needs. One such project is a water main planed in three separate sections,each under a unique set of conditions. The three sections are in a residential area, under a section of the West Fork of the North Branch of the Chicago River, and along a major state highway. A total of approximately 2,400 feet of 12 inch diameter main is required. One contract combining the main through the residential area and under the river was designed and alternate bids obtained for both 12 and 16 inch diameter pipe. Based upon the bids received and a life cycle cost analysis,considering both capital costs and energy savings,the 12 inch alternative was selected. The pipe has been installed with pressure testing and site restoration scheduled to be completed by the end of April, approximately five months ahead of schedule. Construction of the remaining section is being held pending final decisions on road widening and utility corridor relocations. Each section presented its own challenges to overcome in the design. The installation in the residential area necessitated going through a large wooded area with the potential of injury to trees. AB&H planned to avoid damage by using GPS to locate the trees, then developed a design which minimized disruption. Similarly, the design of the river crossing was completed so as to prevent damage to the trees in the immediate area and eliminate environmental issues associated with the crossing. Permits were obtained from the Army Corps of Engineers and the Lake County Stormwater Management Commission as well as the Illinois Environmental Protection Agency. If installation of the final section is under the highway,it will require that the engineers work with the state to meet their requirements,while satisfying the needs of the Village. Tunneling will probably be used for a portion of this work because it meets the need of the client and complies with the State's regulations. &�: .i 11•11•1111 II a • Ii MEW ME IN Similar Projects -Page 4 A reference from Lincolnshire is: Mr. Frank Tripiccochio Director of Public Works Village of Lincolnshire One Olde Half Day Road Lincolnshire, IL 60069 (847) 883-860 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. A contact person at the Village is: Mr. Andrew DeMonte Superintendent of Water and Sewer Village of Morton Grove 7840 Nagle Avenue Morton Grove, IL 60053 (847) 470-5235 4Nors■ra ma= &-/ _ / ■ ■ Similar Projects - Page 5 16 Inch Water Transmission Main, Park Ridge, Illinois Alvord,Burdick&Howson is providing engineering services for the City of Park Ridge to install approximately 9,700 feet of 16 inch diameter water main with all appurtenances and restoration. The work is to be performed in stages with completion of the final segment in 2004. The services provided include preliminary layout,field surveys,data collection,design,preparation of contract plans and specifications, assistance in bidding and contract award, on-site resident inspection, contract administration assistance, and other similar work. A contact person at the City is: Mr. David Ellstrand City Engineer City of Park Ridge 505 Butler Place Park Ridge, IL 60068 (847) 318-5246 Gross Point Road Water Main, Skokie, Illinois The firm is providing engineering service for the installation of approximately 2700 feet of 12 inch diameter water main to replace an existing 6 inch diameter line along Gross Point Road from Golf Road to Skokie Boulevard. The proposed project will also include valves,hydrants, and other appurtenances,as well as 130 feet of casing for installation under a cross street which cannot be open cut. The Illinois Department of Transportation is currently considering whether additional casing will be required at other streets. In addition,close coordination is required with the Northwest Water Commission since the new line will closely parallel their existing 60 inch diameter main. Pressure taps will be utilized for the connections to minimize inconvenience to the residents and no more than thirty feet of trench can be open at any time. In addition, the firm was authorized to design the installation of a total of 500 feet of 8 inch diameter main at two other locations. A contact person at the Village is: Mr. Eddy Nakai Municipal Engineer Village of Skokie 5127 Oakton Street Skokie, IL 60007 (847) 933-8231 .,.`_&�. PROPOSED TEAM QUALIFICATIONS Alvord, Burdick&Howson is pleased to present a team which is well-qualified to provide the engineering services for the Geneva Street water main design and installation project. Each of the team members are qualified,both by training and experience,for the particular role which they would be assigned. These roles are indicated on the following organization chart. 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 the role of Project Manager 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 serves as the working head of the team and the primary liaison with the client, as well as an administrative capacity. This involvement ensures that the needs of the project are clearly understood, necessary resources are allocated for the 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 and Project Engineer for numerous projects, including water distribution system improvements. 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 the design layout and elevations 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 engineering,construction,and management. The Project Engineer would be Mr. Robert Marconi. Bob is a registered Professional Engineer whose many years of experience have included design,cost estimating, construction, and preparation of plans and specifications for water mains of various sizes. In his career with AB&H he has been responsible for more than a hundred miles of water main design. 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, plans, specifications and bid documents. In addition he will be responsible for supervision of the resident inspector,resolve any technical issues which may arise in the field, and make periodic site visits during construction. Assisting Bob with various engineering design activities would be Mr. William G.Nyanue, who is also a registered Professional Engineer. William would assist in the collection of data, preparation of drawings and specifications, as well as the preparation of bid documents, review of contractor submittals, and periodic site visits. ....