Loading...
02-204 Resolution No. 02-204 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH WOODARD & CURRAN, INC. FOR A WATER DEPARTMENT CONTROL MAINTENANCE SYSTEM 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 Woodard & Curran, Inc . for a Water Department Control Maintenance System, a copy of which is attached hereto and made a part hereof by reference . s/ Ed Schock Ed Schock, Mayor Presented: June 12, 2002 Adopted: June 12 , 2002 Omnibus Vote : Yeas : 5 Nays : 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk J ft • `�0 OF f�Ci L ti5 Agenda Item No. City of Elgin I It li il. E L "" ° May 17, 2002 N L i TO: Mayor and Members of the City Council ° ' lkf8;; FINANCIALLY STABLE CITY GOVERNMENT EFFICIENT SERVICES. FROM: Olufemi Folarin, Interim City Manager AND QUALITY INFRASTRUCTURE SUBJECT: Agreement With ICCS for Water Department Control System Maintenance PURPOSE The purpose of this memorandum is to seek authorization from the Mayor and members of the City Council to enter into an agreement with ICCS, a unit of Woodard & Curran, for the Water Department Control System Maintenance due to the termination of our agreement with Deadline Inc . BACKGROUND On August 9, 2001 , the Water Department requested proposals for service from eight different engineering firms and control system integrators . On August 24, 2001, three proposals were received. The selection committee ranked ICCS, a unit of Woodard & Curran, the highest, best qualified firm. Deadline, Inc . was ranked second and US Filters third. Their fees were $51, 834 . 10, $23 , 400 . 00, and $54 , 720 . 00 respectively. Due to the big gap in price between ICCS and Deadline, and since Deadline was ranked second, City staff recommended award to Deadline Inc . On October 24 , 2001, the City Council awarded a contract for the Water Department Control System Maintenance to Deadline Inc . Deadline Inc. was notified on March, 26, 2002, that they failed to provide the services required pursuant to its Agreement . Via certified letter dated May 6, 2002, the City terminated the agreement with Deadline Inc. City staff contacted ICCS and reviewed with them the scope of services for the rest of this year, as well as the years 2003 and 2004 . They offered their commitment to complete the work per their proposal submitted on August 24, 2001 . ICCS successfully completed similar services for the Water Department in the year 2000 . r The service fee for rest of year 2002 starting from June to E December is $17, 150 . The service fee for year 2003 is $39, 576 and the service fee for 2004 is $41, 574 . The award of services in year 2003 and 2004 will be subject to the City Council approval, availability of funds and work performance of Woodard & Curran. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None )0/1/A_FINANCIAL IMPACT The cost of the Engineering Services for the remainder of year 2002 is $17, 150 . This agreement is funded from Account No. 401-4002- 771 .40-08, Water Operating Fund, Repairs & Maintenance, where sufficient monies are available ($268, 771) . Funding for future years will need to be included in the 2003 and 2004 Budgets . L GAL IMPACT n agreement will need to be approved by the Legal Department . ALTERNATIVES 1 . Award the remaining work for the Control System Maintenance for 2002 to ICCS , a unit of Woodard & Curran, with an option to renew the contract for up to two additional one-year periods . 2 . Not to award the contract for the Control System Maintenance to ICCS, a unit of Woodard & Curran. 3 . Award the contract to ICCS for the remainder of the year and re-bid. Water Department Control System Maintenance May 17, 2002 Page 3 RECOMMENDATION It is recommended that the City Council authorize the execution of an Agreement with ICCS, a Unit of Woodard & Curran, of Savoy, Illinois for the Water Department Control System Maintenance in the amount of $17, 150 for the balance of 2002 , with an option to renew the contract for up to two additional one-year periods . Respectfully submitted, Olufemi F. grin Interim Cit ana,er LED/PLB/KME r r I I t WOODARD &CURRAN Engineering . Science ' Operations 1 I Engineering Services Agreement For Water Department Control System Maintenance May 17,2002 r Table of Contents 6 Section 1: Contract Document d Section 2: Request for Proposal, (August 9, 2001) Section 3: Engineering Services Proposal, (August 24, 2001) Section 4: Engineering Services Price Proposal, (August 24,2001) r City of Elgin,Illinois May 17,2002 Engineering Services Agreement AGREEMENT THIS AGREEMENT is made and entered into this day of , 2002 , by and between the City of Elgin, an Illinois unicipal corporation (hereinafter referred to as "CITY" ) and Woodard & Curran, Inc . an Illinois Corporation (hereinafter referred to as "ENGINEER" ) . WHEREAS, the CITY desires to engage the Engineer to furnish certain professional services in connection with the Control System Is Maintenance (hereinafter referred to as the "PROJECT" ) ; and isb 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. w NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the sufficiency of which are hereby 0 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 0 PROJECT, subject to the following terms, conditions and stipulations, to-wit : ,w I . SCOPE OF SERVICES The ENGINEER shall provide the following services : Task 1: Meet with the City Staff and Obtain Records The initial site visit shall be utilized as a discovery exercise and orientation to obtain all the necessary documentation, drawings and software necessary for remote support . This visit shall also aid in the familiarization of any site-specific information needed to assist with the service level agreement and to gain a basic understanding of the plant layout and methods of operations that are unique to the City of Elgin. 4, Task 2 : Site Visits The ENGINEER shall make Six trips of three days each in 2002 Starting June through December for a total of 144 hours of scheduled service In addition, the ENGINEER shall make available Emergency Services on a Time and Expense basis above the base contract amount for interruption of the operation including but not limited to crashes of the hard drive or program corruption or whenever the CITY in its sole discretion determines it needs emergency Support, the 1 ENGINEER shall respond to such emergency within four hours from the time of request by telephone . The Emergency Support provided by the ENGINEER shall include 40 man-hours for discretionary Emergency Services . In case of all floating man-hours are used, emergency support will be based on time and expenses . Services for the 2002 contract period does not include 40 floating hours to be used as necessary to complete any bit tasks estimated to take longer than given schedule or for un scheduled emergencies . Additional time will be invoiced above the base amount if deemed necessary. Provisions have been made for 2003 and 2004 to include 40hours of "Float Time" to be used as needed by the City for Emergency Situations . Each site visit will be preceded by a prioritized task • list along with estimated hours to complete the prescribed tasks . Each trip will be followed up by a Trip/Exception report that summarizes work completed, and any follow-up tasks required to complete objectives and OP will be produced by the ENGINEER. The exact format shall be developed to meet the criteria of both the City and the ENGINEER. Task 3 : System Hardware 1 . Instrument Calibration: The ENGINEER shall perform routine spot checks on existing instrumentation signals that are inputs to the Programmable Logic Controllers 40 (PLC' s) control system as required by the City. 2 . Supervisory Control And Data Acquisition (SCADA) Panel Inspection: The ENGINEER shall perform regular panel * inspections of all PLC' s and I/O panels for deterioration and status on a bi-monthly frequency. Panels that do not satisfy the City' s requirements shall be photographed and indicated in the monthly exception report . 3 . Spare Parts Inventory: The ENGINEER shall perform a comprehensive inventory of spare parts for (SCADA) equipment, and this inventory shall be checked every three months. Any abnormalities shall be reported in the monthly exception report . The City of Elgin will supply an initial spare parts list indicating the equipment qm manufacturer and part number. go Task 4 : PLC and NIlr1I Software vis 1 . Custom PLC Programming Tools : The ENGINEER shall provide custom programming tools and aids to assist with troubleshooting and process improvements as needed. 2 2 . System Tuning/Performance : The ENGINEER shall P erform minor software tuning and modification as necessary to maintain proper system performance and operation. 3 . Alarm Review: The ENGINEER shall provide review of the alarm log as deemed necessary by the CITY in its sole discretion to maintain system optimization. 4 . MMI Modifications : The ENGINEER shall provide the necessary resources to modify or add to the existing Intellution Fix 32 VIEW and SCADA nodes as necessary. 5 . Misc . Maintenance Review: The ENGINEER shall meet with the City' s maintenance staff to resolve issues that may relate to control performance or operation as necessary. 6 . The City will provide the ENGINEER Access to all existing PLC/SCADA software and application files for use in executing this agreement . Task 5 : Disaster Recovery Files and Documentation 1 . On-Site PLC/MMI File back up and storage: As the ENGINEER makes PLC or MMI revisions, new back ups shall be created and maintained on site at the Water Department . This update shall include software files and shared copies as necessary. 2 . Off-Site PLC/MMI File Storage : The ENGINEER shall keep "' updated copies of the application files on CDROM and a hard copy in the Savoy, Illinois office. In addition, ENGINEER shall keep current copies of the files on Engineer' s Server that is backed up weekly by Engineer' s MIS department 3 . Operations and Maintenance Manual Updates : As revisions are completed, the ENGINEER shall keep current the existing operations and maintenance manuals . The City will provide hard copies of all the applicable operations and maintenance manuals for Engineer' s records . 4. Software Upgrades : The ENGINEER shall manage and implement upgrades to the City owned software that is provided by the OEM or the City as it relates to the Water Treatment Plant. 5 . The City, or any representative of the CITY will notify the ENGINEER when feasible, prior to making any modifications of the existing control system. Task 6 : Training 1 . Maintenance : The ENGINEER shall provide training sessions, as needed, but at least 24 hours of training for the City' s maintenance staff to review signal tracing ,Ar and troubleshooting. (ADDITIONS : The resources necessary for completing these sessions will be billed against the existing contract balance . Prior to 3 providing any training, the ENGINEER will develop the necessary training outline that defines the specific topic that required additional training. This outline will be developed with input from the CITY as to the specific needs that are required. ) 2 . Operations : The ENGINEER shall provide a routine reviews of screen files and keep the active screen files and delete any unused files of the file management system on a quarterly basis . Task 7 : Emergency Assistance 1 . Dial up Assistance : The ENGINEER shall maintain a copy of PC ANYWHERE at the Engineer' s location to facilitate immediate availability to assist with trouble shooting and emergency assistance . 2 . On Site Response : In the unlikely event that the problem cannot be resolved via dial-up communication, the ENGINEER is prepared to assist on site. If the situation is an emergency the response shall be on site within four hours . II . WORK PRODUCT PIP All work product prepared by the ENGINEER pursuant hereto including, but not limited to reports, designs, calculations, work drawings, studies, photographs, models and NO 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 0 1 . The CITY shall pay the ENGINEER for its services under this Agreement an amount not to exceed $17, 150 (Seventeen Thousand and One Hundred, Fifty Dollars regardless of the actual costs incurred by the ENGINEER unless the CITY authorizes modifications to the scope of the work in writing. 