Loading...
02-190 Resolution No. 02-190 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH ALVORD, BURDICK & HOWSON, L.L.C. FOR THE 2002 , 2003 AND 2004 WATER MAIN PROJECTS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Olufemi Folarin, Interim 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 the 2002 , 2003 and 2004 water main projects, a copy of which is attached hereto and made a part hereof by reference . s/ Ed Schock Ed Schock, Mayor Presented: May 22 , 2002 Adopted: May 22 , 2002 Vote : Yeas : 7 Nays : 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this day of fility ?7, 2002 , by and between the City of Elgin, an Illinois munidipal 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 t - stipulations, to-wit: 4 . t I. SCOPE OF SERVICES The ENGINEER shall provide the following services in connection with the Fox Lane Water Main Project, the Riverside to State Water Main Project, the State Street Water Main Project, and the 16-inch Transfer Line to Airlite Water Treatment Plant Project: 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 1b: Obtain Site Survey and Easement Information r ENGINEER shall conduct a field survey to define topographic and 1 landscaping features of the various routes and the location, depth, size, and materials of field-locatable buried utilities. The survey shall establish horizontal and vertical control points, coordinate system for future design construction surveys and collect data for the project. This task also includes the preparation of easement descriptions as required by the project. TASK lc: Preparation of base drawings After reviewing the information in Task la, the ENGINEER shall begin the preparation of base drawings . To the extent possible, existing information from aerial surveys, GIS, or other data will be utilized to facilitate the work. If the information is not available the ENGINEER shall perform route surveys . TASK id: Design Memoranda & Preliminary Designs and Plans The ENGINEER shall develop a design memoranda and preliminary designs and plans, and shall be delivered to the City to be reviewed by the City staff . All of the pertinent elements including layout, elevations and site information shall be shown on the plans and quality of materials and other key information shall be covered in the design memoranda. Following the review, • discussion, revisions and agreement between the ENGINEER and the City staff, these preliminary drawings and design memoranda will be the basis of the final design. 2. Final Design: TASK 2a: Prepare Design Documents The preliminary design memoranda and the preliminary design documents will provide the basis upon which the detailed designs will be prepared. The drawings shall be in AutoCAD format, and the specification and other contract documents should be in MS-Word or WordPerfect format. A set of drawings shall be prepared, covering the work for the installation water mains in accordance to Section IV schedule. Additional material shall be developed to supplement existing City standard forms and cover all aspects of the project, such as general and special conditions, requirements for bidding, bid forms, and advertisements . TASK 2b: Review of the drawings and documents As the drawings and documents are being prepared by the ENGINEER, they shall be submitted to the City for review and comments at 75% completion level, at 90% completion stage, and at 100% or final stage. The pipe line design shall include plan and profile 2 vertical and horizontal alignments, utility relocations, conflict avoidance, railroad under ground crossing, surface restoration, including lawns, trees, and bushes, protection of existing landscaping, etc . TASK 2c: Perform Quality control of Design The ENGINEER's technical advisory team will review the design documents and provide the design team with comments based on their extensive knowledge of similar system designs . TASK 2d: Discuss Design with City and Finalize Design Documents Three sets of design documents for the project will be provided to the City for final review. Meeting will be scheduled by the ENGINEER to discuss the design documents with the City and to explain the drawings, specifications, and procedures, and advise the City concerning any proposed revisions. Comments resultant from the meetings will be addressed and the design documents will be issued in a final version. Twenty Five (25) sets of final documents for the project will be provided to the City for bidding purposes . TASK 2e: Prepare Opinions of Probable Construction Costs Upon substantial completion of the contract documents the ENGINEER shall prepare a detailed estimate of probable construction cost for review by the City. 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, Rail Road Authorities, and any other governmental agency that has a regulatory interest in the project, and provide all other services to secure permit approval. 3. Bidding Services: TASK 3a: Assist City with Bidding Phase The ENGINEER will receive bidder questions and requests for clarification. Based on these questions and requests, the ENGINEER will prepare addenda as necessary to respond to the questions presented. Addenda will be issued to the City for distribution to the bidders . TASK 3b: Assist City with Bid Review and Contract Award 3 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 will be returned to the Contractor with comments. Copies of the submittals will also be maintained in ENGINEER's office. A copy of each submittal shall be forwarded to the City after completion of the review of each submittal. Respond to written and telephone requests by the contractor for clarification of the contract documents . Coordinate and review reports on tests of materials (including concrete, soil compaction, and asphalt) required by the construction contract documents. TASK 4b: Provide Full Time Construction Resident Inspector The ENGINEER shall provide a full time Resident Inspector during the construction work as well as periodic site visits by the Project Manager or Design Engineers as appropriate. Regular meetings shall be held with the Contractor and the City staff regarding the progress of the project and a written status reports shall be prepared and distributed by the ENGINEER to all involved parties. The ENGINEER does not have authority to direct the means and methods of the work and has no responsibility for job site • safety. TASK 4c: Review Contractor Pay Request Submittals The Contractor's monthly pay requests will be reviewed and compared 4 with the work completed. ENGINEER shall verify that the pay request is consistent with the work completed and make recommendations to the City regarding payments . Pay request reviews will include updates on work progress, current issues of concern, and anticipated progress . TASK 4d: Assist with Change Orders, and Assist with Project Close Contractor questions regarding the design intent will be received, reviewed, and responded to as necessary to clarify, interpret, and modify the contract documents . Assistance with preparation of Contract change orders will be provided to the City as necessary during the construction work. ENGINEER shall prepare documents as necessary to obtain proposals from the Contractors for the desired changes. Change order documentation and justification will be prepared as necessary for changes which are implemented. Upon completion of the work, the ENGINEER shall arrange a walk-through of the project site with representatives of the Contractor and the City to determine if items remain to be addressed or corrected. The ENGINEER shall maintain a record of the corrective actions taken and, when completed shall advise the City in writing that the contract work is complete and that the final payment can be made subject to compliance with all legal requirements . Project close-out assistance shall be provided by the ENGINEER to include review of Contractor warranty submittals, Contractor insurance submittals, and Contractor bond submittals. TASK 4e: Provide Record Drawings The ENGINEER shall submit to the City two sets of record drawings along with copies of the drawings in electronic CD-ROM format. The record drawings shall be based on revising a copy of original contract drawings, reflecting changes made during construction. These drawings would also be in AutoCAD format and shall be provided to the City on CD ROM for a permanent record. The line shall be registered into The Illinois NAD 83 East State Plane coordinate system with units in feet. A detailed Scope of Services is set forth in the ENGINEER's proposal Parts A and B thereof dated March 4, 2002, and the CITY's Request For Proposals dated February 11, 2002, attached hereto and made part hereof as Attachment A, B and C, respectively. In the event of any conflict between the terms of this form agreement and terms of such attachments, the terms of this form agreement shall control. r 5 1 II. WORK PRODUCT All work product prepared by the ENGINEER pursuant hereto including, but not limited to reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall become the property of the CITY and shall be delivered to the CITY upon its request, provided, however, that the ENGINEER may retain copies of such work products for its records. Such work product is not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. III. PAYMENTS TO THE ENGINEER A. Lump Sum Method A. 1 The CITY shall pay the ENGINEER for its services under this Agreement a lump sum fee of Five Hundred Twenty Three Thousand, Eight Hundred Sixty Dollars ($523, 860) 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. It is understood and agreed that payment for phase one of this project in the amount of One Hundred Sixty Eight Thousand, Three Hundred Dollars ($168, 300) shall be made in 2002 . Further, payment for phase two in the amount of One Hundred Sixty Nine Thousand, Four Hundred Dollars ($169, 400) shall be made in 2003 , and for phase three in the amount of One Hundred Eighty Six Thousand, One hundred Sixty Dollars ($186, 160) shall be made in 2004 after proper funding approval is made by the City Council of the City of Elgin. A.2 The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments for each task shall not be made until the task is completed and accepted by the CITY. A. 3 Schedule / Phases of the Project: The Services provided in this agreement shall be completed in accordance to the following project phases: Phase One (2002) : This phase of the project shall be completed by October 11, 2002 and shall include: 6 1. Preliminary design for: ' A. Fox Lane Water Main B. Riverside to State Street Water Main. C. State Street Water Main. D. 16-inch Transfer Line to Airlite WTP. 2 . Final design for: A. Fox Lane Water Main. B. Riverside to State Street Water Main. 3 . Bidding services for: A. Fox Lane Water Main. B. Riverside to State Street Water Main. Phase Two (2003) : This phase of the project shall be completed by December 12, 2003 and shall include: 1 . Final Design for: A. State Street Water Main. B. 16-inch Transfer Line to Airlite WTP. 2 . Bidding Services for: A. State Street Water Main. ! B. 16-inch Transfer Line to Airlite WTP. 3 . Construction Services for: A. Fox Lane Water Main. B. Riverside to State Street Water Main. Phase Three (2004) : This phase of the project shall be completed by December 10, 2004 and shall include: 1. Construction Services for: A. State Street Water Main. B. 16-inch Transfer Line to Airlite WTP. It is understood and agreed that phase two and phase three of this project are subject to and contingent upon the condition that the City Council of the City of Elgin appropriate funds in the 2003 and 2004 City of Elgin budget sufficient to provide for the expenditure as contemplated in phase two and three of the project. It is further understood and agreed that the award of phase two and phase three of the project and any contract for same will not be made unless and until the City Council of the City of Elgin appropriates funds in the 2003 and 2004 City of Elgin budget providing for Phase two and phase three of the project. 7 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 extent 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 written in occurrence form of commercial general liability insurance with limits of at least $1, 000, 000 aggregate for bodily injury and $1, 000, 000 aggregate for • property damage. 9 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 $1, 000, 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. 10 No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of this Agreement by the CITY. XIII. 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. 1 XVII HEADINGS The headings of the several paragraphs of this Agreement are 11 inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. XVIII MODIFICATION OR AMENDMENT This Agreement and its attachments constitute the sole and entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. XIX. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois. Venue for the enforcement of any rights and the resolution of any and all disputes shall be in the Circuit Court of Kane County, Illinois . XX. NEWS RELEASES The ENGINEER may not issue any news releases without prior written approval from the CITY, nor may the ENGINEER make public any reports or documents developed under this Agreement without prior written approval from the CITY prior to said documentation becoming matters of public record. XXI. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. XXII. INTERFERENCE WITH PUBLIC CONTRACTING: P.A 85-1295 The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of either 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: 12 A. The illegality of sexual harassment; B. The definition of sexual harassment under state law; C. A description of sexual harassment, utilizing examples; D. The vendor's internal complaint process including penalties; E. The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and Illinois Human Rights Commission. F. Directions on how to contact the department and commission; G. Protection against retaliation as provided by section 6-101 of Human Rights Act. A Copy of such policy must be provided to the Department of Human Rights upon request. P.A. 87-1257 . XXIV. PREVAILING WAGE/PAYMENT OF TAXES. The ENGINEER shall comply with the requirements of the Prevailing Wage Act (820 ILCS 130/0. 01 et seq. ) The ENGINEER certifies it is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. XXV. WRITTEN COMMUNICATIONS All recommendations and other communications by ENGINEER to the CITY and other participants which may affect cost or time of completion shall be made or confirmed in writing. The CITY may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. XXVI NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: A. As to CITY: Larry E. Deibert, Director of the Water Department City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 C. As to ENGINEER: • Bon G. Mui, Partner Alvord, Burdick & Howson, L.L. 0 20 N. Wacker Drive, Suite 1401 Chicago, Illinois 60606 13 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 i City C erk City pager For the ENGINEER: Dated this day of , A.D. 2002 WITNESSED: "OFFICIAL SEAL" By Sandra L.McBride By Notary Public,State of Illinois M Commission Expires Aug.7,2005 (Print n �-- (Print Name) C idiCe L .JL 61 a'-/ 6. /4■ ,` Officer Title /(7,f r' ne' r" (SEAL) 14 ATTACHMENT "A" •-i,:le.,,_-,4.7t, :..,- . „.,.;-,,..,.:4,-,,,„-i.,•_1 id P l Proposa to Provide .„,-,-• _. ....,- . , Engineen*ng Services for . Design & Installation Services for 2004&, Water Mains - 2002, 2003 . ..., -4-,. ask w , .. _ - . ... ,,..„ , s _ ..: , . .,_ ..: ....... .. , , .. . , . . _ ... _ .......,...,. . _ .„, ... ,..., \ , , , ',-- --.0-.... ..,--,.., C'fil? itED March 2002 ,,.. . ., ..,. .., A I vo r d Burdick & Howson LL.0 0. .... - - --'- i4kf 4:-;.•.s--%..7-V-.---6,„I,-7,C.;! AAar ir atowsawvn-r 4-OI; . ,. ,g - A . u. ___ • s 1N5-EN -S148E-__.8.0.-2 PROPOSAL TO PROVIDE ENGINEERING SERVICES FOR DESIGN AND INSTALLATION SERVICES FOR WATER MAINS - 2002, 2003, and 2004 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 Background and General Qualifications Section 5 Fee Proposal Separate Cover March 4, 2002 Ms. Gail Cohen Purchasing Director City of Elgin 150 Dexter Court Elgin,IL 60120 • Re: Proposal to Provide Engineering Services for Design and Installation Services for Water Mains 2002,2003, and 2004 Dear Ms.Cohen: This will acknowledge receipt of the request for proposal, and associated addendum number 1,to provide engineering services for design and installation services for water mains,2002, 2003, and 2004. 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 sites,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 100 years ago. The firm has designed and provided engineering services during construction for literally hundreds ofmiles of water mains and under a wide variety of conditions. In fact,in the descriptions of similar projects we have included photographs from the proposed routes alongside photographs from recent installations under similar types of conditions. 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. More importantly,we have recently provided,and are currently providing, similar services to the City of Elgin for other projects 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 4,2002 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 water mains currently planned,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 and,if selected,will be committed to providing all of the necessary services in an efficient,prompt,professional,and satisfactory manner. Yours very truly, ALVORD,BURDICK&HOWSON • Bon G. Mui,Partner r • PROJECT APPROACH AND TIME FRAME The work to be performed is that which is necessary to permit bidding, contract award, and construction of a total of approximately 30,200 feet of 16 inch and 20 inch diameter water main, divided into four separate projects. The work consists of all necessary preliminary engineering, detailed design,preparation of contract documents, assistance during bidding and contract award, and engineering services during construction as will be outlined later. It is recognized that all ancillary work must be performed as part of the services provided,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 geral approaches will then be followed by the specific steps common to the four projects,then issues specific to each individual project, and fmally 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 first 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 ofprogress reviewmeetings,as mutually deemed appropriate for this particular project,which would continue throughout the assignment. These progress meetings would be used to regularly discuss Project Approach Page 2 status with the City, review any issues that arise, show conformance to the schedule and any corrections needed to maintain it,and address other items of interest. The opportunity for the staff to have up-to-date information and provide input throughout the formative stages of all work,as well as at formal 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 anticipated4t 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 the 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 Project Approach Page 3 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. 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 planning 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. Project Approach Page 5 FINAL 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 the 75%,90%,and the 100%or final design stage. In addition to submittal for review, appropriate team members will meet with the staff to discuss any questions and suggestions of the staff in connection with their review. Upon substantial completion of the contract documents the firm will prepare a detailed estimate of probable construction cost for review by the City and 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. BIDDING SERVICES In order to assist the City in obtaining competitive bids from qualified contractors,the firm will provide any support services desired by the City. This may include identifying prospective bidders to send advertisements to in addition to the general public notification process,preparing responses to any questions, preparing any addenda desired by the City, attending any prebid meetings desired,and assisting in any other means the City desires.This will also 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. CONSTRUCTION PHASE SERVICES 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 full time technical observation while construction work is being performed. During construction, as well as during design, regular meetings would be held with staff and written status reports provided to keep all involved parties Project Approach Page 6 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. SPECIFIC PROJECT VARIATIONS While the process of design and construction will be the same for all of the projects,they each have their own unique circumstances which will need to be considered and addressed. A very preliminary review of the general routes indicates the individual circumstances to be addressed will include,but not be limited to,the following. The Fox Lane main will consist of approximately 4,500 feet of 20-inch diameter main from the Fox Lane Booster Station to Randall Road. The routing will need to be verified and, if necessary, a minor revision made to avoid an existing building. Depending upon the extent of the rerouting,additional right-of-way may need to be defined and obtained. In addition,this may entail installation on tollway right-of-way and installation of casing underneath a tollway ramp and Randall Road. Thus approvals of other agencies will be necessary. The new 20-inch main from the Riverside Water Treatment Plant to State Street and Jerusha Avenue will be approximately 3,200 feet in length with extensive work in easements. The route and easement locations will need to be confirmed and the documents will need to incorporate language to limit working area to conform to easement limitations. This segment will also involve crossing a creek,which will entail inclusion of non-float pipe in the specifications to avoid pipe movement during periods when the pipe is empty and,therefore,buoyant. The State Street Main will be 16 and 20 inches in diameter and extends approximately 8,250 feet from Jerusha Avenue to Chicago Avenue. This route is along a busy roadway and special restrictions may be necessary to limit interference with traffic and public inconvenience. In addition there will be a crossing under an existing railroad line with the necessary casings associated with work of this type, and, of course,the approval of the railroad. The project consisting of the 16-inch transfer line to the Airlite Water Treatment Plant is approximately 14,250 feet in length and entail review of possible alternative routes with selection Project Approach Page 7 of the best. To the extent the selected route will require right-of-way acquisition,these needs will require identification and acquisition. In addition,this route will also entail crossing a railroad right- of-way,with the same associated work as outlined above. 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 col the following page with a bar charts consisting of two separate work schedules,one for the two projects to be constructed in 2003 and the second for the projects to be installed in 2004. To a considerable extent, there will be some latitude in the design and construction periods and,thus,the City has some latitude in selecting the time the work would start in both the design phase and the construction phase to best meet their objectives. We have suggested a scenario that meets the criteria outlined in the request for proposal but will fmalize the work schedule by making any revisions the City desires after the initial meeting. • We have suggested reasonably short and yet realistic time periods for the actual construction. 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 for the 2004 projects. 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 fum. 111 Authorization to Proceed Progress Meetings 1111 Fox Lane&Riverside to State St Preliminary Phase Data Collection Route SelectionNerification Review by City Survey Preliminary Plans Review by City Final Design Phase Plans&Specifications Geotechnical Submittal Submittal for City Review Prepare Permit Applications Bidding Phase Advertising Date Bidding Period Bid Date Bid Evaluation/Contract Award Construction Phase Shop Drawings/Data Submittal Construction Drawings of Record I State St.&Transfer Line to Airlite WTP Preliminary Phase Data Collection z- Route SelectionNerification Review by City Survey Preliminary Plans Review by City Final Design Phase Plans&Specifications Geotechnical Submittal for City Review Prepare Permit Applications Bidding Phase I Advertising Date Bidding Period Bid Date Bid Evaluation/Contract Award Construction Phase Shop Drawings/Data Submittal Construction 111 Drawings of Record • >, >, a) • • • ca c R CI 46 8 8 < 2 2 2, < ((JD) 0 z 2004 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, Illinois 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 I-55 was installed in a casing. Additionally, it was necessary to work with contaminated soil in some areas, and measures were taken to ensure that the installation proceeded safely and without risk to the residents. An individual who would be familiar with this work is: Mr. Edward Nawrocki Manager of Maintenance and Construction DuPage Water Commission 600 E. Butterfield Road Elmhurst, IL 60126 (630) 834-0100 • 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 5,600 feet of 12 and 16 inch diameter water main in Brandt Drive, Shales Parkway,and Stonehaven Drive. Shales Parkway and Stonehaven design were completed in 2000 and the Brandt Drive design was completed in 2001. The construction was divided into two contracts and scheduled as desired by the City to allow for acquisition of the necessary easements. In addition to pipeline installation the contract covered grinding and pavement restoration for the entire roadway width in pertinent areas,boring and jacking approximately 300 feet of 36 inch diameter casing under an interstate highway,and coordination with the gas company for requirements in crossing large gas mains. 