� &. // � . a AEI =MI IN NI Proposed Team Qualifications -Page 2 Mr. Joseph Michalski will be responsible for the surveys necessary for this project. He is a young engineer who has performed a variety of engineering assignments, including surveying for water main installations and other projects for AB&H. He is registered as an Engineer in Training. Full time on-site observation would be provided by Mr.Kurt Kaszuba during the construction period. Kurt is a field technician with AB&H who has provided construction observation for previous water main installations. During any particularly critical,non routine,or problem periods, he will be supplemented with site visits by Bob and William. He would also assist Joe with data collection and other field activities, as needed. While these individuals would be responsible for the activities and assignments indicated, they will have available all of the support resources and assistance needed to complete their assignments within the schedules that may be agreed upon. This will include drafting and stenographic personnel and such other engineering and technical assistance as may be needed to complete their work efficiently and economically. IMO= II sr AM' MIMI/ MI liaragraggr"larlaffiginfalaffirligrall.""AlWaff".111111■1■11 Proposed Project Team Water Main Design and Installation Services Geneva Street Reinforcement Water Main Et, in Th41 VAR , "” 0:1 7C- - • 7.2 --2- ret.7. 4 A211'3;111 ;17 a 0'A (41 = Tij,7,11a A C 2 -4- - t g•—" 1.1V A It-- - 4-10 PtZt., 14074,"A 0 4A7101A, fr '4114s,' f,400.1441}01-' Atr, 440, Bon G. Mui, P.E., S.E. Project Role: Project Manager Education Experience M.S. Environmental Engineering, Illinois Institute of Technology 1986 Mr.Mui is a Partner with the firm and has extensive experience in the B.S. Civil Engineering, evaluation and design of water supply,treatment and distribution Illinois Institute of Technology systems. For water distribution system designs and evaluations he 1972 has prepared reports and designs while functioning as project manager under tight constraints of time and budget. Other experience includes chemical feed systems and handling facilities,long distance water transmission pipelines, pumping systems, and wastewater Registration collection systems. Professional Engineer StrStructural Engineer The following projects are representative of Mr. Mui's experience 1979 applicable to this assignment: City of Elgin, Elgin, Illinois: Project Manager for design and preparation of plans and specifications for 4,500 feet of 12 inch diameter water main and 1,000 feet of 16 inch diameter water main. Applicable Expertise Project includes boring 150 feet of 30 inch diameter steel casing Project Management across Route 20 and 400 feet of 36 inch diameter steel casing across Designs Interstate 90. Project also included coordination with Illinois Water Distribution Systems Department of Transportation. Cost Estimating Contract Administration DuPage Water Commission, Elmhurst, Illinois: Assisted in design and preparation of plans and specifications for 72 inch diameter water main from Lexington Pump Station in Chicago to DuPage Pump Station in Elmhurst. Professional Positions DuPage Water Commission, Elmhurst, Illinois: Project Engineer Alvord, Burdick& Howson 1972-Present responsible for preparation of a study to evaluate necessary improvements to Commission's system to allow the City of Warrenville to join the Commission as a subsequent customer, estimated cost of these improvements, developed allocation of cost Professional Activities of the Commission's system, and estimated cost of metering and American Academy of Environmental Engineers p ressure adjusting facilities necessary' for Warrenville. Hydraulic American Society of Civil modeling of the Commission's system was performed using KPIPE. Engineers American Water Works DuPage Water Commission, Elmhurst, Illinois: Designed and Association prepared plans and specifications for 545 feet of 42 inch diameter Water Environment Federation steel casing pipe for the installation of 1,450 feet of 24 inch diameter Western Society of Engineers ductile iron water main at the North-South Tollway and Warrenville International Ozone Association Road. &_ = - RIM MIN= MI IN Aor moor NI IN Bon G. Mui Page 2 Experience - Continued City of Monrovia, Monrovia, Liberia: Designed and prepared plans and specifications for Freeway Treated Water Transmission Main and distribution mains in Monrovia. Improvements consisted of 170 feet of 24 inch diameter watermain, 31,000 feet of 16 inch diameter watermain, and 4,300 feet of 8 inch diameter and smaller watermain. DuPage Water Commission, Elmhurst, Illinois: Designed and prepared plans and specifications for 5,500 feet of 36 inch diameter water main from 35th Street to Virginia Street along North-South Tollway. Including 60 feet of 60 inch diameter tunnel, 380 feet and 190 feet lengths. Project included coordination with Illinois State Toll Highway Authority. DuPage Water Commission,Elmhurst,Illinois:Project Engineer for preparation of a study to evaluate necessary improvements to Commission's system to allow the Argonne National Laboratory to join the Commission as a subsequent customer, estimated cost of these improvements developed allocation of cost of the Commission's system,and estimated cost of metering and pressure adjusting facilities necessary for the Argonne National Laboratory. Hydraulic modeling of the Commission's system was performed using KPIPE. DuPage Water Commission, Elmhurst, Illinois: Designed and prepared plans and specifications for 445 feet of 108 inch diameter steel tunnel for the installation of 84 inch diameter water main under the Illinois Central Railroad and Eisenhower Expressway at Butterfield Road. DuPage Water Commission, Elmhurst, Illinois: Designed and prepared plans and specifications for 109 feet of 72 inch