2 . The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval 01110 of invoice. Said periodic payments for each task shall not be made until the task is completed and accepted by the CITY. 4 r 3 . Schedule of the Project : The Services as required by the City of Elgin provided in this agreement shall include six trips of three, eight-hour days each in 2002 , and shall commence during the month of June, 2002 and continue through December, 2002 for a total of 144 hours of scheduled service . OP The Engineer will require a minimum of 2 weeks advance notice for the regularly scheduled service, to adequately prepare for each specific assigned tasks . Services for the 2002 contract period does not include 40 floating hours to be used as necessary to complete any tasks " estimated to take longer than given schedule or for un sis scheduled emergencies. Additional time will be invoiced above the base amount if deemed necessary. Provisions have been 00 made for 2003 and 2004 to include 40hours of "Float Time" to be used as needed by the City for Emergency Situations . OP 4 . Part A and Part B of the Engineer' s proposal dated August 24, 2001, and Request For Proposals issued by the City dated August 9, 2001, are part of this Agreement . (Attached to +iw Contract Documents) 5 . The CITY shall have the option to renew the contract for up to om two (2) additional one-year periods, based upon satisfactory performance of the ENGINEER and after proper funding approval is made by the City Council of the City of Elgin.Y y gin. The Rate fee for the first additional year should not exceed 5% of the original hourly rates (not to exceed $39, 576) , and the fee for the second year should not exceed 5% of prior year (not to exceed $41, 574) . 6 . The ENGINEER shall submit to the CITY monthly, a certified invoice . CITY will review the invoice to insure that all charges are proper and supported by the Engineer' s Project fr Progress Report stapled thereto before authorizing payment to the ENGINEER. • 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 costs 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 . 5 rV. 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 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 00 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 S If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY, the ENGINEER shall give written notice of its claim within fifteen • (15) days after occurrence of such action. No claim for additional compensation shall be valid unless such notice is so provided. Any changes in the ENGINEER' s fee shall be valid only to the extent that such changes are in writing and signed by the CITY and the ENGINEER. Regardless of the decision of the CITY relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the CITY shall proceed without interruption. 00 VIII . BREACH OF CONTRACT All of the terms and provisions of this agreement are w 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 . 6 w I: 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 PP 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. 10 X. NO PERSONAL LIABILITY •r No official, director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement . XI . INSURANCE • A. Commercial Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of commercial general liability insurance, written in uP occurrence form, with limits of at least $1, 000, 000 aggregate for bodily injury and $1, 000, 000 aggregate for property damage. The ENGINEER shall deliver to the CITY a Certificate of Insurance naming the CITY as additional insured. Such policy shall not be modified or terminated without thirty (30) days prior written notice to the CITY. • Such Certificate of Insurance, which shall include coverage _A; 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 IS 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. 7 le B. Comprehensive Automobile Liability. ENGINEER shall maintain Comprehensive Automobile Liability Insurance written in occurrence form covering all owned, non-owned and hired motor vehicles with limits of not less than $500, 000 per occurrence for damage to property. C. Combined Single limit Policy. ENGINEER' S requirements for insurance coverage, written in occurrence form 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. Pt 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 L. aggregate . A Certificate of Insurance shall be submitted to the CITY as evidence of insurance protection. The policy ws shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. gm XII . NONDISCRIMINATION In all hiring or employment made possible or resulting from Aw this Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of • sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of • this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of this Agreement by the CITY. XIII . ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties es 8 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 PP 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 PR 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 OP 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 agree that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any IP 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 . ON XVII . HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof . XVIII . MODIFICATION OR AMENDMENT • This Agreement and its attachments constitute the sole and entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties . Each party agrees that no representations or warranties shall 9 be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order tio as herein provided. P 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 ito The ENGINEER may not issue any news releases without prior written approval from the CITY, nor may the ENGINEER make to 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. • am XXI . COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY' s employ or any work associated with the PROJECT. XXII . INTERFERENCE WITH PUBLIC CONTRACTING: P.A 85-1295 The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XXIII . SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have a written sexual harassment policy that includes, at a minimum, the following information: A. The illegality of sexual harassment; B. The definition of sexual harassment under state law; s 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 . 10 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. trit XXV. WRITTEN COMMUNICATIONS All recommendations and other communications by ENGINEER to the CITY and other participants, which may affect cost or time of completion, shall be made or confirmed in writing. The CITY may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. XXVI NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows : A. As to CITY: Larry E. Deibert, Director of the Water Department City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER Christopher M. Wolverton Project Manager Woodard & Curran, Inc . 1808 Woodfield Drive Savoy, Illinois 61874 que • 11 IN WITNESS WHEREOF, the undersigned have placed their hands and seal upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For CITY: ATTEST: CITY OF ELGIN By By City Clerk Clty pager For the ENGINEER: By ,52..,._ k`. (T- ohn W. Cowger II ice President Dated this Seventeenth day of May , A. D. 2002 WITNESSED: By By / S! (Print name) (Print Name) /�Z Chris M. Wolverton Project Manager Woodard & Curran 12 CITY OF ELGIN REQUEST FOR PROPOSAL ENGINEERING SERVICES FOR WATER DEPARTMENT CONTROL SYSTEM MAINTENANCE Pi p r ISSUED: August 9 , 2001 ikk t IP 1 I CITY OF ELGIN ' REQUEST FOR PROPOSAL ENGINEERING SERVICES FOR WATER DEPARTMENT CONTROL SYSTEM MAINTENANCE General Proposals are requested from System Integrators and Engineers to furnish certain professional services in connection with the Water Department Control System at Riverside and Airlite Plants and associated remote sites . The Plant Control System provides Supervisory Control And Data Acquisition (SCADA) functions and/or capabilities for the Riverside Water Treatment Plant (WTP) , Airlite WTP, and ten remote telemetry sites . The SCADA servers, operator interfaces PC' s, and Office PC' s are networked using DEC Hub 90 series network hardware . The various in-plant PC' s and PLC' s communicate over 10Mbps thin-wire, twisted pair and fiber optic Ethernet network using standard Window NT and FIX DMACS drivers and TCP/IP protocol . Communication between the Riverside WTP and the Airlite WTP is through licensed Microwave Data System 950D digital radios and CISCO 2500 series routers . A backup communication path exists using a standard analog telephone line and US Robotics 56K external modems using X2 technology. Asynchronous serial communication to the remote telemetry sites is through unlicenced Microwave Data Systems spread spectrum radios, operating at 9600 bps in the frequency range of 902-928 MHZ, and the standard FIX DMACS MODBUS driver. p The Riverside host SCADA servers are designed to operate in a redundant, (hot stand-by) , manner. Each server polls all Plo in-plant PLC' s (PLC1 , 2A, 3A and 3B) , using fiber optic connection to the plant Ethernet network and a Ethernet LAN, polls the Riverside WTP remote telemetry sites , (PLC6 , 7 , 9 , 10, and 11) , using an unlicenced spread spectrum radio link and the Modicon MCOM master communication function block. Polled data from PLC8 is available for both SCADA servers via the plant Ethernet LAN. L 2 L i Airlite host SCADA server is designed to operate as stand- alone unit . The server polls the in-plant PLC, (PLC4) , using and unshielded twisted pair, (UTP) , connection to the plant Ethernet LAN, and a standard FIX DMACS MODBUS Ethernet driver. The FIX DMACS View Nodes distributed throughout both Riverside and Airlite plants interfaces to the three SCADA servers database to display system-wide process data and provide control capabilities to in-plant and remote telemetry sites . The Process Control System includes both redundant, (hot stand-by) , and stand-alone PLC' s . All system programmable controllers are Modicon QUANTUM series PLC' s . A11 PLC I/O hardware is also from the Modicon QUANTUM series family. The scope of the work shall include the following tasks: Task 1: System Hardware Checks: 1 . Check instrument input signals : routine spot checks shall be made of instrument input signals to the PLC' s control system as required by the City. 6 2 . SCADA Panel Inspection: A routine physical inspection of all PLC' s and I/O panel for deterioration and status . 3 . Spare Parts Check: Check spare parts list for availability and/or inventory every three months . Task 2: PLC and Operator Interface Software Checks: I' 1 . Custom PLC programming tools : Develop troubleshooting aids for the system as needed. 2 . System adjustments : Perform minor software tuning/modifications as necessary to maintain proper system performance and operation. 3 . Alarm review: Routine review print out of alarm logs and system 6 3 6 adjustment as required such as separation of event alarm from general alarms . 4 . System Performance Review: Check the system Scan time and review Operator log for operational problems and correct the problems . 5 . Operator Interface Adjustment : Intellution Fix 32 operator interface screen and database modification. 6 . Maintenance Review: Meet with the City staff to resolve issues that may relate to control system performance or operations . Task 3: System Backups and Documentation: 1 . On-Site PLC program. The Engineer shall make PLC program revisions and backups and will be maintained on the City' s computers, and PLC program hard copy documentation will be kept current . 2 . OFF-Site PLC program. The Engineer shall keep update PLC program on disk or on Compact Disk (CD) and a hard copy at the Engineer' s office . 3 . Off-Site Operator Interface Files . The Engineer shall Store current operator interface configuration files in disk and hard copy. 4 . Operations and Maintenance manual updates . The Engineer shall provide an Operations and Maintenance manual and shall be kept current to reflect changes in the system. 5 . Installation of Intellution Fix and PLC upgrades . Task 4: Training: 1 . Maintenance / Operation: Review signal tracing and troubleshooting with the City staff . Routine review / refresher of the file management procedures . 