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, obtaining permits for system improvements and roadway crossings,Tollway crossing, traffic control next to a private road that needed to be open at all times, and similar • activities. Several employees of 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)932-6159 Geneva Street Water Main Design, City of Elgin, Illinois AB&H was retained for design and construction engineering services by the City of Elgin for the installation of 1,600 feet of 16 inch diameter transmission main. Included in this project will be a connection to the existing 16 inch diameter main in Division Street and an additional connection to an existing 10 inch diameter main in Geneva Street at the intersection of Prairie Street and Villa. The work for which the firm was retained included preliminary engineering,detailed design, preparation of contract documents, and assistance during construction. A number of issues were addressed, including cross road connections to existing water mains, abandoning existing 4 inch diameter water main and reconnecting all house service connections to new water main,numerous pressure taps to existing mains,traffic control, and street restoration. • Mr.Bityou,previously cited, would be familiar with this project as well. • Similar Projects • Page 3 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 of24 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 restorationwand shop drawing review. Information on this project can be obtained from: Mr.William Nabak General Manager Green Bay Water Utility 631 S.Adams Street Green Bay,WI 54305 (920)448-3480 16 Inch South Water Transmission Main, Park Ridge, Illinois Alvord,Burdick&Howson is providing engineering services for the City of Park Ridge to install approximately 5,900 linear feet of 16 inch diameter water transmission main,with provisions to accommodate construction in and along major roadways, crossing of the Chicago and Northwestern Railroad, connections to the existing distribution system, integration with other planned improvements, connection to the pumping station, and related work. The work,performed in stages, includes preliminary layout, field surveys, data collection, design,preparation of contract plans and specifications, assistance in bidding and contract award, on-site technical observation, contract administration assistance, and related 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 Similar Projects Page 4 16 Inch North Water Transmission Main, Park Ridge, Illinois Alvord,Burdick&Howson is providing engineering services for the City of Park Ridge to install approximately 4,000 feet of 16 inch diameter water transmission main, with provisions to accommodate construction in and along major roadways,crossing of the Chicago and Northwestern Railroad, connections to the existing distribution system, integration with other planned improvements, connection to the pumping stations and elevated tank, and related work. The work, performed in stages with completion of the final segment in 2004, includes preliminary layout, field surveys, data collection, design, preparation of contract plans and specifications, assistance in bidding and contract award, on-site technical observation, contract administration assistance, and related work. Mr. Ellstrand,previously cited,would be familiar with this project as well. Gross Point Road Water Main, Skokie, Illinois • The work to be performed consists of designing three segments of water main, the connections with the existing systems, and all associated appurtenances. There are existing water mains under the roadways currently in operation which will be abandoned upon completion ofthis project. Design includes the installation of approximately 2,700 feet of 12 inch diameter main, 325 feet of 8 inch diameter main, and 175 feet of 8 inch diameter main. Included is survey of the proposed routes,identifying other utilities and facilities within the construction limits,preparation of contract documents, assistance during advertising and bidding, reviewing and analyzing bids received,and preparing a report with recommendations as to contract award. Construction services will include technical observation of construction, review of shop drawings and other contractor submittals,monitoring of progress of the work,recommendations for contractor progress payments, and preparing suggested responses to any contractor claims or requests. A contact person at the Village is: Mr.Eddy Nakai Municipal Engineer Village of Skokie 5127 Oakton Street Skokie, IL 60007 • (847) 933-8231 Similar Projects Page 5 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 6,890 feet of new 16 inch diameter water main was installed to balance flows between storage facilities during normal demand periods. Ofthat 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 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 planned 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. • Similar Projects Page 6 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. A reference from Lincolnshire is: Mr. Frank Tripiccochio Director of Public Works • Village of Lincolnshire One Olde Half Day Road Lincolnshire, IL 60069 (847) 883-8600 • PROPOSED TEAM QUALIFICATIONS Alvord,Burdick&Howson is pleased to present a team which is well-qualified to provide engineering services for City of Elgin's water main projects over the next three years. Each of the team members are qualified, both by training and experience, for the particular role which they would be assigned,which are primarily the same as they have performed on previous Elgin water main projects. These roles are indicated on the following organization chart and 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 fmished 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 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 inutility 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. William would also be the senior technical observer Proposed Team Qualifications Page 2 during construction and be responsible for observing the more complex project while also supervising the technical observer assigned to the second installation under construction at the same time. Mr. Joseph Michalski will be responsible for the surveys necessary for this project that do not entail documents for which a license is necessary. 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 a Professional Engineer. Should any surveying be required that involves legal descriptions or plats requiring a P.L.S. stamp,it will be performed by Mr.Christian Froemke. Chris is licensed as a Public Land Surveyor in the state of Illinois and has more than forty five years of experience, including being a principal of a major surveying firm. He has retired from full-time work and is on retainer to AB&H,providing surveying services when needed. Full time on-site observation would be provided by Mr.Kurt Kaszuba during the construction • period when work is being performed on two contracts at the same time. Kurt is a field technician • with AB&H who has provided construction observation for previous water main installations. He will also assist Joe or Chris 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. Proposed Project Team Design & Installation Services Water Main - 2002, 2003, & 2004 illi fi ,, , .1 I iciirill VA:sr—_._ ra =a—M-=-, Project Manager quality Control Bon G. Mui, P.E.,, S.E. J. Warren Green, P.E. Project Engineer Robert Marconi, P.E. I Surveying Technical Observation EngineJoseph E. Michalski, P.E. William G. Nyanue, P.E.Wm G. Nyanu Christian H. Froemke, P.L.S. Burt Kaszuba 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 B.S. Civil Engineering, the 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, Registration long distance water transmission pipelines, pumping systems, and Professional Engineer wastewater collection systems. 1976 Structural 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 Applicable Expertise construction services for 1,600 feet of 16 inch diameter Project Management reinforcement water main in Geneva Street to provide additional Designs water for domestic use and fire protection. Project included cross Water Distribution Systems road connections to existing water mains,abandoning existing 4 inch Cost Estimating diameter water main and reconnecting all house service connections Contract Administration to new water main,numerous pressure taps to existing mains,traffic control, and street restoration. Professional Positions City of Elgin, Elgin, Illinois: Project Manager for design and Alvord,Burdick&Howson preparation of plans and specifications for new water mains in 1972 to Present Brandt Drive, Stonehaven Drive, Shales Parkway, and Bluff City Boulevard consisting of 4,500 feet of 12 inch diameter water main and 1,000 feet of 16 inch diameter water main. Project included Professional Activities boring 150 feet of 30 inch diameter steel casing across Route 20 and American Academy of 400 feet of 36 inch diameter steel casing across Interstate 90. Environmental Engineers Project also included coordination with Illinois Department of American Society of Civil Transportation. Engineers American Water Works Association DuPage Water Commission, Elmhurst, Illinois:Assisted in design Water Environment Federation and preparation of plans and specifications for 72 inch diameter Western Society of Engineers water main from Lexington Pump Station in Chicago to DuPage International Ozone Association Pump Station in Elmhurst. Bon G.Mui Page 2 Experience-Continued DuPage Water Commission, Elmhursx Illinois: Project Engineer 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 ofthese improvements,developed allocation of cost of the Commission's system,and estimated cost of metering and pressure adjusting facilities necessary for Warrenville. Hydraulic modeling of the Commission's system was performed using KPIPE. DuPage Water Commission,Elmhurst,Illinois:Designed and prepared plans and specifications for 545 feet of 42 inch diameter steel casing pipe for the installation of 1,450 feet of 24 inch diameter ductile iron water main at the North-South Tollway and Warrenville Road. 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 necessaryimprovements 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 ofthe Commission's system,and estimated cost ofinetering and pressure adjusting facilities necessary for the ArgonneNational 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`1 Street. • 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 1,600 feet Applicable Expertise of 16 inch diameter reinforcement water main in Geneva Street to Quality Control provide additional water for domestic use and fire protection.Project Project Management Design included cross road connections to existing water mains,abandoning Water Mains existing 4 inch diameter water main and reconnecting all house Construction Observation service connections to new water main, numerous pressure taps to Contract Administration existing mains,traffic control, and street restoration. Cost Estimating Professional Positions City of Elgin,Elgin,Illinois:Provided quality control for design and Alvord,Burdick&Howson preparation of plans and specifications for 4,500 feet of 12 inch 1988-Present diameter water main and 1,000 feet of 16 inch diameter water main. City of Jackson,Mississippi Project includes boring 150 feet of 30 inch diameter steel casing Department of Public Works across route 20 and 400 feet of 36 inch diameter steel casing across 1983-1988 interstate 90. Project also included coordination with Illinois Department of Transportation. Mississippi State Department of Health -Division of Water Supply Department of Public Works, Jackson,Mississippi:Responsible for 1978- 1983 supervision of the design and construction of 110,000 feet of Professional Activities: 12 through 24 inch water main and appurtenances. American Water Works Association Department of Public Works,Jackson,Mississippi:Responsible for the supervision of the design and contract administration for Mississippi Water and Pollution Control Operators Association approximately$11 million of water main installation. American Society of Civil DuPage Water Commission, Elmhurst, Illinois: Project Engineer Engineers responsible for the design and contract administration for Illinois Potable Water Supply approximately 9.5 miles of 72 inch diameter