diameter steel casing pipe for the installation of a 42 inch diameter water main under the Burlington Northern Railroad at Naper Blvd. DuPage Water Commission, Elmhurst, Illinois: Designed and prepared plans and specifications for 920 feet of 54 inch diameter steel casing pipe for the installation of 36 inch diameter transmission main at the North-South Tollway and 63`d Street. DuPage Water Commission, Elmhurst, Illinois: Designed and prepared plans and specifications for 420 feet of 60 inch diameter steel casing pipe for installation of 36 inch diameter transmission main at the North-South Tollway and 75`h Street. DuPage Water Commission,Elmhurst,Illinois:Project Engineer for preparation of a study to evaluate necessary improvements to Commission's system to allow the Citizens Utilities Company to join the Commission as a subsequent customer, estimated cost of these improvements developed allocation of cost of the Commission's system,and estimated cost of metering and pressure adjusting facilities necessary for the Citizens Utilities. Hydraulic modeling of the Commission's system was performed using KPIPE. '.`...■ & psi", roast J. Warren Green, P.E. Project Role: Quality Control Education Experience B.S. Civil Engineering Mississippi State University 1978 Mr. Green is a Partner,responsible for engineering management and 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 1982 evaluation, land acquisition, construction, start-up, and operation. Additional Professional Qualifications Following are a few examples of his experience that are directly Certified Class A Water Works applicable to this project: Operator City of Elgin, Elgin, Illinois: Provided quality control for design and Applicable Expertise preparation of plans and specifications for 4,500 feet of 12 inch Quality Control diameter water main and 1,000 feet of 16 inch diameter water main. Project Management Design Project includes boring 150 feet of 30 inch diameter steel casing Water Mains across route 20 and 400 feet of 36 inch diameter steel casing across Construction Observation interstate 90. Project also included coordination with Illinois Contract Administration Department of Transportation. Cost Estimating Professional Positions Department of Public Works, Jackson, Mississippi: Responsible for Alvord, Burdick& Howson supervision of the design and construction of 110,000 feet of 1988-Present 12 through 24 inch water main and appurtenances. City of Jackson, Mississippi Department of Public Works, Jackson, Mississippi: Responsible for Department of Public Works 1983-1988 the supervision of the design and contract administration for approximately$11 million of water main installation. Mississippi State Department of Health-Division of Water Supply DuPage Water Commission, Elmhurst, Illinois: Project Manager 1978- 1983 responsible for supervision of technical observation and contract Professional Activities: administration for 185 miles of 12 to 90 inch diameter water main, American Water Works three 7.5 million gallon standpipes,two 5.0 million gallon standpipes, Association 64 metering facilities with rated capacities 1.9 MGD to 31.9 MGD, Mississippi Water and Pollution a 185 MGD pump station,and 30 MG reservoir. Associated with this Control Operators Association project was the relocation and installation of approximately 85,300 feet of 8 through 60 inch diameter sanitary, storm, and American Society of Civil combined sewers including all manholes,flow control structures and Engineers junction chambers. Illinois Potable Water Supply Operators Association . ...■ 8c it /4.11■ ININIMIlly In NI J. Warren Green Page 2 Experience- Continued Department of Public Works,Jackson,Mississippi:Responsible charge of a$54 million water works improvement program. His involvement included feasibility studies,preliminary design, financial evaluations, and detailed design. The program was comprised of the design of 17 miles of water transmission mains ranging from 36 to 60 inches in diameter, rehabilitation of a 52 MGD surface water treatment plant, and design of a new 25 MGD surface water treatment plant. DuPage Water Commission, Elmhurst, Illinois: Project Engineer responsible for the design and contract administration for approximately 9.5 miles of 72 inch diameter transmission main. 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. III i __ tMI 011 III 4111/ Robert Marconi, P.E. Project Role: Project Engineer Education Experience B.S.Civil Engineering, Chicago Technical College 1967 Mr.Marconi is a Senior Project Engineer whose background includes design,construction,and analysis of a number of water systems. He has designed and been responsible for the preparation of all contract documents for more than a hundred miles of water main installation. Registration Following are a few examples of his experience that are directly Professional Engineer 1984 applicable to this project: Village of Riverside, Riverside, Illinois: Designed 26,600 feet of 8 through 16 inch diameter distribution system water mains. Additional Professional City of Wheaton, Wheaton, Illinois: Designed 6,200 feet of 24 inch Qualifications diameter water transmission main. Certified under OSHA and USEPA as hazardous waste site worker Village of Lake Zurich,Lake Zurich, Illinois: Designed 8,300 feet of 12 inch diameter water main improvements. Foster Wheeler, Robbins, Illinois: Designed 3 MGD booster station Applicable Expertise and 1,000 feet of 10 inch diameter water main for the Robbins Design Resource Recovery Facility. Water Mains Contract Administration Foster Wheeler, Robbins, Illinois: Construction Manager and Field Resident Engineering Engineer for the construction of a 3 MGD booster station and 1,000 Traffic Control Site Restoration feet of 10" diameter water main for the Robbins Resource Recovery Cost Estimates Facility. City of Elgin, Elgin, Illinois: Designed 1,400 feet of 12 and 16 inch diameter water mains. Professional Positions DuPage Water Commission, Elmhurst, Illinois: Designed the Alvord, Burdick& Howson facilities to remotely operate 19 valves for the 150 mile transmission 1968-Present and