4 6 6 Section II - City' s Responsibilities The City of Elgin Water Department will supply a Project Coordinator and provide all available documentation and related drawings to the Engineer. Section III - Proposal Submittal to Part A: Narrative 1 . Please provide a detailed description of the Engineer' s approach and time frames to perform the work described herein. 6 2 . The Engineer shall submit with their proposal a list of ! current references for other similar projects , with contact people and phone numbers . 3 . The experience and educational qualifications of the Engineer' s key staff members assigned to this contract shall be included with the proposal . The overall �r capabilities of the Firm and its current and past clients should be presented for review by the City staff and shall include, at a minimum one staff who has no less than five years programming experience . " 4 . The selected Engineering firm 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 Workman' s Compensation Insurance (STATUTORY) ; tiv 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 to shall be named as ADDITIONAL INSURED on the above policies . The Engineer shall carry Engineer' s professional liability insurance with a combined single limit of not less than $1 , 000 , 000 per occurrence/ $3 , 000, 000 aggregate . Part B: Fee This part of the proposal shall be sealed and separate from Part A. It will include the Engineer' s detailed cost estimate to furnish the services detailed in its proposal . to 5 to L Part B will not be used in the evaluation of proposals leading to the selection of the candidate, and will not be opened until 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 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 firm, negotiations will cease and the second rated firm will be invited to negotiate with the City. Section IV - Proposal Schedule • Issue Request For Proposal (RFP) 8/09/01 • • Proposal received 8/24/01 • Selection of Firms 8/29/01 • Authorize Agreement 9/12/01 • Execution of Agreement 9/26/01 • Notice to Proceed 9/27/01 • Schedule of Services : The schedule of work shall include : Three trips of four days each in 2001 Starting October through December for a total of 72 hours of scheduled service. Twelve trips in 2002 from January 2002 through December 31, 2002 . Seven trips of four days each for a total of 224 hours, and five trips of three days each for a total of 120 hours of scheduled service. In addition, the proposal shall include 40 floating hours to be used as necessary to complete any tasks estimated to take longer than the given schedule or in case of emergency. The response time for emergency tasks shall be immediately via PC Anywhere. On site response shall be no more than 4 hours . ro 6 • 4 6 0 The City shall have the option to renew the contract for up to two (2) additional one year periods, based upon satisfactory performance by the selected vendor. Any prices increases for option years 2 and 3 must be noted in the fee proposal . Section V - Inquiries Any requests for additional information may be directed to Peter L. Bityou, Water Operations Engineer at (847) 931- 6159 . irn 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 . w 1 . Proposal Evaluation and Final Selection Upon receipt of each consultant ' s two-part proposal, "Part A" shall be evaluated with regard to the consultant ' s stated qualifications, scope of work, staffing or work load, schedule, familiarity with the site or the work, past record, and technical approach. With due consideration to this evaluation of the proposals, a tentative selection shall be made by ranking the proposals considering the consultant 's understanding of and familiarity with work, staff qualifications, schedule, work load, office location and other relevant factors . The sealed "Part B" of the selected consultant shall be then opened for inspection. If the estimate in Part B of the proposal is shown by an audit or other independent analysis to be improper or subsequent negotiations are unsuccessful in bringing the fee proposal into an acceptable range, negotiation will commence with number two ranked consultant . 2 . Negotiation Guidelines The successful Consultant shall be advised as to the fee negotiation meeting. The negotiation and discussion will cover the consultant ' s costs - direct costs, indirect costs, and profit or net fee - as may be considered by the City of 7 S Elgin to be reasonable. City of Elgin and Consultant will also agree upon the project schedule and any final adjustments in the project requirements at this time. 3 . Standard Agreement When the fee has been agreed upon, the Director will prepare a Council Action requesting permission to enter into an Agreement for professional services . He will also inform the remaining short-listed consultants that the award has been made to another firm. k The Contractual agreement between the City and the successful consultant shall be in a form substantially as set forth in the draft of agreement attached hereto . 4 . Compensation and Payment The Consultant shall submit to the City of Elgin monthly, a certified invoice. City of Elgin will review the invoice to insure that all charges are proper and supported by the Consultant ' s Project Progress Report stapled thereto before authorizing payment to the Engineer. Section VII - Submittal An original non-price proposal must be delivered, along with 2 additional copies in a sealed package, plainly marked "Proposal for Engineering Services for Water Department Control System Maintenance, (Part A) " and an original price proposal along with 2 additional copies in a sealed package, plainly marked "Price Proposal for Engineering Services for Water Department Control System Maintenance, (Part B) " and addressed to Gail Cohen, Purchasing Director, City of Elgin, 150 Dexter Court, Elgin, Illinois , 60120 by 11 : 00 AM, Friday, August 24, 2001 . Section VIII - Withdrawal or resection of Proposals The City of Elgin expressly reserve the right to withdraw the Request of Proposals or to reject any or all proposals in whole or in part . Nw 8 r r August 24 2001 Gail Cohen Purchasing Director City of Elgin 150 Dexter Court Elgin, IL 60120 Dear Ms. Cohen: Thank you for the opportunity to submit a proposal for the Water Department Control System Maintenance Agreement. We have included for your review a comprehensive proposal that addresses our proposed scope of services, technical experience, and client references. ICCS is confident that our expert team can support your SCADA system, assist with process improvements, and other opportunities as they are warranted. If you have any questions or comments regarding this proposal, please contact us by calling 217-352-1115. We look forward to working with you on this project. Sincerely, Christopher M. Wolverton Project Manager Enc. City of Elgin,Illinois Proposal Engineering Services August 24,2001 r ips PROPOSAL . ............... E ...., ..„..,.... . , ,. . E rs.. ..-:-.. 1 :.. i.'' Engineering Services: , . : . ,. ...... U eir.:.0 ' ' ‘'... -A , . . * E , 1, t I Water Department „, ,:: i -' Control System . E . , a.. , ; ; Maintenance Agreement E ..: ...._ Submitted To: . , 4 . . : . r . .. _ .. . . : : , : ....0. Gail Cohen, Purchasing Director - , , ' ', City of Elgin g . ',,., i , , , E ! :"_ I i 1 i 150 Dexter Court Elgin, IL 60120 9 r 1 E „... ... . . . : . , . ....._„.... .. : ..... . .. . . . . _ . May 5, 2000 rit ACCS it. a unit of Woodard&Curran . ,,. . --- r r Table of Contents Section 1: Description of Firm { Section 2: Project Approach and Schedule Section 3: Scope of Work Section 4: Company Experience and Qualifications Section 5: Project Team Section 6: Sample Insurance Certificate r City of Elgin,Illinois Proposal Engineering Services August 24,2001 Section 1 — Description of Firm Woodard & Curran is an environmental consulting firm integrating services in engineering, science, and operations. Our firm consists of more than 400 environmental engineers, scientists, certified operators, regulatory specialists, and support personnel r concentrating in municipal water and wastewater; industrial waste; hazardous waste; solid waste; operation and maintenance (O&M); information management services, and environmental studies and permitting. Founded in 1979,the firm is based in Portland, Maine and serves clients throughout the United States. Woodard& Curran is currently owned by 18 shareholders,each of whom is actively involved with running the business and shares a commitment to finding innovative and client-oriented solutions to environmental challenges. Office locations include: Savoy, Illinois; Portland and Bangor, Maine; Fall River and Dedham, Massachusetts; Concord,New Hampshire; Cheshire, Connecticut; and Pompano Beach, Florida. Woodard& Curran utilizes a lean management structure --minimizing overhead and ensuring that senior management maintain extensive involvement in projects. The firm operates without divisions or subsidiaries and is organized into five integrated business centers, as illustrated below. Each business center works in coordination with the others, making the right people available for your projects. Information about what these business centers offer is summarized below. Woodard &Curran Corporate ,„ 4,,A•4,4 I.' CEO/BCM �.restd�nE� �" Finance �r x tillage??? tl t Tea Marketing �4'Nx `.�' •• ` F F ev Human Resources $usiticss C Cater sf MIS Municipal q Industrial Training& GIS ICCS "technology Development Services c, Services Operations � x r Total Quality L • ICCS provides integrated controls and computer systems to link technology with process controls at treatment and manufacturing facilities, streamlining costs, improving efficiency, and providing better information. • The Municipal Engineering Business Center serves cities, towns and state governments on wastewater, water, water resources, solid waste, and civil engineering projects. These services typically integrate services from several business centers, ii City of Elgin,Illinois Proposal Engineering Services August 24,2001 L often incorporating specialists in GIS, plant operations, and instrumentation and controls. • The Training and Operations Business Center focuses on contract operations and other O&M assignments, such as quick, hard-hitting operational and training assignments, troubleshooting and startup services, comprehensive plant evaluations, process control improvements, management assistance, and full contract operations. • The Industrial Business Center serves industrial and hazardous waste clients throughout the country in industrial process engineering, hazardous waste science and engineering, and permitting and regulatory management. p Woodard& Curran's greatest asset is its staff of Support Staff professionals with high levels of education, commitment, and experience. Over 50 percent of O&M 23/0 o our technical staff has advanced academic Specialists Engineers degrees. More than one-third of these individuals are registered professional engineers, and 25 percent are certified water or wastewater Sctent sts operators. Several of our staff and managers are both registered professional engineers and certified operators. Over 50% of our technical staff has more than 15 years of experience. While each business center possesses in-depth capabilities in the traditional aspects of its discipline, our "all one team" company philosophy represents a proven strength that is particularly important in today's increasingly complex environmental projects. We offer the advantage of being an integrated firm,utilizing the expertise of a variety of professionals, providing extensive in-house support to our projects. The flexibility and responsiveness of multiple capabilities, linked through a collaborative approach, have proven to be the j distinguishing factor when issues and options span a number of environmental disciplines,regulations, and local issues. This 98 7999 structure allows Woodard& Curran to provide the right people ,9si ,9 0 29'6 P g P P os when you need them. This ability is the cornerstone to the growth Woodard&Curran we have experienced over the past several years. Annual growth percentages The following information focuses on the type of services available through ICCS. r r City of Elgin,Illinois Proposal Engineering Services