transmission main. • Operators Association J.Warren Green Page 2 Experience-Continued DuPage Water Commission, Elmhurst, Illinois: Project Manager responsible for supervision of technical observation and contract administration for 185 miles of 12 to 90 inch diameter water main,three 7.5 million gallon standpipes,two 5.0 million gallon standpipes,64 metering facilities with rated capacities 1.9 MGD to 31.9 MGD, a 185 MGD pump station, and 30 MG reservoir. Associated with this project was the relocation and installation of approximately 85,300 feet of 8 through 60 inch diameter sanitary, storm, and combined sewers including all manholes, flow control structures and junction chambers. Department ofPublic 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: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. Robert Marconi, P.E. Project Role: Project Engineer Education Experience B.S.Civil Engineering, Chicago Technical College 1967 Mr.Marconi is a Senior Project Engineerwhose 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: City of Elgin,Elgin,Illinois:Designed 1,600 feet of 16 inch diameter reinforcement water main in Geneva Street to provide additional water for domestic use and fire protection.Project included cross road Additional Professional connections to existing water mains, abandoning existing 4 inch Qualifications diameter water main and reconnecting all house service connections Certified under OSHA and USEPA to new water main,numerous pressure taps to existing mains,traffic as hazardous waste site worker control, and street restoration. City ofElgin,Elgin,Illinois:Designed 4,500 feet of 12 inch diameter water main and 1,000 feet of 16 inch diameter water main. Project Applicable Expertise included boring 150 feet of 30 inch diameter steel casing across Design Route 20 and 400 feet of 36 inch diameter steel casing across Water Mains Interstate 90. Contract Administration Resident Engineering o Village Riverside, Riverside, Illinois: Designed Control g f R d �e d 26 600 feet of Site Restoration 8 through 16 inch diameter distribution system water mains. Cost Estimates City of Wheaton, Wheaton, Illinois: Designed 6,200 feet of 24 inch diameter water transmission main. Village of Lake Zurich,Lake Zurich,Illinois:Designed 8,300 feet of Professional Positions 12 inch diameter water main improvements. Alvord,Burdick&Howson 1968-Present Foster Wheeler, Robbins,Illinois: Designed 3 MGD booster station Greeley and Hansen Engineers and 1,000 feet of 10 inch diameter water main for the Robbins 1967-1968 Resource Recovery Facility. Foster Wheeler, Robbin. Illinois: Construction Manager and Field Engineer for the construction of a 3 MGD booster station and 1,000 feet of 10 inch diameter water main for the Robbins Resource Recovery Facility. Robert Marconi Page 2 Experience-Continued DuPage Water Commission,Elmhurst,Illinois: Designed the facilities to remotely operate 19 valves for the 150 mile transmission and feeder mains. 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. 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 of Naperville,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. Joseph Michalski, P.E. 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 City of Elgin, Elgin, Illinois: Provided surveys for 1,600 feet of Professional Engineer 16 inch diameter reinforcement water main in Geneva Street to 2001 provide additional water for domestic use and fire protection. Village of Skokie, Skokie Illinois:Performed topographic survey for a watermain improvement project. DuPage Water Commission, Elmhurst, Illinois: Performed Applicable Expertise topographic survey and prepared site plan for a proposed 30 MG Surveying reservoir design. Field Engineering Design Illinois Department of Transportation, Schaumburg, Illinois: Watermains Performed survey of existing storm sewer networks at Interstate I-94 and I-57 Interchange. Illinois Department of Transportation, Schaumburg, Illinois: Provided topographic and elevation surveys on watershed and drainage structures in the drainage area of the I-94 and 111th Street. Professional Positions Also performed hydrologic and hydraulic analysis for the existing Alvord,Burdick&Howson drainage structure and proposed improvements. 1998 to Present Illinois Department of Transportation, Schaumburg, Illinois: DC Con sulting Enginee rs Performed survey of existing outlet channel from pumping station 1997 to 1998 #27 to obtain input values for HEC-RAS computer modeling Environmental Resources program. Management 1996 to 1997 Illinois Department of Transportation, Chicago, Illinois:Conducted survey of existing channel and expressway sewer network and performed several hydraulic calculations using the Rational Method, TR-20, Hydrain and TR-55 models for an Illinois Department of Transportation Storm Water Pumping Station. Joseph Michalski Page 2 Experience-Continued City of Burbank, Burbank, Illinois: Designed pavements,storm sewer systems and sanitary sewer systems for several schools. Village of Elmwood Park,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. City of Burbank,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. • City of Wheaton, 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. Christian H. Froemke, P.L.S. Project Role: Land Surveyor Education Experience Bachelor of Philosophy University of Chicago 1948 Mr.Froemke,a highly experienced Professional Land Surveyor,has been in responsible charge of numerous surveying projects of various types. His expertise includes the preparation of boundary, topography,and right-of-way surveys;building and other construction Registration layouts; vertical and horizontal controls; subdivision and property Professional Land Surveyor plats; legal descriptions; and other work requiring professional Illinois 1959 surveying qualifications and expertise. Examples of his applicable experience include: Applicable Expertise DuPage Water Commission,Elmhurst, Illinois: Responsible charge Land Surveying of survey operations for project entailing two major pumping stations, Boundary Line Base Line five water storage sites,64 metering stations,and 150 miles of water • Topographic transmission mains and tunnel. Work included boundary line, Subdivision topographic, and right-of-way surveys; the accumulation of legal • Construction Layout documents and other background information; determination of Right-of way parcels needed and legal descriptions for property and easement Horizontal& Vertical Controls • Legal DescrOtions acquisitions;establishing bench marks;and providing horizontal and Plat Preparation vertical controls. Department of Aviation, Chicago, Illinois: Responsible charge of Professional Positions field survey operations for boundary line,topographic, and right-of- Alvord,Burdick&Howson 2001 to Present way surveys: legal analysis of field work; computations; creation of parcel plats and legal descriptions; layouts of improvements; National Survey Service,Inc. topography mapping; furnishing bench marks; and providing 1954 to 2000 horizontal and vertical controls for O'Hare International Airport. Professional Activities Department of Aviation, Chicago, Illinois: Responsible charge of Illinois Professional Land field survey operations for boundary line,topographic, and right-of- Surveyors Association way surveys: legal analysis of field work; computations; creation of parcel plats and legal descriptions; layouts of improvements; American Congress on Surveying topography mapping; furnishing bench marks; and providing &Mapping horizontal and vertical controls for Midway Airport. Christian H.Froemke Page 2 Experience-Continued Metropolitan Transportation Authority, Chicago, Illinois: Responsible charge of field survey operations for boundary line surveys: legal analysis of field work; computations;creation of parcel plats and legal descriptions;furnishing bench marks;and providing horizontal and vertical controls for rehabilitation of the Northwestern Atrium Center. Metropolitan Transportation Authority, Chicago, Illinois: Responsible charge of field survey operations for boundary line, topographic, and right-of-way surveys: legal analysis of field work; computations;creation of parcel plats and legal descriptions;layouts of improvements;topography mapping; furnishing bench marks; and providing horizontal and vertical controls for rehabilitation of the Northwestern railroad terminal. Chicago Transit Authority, Chicago, Illinois: Responsible charge of field survey operations for boundary line,topographic, and right-of way surveys: legal analysis of field work; computations; creation of parcel plats and legal descriptions; layouts of improvements; topography mapping; furnishing bench marks; and providing horizontal and vertical controls for the Southwest Transit • Line. Commonwealth Edison Company, Chicago,Illinois:Responsible charge of field survey operations at the Crawford-Fisk Generating Station, including boundary line, topographic, and right-of-way surveys: legal analysis of field work; computations; creation of parcels and legal descriptions; locations of improvements; measurement of topography; furnishing bench madcs; and providing horizontal and vertical controls. O'Hare Military Base, Chicago, Illinois: Land surveying for perimeter lease limits of site. Department ofAviation, Chicago,Illinois:Land surveying and coordination for lease limits and legal boundary lines for Midway Airport. Metropolitan Water Reclamation District, Chicago, Illinois Responsible charge of field survey operations,including boundary line,topographic, and right-of-way surveys: legal analysis of field work; computations; creation of parcel plats and legal descriptions; layouts of improvements; topography mapping;furnishing bench marks;and providing horizontal and vertical controls for the Tunnel and Reservoir Plan. Chicago Department of Aviation, Chicago,Illinois: Responsible charge of field survey operations including boundary line, topographic, and right-of-way surveys: legal analysis of field work; computations;creation of parcel plats and legal descriptions;layouts of improvements;topography mapping; furnishing bench marks;and providing horizontal and vertical controls for collateral sites associated with airport operation at O'Hare International Airport. 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:Assisted in the design and will serve as resident engineer for 1,357 feet of 16 inch diameter reinforcement water main in Geneva Street toprovide additional water for domestic use and fire protection. Applicable Expertise City ofElgin,Elgin,Illinois:Resident Engineer for the installation of Design 390 feet of 12 inch diameter water main, 1000 feet of 16 inch Water Mains diameter, 30 inch casing pipe, and other related work. Field Inspections City of Elgin,Elgin,Illinois:Resident engineer for the installation of 4,117 feet of 12 inch diameter water main,375 feet of which will be in 36 inch diameter casing. Professional Positions Alvord,Burdick&Howson Dupage Water Commission, Elmhurst, Illinois: Assisted with the 1991 to Present design of 48 inch diameter water main. Work included quantity estimation and drafting. Alvord,Burdick&Howson Afgrad Fellow 1989 to 1990 City of Evanston, Evanston, Illinois:Provided technical observation for the installation of 2,650 lineal feet of 8 inch diameter ductile iron Liberia Water&Sewer Corp. pipe water main in Crawford Avenue. The project included 1983 to 1990 installation of the water main and appurtenances,including making connections to existing water mains at several cross streets and transferring house services to the new water main. William G.Nyanue Page 2 Experience-Continued City of Evanston, Evanston, Illinois: Provided technical observation for the installation of 2,800 lineal feet of 8 inch diameter ductile iron pipe water main in Greenwood Street.The project included installation of the water main and appurtenances, including making connections to existing water mains at several cross streets and transferring house services to the new water main. City of Tuzon, Tuzon, Liberia: Project Engineer responsible for the design and construction supervision of the water supply system including distribution main layout. 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 immurement 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 of Public 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. 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 City ofElgin,Elgin,Illinois:Provided technical observation for 1,600 feet of 16 inch diameter reinforcement water main in Geneva Street to provide additional water for domestic use and fire protection. 