feeder mains. Greeley and Hansen Engineers 1967-1968 DuPage Water Commission,Elmhurst,Illinois:Designed 19,771 feet of 12 to 72 inch diameter ductile iron and concrete water main and 1,227 feet of 4 to 66 inch diameter replacement sewer for the Northwest Transmission Main, Section I. 11111.01,411111111,11111111101111C 117•11111111O r _1•11•1 =NM/ MIMI • Robert Marconi Page 2 Experience- Continued DuPage Water Commission, Elmhurst, Illinois: Designed 22,000 feet of 12 to 54 inch diameter ductile iron and concrete water main for the Northwest Transmission Main, Section II. DuPage Water Commission, Elmhurst, Illinois: Designed 21,000 feet of 24 to 48 inch diameter concrete water main for the Northwest Transmission Main, Section III. DuPage Water Commission,Elmhurst,Illinois:Designed 73,000 feet of ductile iron and steel water main ranging in size from 12 to 78 inch diameter for the Outer Belt Transmission Main project. Also included was 2,545feet of sewer replacement ranging in size from 8 to 42 inches in diameter. DuPage Water Commission, Elmhurst, Illinois: Designed 1,149 feet of prestressed concrete pipe ranging in size from 16 to 36 inch in diameter,including 2,360 feet of steel casing from 36 to 60 inch in diameter for the Outer Belt Feeder Main project. Also included was 1,124 feet of sewer replacement ranging in size from 6 to 66 inch in diameter. Des Moines Water Works, Des Moines, Iowa: On site Field Engineer during construction for the installation of 13 miles of 16 to 48 inch diameter water transmission mains, water treatment plant washwater retention tank and system storage tank . Village of Riverside, Riverside, Illinois: On site Field Engineer for the installation of 9,550 feet of 8 inch diameter water mains. City ofNaperville,Naperville,Illinois:On site Field Engineer for the construction of 160 lineal feet of 36 inch diameter casing pipe under the Burlington Northern Santa Fe Railroad and 115 lineal feet of 36 inch diameter casing Pipe under North Aurora Road. City ofNaperville,Naperville,Illinois:Designed 7,180 lineal feet of electric duct bank with twelve, nine, and six, PVC conduits 6 inches in diameter with precast concrete vaults and casing pipes for Naperville. & William G. Nyanue, P.E. Project Role: Civil Engineer Education Experience M.S. Civil Engineering, University of Arizona, Tucson 1985 Mr. Nyanue has participated in various civil and hydraulic engineering planning, design, and supervisory activities. His B.S. Civil Engineering background includes the design and preparation of plans and University of Liberia, Monrovia specifications for water transmission and distribution mains. He also 1981 has extensive experience in the development of computer models for various aspects of water supply and sewerage works planning and management. Following are a few examples of his experience: Registration Examples of his background include the following: Professional Engineer 1997 City of Elgin, Elgin, Illinois:Resident Engineer for the installation of 390 feet of 12 inch diameter water main,852 feet of 16 inch diameter, 30 inch casing pipe, and other related work. Dupage Water Commission, Elmhurst, Illinois: Assisted with the Applicable Expertise design of 48 inch diameter water main. Work included quantity Design estimation and drafting. Water Mains Field Inspections City of Evanston, Evanston, Illinois: Provided technical observation for the installation of 2,650 lineal feet of 8 inch diameter ductile iron pipe water main in Crawford Avenue. The project included installation of the water main and appurtenances, including making Professional Positions connections to existing water mains at several cross streets and Alvord, Burdick&Howson transferring house services to the new water main. 1991-Present City of Evanston, Evanston, Illinois: Provided technical observation Alvord, Burdick&Howson for the installation of 2,800 lineal feet of 8 inch diameter ductile iron Afgrad Fellow 1989-1 990 pipe water main in Greenwood Street. The project included 1989-1990 installation of the water main and appurtenances, including making Liberia Water and Sewer connections to existing water mains at several cross streets and Corporation transferring house services to the new water main. 1983-1990 City of Tuzon, Tuzon, Liberia: Project Engineer responsible for the design and construction supervision of the water supply system including distribution main layout. &_ NNW 41■1111111111•111= NW/ 111111111= MI III Ir IIIIIIII■ III IN 8 William G. Nyanue Page 2 Experience- Continued City of Monrovia, Monrovia, Liberia:Project Engineer responsible for the supervision of the Water Supply Improvement Project, Phase II. His work included supervision of the Technical Assistance Program, and procurement of materials and equipment for the water distribution system. Village of Skokie, Skokie, Illinois: Project Engineer responsible for the hydraulic analysis of the Skokie water distribution system. He created a model of the distribution system using KYPIPE2, which included elevated tanks and booster pumping stations, and performed an analysis of the system to determine deficiencies within the system. The distribution system study also included pump tests and flow tests to determine roughness factors for the distribution pipes. Lake Zurich Department ofPublic Works,Lake Zurich,Illinois:Project Engineer responsible for the hydraulic analysis for a study of the Department's distribution system. He developed a KYPIPE2 model of the distribution system to evaluate the system's adequacy to meet future demands. Village of Lisle, Lisle, Illinois: Project Engineer responsible for the hydraulic analysis of the water distribution system. He developed a model for the study using KYPIPE2 to analyze the distribution system's performance. Green Bay Water Utility, Green Bay, Wisconsin: Project Engineer responsible for the transient analysis of a 42 inch diameter raw water transmission main. Work included developing a Surges model of the raw water main in order to evaluate the adequacy of the existing surge relief valves.The system consisted of two pumping stations and approximately 