August 24,2001 A Controls, Instrumentation, and Information Systems In December 1996, ICCS,which engineers and implements controls, instrumentation, and information systems into water,wastewater, and industrial manufacturing facilities became a unit of Woodard& Curran. Operating from offices in Massachusetts and Illinois, ICCS services allow clients to streamline costs, improve efficiency, and provide better information, all adding up to a significant management tool for enhanced operations. ICCS engineers, programmers, and system technicians assist in determining the PP appropriate use of technology at a customer's facility. They also provide implementation tro assistance and training with minimal, if any, operational downtime. Typical ICCS services include SCADA systems, control and information technology planning, OP engineering design and specification,hardware selection and configuration, control panel design and fabrication,programming, system simulation and testing, installation supervision and start-up, and documentation and training. ato In addition to the capabilities ICCS offers at water and wastewater and industrial facilities, its services integrate well with Woodard & Curran's growth over the past PP several years into GIS and information management systems. Now with the addition of ICCS, Woodard & Curran is one of the leading controls and information management/technical services firms in the marketplace. ICCS combines the engineering functions of a multidisciplinary consulting engineering firm with the implementation expertise of control systems integrators. ICCS services r include: Technology Planning • Determine client's business or strategic goals. • • Answer the question, "How can technology help me achieve my business goals?" • Determine where the plant is right now by documenting the existing processes through process flow diagrams (PFDs) or P&IDs and through written descriptions. • Define type of hardware and software products that should be the building blocks of the plant control and information infrastructure. • Interview plant personnel for input on what improvements should be made. • Identify and prioritize projects based on client's objectives and capabilities. • Determine cost for preliminary engineering and a budgetary cost for the controls, instrumentation, and information system hardware, software, and installation. • Develop a schedule for the work based on client needs and fiscal constraints. • • City of Elgin,Illinois Proposal Engineering Services August 24,2001 Preliminary Engineering Basis of Design Report (BODR) • Prepare for internal and external review and approval;the BODR becomes the guide for all subsequent design activities. The BODR contains the following design criteria: • Preliminary P&IDs • Hardware and software selection • Preliminary I/O list and alarm list • System Block Diagram • Instrumentation list and requirements • Process control description, requirements, and criteria • Construction cost estimate • Drawing list and specifications section list • Preliminary Operator Interface screens list • Preliminary reporting requirements + Design Engineering • Prepare final P&IDs, I/O and alarm lists • Prepare drawings: • Legend and schedule • Final block diagram • Panel face and interior layouts • Power distribution and control wiring • I/O wiring details • Electrical floor plans and details • Bill of materials • Prepare final specifications Bid Phase Services • Respond to questions • Prepare addendum 01' • Pre-qualify vendor Construction Services PP • Inspect construction& calibrate instruments • Prepare field orders and change orders OP • Implementation: • PLC programming • Operator interface screen development • In-house testing and debug of hardware & software a City of Elgin,Illinois Proposal Engineering Services August 24,2001 L Construction Services cont. p. • Installation: • Start up system • Run pilot test • Convert data to new system • Customize reports • Completion: • Document procedures • Train operators • Fine tune system Long-Term Support P • System updates/enhancements • Additional training &documentation • Service contract IP P► Po • PI City of Elgin,Illinois Proposal Engineering Services August 24,2001 Section 2 — Project Approach PP Purpose The purpose of this project is to provide a comprehensive service level agreement for the City of Elgin,which will allow for the continued support and development of the existing Supervisory Control and Data Acquisition system (SCADA)that is currently in use at the Riverside Water Treatment Plant(WTP), Airlite WTP, and ten remote telemetry sites. Approach tro ICCS, a unit of Woodard& Curran, engineers and implements SCADA systems specifically for water and wastewater facilities. It is our philosophy that this focus enables us to achieve and maintain expert status in this technical field and provide quality services to our clients that is second to none. Our approach will be to utilize our expert staff to monitor your SCADA system and schedule regular site visits to implement a preventative maintenance program for the Elgin facilities. This plan will include routine checks to verify calibration of the existing control loops,regular physical inspections of SCADA control panels, and a periodic inventory of locally stocked spare parts inventory. ICCS will also assist the Elgin Water Department in developing troubleshooting aids, and help with making programming changes and control tuning to maintain proper system performance and operation. In efforts to maintain an effective disaster recovery plan, ICCS will assist with the management of software back-ups on non degradating CDROM media both on site at the customer location and off site in our Savoy, IL office. Hard copies will also be maintained pit at the Elgin location for reference purposes. As changes to the system occur, ICCS will make modifications to the existing owners maintenance and operations manuals in both electronic and hardcopy formats. Schedule The service level agreement shall include the following services: Three (four day)trips in 2001 starting from October thru December for a total of 72 hours of scheduled service. ICCS shall make twelve trips in 2002 from January thru December 31, 2002: Seven(four day) trips for a total of 224 hours, and five (three day)trips for a total of 120 hours of scheduled service. An additional 40 man-hours of service support will be designated as floating man-hours in case of severe interruption to the City's operation, such as crashes of the hard drive or any program corruption that requires emergency support. ICCS shall respond to such emergencies within four hours from the time of request by telephone. The emergency • City of Elgin,Illinois Proposal Engineering Services August 24,2001 OP support shall utilize the forty floating man-hours. In the case that all floating man-hours have been used, the emergency support shall be charged on a time and expense basis. ICCS is recommending that an itemized task list be developed for each visit. This Po document will facilitate an effective means of completing both the routine tasks to be accomplished, and assist in the planning for any special task that needs to be implemented. The approximate frequency of each visit will be once per month. The schedule will be developed in conjunction with the City of Elgin and ICCS to maximize the effectiveness of this service level agreement. Documentation After each site visit, a detailed work summary report will be forwarded to the City of Elgin • to identify the tasks completed and any abnormalities in the system that need further attention to prevent any adverse affect on system performance and operations. kw • 00 OP 111• City of Elgin,Illinois Proposal Engineering Services August 24,2001 Section 3 — Scope of Work Detailed Scope System Hardware • Instrument Calibration: ICCS will perform routine spot checks on existing instrumentation signals that are input to the Programmable Logic Controllers (PLC's) control system as required by the City. • SCADA Panel Inspection: ICCS will perform regular panel inspections of all PLC's and I/O panels for deterioration and status on a bi-monthly frequency. Panels that do not satisfy the City's requirements will be photographed and indicated in the monthly exception report. • Parts Inventory: A comprehensive inventory of the existing SCADA spare parts will be completed every three months. Any abnormalities will be reported in the monthly exception report. ICCS is requesting that the City of Elgin supply an PP initial spare parts list indicating the equipment manufacturer and part number. PLC and MMI Software • Custom PLC Programming Tools: ICCS will provide custom programming tools and aids to assist with troubleshooting and process improvements as needed. • System Tuning/Performance: ICCS will perform minor software tuning and modification as necessary to maintain proper system performance and operation. • Alarm Review: ICCS will provide review of the alarm log as deemed necessary to maintain system optimization as required. PP • MMI Modifications: ICCS will provide the necessary resources to modify or add to the existing Intellution Fix 32 VIEW and SCADA nodes as necessary. • Misc. Maintenance Review: ICCS will meet with the City's maintenance staff to resolve issues that may relate to control performance or operation as necessary. • Access to PLC/SCADA software and files: The City will provide ICCS access to all existing PLC/SCADA software and application files for use in executing this agreement. PP Disaster Recovery Files and Documentation • On-Site PLC/MMI File back up and storage: As ICCS makes PLC or MMI revisions, new back ups will be created and maintained on site at the Water Department. This update will include software files and hard copies as necessary. • Off-Site PLC/MMI File Storage: ICCS will keep updated copies of the application files on CDROM and a hard copy in the Savoy, Illinois office. In addition, ICCS will keep current copies of the files on our Company server that is backed up weekly by our MIS department located in Portland, ME. • Operations and Maintenance Manual Updates: As revisions are completed, w• ICCS will keep current the existing operations and maintenance manuals. ICCS will require both electronic and hard copies of all the applicable operations and maintenance manuals for our records. !PI City of Elgin,Illinois Proposal Engineering Services August 24,2001 • Software Upgrades: ICCS will manage and implement upgrades to the City owned software that is provided by the OEM or the City as it relates to the Water Treatment Plant. • System Modification Notice: The City, or any representative of the City will IA notify ICCS when feasible, prior to making any modifications of the existing control system. PP Training • Maintenance: ICCS will provide training sessions as needed,with at least 24 hours of training for the City's maintenance staff to review signal tracing and troubleshooting. The resources necessary for completing these sessions will be billed against the existing contract balance. Prior to providing any training, ICCS will develop the necessary training outline to define the specific topic, which requires additional training. This outline will be developed with input from the City as to the specific needs that are required. • Operations: ICCS shall provide routine reviews of screen files, keeping the active screen files and deleting the unused files of the file management system on a quarterly basis. Emergency Assistance • Dial up Assistance: ICCS will maintain a copy of PC ANYWHERE at our location to facilitate immediate availability to assist with trouble shooting and OP • emergency assistance. • On Site Response: In the unlikely event that a problem cannot be resolved via ,P„ dial-up communication, ICCS is prepared to assist on site. If the situation is an emergency,the response will be scheduled within four hours. Execution of the Service Level Agreement • Site Visits: ICCS and the City of Elgin shall mutually agree upon regularly scheduled site visits to perform the work described above. ICCS recommends lw that the initial site visit be utilized to perform typical maintenance services. ICCS has been supporting the City of Elgin for the past year; therefore, our project team members are very familiar with