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 Professional Positions was the sewer replacement of approximately 2010 feet of ductile iron Alvord,Burdick&Howson pipe, reinforced concrete pipe and PVC ranging in size from 1999-P resent 6 to 48 inch in diameter. City of Des Plaines 1998-1999 DuPage Water Commission, Elmhurst, Illinois: Field Technician responsible for verifying site elevations and observing installation for 1,000 feet of 48 inch diameter steel water main,including pavement restoration, sewer replacement, valves, and all other appurtenant 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. Kurt Kaszuba Page 2 Experience-Continued 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. 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. FIRM BACKGROUND AND GENERAL QUALIFICATIONS 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. 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 inthe 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,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 required approvals from those who control the right-of-ways necessary such as the Illinois State Toll Highway, the Illinois Department of Transportation, and various railroads, and local entities. .., . _ . ... . . , .. , . . . _ ...,r_• -,_-,_-, - _......-- •..-:......:_ •-• '-'- Fee Proposal to Provide , ,,,..„.....„__.,...„ .. . _ ., .. _. , .._. . .,, _. . - Engineering Services .._ ., . ... . for ,....... . . .., .- ..• .=. .. .. ...... . . _. ....„.. Design & Insta I lation Services . . . . .. .., .... , , .. . . . ..... ,.. . for . .. ..- _,_,.. ._ , . .. _._ : . . :.- - • • : . .. _ — • 2004 0 ,111 - - •:: _ . : • -. Water . aims - 2 02 2003 , & 2004 . . -._ . .e.. W , 2003 ,•. _ .. . .,. -,..7.-i - • --"-. ..:-,, . . ..., •:''- _- -" '- . '' "-: I I V . ---"--_--.- -.--•:-. ' '.-7-;--• .--:- — -''•''•- _ - - ," -—---- -- - ---- --'• •- -•6,"-P--.'"-_ . .':F----"-=-•,-' - '''":' '- . . - '.•--: ,..,-;:1!" .,. -."',--•-, .-_ • „. .. - -., -' -- •'• . 0 F . ,,, ... • P• • i •• ' 4 _-. _:_• •,r-, ._. f - . . ., --- iitt. 4 '''t' 2., : . ,-. N., - . tr-,-, kr, . - . (, .. ,...., . -:,.- M '41r'. - ''. ••••:' ;.,, , .,-, ,:. . l'' .. n,.."'" ..- ' , -:•-, • • _LID '.. - _e.A. - . . ' • --.-- -. .. ., . _ .„. . March 2002 . _. . ....„...„., ._•_,-,.:„.„, ,,.. .... ,_ _ , . , _. .__ _,..„...„, ..: , . .• .„.:. ..., Ivordg B •r di. c_.. ; ..._... ,.„......,..„•_ _•I_. -;:;:•...,0.„ ,.T. ___..•.•_ s... o n _ L a.. .L t ... ..,.;,,-.„,:_,,-,.;.:_,„:,-1..-._,..-7.,-..,_.-.,..:-__,-.,_,„-,,,__,,„;.•L..,:_ 7-, -,'',4•1••■•Z. **"*"'"i &-11'''..a. -Zii _'' .. . . ' v - IAAVPIATIMOINVOIMMarlar:1110.1",1001.4110111111111001111110011101110110.11111011 ,r,s.;?;_;:ff.1 'fill'.*.i.:#•'S''? MiNiiiii_ _ iiiii Ani, •, ... ,..•_,,,,,,_,,.....,.....,,,.,,..s.,,,,,. _ . . ....."'-.---"."--' - l'r -,V•lki,V.-t' •.,..,......,,, w.,,....s.,-.. ,,,,,- ,, , ,. .. ...,..-- . , ..., : '-'. . . . -------------1,:-.-,,.-.,• , •-- 4i.,-.1- A ,., ' , • - . . .. I,. ...7''':' i5j7-4 Or 1111.11111 air Ill- ' —' -'47:1N-t741.1 'INci-ENGINEERS GINer 1902 a.-.. . , . . .--. ',.....,:__. , -,-.-_: _•:. , ...-:- '.. - . --.':_. -... . • - - -:-- -.:.,:ter,- -$.,-; =,1;_e-,N.*:'..Ve -,-'' - = -' - -_, ------ ' ---_---' -1. .- 1- .-;',.----.:'-'.':-.:=:-•,--- ----;-:-..- . '.'. , i_ -”- . .•--:..-'--- - -- . •---- _,-„I-4V';-7.1 March 4, 2002 Ms. Gail Cohen Purchasing Director City of Elgin 150 Dexter Court Elgin,IL 60120 Re: Fee Proposal to Provide Engineering Services for Design and Installation for Water Mains, 2002,2003, and 2004 Dear Ms.Cohen: Transmitted herewith is our cost proposal for providing the services as outlined in your request for proposal dated February 11,2002, as modified by addendum 1, and our proposal dated March 4,2002, submitted under separate cover. These services cover four separate projects, each of which is considered separately in this document. These cost developments are predicated upon the assumed lengths of pipe as shown in the request for proposal. Should it be necessary to modify the route to be significantly longer, the figures can be adjusted based upon the cost per foot, or be .renegotiated,whichever the City prefers. Unless the revised route results in a significantly greater length, we would not expect additional funds and would perform the work within the offered amount. A second assumption upon which our costs are based is the estimated time for construction. Obviously this is an item over which an engineer does not have control once a contract is awarded. We have indicated our assumed time for a full time technical observer, which we believe is a realistic estimate,given weather days and other periods during the construction when no significant Ms. Gail Cohen - 2 - March 4,2002 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. We would suggest that the agreement contain provisions for an increase or decrease in the amount of on-site technical observation 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 desired by the City during finalization of the engineering agreement we will also offer the City the possibility of reducing on-site technical observation costs by assigning one full-time technical observer to cover two concurrent water main installations during periods when non-critical work is occurring on one or both projects. A second full-time observer would then be assigned when critical work is being performed at both locations. This will be offered only as an option and is not being promoted if not desired by the City. Out total estimated cost for the projects total$525,860,broken down between the projects • as follows: Fox Lane Water Main $ 91,137 Riverside Plant to State Street $ 63,745 State Street Water Main $ 167,382 16-inch transfer Line to Airlite Plant $201,597 Broken down by function rather than project,the cost would be distributed as follows: Preliminary Phase $ 124,135 Final Design Phase $ 139,215 Bidding Phase $ 6,523 Construction Phase $ 253,987 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. We have broken out the bidding phase of the work since it is considered a separate task in the draft agreement even through it is included in the construction phase in the request forproposal. Ms. Gail Cohen - 3 - March 4, 2002 • We have also not included provisions for salary escalation based upon completion by the end of 2004. We will absorb any such escalation within the not-to-exceed amounts developed upon current salary rates. It should also be noted that the final design cost figures include soil boring at an estimated cost of$2,000 each as an out-of-pocket expense. If handled in this way,the expenses will be billed without overhead or markup added. If the City would prefer,these geotechnical investigations can be removed from our agreement and arrangements for these services made directly by the City. If that should be preferred,we will provide the desired locations,depths, and information desired. 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 ENGINEERING SERVICES 2002, 2003, and 2004 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 each of the projects included in the above subject. The results are tabulated in the following tables,beginning with the hours and proceeding through the derivation to a not-to-exceed amount. 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. Tables 1 through 4,appended hereto,indicate the estimated manhours that will be required for the tasks associated with each of the four projects by preliminary design,final design,bidding, and construction phases. 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. 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. 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. Fee Proposal Page 2 The following table indicates the general salary schedule for various classes of employees. This table and the above components and multiplier would also be applicable if any additional projects were requested by the City. Of course any additional work would require a specific request and authorization,and a not-to-exceed cost based upon the above formula would be developed for approval before initiating the extra work, if desired. HOURLY SALARY RATES CLASSIFICATION RATE RANGE Partner/Project Managers $35.00-$60.00 Project/Senior Engineers $25.00-$49.00 Engineers $21.00-$35.00 Draftsmen&Technicians $15.00-$24.00 Office& Field Support $ 10.00-$15.00 Based upon the hours indicated in Tables 1 thmugh 4, and the actual salary rates of the assigned team members within the ranges shown above,the engineering costs for the each of the four projects are derived in Tables 5 through 8, predicated upon the amount of on-site observation indicated. Tables 9 through 12 indicate the total costs for all projects combined by each of the four phases. Fee Proposal Page 3 TABLE 1 FOX LANE WATER MAIN ESTIMATED TOTAL MAN HOURS Partner/ Project! Project Senior Engr. Tech/ Tech. Office Activity Manager Engineer Engineer Draftsman Observ. Support Preliminary Design Phase Progress Meetings 1 1 Data Collection 2 Route Selection/Verification 16 Route Survey 4 40 40 Preliminary Plans 5 5 80 80 Subtotals 6 28 120 120 Final Design Phase Progress Meetings 1 1 Plans and Specifications 12 12 120 120 Geotechnical Review 1 Cost Estimates 1 8 Permit Applications 1 8 4 Subtotals 13 16 136 120 4 • Fee Proposal Page 4 TABLE 1 (CONT'D) FOX LANE WATER MAIN ESTIMATED TOTAL MAN HOURS Partner/ Project/ Project Senior Engr.Tech/ Tech. Office Activity Manager Engineer Engineer Draftsman Observ. Support Bidding Phase Assist During Bid Preparation 2 4 2 Bid Review and Contract Award 2 4 2 Subtotals 4 8 4 Construction Phase Progress Meetings 2 2 Shop Drawings and Submittals 8 80 Full Time Site Observer* 640 Drawings of Record 1 8 Subtotals 2 11 80 8 640 TOTAL 25 63 336 248 640 8 * Based upon 16 weeks of full-time observation Fee Proposal • Page 5 TABLE 2 RIVERSIDE WATER TREATMENT PLANT TO STATE STREET WATER MAIN ESTIMATED TOTAL MAN HOURS Partner/ Project/ Project Senior Engr. Tech/ Tech. Office Activity Manager Engineer Engineer Draftsman Observ. Support Preliminary Design Phase Progress Meetings 1 1 Data Collection 2 Route Selection/Verification 16 Route Survey 4 32 32 Preliminary Plans 4 4 64 64 Subtotals 5 27 96 96 Final Design Phase Progress Meetings 1 1 Plans and Specifications 10 10 96 96 Geotechnical Review 1 Cost Estimates 1 8 Permit Applications 1 8 4 • Subtotals 11. 14 112 96 4 Fee Proposal Page 6 TABLE 2(CONT'D) RIVERSIDE WATER TREATMENT PLANT TO STATE STREET WATER MAIN ESTIMATED TOTAL MAN HOURS Partner/ Project/ Project Senior Engr. Tech/ Tech. Office Activity Manager Engineer Engineer Draftsman Observ. Support Bidding Phase Assist During Bid Preparation 2 4 2 Bid Review and Contract Award 2 4 2 Subtotals 4 8 4 Construction Phase Progress Meetings 2 2 Shop Drawings and Submittals 8 80 Full Time Site Observer* 320 Drawings of Record 1 8 Subtotals 2 11 80 8 320 TOTAL 22 60 288 200 320 8 * Based upon 8 weeks of full-time observation Fee Proposal Page 7 TABLE 3 STATE STREET WATER MAIN ESTIMATED TOTAL MAN HOURS Partner/ Project/ Project Senior Engr.Tech/ Tech. Office Activity Manager Engineer Engineer Draftsman Observ. Support Preliminary Design Phase Progress Meetings 2 2 Data Collection 2 Route Selection/Verification 16 • Route Survey 4 72 144 Preliminary Plans 4 4 144 144 Subtotals 6 28 216 288 Final Design Phase Progress Meetings 4 4 Plans and Specifications 10 10 216 216 Geotechnical Review 1 Cost Estimates 1 8 Permit Applications 1 8 4 • Subtotals 14 17 232 216 4 Fee Proposal Page 8 TABLE 3 (CONT'D) STATE STREET WATER MAIN ESTIMATED TOTAL MAN HOURS Partner/ Project/ Project Senior Engr. Tech/ Tech. Office Activity Manager Engineer Engineer Draftsman Observ. Support Bidding Phase Assist During Bid Preparation 2 4 2 Bid Review and Contract Award 2 4 2 Subtotals 4 8 4 Construction Phase Progress Meetings 6 6 Shop Drawings and Submittals 8 80 Full Time Site Observer* 1440 Drawings of Record 1 8 Subtotals 6 15 80 8 1440 TOTAL 30 68 528 512 1440 8 * Based upon 36 weeks of full-time observation Fee Proposal Page 9 TABLE 4 16-INCH TRANSFER LINE TO AIRLITE PLANT ESTIMATED TOTAL MAN HOURS Partner/ Project/ Project Senior Engr. Tech/ Tech. Office Activity Manager Engineer Engineer Draftsman Observ. Support Preliminary Design Phase Progress Meetings 2 2 Data Collection 2 Route Selection/Verification 16 Route Survey 4 120 120 Preliminary Plans 4 4 240 240 Subtotals 6 28 360 360 Final Design Phase Progress Meetings 4 4 Plans and Specifications 10 10 360 360 Geotechnical Review 1 Cost Estimates 1 8 Permit Applications 1 8 4 • Subtotals 14 17 376 360 4 Fee Proposal Page 10 TABLE 4(CONT'D) 16-INCH TRANSFER LINE TO AIRLITE PLANT ESTIMATED TOTAL MAN HOURS Partner/ Project! Project Senior Engr. Tech/ Tech. Office Activity Manager Engineer Engineer Draftsman Observ. Support Bidding Phase Assist During Bid Preparation 2 4 2 Bid Review and Contract Award 2 4 2 Subtotals 4 8 4 Construction Phase Progress Meetings 6 6 Shop Drawings and Submittals 8 80 Full Time Site Observer* 1440 Drawings of Record 1 8 Subtotals 6 15 80 8 1440 TOTAL 30 68 816 728 1440 8 * Based upon full-time observation for 36 weeks Fee Proposal Page 11 TABLE 5 FOX LANE WATER MAIN COST EXTENSION CATEGORY OF AVERAGE DIRECT EMPLOYEE RATE HOURS COST