15 miles of transmission main. DuPage Water Commission, Elmhurst, Illinois: Project Engineer responsible for the hydraulic transient analysis for the operation of remotely operated valves for the water supply system. Using SURGES, a transient program developed by Dr. Don J. Wood of the University of Kentucky, he simulated the operation of several remotely operated valves on a 90 inch water transmission main to determine the safe closure time. DuPage Water Commission, Elmhurst, Illinois: Project Engineer responsible for the hydraulic transient analysis for the operation of a 72 inch diameter emergency transmission line. His work on this project included stimulating the operation of several line valves and emergency power failure to the pumping station. City ofMilwaukee, Milwaukee, Wisconsin:Project Engineer responsible for hydraulic aspects of the design of an intake 108 inches in diameter with a design discharge of 265 MGD. He performed a transient analysis of the Texas Avenue intake extension to determine water level fluctuations at the pumping station as a result of transient induced by power failure to the pumps. &... a /III 11111•1•11M III ; AINI 11=111111 NI MI Joseph Michalski, E.I.T. Project Role: Surveying Education Experience B.S.Civil Engineering, University of Illinois 1996 Mr. Michalski has performed a variety of engineering assignments including both design, field engineering, and surveying in the environmental and water/wastewater fields. The following are examples of pertinent projects: Registration Village of Skokie, Skokie, Illinois:Performed topographic survey for Engineer In Training a watermain improvement project. 1996 Dupage Water Commission, Elmhurst, Illinois: Performed topographic survey and prepared site plan for a proposed 30 MG reservoir design. Illinois Department of Transportation, Schaumburg, Illinois: Applicable Expertise Performed survey of existing storm sewer networks at Interstate I-94 Surveying and I-57 Interchange. Field Engineering Design Illinois Department of Transportation, Schaumburg, Illinois: Water Plants Provided topographic and elevation surveys on watershed and drainage structures in the drainage area of the I-94 and 111th Street. Also performed hydrologic and hydraulic analysis for the existing drainage structure and proposed improvements. Illinois Department of Transportation, Schaumburg, Illinois: Performed survey of existing outlet channel from pumping station Professional Alvord, Burdick& Hows on #27 to obtain input values for HEC-RAS computer modeling 1998-Present program. DC Consulting Engineers Illinois Department of Transportation, Chicago,Illinois:Conducted 1997- 1998 survey of existing channel and expressway sewer network and Environmental Resources performed several hydraulic calculations using the Rational Method, Management TR-20, Hydrain and TR-55 models for an Illinois Department of 1996- 1997 Transportation Storm Water Pumping Station. Burbank, Illinois: Designed pavements, storm sewer systems and sanitary sewer systems for several schools. // MIMI I III Pr■111/ MI III Joseph Michalski Page 2 Experience- Continued Elmwood Park, Illinois: Provided project engineering services associated with high school site improvements. His responsibilities included the re-routing of an existing water main, pavement design, and the redesign of an existing storm sewer network. Illinois Department of Transportation, Schaumburg, Illinois: Delineated watershed after studying topographic plan information and comparing that with information gathered during site visits and surveys for drainage study associated with I.D.O.T. pumping station No. 27. Burbank,Illinois:Provided design engineering services on a project that included the rehabilitation of several school sites. His responsibilities included routing of new water service lines for several school additions, pavement design, and redesign of existing storm sewers. Wheaton,Illinois:Provided project engineering services associated with a new school addition. His responsibilities included meeting with Village officials to determine the specifications for the design of new water service pipe and connections, and detention basin design. // 1111111111111/ IN I • Kurt Kaszuba Project Role: Construction Services Education Experience Oakton Community College . • 1990-1992 Mr. Kaszuba is a Field Technician responsible for activities relating • to water main and pipeline installations. His background as a water system operator included responsibility for treatment,pumping, and distribution facilities. Following are a few examples of his experience that are directly Applicable Expertise applicable to this project: Field Measurements Construction Observation DuPage Water Commission, Elmhurst, Illinois: Field Technician responsible for inspection,verifying site elevations and other resident activities for 25,000 feet of 48 inch diameter precast concrete water main installation, including all pavement restoration, sewer replacement, valves, and all other appurtenant work. Also, included was the sewer replacement of approximately 2010 feet of ductile iron pipe, reinforced concrete pipe and PVC ranging in size from 6 to 48 inch in diameter. Professional Positions DuPage Water Commission, Elmhurst, Illinois: Field Technician Alvord, Burdick&Howson responsible for verifying site elevations and observing installation for 1999-Present 1,000 feet of 48 inch diameter steel water main, including pavement City of Des Plaines restoration, sewer replacement, valves, and all other appurtenant 1998- 1999 work. 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. 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. - 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. —&''— r.dor moor • IN Kurt Kaszuba Page 2 Experience- Continued Dupage Water Commission,Elmhurst,Illinois:Assisted in topographic survey and prepared site plan for a proposed 30 MG reservoir design. City of Des Plaines, Des Plaines, Illinois: Water system operator with responsibility for operating and maintenance activities at the City's 7 MGD water facility, including pump start-up and shut- down sequences,equipment maintenance,and water quality sampling. He was also responsible for and responding to the public's inquiries about water service. 