site-specifics and have a thorough understanding IP of the plant layout and methods of operations that are unique to the City of Elgin. Rather than spending 72 man-hours to "get up to speed", ICCS can provide 72 hours of engineering support services to the City. • Emergency Support: 40 man-hours of service support will be designated as floating man-hours in the case of severe interruption to the City's operation, such as crashes of the hard drive or program corruption that requires emergency support. ICCS shall respond to such emergencies within four hours from the time of request by telephone. The emergency support shall utilize the forty floating man-hours. In P" the case that all floating man-hours have been used, emergency support shall be billed on a time and expense basis. City of Elgin,Illinois Proposal Engineering Services August 24,2001 • Documentation and Software: ICCS will require a complete set of system documentation, diagrams, manuals and system application software for this system. tr • Additional Services: ICCS will be responsive in meeting the City's needs as they are outlined in this proposal. In the event that additional services are required that are not part of this Scope of Work, ICCS will be pleased to offer additional services on a time and expense basis. Customer Expectations • • Work Area: ICCS expects the client to provide our engineers a safe working too environment suitable for performing the prescribed tasks. • Software License: It is requested that the City of Elgin provide the necessary software licenses to ICCS to ensure that all work and development can be completed at our location without infringement of the manufacture's copyright agreements. • Documentation: ICCS is requesting complete documentation, including electronic copies of all manuals, drawings and other documentation necessary to satisfactorily implement this Service Level Agreement. !" L 0 L City of Elgin,Illinois Proposal Engineering Services August 24,2001 Section 4- Company Experience and Qualifications ICCS, a unit of Woodard& Curran is uniquely qualified to perform your project. Our approach and team experience assures that the service we provide, and the systems we design and implement meet your objectives. We take responsibility for system performance because we are involved from project conception through project completion. ote The pages to follow detail just a few of our other water projects and references for your review. L PP 0 P City of Elgin,Illinois Proposal Engineering Services August 24,2001 RP i iiE. City of Naperville Water Supply System: Technology Plan, r SCADA Design/Implementation, &Web Based Application The City of Naperville, Illinois began minimized spare parts and training. A working with ICCS, a unit of Woodard master PLC at the main control center & Curran, in 1991 when reliable daily would monitor and collect data from operation of their fast-growing water each of the sites. supply system required expansion of the existing water supply control system. Second, the plan recommended that a The city was receiving Lake Michigan personal computer capable of displaying water through the DuPage Water the data in a graphical format be Commission(DWC). The DWC fed connected to the master PLC. This Lake Michigan water into the Naperville would eliminate the present graphic system through a total of 15 remote sites control panel, which was difficult and consisting of 8 flow control and pressure costly to modify, and would provide adjusting stations, and a system of additional capabilities such as manual reservoirs and elevated tanks. control,historical trending, and reporting. The SCADA system utilized a tone telemetry system to send data back and Finally, the technology plan suggested forth between the central control room that communications should be • and the individual sites. Transmission of transmitted over leased digital telephone data took place over leased analog lines via modems. Digital phone lines telephone lines. Problems with the were far more reliable and if they did system included low reliability and high fail, received priority service response. maintenance costs due to the age of the These projects, as outlined in the instrumentation at each site, the technology plan, were approved by the difficulty involved in troubleshooting the City of Naperville and implemented by system, and the cumbersome and costly ICCS in phases from 1994-1998. nature of expanding the system. As a ro result, ICCS developed a technology The most recent system enhancements to plan for the new control system. ICCS the City of Naperville include the studied the state of the existing SCADA addition of Web Based Applications. system, identified necessary ICCS completed implementation of the improvements, and researched the web server applications in the Spring available options. 2001, allowing staff members to view A" the current plant conditions with a The ICCS plan outlined a number of standard web browser through the enhancements available to the city. Intranet or Internet. Key/crucial real- " First, it recommended that PLC control time plant information is now accessible be implemented at each of the 15 sites, by staff and managers in a timelier which would offer the advantages of manner. '"' local control, independent x communications with the central control room, and a standard configuration that P City of Elgin,Illinois Proposal k Engineering Services August 24,2001 4. r Village of Oswego Water System SCADA Design & Implementation: During the 1990's the Village of the remote well house, tower, and Oswego, Illinois began experiencing booster pump station sites. The SCADA exponential growth. The Village's system (computer and operator interface infrastructure, particularly the water graphics software) was based at the works system, was operating at office of the Director of Public Works in maximum capacity and the village was the Village Hall. An off-the-shelf forced to limit water usage in the compatible Pentium based computer summer of 1996 in order to meet normal running MS Windows NT 4.0 housed system demands. During that time it the SCADA system, and communicated became clear to Oswego's Director of over a spread spectrum radio telemetry Public Works that their current facilities system to PLCs located at the remote were no longer sufficient to meet the well house and tower sites. Personnel village's increasing water demands and a could also monitor and control the more efficient means of operation was system using a SCADA computer at the needed. Public Works garage, or remotely through a lap top computer. After evaluating the increasing demand on the water system, village officials Implementation of the remote decided that additional infrastructure monitoring and controls, which was was needed to support the growing completed in the summer of 1999, community. In order to efficiently enabled the Village to reduce its r handle the proposed additions and operating costs. Less time was spent improvements to the water system,the driving to each remote site location to Village of Oswego and their existing make system changes and gather daily consulting engineer, Engineering data. Chart recorders were eliminated, Enterprises, contracted ICCS in 1996 to which meant no more paper charts to design and implement a Supervisory store. Furthermore, automated reporting r Control and Data Acquisition (SCADA) reduced man-hours required to gather system. information and generate reports, and reduced the number of errors in the r The process of creating a SCADA reports. With the SCADA system network for the Village of Oswego collecting and trending the data, workers began with a Basis of Design Report knew when demand increased and (BODR)that examined the existing decreased throughout the day, enabling system and established the goals for the them to make sure the tanks were full new system. Upon review of the BODR, enough to meet the town's needs and fill Fil the village decided to standardize on the tanks during off-peak demand times „ programmable controllers and HMI in order to save energy. operator interface software. Control and PP monitoring was distributed through six PLC processors and local operator interface panels were used for control of PP Y' p City of Elgin,Illinois Proposal Engineering Services August 24,2001 r r Village of Montgomery: Water SCADA The Village of Montgomery, IL needed plant data concentrator via Metricom to replace their existing control system spread spectrum radios, while operators rfor the water treatment plant and seven monitored and controlled the system remote sites. The existing system, which utilizing Intellution FIX/HMI software. used proprietary hardware and software, Remote I/O and VFD powered high was becoming obsolete and therefore service pump drives communicated with increasingly more expensive to maintain. the system via Device Net. Replacement parts were more difficult to find and few technical support As a result of changes made to the professionals were able to provide the system during phase one, village assistance needed when system employees were able to monitor and complications occurred. control the two remote sites from one central point. The VFD powered and Therefore, the Village of Montgomery Supervisory Control and Data contracted with ICCS, a unit of Woodard Acquisition(SCADA) controlled high & Curran in 1996 to upgrade their service pumps, allowed operators to vary facilities. As the sole source for the pump speeds thereby reducing operating project, ICCS began with a Basis of costs, energy costs, and maintenance Design Report (BODR), which costs due to main breaks. Additionally, examined the existing system and made implementation of the control drives recommendations for the new system. through Device Net significantly Further,the BODR set forth budgetary reduced the amount of wiring required. costs for the project and a schedule for implementation. Phase two of the project, completed in January 2001, included monitoring and The first phase of the project, which was control of the water treatment plant, and completed in June 1999, involved the the other five remote sites. The design and implementation of the data implementation of this phase allowed concentrator PLC, and two remote sites. village operators to monitor and control Remote site Allen-Bradley PLCs the entire system (all seven remote sites) communicated with the water treatment from one central point. r PP F r L ii 6 ri L r City of Elgin, Illinois Proposal L Engineering Services August 24,2001 Village of Hampshire: BODR & SCADA Design & Implementation During the 1990's,the Village of Upon approval by the village, ICCS Hampshire, a northwest Chicago suburb, began the design and implementation for was experiencing rapid growth within the new Supervisory Control and Data their community. Operating their water Acquisition(SCADA) system. The system with manual controls and at project was completed in December of maximum capacity,new elevated tanks 2000. Allen Bradley SLC 500 PLCs and and booster stations were needed to Intellution FIX software were used, continue meeting the water needs of the allowing village operators to monitor growing community. However, with and remotely control the system from manual monitoring and control in place, one central point, and eliminating the adding additional infrastructure meant need to travel from site to site to check even more time would be spent driving tank levels and make system changes. to each remote site to gather daily data Implementation of off-the-shelf or make system changes. The village hardware and software will allow the recognized they needed a more efficient village to easily make upgrades to their means with which to manage water system in the future, find replacement system operations. parts, and find technical support. Utilizing a non-traditional approach, Further, the remote sites report to the ICCS teamed with the village's existing data concentrator via spread spectrum consulting engineer, Engineering radio. Spread spectrum radio is a type of Enterprises, in 1996 to develop a Basis radio technology,which allows for of Design Report(BODR). The BODR wireless communication between sites examined the village's existing system without the licensing fees. As an and made recommendations for the new alternative to monthly per line phone system. The BODR further established fees,the radio technology is reliable, budgetary costs and an implementation wireless, and the cost can be capitalized schedule for the project. so there is no monthly expense. • P City of Elgin,Illinois Proposal Engineering Services August 24,2001 ro ,,.. r Town of Cortland: Water/Wastewater Design/Build SCADA In December 2000, the Town of procure the system. The consultant Cortland, IL recognized the need for a issued a formal Request for Proposal to a Supervisory Control and Data pre-approved list of firms in December Acquisition (SCADA) system for the 2000, and proposals were due in January town's water and wastewater facilities. 