Project Manager $56 25 $ 1,400 Project/Senior Engr. $40 63 $ 2,520 Engineer $29 336 $ 9,744 Draftsman&Technician $20 248 $ 4,960 Technical Observer $21 640 $ 13,440 Office Support $15 8 $ 120 Total Direct Labor $ 32,184 Indirect Cost $ 54,713 Out-Of-Pocket Expenses $ 4,240* Total $ 91, 137* * Includes $4,000 for 2 soil borings estimated @ $2,000 each Fee Proposal Page 12 TABLE 6 RIVERSIDE WATER TREATMENT PLANT TO STATE STREET WATER MAIN COST EXTENSION CATEGORY OF AVERAGE DIRECT EMPLOYEE RATE HOURS COST Project Manager $56 22 $ 1,232 Project/Senior Engr. $40 60 $ 2,400 Engineer $29 288 $ 8,352 Draftsman&Technician $20 200 $ 4,000 Technical Observer $21 320 $ 6,720 • Office Support $15 8 $ 120 Total Direct Labor $ 22,824 Indirect Cost $ 38,801 Out-Of-Pocket Expenses $ 2,120* Total $ 63,745* * Includes one soil boring estimated at$2,000 Fee Proposal Page 13 TABLE 7 STATE STREET WATER MAIN COST EXTENSION CATEGORY OF AVERAGE DIRECT EMPLOYEE RATE HOURS COST Project Manager $56 30 $ 1,680 Project/Senior Engr. $40 68 $ 2,720 Engineer $29 528 $ 15,312 Draftsman&Technician $20 512 $ 10,240 Technical Observer $21 1440 $ 30,240 Office Support $15 8 $ 120 Total Direct Labor $ 60,312 Indirect Cost $ 102,530 Out-Of-Pocket Expenses $ 4,540* Total $ 167,382* *Includes two soil boring estimated at$2,000 each Fee Proposal Page 14 TABLE 8 16-INCH TRANSFER LINE TO AIRLITE PLANT COST EXTENSION CATEGORY OF AVERAGE DIRECT EMPLOYEE RATE HOURS COST Project Manager $56 30 $ 1,680 Project/Senior Engr. $40 68 $ 2,720 Engineer $29 816 $ 23,664 Draftsman&Technician $20 728 $ 14,560 Technical Observer $21 1440 $ 30,240 Office Support $15 8 $ 120 Total Direct Labor $ 72,984 Indirect Cost $ 124,073 Out-Of-Pocket Expenses $ 4540* Total $ 201,597* * Includes two soil boring estimated at$2,000 each Fee Proposal Page 15 TABLE 9 PRELIMINARY DESIGN PHASE-ALL PROJECTS COST EXTENSION CATEGORY OF AVERAGE DIRECT EMPLOYEE RATE HOURS COST Project Manager $56 23 $ 1,288 Project/Senior Engr. $40 111 $ 4,440 Engineer $29 792 $ 22,968 Draftsman&Technician $20 864 $ 17,280 Technical Observer $21 0 $ 0 Office Support $15 0 $ 0 Total Direct Labor $ 45,976 Indirect Cost $ 78,159 Out-Of-Pocket Expenses $ 0 Total $ 124,135* Fee Proposal Page 16 TABLE 10 FINAL DESIGN PHASE -ALL PROJECTS COST EXTENSION CATEGORY OF AVERAGE DIRECT EMPLOYEE RATE HOURS Ma' Project Manager $56 52 $ 2,912 Project/Senior Engr. $40 64 $ 2,560 Engineer $29 856 $ 24,824 Draftsman&Technician $20 792 $ 15,840 Technical Observer $21 0 $ 0 Office Support $15 16 $ 240 Total Direct Labor $ 46,376 Indirect Cost $ 78,839 Out-Of-Pocket Expenses $ 14,000* Total $ 139,215* *Includes seven soil boring estimated at$2,000 each Fee Proposal Page 17 TABLE 11 BIDDING PHASE-ALL PROJECTS COST EXTENSION CATEGORY OF AVERAGE DIRECT EMPLOYEE RATE HOURS COST Project Manager $56 16 $ 896 Project/Senior Engr. $40 32 $ 1,280 Engineer $29 0 $ 0 Draftsman&Technician $20 0 $ 0 Technical Observer $21 0 $ 0 Office Support $15 16 $ 240 Total Direct Labor $ 2,416 Indirect Cost $ 4,107 Out-Of-Pocket Expenses $ 0 Total $ 6,523 Fee Proposal Page 18 TABLE 12 CONSTRUCTION PHASE-ALL PROJECTS COST EXTENSION CATEGORY OF AVERAGE DIRECT EMPLOYEE RATE HOURS CO T Project Manager $56 16 $ 2,016 Project/Senior Engr. $40 52 $ 3,640 Engineer $29 320 $ 9,280 Draftsman&Technician $20 32 $ 640 Technical Observer $21 3840 $ 80,640 Office Support $15 0 $ 0 Total Direct Labor $ 93,536 Indirect Cost $ 159,011 Out-Of-Pocket Expenses $ 1440 Total $ 253,987 • Riverside WTP to State St Preliminary Phase Progress Meetings 1.00 0.75 Data Collection 2.00 Route SelectionNerification 16.00 Route Survey for Pipeline 4.00 32.00 32.00 Plans 4.00 4.00 64.00 64.00 Draft Subtotals 5.00 26.75 96.00 96.00 0.00 $280 $1,070 $2,784 $1,920 $0 223.75 $6,054 Final Design Phase Progress Meetings 1.00 1.00 Plans and Specifications 10.00 10.00 96.00 96.00 Geotechnical 1.00 Cost Estimate 1.00 8.00 Permit Applications 1.00 8.00 4.00 Draft Subtotals 11.00 14.00 112.00 96.00 4.00 $616 $560 $3,248 $1,920 $60 237.00 $6,404 16.00 40.75 208.00 192.00 4.00 $896 $1,630 $6,032 $3,840 $60 SUBTOTALS-AB&H DIRECT COST 460.75 $12,458 SUBTOTALS-AB&H INDIRECT COST $21,179 TOTAL WITHOUT OUTSIDE SERVICES $33,637 OUTSIDE SERVICES Design Phase Geotechnical $2,000 • SUBTOTALS-OUTSIDE SERVICES $2,000 • TOTALS $35,637 State St • Prelia y Phase Progress Meetings 2.00 1.75 Data Collection 2.00 Route SelectionNerification 16.00 Route Survey for Pipeline 4.00 72.00 144.00 Plans 4.00 4.00 144.00 144.00 Draft Subtotals 6.00 27.75 216.00 288.00 0.00 $336 $1,110 $6,264 $5,760 $0 537.75 $13,470 6.00 27.75 216.00 288.00 0.00 $336 $1,110 $6,264 $5,760 $0 SUBTOTALS-AB&H DIRECT COST 537.75 $13,470 SUBTOTALS-AB&H INDIRECT COST $22,899 TOTAL WITHOUT OUTSIDE SERVICES $36,369 TOTALS $36,369 Transfer Line to Airlfte Preliminary Phase Progress Meetings 2.00 1.75 Data Collection 2.00 Route SelectionNerification 16.00 Route Survey for Pipeline 4.00 120.00 120.00 Plans 4.00 4.00 240.00 240.00 Draft Subtotals 6.00 27.75 360.00 360.00 0.00 $336 $1,110 $10,440 $7,200 $0 753.75 $19,086 6.00 27.75 360.00 360.00 0.00 $336 $1,110 $10,440 $7,200 $0 SUBTOTALS-AB&H DIRECT COST 753.75 $19,086 • SUBTOTALS-AB&H INDIRECT COST $32,446 TOTAL WITHOUT OUTSIDE SERVICES $51,532 TOTALS $51,532 GRAND TOTAL 2002 $168,302 BUDGET FOR 2002 ESTIMATED TOTAL MAN HOURS-2116102 RATES ELGIN-WATERMAIN,2002,2003&2004 21 56 40 29 20 15 Partner/ Project/ Office/ Partner/ Project/ Office/ Project Senoir Technicaiu Field Project Senoir Technicaru Field Activity Manager Engineer Engineer is Support Manager Engineer Engineer Dratsman Support Fox Lane greliminaeLl Progress Meetings 1.00 0.75 Data Collection 2.00 Route SelectionNotification 16.00 Route Survey for Pipeline 4.00 40.00 40.00 Plans 5.00 5.00 80.00 80.00 Draft Subtotals 6.00 27.75 120.00 120.00 0.00 $336 $1,110 $3,480 $2,400 $0 273.75 $7,326 Final Desian Phase Progress Meetings 1.00 1.00 Plans and Specifications 12.00 12.00 120.00 120.00 Geotechnical 1.00 Cost Estimate 1.00 8.00 Permit Applications 1.00 8.00 4.00 Draft Subtotals 13.00 16.00 136.00 120.00 4.00 $728 $640 $3,944 $2,400 $60 289.00 $7,772 • 19.00 43.75 256.00 240.00 4.00 $1,064 $1,750 $7,424 $4,800 $60 SUBTOTALS-AB&H DIRECT COST 562.75 $15,098 SUBTOTALS-AB&H INDIRECT COST $25,667 TOTAL WITHOUT OUTSIDE SERVICES $40,765 OUTSIDE SERVICES Desige Phase Geotechnical $4,000 SUBTOTALS-OUTSIDE SERVICES $4,000 TOTALS $44,765 • BUDGET FOR 2003 ESTIMATED TOTAL MAN HOURS-2/16/02 RATES ELGIN-WATERMAIN,2002,2003&2004 21 56 40 29 20 15 COST Partner/ Project/ Office/ Partner/ Project/ Office/ Project Senoir Technican/Field Project Senoir Technicanf Field Activity Manager Engineer Engineer Dratsman Support Manager Enginegr Engineer Dratsman Support Fox Lane Construction Phase Progress Meetings 2.00 2.00 Bidding and Award 4.00 8.00 4.00 Shop Drawings and 8.00 80.00 Full Time Site Observer 16 weeks 640.00 Drawings of Record 1.00 8.00 Tech Subtotals 6.00 19.00 80.00 648.00 4.00 $336 $760 $2,320 $13,608 $60 757.00 $17,084 6.00 19.00 80.00 648.00 4.00 $336 $760 $2,320 $13,608 $60 SUBTOTALS-AB&H DIRECT COST 757.00 $17,084 SUBTOTALS-AB&H INDIRECT COST $29,043 TOTAL WITHOUT OUTSIDE SERVICES $46,127 REIMBURSABLE EXPENSES Construction Phase $240 TOTALS $46,367 Riverside WTP to State St • Construction Phase Progress Meetings 2.00 2.00 Bidding and Award 4.00 8.00 4.00 Shop Drawings and 8.00 80.00 Full Time Site Observer 8 weeks 320.00 Drawings of Record 1.00 8.00 Tech Subtotals 6.00 19.00 80.00 328.00 4.00 $336 $760 $2,320 $6,888 $60 437.00 $10,364 6.00 19.00 80.00 328.00 4.00 $336 $760 $2,320 $6,888 $60 SUBTOTALS-AB&H DIRECT COST 437.00 $10,364 SUBTOTALS-AB&H INDIRECT COST $17,619 TOTAL WITHOUT OUTSIDE SERVICES $27,983 REIMBURSABLE EXPENSES Construction Phase $120 TOTALS $28,103 State St Final Design Phase Progress Meetings 4.00 4.00 Plans and Specifications 10.00 10.00 216.00 216.00 Geotechnical 1.00 Cost Estimate 1.00 8.00 Permit Applications 1.00 8.00 4.00 Draft Subtotals 14.00 17.00 232.00 216.00 4.00 $784 $680 $6,728 $4,320 $60 483.00 $12,572 14.00 17.00 232.00 216.00 4.00 $784 $680 $6,728 $4,320 $60 SUBTOTALS-AB&H DIRECT COST 483.00 $12,572 SUBTOTALS-AB&H INDIRECT COST $21,372 TOTAL WITHOUT OUTSIDE SERVICES $33,944 OUTSIDE SERVICES Design Phase Geotechnical $4,000 SUBTOTALS-OUTSIDE SERVICES $4,000 TOTALS $37,944 Transfer Line to Airlite Final Design Phase Progress Meetings 4.00 4.00 Plans and Specifications 10.00 10.00 360.00 360.00 Geotechnical 1.00 Cost Estimate 1.00 8.00 • Permit Applications 1.00 8.00 4.00 Draft Subtotals 14.00 17.00 376.00 360.00 4.00 $784 $680 $10,904 $7,200 $60 • 771.00 $19,628 14.00 17.00 376.00 360.00 4.00 $784 $680 $10,904 $7,200 $60 SUBTOTALS-AB&H DIRECT COST 771.00 $19,628 SUBTOTALS-AB&H INDIRECT COST $33,368 TOTAL WITHOUT OUTSIDE SERVICES $52,996 OUTSIDE SERVICES Design Phase Geotechnical $4,000 SUBTOTALS-OUTSIDE SERVICES $4,000 TOTALS $56,996 GRAND TOTAL 2003 $169,410 BUDGET FOR 2004 ESTIMATED TOTAL MAN HOURS-2/16/02 RATES ELGIN-WATERMAIN,2002,2003&2004 21 56 40 29 20 15 COST Partner/ Project/ Office/ Partner/ Project/ Office/ Project Senoir Technicari✓Field Project Senoir Technican/Field Activity Manager Engineer engineer Dratsman Support Manager Engineer Engineer Dratsman Support State St Construction Phase Progress Meetings 6.00 6.00 Bidding and Award 4.00 8.00 4.00 Shop Drawings and 8.00 80.00 Full Time Site Observer 36 weeks 1440.00 Drawings of Record 1.00 8.00 Tech Subtotals 10.00 23.00 80.00 1448.00 4.00 $560 $920 $2,320 $30,408 $60 1565.00 $34,268 10.00 23.00 80.00 1448.00 4.00 $560 $920 $2,320 $30,408 $60 SUBTOTALS-AB&H DIRECT COST 1565.00 $34,268 SUBTOTALS-AB&H INDIRECT COST $58,256 TOTAL WITHOUT OUTSIDE SERVICES $92,524 REIMBURSABLE EXPENSES Construction Phase $540 TOTALS $93,064 Transfer Line to Airlite Construction Phase Progress Meetings 6.00 6.00 Bidding and Award 4.00 8.00 4.00 Shop Drawings and 8.00 80.00 Full Time Site Observer 36 weeks 1440.00 Drawings of Record 1.00 8.00 Tech Subtotals 10.00 23.00 80.00 1448.00 4.00 $560 $920 $2,320 $30,408 $60 1565.00 $34,268 10.00 23.00 80.00 1448.00 4.00 $560 $920 $2,320 $30,408 $60 SUBTOTALS-AB&H DIRECT COST 1565.00 $34,268 SUBTOTALS-AB&H INDIRECT COST $58,256 TOTAL WITHOUT OUTSIDE SERVICES $92,524 REIMBURSABLE EXPENSES Construction Phase $540 TOTALS $93,064 GRAND TOTAL 2004 $186,127 SUMMARY GRAND TOTAL 2002 $168,302 GRAND TOTAL 2003 $169,410 GRAND TOTAL 2004 $186,127 ADJUSTMENT 2004 $21 TOTAL 2004 $186,148 GRAND TOTAL $523,860 ATTACHMENT "C" CITY OF ELGIN Water Department REQUEST FOR PROPOSAL ?now , '0\ _t. z 6,7 • oh) T4TED - ENGINEERING SERVICES FOR DESIGN AND INSTALLATION SERVICES FOR WATER MAINS 2002 , 2003 , and 2004 ISSUED: FEBRUARY 11 , 2002 CITY OF ELGIN REQUEST FOR PROPOSAL ENGINEERING SERVICES FOR Design and Installation Services for Water Main 2002 , 2003 , and 2004 General Proposals are requested from Consultant Engineers to furnish certain professional services in connection with: preliminary design, routing, preparation of plans and specifications, construction phase services, and construction estimates for the following water main projects: 1 . Fox Lane Water Main: This is a 20-inch transmission main that will begin at the Fox Lane Booster Pump Station and proceed for about 4, 500 feet west to Randall . This project also consists of the installation of a check valve in the Randall Road 12-inch water main south of Aift Lane. 2 . Riverside Water Treatment Plant (WTP) to State Street Water Main: This transmission main will be a new 20-inch reinforcement water main from Riverside Water Treatment Plant to State Street . The length of this main is approximately 3 , 200 feet . This transmission main will extend from the 30-inch low pressure water main through the existing easements and rights-of-way east and south of Judson College to State Street . 3 . State Street Water Main: This is a 20-inch transmission main that starts from a point where first phase ends south to • Lawrence Avenue, and continues south as a 16-inch water main from Lawrence Avenue to Chicago Street. The length of this main is approximately 8, 250 1 feet . 4 . 16-inch Transfer Line to Airlite WTP: This is a dedicated 16-inch water transfer main from the proposed 20-inch main at Lawrence Avenue and State Street to the Airlite Water Treatment Plant reservoirs . The length of this line is approximately 14 , 250 feet. Section I - Scope of Work The selected Consultant firm shall provide the following services : I . Preliminary Phase: A. Surveys as necessary to obtain additional data necessary for project design including route selection. B. Plot additional field data. C. Make a preliminary design of the project . D. Prepare preliminary project plans . E. Meet with the City staff to discuss the preliminary plans . F . Identify and secure any required easements, including necessary survey work. II . Final Design Phase: A. Prepare detailed drawings and specifications for the proposed construction to install the water mains . B. Prepare an opinion of probable construction cost for proposed work covered by the drawings and specifications . C. Submit drawings and specifications to the City for 2 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 . D. 