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 is nationally recognized for its expertise in water and wastewater engineering. It has a reputation for designing facilities which are innovative, durable, convenient to operate and maintain, and cost-effective over their life cycle. The firm's success results from a combination of technical excellence, commitment to address the needs of clients, and integrity. One or more partners are assigned to administer and participate in every project. This approach ensures economical and reliable levels of service, allocation of the necessary resources, and timely completion within budget. AB&H provides the following comprehensive engineering,planning and financial analysis services to the water/wastewater industry,with consideration always being given to compliance with local, state and federal regulations. • Planning and preliminary analyses including determination of capacities needed; project feasibility studies;evaluation of present facilities;master plan development; treatability and process definition studies;hydraulic analysis;and computer modeling and analysis. • Full in-house design services including process, civil, structural, mechanical, electrical, chemical, instrumentation, HVAC, and architectural design. • Project implementation services including project management,progress scheduling reviews; contract administration; on-site technical observation; start-up support; operational assistance; and operator training. • Financial and management assistance including value engineering; cost of service, revenue requirement and rate studies; capital financing, inventory and valuation reports; regulatory compliance assistance;permit applications; and preparation and provision of expert testimony. The staff is accustomed to applying these services to meet a variety of water, wastewater, flood control, and related hydraulic and utility needs, both for new facilities and renovation, expansion or up-grading of existing systems. The following are typical examples of the types of facilities in which the staff has experience and expertise. IlmanrIMINP &— ._ _ .i r/Mr EMMY IN III Firm Qualifications - Page 2 • Water supply facilities include:intake structures;low and high lift pumping stations; iron removal,filtration and softening plants;transmission and distribution pipelines; storage tanks and reservoirs;sludge handling and disposal facilities;chemical storage and feed systems; zebra mussel control; and metering systems. • Sanitary and industrial wastewater facilities include: collection systems; large diameter interceptors; lift stations;primary,secondary and tertiary treatment plants; and sludge disposal systems. • Storm water management projects include runoff collection and routing; flood control; dam and spillway design; retention ponds; and relief sewers. • Ancillary facilities included in the previous evaluation, design, and construction services include power generation; corrosion monitoring and remediation; co- generation; energy recovery systems; SCADA systems; administration, laboratory; and service offices and buildings; and interior environmental control. 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 planning 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. &_ V/ I El Firm Qualifications -Page 3 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. iii_ ■ Firm Qualifications-Page 4 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 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 &_ Firm Qualifications -Page 5 Mr. Ray C. Peterson Mr. Jerry J. Notte 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 Bunker Environmental Section General Manager City of Milwaukee Racine Water and Wastewater Utilities Municipal Building Room 227, City Hall Annex 841 N. Broadway 800 Center Street • Milwaukee, WI 53202 Racine, WI 53403 (414) 286-2400 (414) 636-9181 Mr. Andrew DeMonte Mr. Gary Peters Superintendent of Water and Sewers Manager Village of Morton Grove Saginaw-Midland Municipal 7840 Nagle Avenue Water Supply Corporation Morton Grove, IL 60053 4678 S. Three Mile Road (847) 470-5235 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 amir. .i F411/ MIMI" Geneva Street Reinforcement Water Main Agreement with Alvord, Burdick & Howson Attachment "B" 4 Fee Proposal to Provide Engineering Services for Water Main Design and Installation Services Geneva Street Reinforcement Water Main • 04‘ .A001111111W "/4 4..e ALVORD, BURDICK & HOWSON, L.L.C. �� ■ ■ .i ur u �i�ar i•i\fr3 \1•i•i�t�w71\1�7•iriTiL1 I/ *1 �►��r i i� ALVORD, BURDICK & HOWSON, L. L. C. ENGINEERS SERVICES 20 NORTH WACKER DRIVE•SUITE 1401 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:SERVOABHENGINEERS.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 1881-1943 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 March 20, 2001 Ms. Gail Cohen Purchasing Director City of Elgin 150 Dexter Court Elgin, IL 60120 Re: Fee Proposal to Provide Engineering Services for Water Main Design and Installation Geneva Street Reinforcement Water Main Dear Ms. Cohen: Transmitted herewith is our cost proposal based upon two options for the City. The first,in the amount of $31,000, assumes a cost plus multiplier agreement format with a not-to-exceed amount. The second, in the amount of$29,000, is based upon a fixed fee arrangement. These numbers are both predicated 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 and the salary rates and multiplier. 