2001. Proposals were reviewed and IIIP With an expected community growth of evaluated shortly thereafter, and two 2000 residents to approximately 5000 firms were asked to present to the Mayor residents over the next ten years, Town and Town Trustees at their meeting. The rleaders knew the construction of several trustees then used a qualifications-based single-family and multi-family selection process, and ICCS a unit of residences, and multiple retail Woodard & Curran was contracted to rdevelopments would be needed to design, construct, and implement the support the rapidly changing SCADA system. community. Consequently, the existing water and wastewater system The project is currently in the design infrastructure would need to be phase. The system components include, Po expanded to accommodate the growth. Programmable Logic Controllers (PLC's) at each of the remote sites that With an existing water and wastewater report to a data concentrator PLC at well t system comprised of one elevated tank, #2 via UHF licensed radio. Intellution three wells, and four sanitary lift iFIX HMI/SCADA software will allow stations, Town leaders further the operators to monitor and control the recognized that additional infrastructure systems, display alarm conditions, would make it increasingly difficult for collect system data, and display trends of the Public Works department to operate the data. A laptop computer will allow and maintain the systems. As a result, an operator to monitor and control the they decided a SCADA system would system from home if an after-hour alarm help the Public Works department condition occurs. Pui operate the water and wastewater systems more effectively. The proposed This system is scheduled for start-up and SCADA system would allow for commissioning in mid-July 2001. The r monitoring and remote control of the seven-month project duration is made L water system, and monitoring of the possible by utilizing the design-build wastewater lift stations from one approach. When completed,the • centralized location. SCADA system will provide the Town ik of Cortland Public Works Department To expedite the design and construction with an effective means for monitoring of the SCADA system,the Towns' and controlling their system from one L. consulting engineer recommended that a centralized point, without breaking the design-build approach be utilized to bank. r ,. PR City of Elgin, Illinois Proposal Engineering Services August 24,2001 pi 1i L References/Client Contacts: Mike Rysner Jerry Weaver Water Supply Supervisor Director of Public Works City of Naperville Village of Oswego 400 South Eagle St. 113 Main St. P.O. Box 3020 Oswego, IL 60543 Naperville, IL 60566-7020 #630-544-3306 630-422-6681 Michael Pubentz, Director of Public Works John Bidinger Village of Montgomery Superintendent of Public Works Ow 1300 South Broadway Village of Hampshire Montgomery, IL 60538 #847-683-2181 #630-896-9241 PIP David Yelton Director of Operations & Maintenance 1" Town of Cortland #815-756-6469 it- r p City of Elgin,Illinois Proposal Engineering Services August 24,2001 r Section 5 — Project Team This section of the proposal presents the P rofessionals that ICCS, a unit of Woodard & Curran will assign to this project. The team was selected to provide the City of Elgin a Team that possesses the comprehensive skills needed to implement your planned maintenance program. We have provided detailed resumes for the following key project team members: Roger Fatheree, Chris Wolverton, Tom Robarge, and Mike Taylor. Roger Fatheree will function as the Senior Technical Advisor for this contract. Roger has over 25 years of experience in the field of instrumentation and controls. Roger will support our staff with his expertise in the instrumentation calibration and maintenance portion of the service agreement. In addition, Roger will be able to lead our team in resolving issues and improvements to the process and operations piece of the contract. Christopher Wolverton will serve as the Project Manager. His skill set brings over 10 years of engineering problem solving and project management to this project. Chris has extensive experience with PLC programming, and Intellution FIX HMI/SCADA software. His key responsibilities will be to provide on-site support, and to insure successful execution of the project scope, schedule, budget and overall project performance. Tom Robarge will serve as the Field Engineer. Tom has over 8 years experience working with machine automation and controls. His primary focus will be to provide programming expertise with the Modicon Quantum PLC's, Intellution FIX HMI/SCADA software, and to provide on-site support. r r r City of Elgin,Illinois Proposal Engineering Services August 24,2001 Roger Fatheree Senior Technical Advisor Professional Profile Mr. Fatheree was co-founder of ICCS, Inc. in 1987 and served in several capacities as Vice President/Secretary, Director, Accountant, Design Engineer, Project Engineer, and Project Manager over the 10 years prior to ICCS becoming a unit of Woodard & Curran. For the past three years, Mr. Fatheree has served as Senior Project Manager and Senior Technical Advisor for the ICCS/Woodard & Curran Savoy Office. Prior to ICCS, Mr. Fatheree worked for five years with an instrumentation and controls manufacturer, 2 years with a systems integrator, and 10 years with a water/wastewater consultant. Mr. Fatheree is experienced in all areas of instrumentation, control systems design and project management, having served as a design engineer, project engineer, and project manager for a variety of major electrical, instrumentation and control projects. Education A.S., Electronics Technology, ITT Educational Services Related Experience Mr. Fatheree has served as Senior Project Manager/Senior Technical Advisor for multiple projects for each of the following clients/end users: • Delta Air Lines, Atlanta, GA- Authored the Basis of Design Report (BODR) that consisted of an assessment of existing instrumentation and control systems conditions and capabilities; and made recommendations for the design and implementation of a new SCADA system. System consisted of seven Allen-Bradley PLCs and one Allen- Bradley RS View SCADA operator interface node connected by an Ethernet network including two Esteem Ethernet radio nodes. • City of Rushville, Rushville, IL- Authored the Technology Plan that consisted of an assessment of existing instrumentation and control systems conditions and capabilities; and made recommendations for the design and implementation of a new SCADA system. System consisted of nine Allen-Bradley PLCs and one Intellution FIX SCADA operator interface node connected by a Teledesign spread spectrum radio communications system. • Bloomington-Normal Water Reclamation District, Bloomington, IL-Project Manager and Senior Design Engineer for the design of the new SCADA system for the City's new Southeast wastewater treatment plant. System consisted of seven Allen-Bradley PLCs and five Intellution FIX SCADA operator interface nodes connected by an Ethernet fiber optic network. r City of Elgin,Illinois Proposal Engineering Services August 24,2001 L • City of Naperville,Naperville, IL- Project Manager for the design and •• implementation of the new expansion to the existing SCADA system for the City's Springbrook wastewater treatment plant. System expansion consisted of adding three Allen-Bradley PLCs and seven new Intellution FIX SCADA operator interface nodes 0 to the existing SCADA system via an Ethernet fiber optic network. The existing SCADA system nodes were all converted to Ethernet to make a complete Ethernet system. • Sanitary District of Decatur, Decatur, IL- Authored the Basis of Design Report (BODR)that consisted of an assessment of existing instrumentation and control systems conditions and capabilities; and recommendations for the design and implementation of a new SCADA system. Project Manager for the design and implementation of the new SCADA system for a wastewater treatment plant. System consisted of eleven Allen-Bradley PLCs and two Intellution FIX SCADA operator interface nodes connected by a fault tolerant, fiber optic data highway. • Danville Sanitary District, Danville, IL-Project manager for the design and implementation of the new SCADA system for the District's wastewater treatment plant. SCADA system consisted of seven Allen-Bradley PLCs and three Intellution FIX SCADA operator interface nodes connected by a fiber optic data highway. • Village of Montgomery, IL - Authored the Basis of Design Report (BODR) that consisted of an assessment of existing instrumentation and control systems conditions and capabilities; and recommendations for the design and implementation of a new SCADA system. Project Manager for the design and implementation of the new SCADA system for the Village's water system consisting of eight wells, two elevated Tanks, one ground storage tank, and a water treatment plant. System consisted of seven Allen-Bradley PLCs and one Intellution FIX SCADA operator interface node connected by a Metricom spread spectrum radio communications system. • Village of Oswego, IL - Authored the Basis of Design Report(BODR)that consisted of an assessment of existing instrumentation and control systems conditions and capabilities, and recommendations for the design and implementation of a new SCADA system. Project Manager for the design and implementation of the new SCADA system for the Village's water system consisting of four wells, four elevated Tanks, and two booster pump stations. System consisted of seven Allen-Bradley PLCs and two Intellution FIX SCADA operator interface nodes connected by a Metricom spread spectrum radio communications system. • Village of Hampshire, IL - Authored the Basis of Design Report(BODR)that consisted of an assessment of existing instrumentation and control systems conditions and capabilities, and recommendations for the design and implementation of a new SCADA system. City of Elgin,Illinois Proposal Engineering Services August 24,2001 r • Downers Grove Sanitary District, Downers Grove, IL - Authored the Basis of Design Report(BODR) that consisted of an assessment of existing instrumentation and control systems conditions and capabilities, and recommendations for the design and implementation of a new SCADA system. • City of Naperville,Naperville, IL- Project manager for the design and implementation of the new SCADA system for the City's water distribution system. r System consisted of an Allen-Bradley PLC located at each of fifteen remote water sites reporting back to a master PLC via leased digital telephone lines. The master PLC communicates with an Intellution FIX SCADA operator interface node. r L r r p a 01• City of Elgin,Illinois Proposal Engineering Services August 24,2001 PP Thomas Robarge • Systems Engineer III Professional Profile Mr. Robarge joined the ICCS team in August 2000. He spent eleven years in the Navy as a Nuclear trained electrician serving on board submarines. After the Navy he worked as an emergency maintenance electrician for two years before being promoted to Controls Supervisor at Bridgestone/Firestone Inc. He is experienced in PLC's, DC and AC motor drives, and various controls applications. He is currently serving as a Systems Engineer at the Savoy, Illinois office. Education B.S., Human Resource Management,New School of Social Research,N.Y. 410' Related Experience • Currently working on a project for the University of New England, which will allow 0. them to pump sea water to a holding tank during periods of high tide. This will be accomplished using two SLC 5/03's, two PV-600's for interface, and DeviceNet to control the Square D Altivar58 drives. • Designed operator interface screens using Intellution Dynamics for Downers Grove Waste Water Treatment Plant. Programmed nine Micrologix 1500 PLCs to monitor and control the outside lift stations. Configured alarm notification using Win911. 