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. E. Prepare bid forms, notices and addenda as necessary for bidders, in accordance with City' s standard front end documents . III . Construction Phase Services . The ENGINEER shall provide the following services : A. Provide (25) sets of drawings and specifications to be issued by the City to prospective bidders . B. Assist the City in evaluating bids and make recommendations concerning the award of contracts . C. Assist the City in preparation of six (6) conforming copies of contracts . D. Review shop drawings and data submitted by construction contractors for general conformity to the contract drawings and specifications . E. Make periodic visits to the site of the work during the construction and consult with the City concerning the progress . F. 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. G. Upon completion of the work, revise construction drawing to confirm to construction records . The • 3 record drawings shall be submitted to the City in myler and 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 uses 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 their 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 4 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. 5 . It is the City' s intent to award construction contract as follows : A. Fox Lane Water main in 2003 . B. Riverside water treatment plant (WTP) to State Street water main in 2003 . C. State Street water main in 2004 D. 16-inch transfer line to Airlite WTP in 2004 . 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 11 , 2002 • Proposal received March 4 , 2002 • Selection of Firms March 12 , 2002 5 • Authorize Agreement March 27 , 2002 • Execution of Agreement April 11 , 2002 • Notice to Proceed April 12 , 2002 • Completion schedule as follows : Fox Lane Water Main: Preliminary Design, Final Design, and preparation of Bid Document for Construction, October 11, 2002 . Project Construction Completion, December 12 , 2003 . Riverside to State Street Water Main: Preliminary design, Final Design, and preparation of Bid Document for Construction, October 11, 2002 . Project Construction Completion December 12 , 2003 . State Street Water Main: Preliminary design, October 11, 2002 . Final Design, October 10, 2003 Project Construction Completion December 10 , 2004 . 16-inch Transfer Line to Airlite WTP: Preliminary design, October 11, 2002 . Final Design, October 10, 2003 Project Construction Completion December 10 , 2004 . Section V - Inquiries Any requests for additional information may be directed to Peter L. Bityou, Water Operations Engineer at (847) 931- 6159 . Section VI - Procurement of Professional Services General The following process is that which will be followed in the review and selection of a Consultant on this project . 1 . Proposal Evaluation and Final Selection Upon receipt of each consultant's two-part proposal, 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, 2002 , 2003 , and 2004 Water Mains, (Part A) " and an original price proposal along with 2 additional copies in a sealed package, plainly marked "Price Proposal for Engineering Services for 2002 , 2003 , and 2004 Water Mains, (Part B) " and addressed to Gail Cohen, Purchasing Director, City of Elgin, 150 Dexter Court, Elgin, Illinois, 60120 by 11 : 00 AM, Monday, March 4 , 2002 . Section VIII - Withdrawal or Rejection 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. 8 • DRAFT OF AGREEMENT THIS AGREEMENT is made and entered into this day of , 2002, by and between the City of Elgin, an Illinois municipal corporation (hereinafter referred to as "CITY") and an Illinois Limited Liability Company (hereinafter referred to as "ENGINEER.") . WHEREAS, the CITY desires to engage the Engineer to furnish certain professional services in connection with the water main projects (hereinafter referred to as the "PROJECT") ; and WHEREAS, the ENGINEER represents that it is in compliance with all Illinois statutes relating to professional registration and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the sufficiency of which are hereby acknowledged, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER to act for and represent it in all engineering matters involved in the PROJECT, subject to the following terms, conditions and stipulations, to-wit: I. SCOPE OF SERVICES The ENGINEER shall provide the following services: 1. Preliminary Design: TASK la: Meet with the City Staff and Obtain Records The ENGINEER shall arrange a meeting with the City to obtain available information that would assist in performing the work, which include copies of existing water facilities, 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 After reviewing the information in Task la, the ENGINEER shall begin the preparation of base drawings . To the extent possible, existing information from aerial surveys, GIS, or other data will 1 be utilized to facilitate the work. If the information is not available the ENGINEER shall perform route surveys. TASK lc: Design Memoranda & Preliminary Designs and Plans The ENGINEER shall develop a design memoranda and preliminary designs and plans, and shall be delivered to the City to be reviewed by the City staff. All of the pertinent elements including layout, elevations and site information shall be shown on the plans and quality of materials and other key information shall be covered in the design memoranda. Following the review, discussion, revisions and agreement between the ENGINEER and the City staff, these preliminary drawings and design memoranda will be the basis of the final design. 2. Final Design: TASK 2a: Prepare Design Documents The preliminary design memoranda and the preliminary design documents will provide the basis upon which the detailed designs will be prepared. The drawings shall be in AutoCAD format, and the specification and other contract documents should be in MS-Word or WordPerfect format. A set of drawings shall be prepared, covering the work for the installation water mains in accordance to Section IV schedule. Additional material shall be developed to supplement existing City standard forms and cover all aspects of the project, such as general and special conditions, requirements for bidding, bid forms, and advertisements. TASK 2b: Review of the drawings and documents As the drawings and documents are being prepared by the ENGINEER, they shall be submitted to the City for review and comments at 75% completion level, at 90% completion stage, and at 100% or final stage. TASK 2c: Perform Quality control of Design The ENGINEER's technical advisory team will review the design documents and provide the design team with comments based on their extensive knowledge of similar system designs. TASK 2d: Discuss Design with City and Finalize Design Documents Three sets of design documents for the project will be provided to the City for final review. Meeting will be scheduled by the ENGINEER to discuss the design documents with the City and to explain the drawings, specifications, and procedures, and advise 2 the City concerning any proposed revisions. Comments resultant from the meetings will be addressed and the design documents will be issued in a final version. Twenty (25) sets of final documents for the project will be provided to the City for bidding purposes. TASK 2e: Prepare Opinions of Probable Construction Costs Upon substantial completion of the contract documents the ENGINEER shall prepare a detailed estimate of probable construction cost for review by the City. TASK 2f: Assist City with Permit Applications The ENGINEER shall submit final drawings and specifications to the Illinois Environmental Protection Agency, the Illinois State Division of Waterways, Kane County, and any other governmental agency that has a regulatory interest in the project, and provide all other services to secure permit approval. 3. Bidding Services: TASK 3a: Assist City with Bidding Phase The ENGINEER will receive bidder questions and requests for clarification. Based on these questions and requests, the ENGINEER will prepare addenda as necessary to respond to the questions presented. Addenda will be issued to the City for distribution to the bidders. TASK 3b: Assist City with Bid Review and Contract Award The ENGINEER shall attend the bid opening and evaluate the Bids and bidders to determine if the bids were submitted in accordance with the contract documents and if the bidders are qualified to perform the work. Following this review, a recommendation shall be presented to the City for award of the construction contracts. 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. 3 4. Construction Phase Services: TASK 4a: Review Contractor Submittals The ENGINEER shall review shop drawings and data submitted by construction contractors for compliance with the drawings and specifications and appropriate action taken or recommended. Copies of the submittals will be returned to the Contractor with comments. Copies of the submittals will also be maintained in ENGINEER's office. A copy of each submittal shall be forwarded to the City after completion of the review of each submittal. TASK 4b: Provide Full Time Construction Resident Inspector The ENGINEER shall provide a full time Resident Inspector during the construction work as well as periodic site visits by the Project Manager or Design Engineers as appropriate. Regular meetings shall be held with the Contractor and the City staff regarding the progress of the project and a written status reports shall be prepared and distributed by the ENGINEER to all involved parties. The ENGINEER does not have authority to direct the means and methods of the work and has no responsibility for job site safety. TASK 4c: Review Contractor Pay Request Submittals The Contractor's monthly pay requests will be reviewed and compared with the work completed. ENGINEER shall verify that the pay request is consistent with the work completed and make recommendations to the City regarding payments. Pay request reviews will include updates on work progress, current issues of concern, and anticipated progress. TASK 4d: Assist with Change Orders, and Assist with Project Close Contractor questions regarding the design intent will be received, reviewed, and responded to as necessary to clarify, interpret, and modify the contract documents. Assistance with preparation of Contract change orders will be provided to the City as necessary during the construction work. ENGINEER shall prepare documents as necessary to obtain proposals from the Contractors for the desired changes. Change order documentation and justification will be 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 4 • subject to compliance with all legal requirements. Project close-out assistance shall be provided by the ENGINEER to include review of Contractor warranty submittals, Contractor insurance submittals, and Contractor bond submittals. TASK 4e: Provide Record Drawings The ENGINEER shall submit to the City two sets of record drawings along with copies of the drawings in electronic CD-ROM format. The record drawings shall be based on revising a copy of original contract drawings, reflecting changes made during construction. These drawings would also be in AutoCAD format and shall be provided to the City on CD ROM for a permanent record. The line shall be registered into The Illinois NAD 83 East State Plane coordinate system with units in feet. Part A and Part B of the Engineer's proposal dated ( ) , and Request For Proposals issued by the City dated ( ) , are part of this Agreement (Attachment A, Attachment B, Attachment C, • respectively) . II. WORK PRODUCT All work product prepared by the ENGINEER pursuant hereto including, but not limited to reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall become the property of the CITY and shall be delivered to the CITY upon its request, provided, however, that the ENGINEER may retain copies of such work products for its records. Such work product is not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. III. PAYMENTS TO THE ENGINEER A. Not To Exceed Method A. 1 The CITY shall pay the ENGINEER for its services under this Agreement a lump sum fee of ( ) 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 5 • upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments for each task shall not be made until the task is completed and accepted by the CITY. A.3 Schedule / Phases of the Project: The Services provided in this agreement shall be completed in accordance to the following project phases: Phase I: This phase of the project shall be completed by October 11, 2002 and shall include: 3 . Preliminary design for: A. Fox Lane Water Main B. Riverside to State Street Water Main. C. State Street Water Main. D. 16-inch Transfer Line to Airlite WTP. 4. Final design for: A. Fox Lane Water Main. B. Riverside to State Street Water Main. 5 . Bidding services for: A. Fox Lane Water Main. B. Riverside to State Street Water Main. Phase II: This phase of the project shall be completed by December 12 , 2003 and shall include: 1. Final Design for: A. State Street Water Main. B. 16-inch Transfer Line to Airlite WTP. 2 . Bidding Services for: A. State Street Water Main. B. 16-inch Transfer Line to Airlite WTP. 3 . Construction Services for: A. Fox Lane Water Main. B. Riverside to State Street Water Main. Phase III : This phase of the project shall be completed by December 10, 2004 and shall include: 1. Construction Services for: • A. State Street Water Main. B. 16-inch Transfer Line to Airlite WTP. 6 IV. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports shall be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit an authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make such records available at reasonable times during the Agreement period, and for three years after termination of this Agreement. V. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER. In the event that this • Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the total amounts set forth under paragraph III or IV above, whichever is less. VI. TERM This Agreement shall become effective as of the date the ENGINEER is given a written Notice to Proceed and, unless terminated for cause or pursuant to Article V, shall be deemed concluded on the date the CITY determines that all of the ENGINEER'S work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. VII. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY, the ENGINEER shall give written notice of its claim within fifteen • (15) days after occurrence of such action. No claim for additional compensation shall be valid unless such notice is • so provided. Any changes in the ENGINEER's fee in excess of $10, 000 or over 10% of the original lump sum fee shall be valid only to the extent that such changes are in writing and 7 signed by the CITY and the ENGINEER and approved by City Council. 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 extent 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 written in occurrence form of commercial general liability insurance with limits of at least $1, 000, 000 aggregate for bodily injury and $1, 000, 000 aggregate for 8 • 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 $1, 000, 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 9 oF 6-4 � � City of Elgin Agenda Item No. y' 0 L M; I May 17, 2002 G N ``� 4 I TO: Mayor and Members of the City Council j{ t$148: FINANCIALLY STABLE CfTY GOVERNMENT EFFICIENT SERVICES, FROM: Olufemi Folarin, Interim City Manager AND QUALITY INFRASTRUCTURE SUBJECT: Award of Engineering Services Agreement With Alvord, Burdick and Howson for Water Main Projects in 2002, 2003 & 2004 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 design, bidding and construction phase services for water main projects during 2002, 2003 and 2004 . BACKGROUND This agreement includes Engineering Services for design, bidding and construction services for the following projects to be completed over a three year period (2002 , 2003 , 2004) . The first project, Item #1, will transfer water from the High Zone pressure district to the West Zone (the area west of Randall Road) . This main will complete the third such transfer system and work in conjunction with the Lyle Booster Station and Airlite Water Treatment Plant . The second major project consists of items #2, 3 and 4 . These three projects will provide for the transfer of finished water from the Riverside Plant to the storage reservoirs at the Airlite Plant . From the Airlite Plant it can be pumped to the West Zone pressure district . These major water main improvements are required to serve the growing area west of Randall Road. 1 . Fox Lane Water Main: 011-ft. This is a 20-inch transmission main that will begin at the Fox Lane Booster Pump Station and proceed approximately 4, 500 feet Engineering Services Agreement - Water Main Projects May 17, 2002 Page 2 west to Randall Road. This project also consists of the installation of a check valve in the Randall Road 12-inch water main south of Alft Lane. 2 . Riverside Water Treatment Plant (WTP) to State Street Water Main: This transmission main will be a new 20-inch reinforcement water main from Riverside to State Street . The length of this main is approximately 3, 200 feet and will extend from the 30-inch low pressure water main through the existing easements and rights-of-way east and south of Judson College to State Street . 3 . State Street Water Main: This is a 20-inch transmission main that starts from a point where the first phase ends south to Lawrence Avenue, and continues south as a 16-inch water main from Lawrence Avenue to Chicago Street . The length of this main is approximately 8, 250 feet . 4 . 16-inch Transfer Line to Airlite Water Treatment Plant : This is a dedicated 16-inch water transfer main from the proposed 20-inch main at Lawrence Avenue and State Street to the Airlite WTP reservoirs . The length of this main is approximately 14, 250 feet . The Water Department requested proposals for service from eight different engineering firms. Seven firms returned formal proposals with price quotes separately submitted. These seven proposals were individually evaluated by a selection team consisting of Public Works, Engineering and Water Department employees. The engineering firm of Alvord, Burdick & Howson was selected the best qualified for this work. After ranking all firms, fees from all submittals were opened. A copy of the proposals evaluation is attached. The fees for the firms are as follows : Strand Associates (SA) $ 360, 750 . 00 Burns & McDonnel (B&M) $1, 029, 841 . 86 Rezek, Henry, Meisenheimer & Gende (RHMG) $ 510, 385 . 00 Greely & Hansen (G&H) $ 723 , 356 . 00 Metcalf & Eddy (M&E) $ 958, 145 . 00 em. Black & Veatch (B&V) $ 570, 000 . 00 Alvord, Burdick & Howson (AB&H) : $ 523, 860 . 00 rm. Engineering Services Agreement - Water Main Projects May 17, 2002 Page 3 City staff met with AB&H to discuss their fee proposal, finalize the scope of work, and to verify that the technical observation man-hours for AB&H is 3, 840 man-hours which is 2, 360 hours more than SA proposed man-hours, equivalent to $133, 812 . In addition, the SA proposal did not include the geotechnical investigation services, equivalent to $14, 000, and SA also did not include the cost of easement legal description for the project, equivalent to $20, 000 . Total missing scope of work items from the SA proposal is equivalent to $167, 812 . The AB&H proposal then becomes $4, 702 lower than the SA proposal . RHMG fee proposal has 3 , 588 man-hours for technical observation, which is 252 man-hours fewer than the AB&H proposal , equivalent to $14, 288 , and also did not include geotechnical investigation, equivalent to $14 , 000 . The AB&H proposal then becomes $14, 813 lower than RHMG proposal . Services in year 2002 ($168 , 300) , include preliminary design for Fox Lane Water Main project, Riverside to State Street Water Main project, State Street Water Main project, and 16-inch Transfer Line to Airlite Water Treatment Plant (WTP) project, also included is the Final Design and Bidding Services for Fox Lane Water Main Project and Riverside to State Street Water Main project . Services in year 2003 ($169, 400) , include Final Design and Bidding Services for State Street Water Main Project, and 16-inch Transfer Line to Airlite WTP project . Also included is the Construction Services for Fox Lane Water Main project and Riverside to State Street Water Main project . Service in year 2004 ($186, 160) include the Construction Services for State Street Water Main project and the 16-inch Transfer Line to Airlite WTP project . COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None yik FINANCIAL IMPACT The total costs for engineering services broken down by projects are as follows : 1 . Fox Lane Water Main $ 91 , 137 2 . Riverside WTP to State Street Water Main $ 63 , 745 Engineering Services Agreement - Water Main Projects May 17, 2002 Page 4 3 . State Street Water Main $167, 382 4 . 16-inch Transfer Line to Airlite WTP $201, 596 Total $523, 860 The cost of the engineering services for year 2002 (Phase I) totaling $168, 300 will be funded through the following accounts (2002 Bond Fund, Impact Fees and the 1998 Bond Fund) : Project Name Budget Amt . Account # Project# 1 . Fox Ln. W.M. $ 70, 000 398-4000-795 . 92-41 409582 135, 000 382-4000-795 . 92-41 2 . Riverside WTP $ 30, 000 420-0000-771 . 92-41 409583 30, 000 382-4000-795 . 92-41 3 . State St . W.M. $ 17, 500 420-0000-771 . 93-41 409581 17, 500 382-4000-795 . 93-41 F 4 . 16-inch Line $ 25, 000 420-0000-771 . 92-41 409587 25, 000 382-4000-795 . 92-41 Funding will need to be included in the 2003 and 2004 Budgets in order to enter into Phase II and Phase III of this contract . L AL IMPACT An agreement will need to be approved by the Legal Department . ALTERNATIVES Do not award a contract at this time. RECOMMENDATION It is recommended that the members of the City Council authorize the execution of an Agreement for Engineering Services with Alvord, Burdick & Howson of Chicago, Illinois, for design, bidding and construction services for water main projects in the amount of $523, 860 . R fi .ectfully submitted, Olu emi "k•larin Inte 'm C. • - ager' LED:PLB:mg Attachments PROPOSAL EVALUATION AND FINAL SELECTION Engineering Services For Water Main Design & Installation Services, 2002, 2003, 2004 Water Main. March 04, 2002 1. The level of knowledge and experience of the staff the engineer assigns and commits to the project Points: 0- 10 2 The education and experience background of the project manager assigned to the project. Points: 0 -10 3. The record of specialized experience of the firm and project team as demonstrated by performance on similar projects. Points: 0 - 15 4. The degree the engineer's proposed scope of services addresses the project's objective. Points: 0 - 20 5. Pertinent and innovative new ideas which the engineer presents in the pre-proposal meeting and/ or in the written proposal. Points: 0 - 10 6. The level of adequate effort as reflected by classification of personnel allocated to the project tasks. Points: 0 - 10 7. Familiarity of the engineer with local conditions affecting the project. Points: 0- 15 8. Ability and effectiveness of the project manager in making public presentations. Points: 0 - 10 OUALIFICATIOIS TING SHEET .) Engineering Services For Water Main Design & Installation Services, 2002, 2003, 2004 Water Main. March 04, 2002 Strand Associates Burns&McDonnel Rezek,Henry,Meisenheimer&Gende Greeley&Hansen Description Score Haresh Peter Steve Torn Haresh Peter Steve Tom Haresh Peter Steve Tom Haresh Peter Steve Torn Knowledge&Experience 0-10 4 6 6 7 9 8 7 7 7 5 8 9 7 7 8 7 Project Manager 0-10 5 6 6 6 7 8 7 7 6 7 8 9 6 8 8 8 Specialized 0-15 8 7 13 11 12 12 14 11 6 7 14 14 5 10 13 12 1 I Scope of Services 0-20 7 5 10 16 16 12 16 16 14 10 15 17 7 12 14 12 1 1 Innovative new ideas 0-10 0 1 0 6 7 8 1 8 0 4 0 10 0 4 0 5 Level of Effort 0-10 3 2 5 7 7 8 9 7 6 8 8 9 5 8 8 6 Familiarity with local 0-15 3 4 7 10 5 10 8 13 5 9 8 12 5 7 9 11 Public presentation 0-10 2 2 0 6 7 9 0 5 6 8 0 5 7 7 0 5 r 1 1 , T Total 0-100 32 33 47 69 70 75 62 74 50 58 61 85 42 63 60 66 Metcalf&Eddy Black&Veatch Alvord Burdick&Howson Description Score Haresh Peter Steve Torn Haresh Peter Steve Tom Haresh Peter Steve Torn 1 1 r Knowledge&Experience 0-10 8 8 8 7 8 9 8 9 9 8 8 9 Project Manager A 0-10 6 7 8 7 6 8 8 9 A 8 8 7 9 Specialized 0-15 7 12 14 11 6 14 13 13 11 14 13 14 - — Scope of Services 0-20 16 14 19 15 9 12 13 17 10 16 17 18 Innovative new ideas 0-10 2 3 0 7 l 4 8 i 1 8 0 + 6 0 7 A Level of Effort 0-10 7 7 9 7 7 8 8 8 7 6 8 9 Familiarity with local 0-15 5 8 9 4 7 13 14 13 13 11 11 14 Public presentation 0-10 8 7 0 5 5 8 0 5 4 8 0 7 Total 0-100 59 66 67 63 52 80 65 82 62 77 64 87 TOTAL SCORES SHEET r QUALIFICATIONS RATING SHEET En t neerin. Services For Water Main Desi.n & Installation Services, 2002, 2003, 2004 Water Main. March 04, 2002 EVALUATORS FIRMS Haresh Modi Peter Bityou Steve Pertzborn Tom McCoy Strand Associates 32 33 47 69 Burns &McDonnel 70 75 62 74 Rezek, Henry, Meisenheimer, and Gende 50 58 61 85 Greeley&Hensen 42 63 60 66 Metcalf&Eddy 59 66 67 63 Black&Veatch 52 80 65 82 Alvord, Burdick &Howson 62 78 64 87 rulk TOTAL SCORES SHEET QUALIFICATIONS RATING SHEET March 04, 2002 FIRMS EVALUATORS TOTAL SCORES Haresh Peter Bityou Steve Tom McCoy Modi Pertzborn Strand Associates 1 1 1 3 6 Burns&McDonnel _ 7 5 4 4 20 Rezek,Henry,Meisenheimer,and Gende 3 2 3 6 14 Greeley&Hensen 2 3 2 2 9 Metcalf&Eddy 5 4 7 1 17 Black&Veatch 4 7 6 5 22 rill'. Alvord,Burdick&Howson 6 6 5 7 24 otes: Assign Scores based on the following formula: (7-Highest,6-Second, 5-Third,4-Fourth, 3 -Fifth.2-Sixth, 1-Seventh)