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. In developing the fee, we have assumed the level of resident inspection required would be for a total of 160 hours,or approximately half of the projected construction period. We believe this is reasonable,given weather days and other periods during the construction when no significant work can be performed for various reasons. To estimate any lesser amount would be likely to understate the requirements. Similarly, to initially use a higher number would likely result in a higher projection than necessary. The uncertainty results from the fact that this is the only activity for which our team cannot control the scheduling and progress but are entirely dependent upon the contractor. Ms. Gail Cohen - 2 - March 20, 2001 We would suggest that,whichever fee structure is selected,the agreement contain provisions for an increase or decrease in the amount of resident inspection activities based upon the actual hours and agreed upon hourly rate. This adjustment would not apply to design or other services during construction such as review of submittals, handling progress payments, and similar activities, but only to the actual on-site presence necessitated by the contractor's schedule. If you have any questions or would like to discuss this matter further,please let us know.We will be happy to work with you and the Elgin staff to arrive at an engineering agreement which will accomplish your objectives and address any concerns you may have. Yours very truly, ALVORD, BURDICK& HOWSON Bon G. Mui, Partner PRICE PROPOSAL WATER MAIN DESIGN AND INSTALLATION SERVICES GENEVA STREET REINFORCEMENT WATER ESTIMATED MANHOURS Based on our understanding of the scope of work,we have allocated the projected manhour requirements and costs to performing the various major tasks associated with the above project. The results are tabulated in the following tables, beginning with the hours and proceeding through the derivation to a not-to-exceed amount, if this is the preferred form of contract. We would also be willing to perform the work for the fixed fee amount indicated. Fixed fees result in less paperwork and a savings that can be passed along to the client.Both numbers are predicated upon an estimated time for on-site observation of the contractor's work,which is not under our control. Therefore,we would respectfully request that a reasonable estimate be included for this phase of the work with provision for adjustment up or down based upon the contractor's progress. Table 1 indicates the estimated manhours that will be required for the tasks associates with each of the three phases of the assignment,preliminary, design, and construction. These hours are the basis upon which the costs are then developed. They are, in our opinion, reasonable and we would commit to performing all of the work under our control within the derived costs. The only item not under our control is the on-site observation of the contractor's work, which is discussed later. TABLE 1 ESTIMATED TOTAL MAN HOURS Partner/ Project/ Project Senior Engr. Tech/ Office Activity Manager Engineer Engineer Draftsman Support Preliminary Phase Progress meetings 3 3 Data Collection 4 Route Survey 1 16 16 Preliminary Plans 2 2 32 32 Subtotals 5 10 48 48 Fee Proposal- Page 2 TABLE 1 (CONTINUED) ESTIMATED TOTAL MAN HOURS Partner/ Project/ Project Senior Engr. Tech/ Office Activity Manager Engineer Engineer Draftsman Support Design Phase Progress Meetings 3 3 Plans and Specifications 4 4 48 48 Cost Estimates 1 8 Permit Applications 1 4 2 Subtotals 7 9 60 48 2 Construction Phase Progress Meetings 3 3 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 7 20 97 168 4 TOTAL 19 39 205 264 6 lc 1 Fee Proposal-Page 3 PROPOSED BASIS OF PAYMENT Alvord, Burdick & Howson would propose, for your consideration, the following fee structure. The fee would be based upon the hourly rates of employees engaged on the project,either actual or an initial estimate,depending upon whether the selected engineering agreement is a not-to- exceed or fixed fee form. 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 miscellaneous costs attributable to the performance of the work under this project, are included without mark- up. The billings for services would be the sum of items 1, 2, and 3 listed above. The following Table 2 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 $35.00 - $60.00 Project/Senior Engineers $25.00- $39.00 Engineers f c $21.00 - $30.00 Draftsmen & Technicians E > $12.00 - $19.00 Office & Field Support $ 10.00- $15.00 Fee Proposal-Page 4 Based upon the hours indicated in Table 1, and the actual salary rates of the assigned team members within the ranges shown in Table 2,the estimated engineering costs for the entire project are derived in Table 3, predicated upon 160 hours of on-site observation of the installation. We believe this is a reasonable amount, assuming that one-half of the total scheduled eight week field construction time involves work necessitating full-time inspection. We would suggest an agreed upon hourly correction amount,either up or down as appropriate,for a deviation from the assumed 160 hours be part of the engineering agreement,subject to whatever control the City would wish to apply. Based upon these factors,we arrive at an estimated cost of a little over$ 31,000 and would agree on a not-to-exceed agreement for that amount subject only to correction for more or less field work. We feel a fixed fee contract would result in an administrative savings of$2,000 and would accept an agreement in that form for$29,000, again subject only to any adjustment for additional or less time for the field resident observer. TABLE 3 COST EXTENSION CATEGORY OF AVERAGE HOURS DIRECT EMPLOYEE RATE COST Project Manager $52 19 $ 988 Project/Senior Engr. $38 39 $ 1,482 Engineer $24 205 $ 4,920 Draftsman&Technician $15 264 $ 3,960 Office Support $11 6 $ 66 Total Direct Labor $ 11,416 Indirect Cost $ 19,407 Out-Of-Pocket Expenses $ 300 Total $ 31, 123 Fee Proposal- Page 5 Based upon the above numbers we would suggest the following amounts be the basis of an engineering agreement. SUGGESTED NOT-TO-EXCEED AMOUNT $ 31,000 SUGGESTED FIXED FEE AMOUNT $ 29,000 Geneva Street Reinforcement Water Main Agreement with Alvord, Burdick & Howson Attachment "C" ° C „ ALVORD. BURDICK& HOWSON, L.L. G. EN(3INEER'3 RS SERVICE 20 NORTH WACKER DRIVE•SUITE 140:1 MSULTIN WATER SUPPLY.PURIFICATION,AND DISTRISUTION. CHICAGO,IL,60606 AMERICAN CONSULTING S ASSO IATI COUNCIL WASTEWATER COLLECTION AND TREATMENT AMERICAN SOCIETY.ET WORKS L ENGINEERS NEER WASTEWATER ATEF TEL.(312)_:236-9147 FAX:<.