44 • Programmed chemical feeders at the Airlite Water Treatment Plant for the City of Elgin. They are using Quantun PLCs for their automation process. The automation of the chemical feeders also required changes to the FIX32 graphical interface. • Designed operator interface screens using Intellution FIX 32, and setup the OPS 32 software package for data collection and report generation at the Clinton Lagoon in Clinton, Illinois. Programmed a GE Fanuc 90-30 PLC to control wetwell levels, automatic operation of the aerators, alarming features and several other control functions for the Clinton project. • Field Engineer on the systems upgrade on a sidewall extrusion line. Upgrade replaced DC Reliance drives with AC inverter, and placed the system on a PLC with FIX Dynamics for MMI. Developed and implemented the verification system used to determine the amount of product produced. • Devised a procedure to tune a tread extrusion line. The tuning included setting up various belt speeds using dancer reactor modules and GE DV-300 drives. This tuning procedure reduced machine downtime and saved the company thousands of dollars. OP City of Elgin,Illinois Proposal Engineering Services August 24,2001 • • Project Engineer for a new interlock system on the Carbon Black distribution system. The system used an Allen-Bradley SLC 5/04 with a Panelview 550 for MMI. The system was used to monitor the accesses on the system and prevent running should the access not be shut. PP oko • Programmed numerous Danfoss VLT 5000 drives for use on several systems. Systems included a slab conveyor system using a master reference to control five different drives. Another system used a Leader-Follower configuration to match speeds on two different belts on a tread extrusion line. • Ten years of distinguished performance as a proven leader, accomplished Instructor and electrical systems expert in the Navy Nuclear Power Program. Qualified Nuclear Operations Supervisor, Prototype Staff Instructor, and Electrical Work Center Supervisor. Vg- C 0. IP City of Elgin,Illinois Proposal Engineering Services August 24,2001 6* 00 ro Water Department Control System Maintenance Project Team Organization pp City of Elgin, IL Peter L. Bityou,Water Operations Engineer r Project Management Team Roger Fatheree, Senior Technical Advisor Christopher Wolverton, Project Manager System Engineering Tom Robarge, Systems Engineer OP IP OP ICCS a unit of Woodard&Curran itte WODDCDR 110 ���~ CERTIFICATE OF INSURANCE DATE(mminorro Ow - '- -' '--~ �~�~u� muo u�*�� o �~ �*» oo�����u�u~uo��~�~ 02/23/00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION MI Dunlap Corporation (Gray) ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 25 Shaker Road ALTER THE COVERAGE AFFORDED BY THE POLICIES P-_c/Eo os�BELOW.~~ P. 0. Box 959 COMPANIES AFFORDING COVERAGE Gray, ME 04039-0959 -- ----'-------------�-----------'-------- COMPANY PP AHanover Company Insurance ____ _ _ _ _--_-__-_-_-_ � w" INSURED COMPANY Woodard & Curran, Inc. B IP 41 Hutchins Drive ----'----- --- - - --� - COMPACOMPANY Portlaod, ME 04I03 c - COMPANY D OP � COVERAGES �* THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, - sxo/unmwo*m000womownorsoo*pouo/so�uw/rsa*ovnvmmrxm/ BEEN REDUCED aYnwnouuwu. * �__ -- _'-_-____ °o CO TYPE POLICY '��*���s ��'r«p,�n� LIMITS �m o^rr(mMIu^°Y) u^`c(wM/ono`) GENERAL u^mun GENERAL AGGREGATE s - - �� �o��EnnmLucwc«��^o/Ln, PRODUCTS-COMP/OP S CLAIMS OCCUR PERSONAL u^ov,uvxv � ' -_- - -_ --__ _uwwsxsu CONTRACTOR'S pnm EACH OCCURRENCE o __ _ +� '— — PRE DAMAGE ^ * fie MED EXP(Any one person) S A _^u TOMoo/ou^n/un' AJP58660I600ME 06/30/99 06/30/00 COMBINED SINGLE LIMIT ol 000 UO0 PP A X ANY AUTO J\DP59362OIO02JC OG/3O/99 O6/3O/0O , ' A ALL ADN586598300MA 06/30/99 06/30/00�� -- ' ' ' ' BODILY INJURY s SCHEDULED (Per person) �� � ��- -� ��v�o^mn BODILY INJURY &� }{ NON-OWNED unn p�==m°m� S 5� � — � ------ - - ---' PROPERTY DAMAGE S PP GARAGE LIABILITY AUTO ONLY-EA ACCIDENT 5L____ iFefi ANY AUTO ���pTHAN xo����: �____ EACH ACCIDENT S ________—___ AGGREGATE S a EXCESS EACH �_ M� --_ UMBRELLA FORM AGGREGATE S OTHER THAN UMBRELLA FORM o OPP A WORKERS COMPENSATION AND BINDEBI49O43 02/23/00 02/23/01 { nmrvI�p�lL�_-��»cw,unsnn`uxnmn ME-FL-RI-NH-NM-MA 0� MA e^o"^Co/cEwr 51, 000, 000 it* __- THE PROPRIETOR/ mo� IL-NJ-NC $1,000, 000 PARTNERS/EXECUTIVE -- OP OFFICERS ARE EXCL MI DISEASE-EACH EMPLOYEE oI, 000, 000 OTHER a. IR 'vExCwn n DESCRIPTION OF— Proof of Insurance OP CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE , Sample Certificate EXPIRATION DATE THEREOF.THE ISSUING COMPANY WILL ENDEAVOR TO MAIl. @� lO DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTiCE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUT ORIZED nsppcswr^nv, **„. ,f ��'�~� ��^/ �° ^/ «u«noz«'a(»m»)l »/ I # 473402 BJN wxoonoconponuTw�eyx IP - t, pli ' LIAtfititYIN----::: :,..,...::: ,.. .....: ,:::::i::::::00::::::,::::::„-::::::::a:1„::::::::::::§a::::::: DATE(A04/00/TY) 1:' •: ACORD,„iCERTIFICAT&OFfg , ,:. :c. v. .:::: : SURANt.;,-Em)=Adt""vorzi"*f, 21 AUG 1999 '. PRODUCER 94880 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION m Willis Corroon Corporation of Massachusetts ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Three Copley Place HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ir. Suite 300 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Boston MA 02116-6501 COMPANIES AFFORDING COVERAGE (617) • pi COMPANY Commerce&Industry Insurance Company L Mary Ellen Alessi A INSURED COMPANY American International Specialty Lines Insurance 13 Company PP Woodard&Curran,Inc. COMPANY 41 Hutchins Drive C Portland ME 04102 COMPANY • I I _ L oovoo* oo:::aiginxggi::::'j:'i::iii:::::gfimmiaiggi:::::::oisgiggig::::..::i:i:::Egwg:::;i::oig::::E::N.ssamg.NE:::n:ag:uoggsn.gwagin:!:::isg::g::::. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS p CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. L --- CO POLICY EFFECTIVE 1 1 TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION LIMITS LTR DATE CM/4100/TV) PATE(MM/DO/TY) • A • GENERAL LIABILITY 'G L41 77577 15-AUG-1999 03-OCT-2001 GENERAL AGGREGATE $ 2.000.000 x 1 COMMERCIAL GENERAL UAB1UTY PRODUCTS-COMP/OP AGO $ 1•000•000 iCLAIMS MADE i X1 COCUR PERSONAL d ADV INJURY $ 1•000.000 IN ' 1 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000, Ii' I P1FIE DAMAGE(Any one rice) $ 500,000 ii* n MED EXPIAny ore persorl) $ 10•000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS BODILY INJURY $ , SCHEDULED AUTOS (Per person) FR i HIRED AUTOS BODILY INJURY (Per accident) $ ONN -OWNED AUTOS PROPERTY DAMAGE $ rGARAGE UABILITY 1 AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT_S li A ! AGGREGATE $ —1 EXCESS LIABILITY 18E6062363 15-AUG-1999 03-OCT-2001 EACH OCCURRENCE I$ 5.000,000 6.4 y 1 .n. ■ UMBRELLA M AGGREGATE Is 5,000,000 I OTHER THAN UMBRELLA FORM 4 WORKERS COMPENSATION AND LAATAu gl , EMPLOYERS'LIABIUTY —, . EL EACH ACCIDENT —1-$ THE PROPRIETOR/ — RARTNERS/EXECUTIVE — INCL EL(DISEASE-POLICY LIMIT $ FA OFFICERS ARE: EXCL EL DiSEASE-EA EMPLOYEE $ 4*P B ' OTHER Professional Liabili COP2675059 03-OCT-1998 03-OCT-2001 ip1,000,000 Each Incident Limit $1,000,000 Aggregate Limit !" DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS RE: Evidence of Insurance Coverage 0110 CERTIFICATE 001.-014:::::::;:6::: :E•::::::':: :::,.6::::n:::: :::1:::ii:::::::::::: :::g:::::::M,•;:::::::',:.:;:':: : ;: /5:NidE1.1iViltik:::V:::M:::.:::V.:W::::::::::::i:::i-4:;.:::::;:::::g;-::!::;;;-;sig:::ii$,:-,:-:-,:-N-::i::-:.:ii:!:;:::,,i:::::::n::; ;.=-::::;.::.::::- IPI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Woodard&Curran,Inc. 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, SAMPLE CERTIFICATE OF BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY FP INSURANCE OF ANY KIND N THE COMPANY, ITS AGENTS OR REPRESENTATIVES, Portland ME 04102 AU °SIZE,REP ES/E)/4„..irsiATZE., ,e j: ACO kr)' i.iibsj::i::.':::i.:::.,•,:::'"•'''':.i',:::.::•::::::.:::::::::..:.::::':3:ZIK:: t.4niAti:O.OVI-::.:'•:•' :,.;::,•:.F::::,':il:: .=.;,,:q:: ;, :. :::5.:::.4,.: :.:::::;]:;;i::1:::::::C(X FP • CORD 0ORP.C)RATION1988 , ..... pm WOODARD&CURRAN CORPORATE OFFICES:Maine,Massachusetts, New Hampshire,Connecticut,Illinois,Florida Engineering . Science . Operations Operational offices throughout the U.S. May 14, 2002 Mr. Peter Bityou P Water Operations Engineer City of Elgin 150 Dexter Court FP Elgin, IL 60120-555 Dear Mr. Bityou: ig isa The revised pricing for FY 2002, FY 2003 and FY 2004 for the Engineering Services to the City of Elgin, dated August 24, 2001 is as follows: 2002 Contract (6 x 3-days) $ 17,150.00 2003 Contract (12 x 3-days, 40 hrs Emergency Support) $ 39,576.00 2004 Contract (12 x 3-days, 40 hrs Emergency Support) $ 41,574.00 These prices are base on a contracted Time and Expense not to Exceed, for the duration of time that the contract is in force. These calculated values include all pertinent IP expenses for travel time (at 50% of published rates), lodging, mileage and meals. The contract values for 2003 and 2004 reflect an annual 5% increase for salary adjustments and inflation respectively. Thank you for the opportunity to serve the city of Elgin. We look forward to working with your team on this project. Si e , PP Chris M. Wolverton Project Manager 1808 Woodfield Drive i Savoy, Illinois 61874 • 217-352-1115 • 217-352-4836 (Fax) i www.woodardcurran.com WOODARD&CURRAN CORPORATE OFFICES:Maine,Massachusetts, New Hampshire,Connecticut,Illinois,Florida Engineering Science Operations Operational offices throughout the U.S. L s May 10, 2002 Mr. Peter Bityou Water Operations Engineer City of Elgin Water 150 Dexter Court Elgin, IL 60120-5555 Po Dear Mr. Bityou: a Woodard& Curran has reviewed our proposal for Engineering Services to the City of Elgin, dated August 24, 2001. We will continue to honor the proposal as set forth with the following amendment. The 2002 contract value should be amended to read: 2002 Contract (6 x 3-days) $17,150 PP If you have any questions or comments regarding this proposal, please contact us via e- mail Y Yq g g P p , P at jcowger@woodardcurran.com or by calling 217-352-1115, extension 14. p Thank you for this opportunity to serve the City of Elgin. We look forward to working with you on this project. a Sincerely, John owger • President IP 1808 Woodfield Drive • Savoy, Illinois 61874 • 217-352-1115 1 217-352-4836(Fax) i www.woodardcurran.com ita Part B—Price Proposal piece • August 24, 2001 Gail Cohen Purchasing Director City of Elgin 150 Dexter Court Elgin, IL 60120 Dear Ms. Cohen: ICCS has included for your review, our proposed fee for the Engineering Services Agreement and our standard terms and conditions as applicable to this agreement. If you have any questions or comments regarding this proposal, please contact me via e-mail (cwolverton @woodardcurran.com) or by calling 217-352-1115. On behalf of ICCS, I would like to thank you for this opportunity to serve the City of Elgin. We look forward to working with you on this project. Sin rely, /1)(- IAD PP hristopher M. Wolverton Project/Operations Manager I Enc. r ! City of Elgin,Illinois Proposal Engineering Services August 24,2001 etu FEE PROPOSAL FOR THE WATER DEPARTMENT CONTROL SYSTEM MAINTENANCE 1. Basic Fee Structure: ICCS is proposing that the planned maintenance portion of the contract be completed on the terms of a fixed price basis. This fixed price will • include the services as outlined in PART A of the Service Level Agreement Proposal. This will include four hundred and fifty-six straight time man-hours for both onsite, off-site, emergency work and 105 hours travel time required to o maintain compliance with the agreement. 2001 Contract value (3 x 3-days) $ 8,550.00 • 2002 Contract value (5 x 3-days) $39,884.00 (7 x 4-days) Float Time (40 hours) $ 3,400.00 ICCS proposes to perform this work for the sum of$51,834.00. 