(3I2)236.0692 r. AMERII;INSOCIETY of C.S,A SOCINEERS FL'c04112 ELIE FACiLf'1'IE$ E-MAIL:SERVIABHENGINEER§.CON AME.1�IGAN'N(RTER WORKS ASSOCIATION INVESTIGATIONS,REPORTbAND:DEbIGNB CHICAdSOLAND RH\MIER OF COMMERCE AND OPERATION DESIGNS JOHN W.ALVORD - CHARLES S.SORDICK LOWS R.MOWSON HA?(ONY 4.MSOCIAT10N OF tbdt-IS43 19141955 td07-1565 APPRAISALS CONSTRUCTION ND=RATP REPORTS - - dOR#OSII NME N,`;EO DONALD E.ECKMANN DR.YAIAl LIN WESTE ENSOCIET EN'TPEDINEER N J.WARREN GREEN SON O.MUG. DR.RAT s.T,CHEN6 WESTERN 5"SCIETY OFENBINEERS JAMES W.HEDGES WILLIAM L.MEINHOLZ RICHARD D.SHEA, April 18,2001 Mr Teter'L. Bityou Water Operation Engineer City of Elgin Water-Department:. 1 Dexter Court Elgin, IL:60120 5:55 Re: `-Water;Mains Design and Installation Services Geneva Street Water Maifi Dear Mr. Bityou: In accordance,With our telephone discussion today, we propose to.;provide an additional 80 hours o'f onstte technical observation to our current proposal of 160 hours for observation 'die additional-80 hours would be at a rate o f$4050 per hour for an otitne cre technical $3,200 This Would:increase our proposal from 31,000 to.$34,200 Dig the project we propose to keep the-City n�orined ol?�the hours for:vnsite technical ation and invoice th �City only for the5 hours ac , 1i�,�rc��tdoil��t��:e City. We will not invo ce 11eCity for,l ours ire excess,of 240°hours. A13&11 will accept the risk for the Contractor completing the o r p ject{n a titiieiy-Yrannet If there are any questions,please do not hesitate to contact us. Vey truly yours, AI,VORD, BURT ICK& HOWSON,L.L.C. Boil'G :Mui • Geneva Street Reinforcement Water Main Agreement with Alvord, Burdick & Howson Attachment "D" CITY OF ELGIN REQUEST FOR PROPOSAL ENGINEERING SERVICES FOR WATER MAIN DESIGN AND INSTALLATION SERVICES GENEVA STREET REINFORCEMENT WATER MAIN ISSUED: FEBRUARY 28, 2000 1 CITY OF ELGIN REQUEST FOR PROPOSAL ENGINEERING SERVICES FOR Water Main Design and Installation Services Geneva Street Water Main General Proposals are requested from Consultant Engineers to furnish certain professional services in connection with the preparation of plans, specifications, construction phase services, and construction estimates, for 16-inch transmission main that will be connected to the existing 16- inch main in Division Street southerly in Geneva Street to an existing 10-inch main at the intersection of Prairie Street and Villa Street . 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. 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 . Desicrn Phase: 2 . 1 Prepare detailed drawings and specifications for the proposed construction to install : a. Geneva Street Water Main: This is a 16-inch transmission main that will be connected with the existing 16-inch main in Division Street and extend southerly in Geneva Street and connected with an existing 10-inch main at the intersection of Prairie Street and Villa 2 Street . 2 . 2 Prepare an opinion 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 representatives 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, 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 3 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. Section II - City' s Responsibilities The City' s Water Department will provide a project coordinator plus all documentation and related drawings, reports, and other data that is available in the files of the Owner. Section III - Submission of Proposal Part A: Narrative 1 . 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. 4 5 . It is the City' s intend to award a construction contract in year 2002 for this project . Part B: Fee The consultant' s fee shall include a detailed cost estimate 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) February 28, 2001 • Proposal received March 21 , 2001 • Selection of Firms March 26 , 2001 • Authorize Agreement April 11 , 2001 • Execution of Agreement April 26, 2001 • Notice to Proceed April 30 , 2001 • Completion of the Construction Bid Document October 12 , 2001 Section V - Inauiries Any requests for additional information may be directed to Peter L. Bityou, Water Operations Engineer at (847) 931- 6159 . 5 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 . Proposal Evaluation and Final Selection Upon receipt of each consultant ' s two-part proposal, "Part A" shall be evaluated and a tentative ranking shall be made with regard to the consultant ' s stated qualifications, scope of work, staffing or loading, schedule, familiarity with the site or the work, past record, technical approach, and any other relative 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, negotiations will commence with the number two ranked consultant . 2 . 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 . 3 . 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 as set forth in the draft of agreement attached hereto. 4 . 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 . 6 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, Geneva Street Water Main. (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, Geneva Street Water Main, (Part B) " and addressed to Gail Cohen, Purchasing Director, City of Elgin, 150 Dexter Court, Elgin, Illinois, 60120 by 11 : 00 AM, Wednesday, March 21, 2001 . Section VIII - Withdrawal or Re-iection of Proposals The City of Elgin expressly reserves the right to withdraw the Request of Proposals or to reject any or all proposals in whole or in part. 7 4 • CITY OF ELGIN, ILLINOIS REQUEST FOR PROPOSALS FOR Design and installation Services for Geneva Street Water Main ADDENDUM NO. 1 March 9, 2001 1. The length of the proposed 16-inch water main on Geneva Street will be approximately 1600 feet. 2. Each firm is requested to acknowledge receipt of this Addendum No. 1 in their proposal. AD-1 • • CITY OF ELGIN, ILLINOIS REQUEST FOR PROPOSALS FOR Design and installation Services for Geneva Street Water Main ADDENDUM NO. 2 March 13, 2001 1. Delete entire item 1.6 of Section I. 2. Add the following to the end of item 3.5 of Section I: "and provide a full time Construction Resident Inspector". 3. Each firm is requested to acknowledge receipt of this Addendum No. 2 in their proposal. AD2-1