2. Emergency Services: ICCS will provide 40 man-hours of emergency service as requested in the original RFP. 3. Standard Rates: In the event that more than 456 hours are requested by the City of Elgin,the hours will be billed at the following rates: a. Project Management $115/hr b. Project Engineer $85/hr 11„ c. System Engineer $85/hr d. Field Service $85/hr e. CAD/drafting $65/hr f. Travel Time $50/hr 4. Contract Renewal Option: The City shall have the option to renew the contract ► for up to two (2) additional one-year periods. Proposed price increase for year 2 shall be 5%. The proposed increase for year 3 shall be 5%. City of Elgin,Illinois Proposal Engineering Services August 24,2001 PP uok ICCS • a woma.e a com 115 ICCS,A UNIT OF WOODARD&CURRAN STANDARD TERMS&CONDITIONS le iteu The following Standard Terms and Conditions, together with the 3.4.1 data prepared by or services of others, attached Proposal constitute the terms of the Agreement between including without limitation borings, probings p ICCS, a unit of Woodard& Curran Inc. ("Engineer"), and the City and subsurface explorations, hydrographic of Elgin, IL("Client")with respect to the performance of any basic surveys, laboratory tests and inspections of ho or additional services. samples,materials and equipment. • 1. Scope of Services 3.4.2 appropriate professional interpretations of all y. of the foregoing; ii Engineer, as representative of the Client, shall perform the engineering services described in the attached proposal. 3.4.3 environmental assessment and impact Plo statements; i i. 2. Engineers Responsibility 3.4.4 property, boundary, easement, right-of-way, 2.1 Perform all work in accordance with the attached Scope topographic and utility surveys; of Services. to 2.2 All work will be performed by professionals in a manner 3.4.5 property descriptions; that is consistent with other professionals performing IA similar work in the geographic area at the time services 3.4.6 zoning,deed and other land use restriction;and are rendered. iiio 2.3 Engineer will have necessary insurance. 3.4.7 other special data or consultations,all of which 2.4 Engineer will have all required licenses and permits Engineer shall be entitled to use and rely upon r necessary to perform the work. with respect to the accuracy and completeness thereof, in performing services under this ii 2.5 Assign a project manager to act as Engineer's representative with respect to services to be rendered Agreement. under this Agreement. 3.5 Examine all studies, reports, sketches, drawings, • 3. Client Responsibilities specifications, proposals and other documents presented by Engineer; and render in writing decisions pertaining thereto Client shall do the following in a timely manner so as not to within a reasonable time so as not to delay the services of 11. delay the services of Engineer: Engineer. All approvals will be provided by The City of Elgin. 3.1 Designate in writing a person to act as Client's 3.6 Secure and maintain all necessary approvals and permits from representative with respect to the services to be all governmental authorities having jurisdiction over the -: rendered under this Agreement. Such person shall Project and such approvals and consents from others as may have complete authority to transmit instructions, be necessary for completion of the Project. receive information, interpret and define Client's 1. policies and decisions with respect to Engineer's 3.7 Provide such accounting, independent cost estimating and services for the Project. it insurance counseling services as may be required for the 3.2 Provide all criteria and full information as to Client's Project, and such legal services as Client may require or 1!i requirements for the Project, including design Engineer may reasonably request with regard to legal issues objectives and constraints, space, capacity and pertaining to the Project. iii performance requirements, flexibility and expandability, and any budgetary limitations; and 3.8 Give prompt written notice to Engineer whenever Client PI furnish copies of all design and construction standards observes or otherwise becomes aware of any development that which Client will require to be included in the affects the scope of timing on Engineer's services. Drawings and Specifications. 3.9 Furnish, or direct Engineer to provide, necessary additional • 3.3 Assist Engineer by placing at Engineer's disposal all engineering services not described in the attached t proposaUletter agreement. i available information pertinent to the Project including previous reports and any other data relative to design or construction of the Project. 3.10 Bear all costs incident to compliance with the requirements of r this Section. 3.4 Furnish to Engineer, as needed for performance of 3.11 Client will arrange for the Engineer, its agents and Engineer's services,the following: representatives to have safe access to the Site and buildings thereon, and other locations as required, at reasonable times throughout the performance of the Services. NM Oil vet 1CCS • a w000ua a c..... N 5.3.5 expense of overtime work requiring higher than • 3.12 Where the Services include subsurface explorations, the regular rates; as only approved by the designate Client acknowledges that the use of exploration equipment of the city; may alter or damage the terrain, vegetation, structures, improvements, or property at the Site and Client accepts that 5.3.6 expense of any additional insurance coverage or pp risk. Provided the Engineer uses reasonable care, the limits, including professional liability insurance, Engineer shall not be liable for such alteration or damage or requested by the Client in excess of that for damage to,or interference with any subterranean structure, normally carried by Engineer and Engineer's pipe,tank, cable, or other element or condition whose nature consultants; OP and location are not called to the Engineer's attention in writing before exploration commences. 5.3.7 automobile expenses for personal or company vehicles at$0.345 per mile,plus toll charges,for 4. Engagement of Laboratories and Others travel in conduct of the work, or rental of • vehicles plus gasoline and toll charges for If so requested or agreed by the Client, the Engineer will traveling to conduct the work; recommend the Client's engaging the services of laboratories, testing services, subconsultants, or third- parties to perform 5.3.8 purchase or rental of specialized equipment; IP suitable aspects of the Services. Invoices for such third- parties will be reviewed by the Engineer, and the Engineer 5.4 Should it be necessary to engage the services of will make recommendations to the Client regarding payment. specialized consultants or companies,this will be done Payment to these third-parties will be made directly by the with the Client's approval and will be billed directly to PIN Client. The Engineer will recommend the use of such third- the Client. two parties with reasonable care but does not guarantee their services and will not be liable for their errors or omissions. 5.5 If the Project is suspended or abandoned in whole or VP part, Engineer shall be compensated for all services 5. Billing and Payment performed prior to receipt of written notice from the Client of such suspension or abandonment, together 5.1 The Client shall pay Engineer in accordance with the with reimbursable expenses then due and Project O1 rates and charges set forth in this Agreement or closeout costs. If the Project is resumed after being otherwise agreed upon. Engineer will submit monthly suspended for more than three(3)months, Engineer's invoices for services rendered and expenses incurred compensation shall be equitably adjusted between the during the previous period. Client and Engineer. 0. itA 5.2 Payment will be due (30) days after receipt of 5.6 No deductions shall be made from Engineer's Engineer's invoice. Payments due Engineer and compensation on account or sums withheld from unpaid under the terms of this Agreement shall bear payments to contractors, nor shall payment to interest from thirty(45)days after the date payment is Engineer be contingent upon financing arrangements due at the rate of one and one half(1.5) percent per or receipt of payment from any third party. month (18 percent per annum). In the event that Engineer is compelled to take action to collect past 5.7 If the Client fails to make payment when due Engineer OP due payments, the Client will reimburse Engineer for for services and reimbursable expenses,Engineer may, - all cost and expenses of collection, including without upon seven days' written notice to Client suspend limitation all court costs and reasonable attorney's performance of services under this Agreement. Unless WI fees. payment in full is received by Engineer within seven days of the date of the notice,the suspension shall take 3, 5.3 Reimbursable Expenses include actual expenditures effect without further notice. In the event of a made by Engineer for: suspension of services,Engineer shall have no liability OP to Client for delay or damage caused Client or others 5.3.1 transportation and living expenses incurred in because of such suspension of services. connection with travel on behalf of the Client; OP 5.3.2 fees paid for securing approval of authorities 6. Ownership and Use of Documents having jurisdiction over the Project; a 6.1 All documents including Drawings and Specifications 5.3.3 overnight or priority postage and costs for prepared or furnished by Engineer (and Engineer's PP special handling of documents; independent professional associates, subcontractors and consultants) pursuant to this Agreement are 5.3.4 renderings and models requested by the Client; instruments of service in respect of the Project and Engineer shall retain an ownership and property PP interest therein whether or not the Project is completed. Owner may take and retain copies for OPP iti ow iii " ICCS OPP information and reference in connection with the use professional, and to provide the Client with a greater degree . and occupancy of the Project by Owner and others; of confidence that the completed work of the Contractor(s) however, such documents are not intended or will conform generally to the Contract Documents and has represented to be suitable for reuse by Owner or others been implemented and preserved by Contractor(s). Engineer on extensions of the Project or on any other project. shall not, during such visits or as a result of any observations • Any reuse without written verification or adaptation by of construction, supervise, direct or have control over Engineer for the specific purpose intended will be at Contractor's(s') work nor shall Engineer have authority over Owner's sole risk and without liability or legal or responsibility for the means, methods, techniques, exposure to Engineer or to Engineer's independent sequences or procedures of construction selected by the !PI professional associates,subcontractors and consultants Contractor(s) or safety precautions and programs incident to from all claims, damages, losses and expenses the work of Contractor(s)or for any failure of Contractor(s)to including attorney's fees arising out of or resulting comply with laws, rules, regulations, ordinances, codes or therefrom. Any such verification or adaptation will orders applicable to Contractor(s) furnishing and performing entitle Engineer to further compensation rates to be its(their)work. Engineer does not guarantee the performance agreed upon by Owner and Engineer. of the construction contract by the Contractor(s),and does not assume responsibility for Contractor's(s') failure to furnish 6.2 Submission or distribution to meet official regulatory and perform its(their) work in accordance with the Contract 1P requirements or for other purposes in connection with Documents. the Project is not to be construed as publication in derogation of Engineer's rights under this section. If Engineer's contract with the Client so requires, Engineer shall review (or take other appropriate action in respect of) PP 7. Subsurface Risks Shop Drawings,samples and other data which Contractor(s)is (are) required to submit, but only for conformance with the Client recognizes that special risks occur whenever design concept of the Project and compliance with the • engineering or related disciplines are applied to identify information given in the Contract Documents. Such review or subsurface conditions. Even a comprehensive sampling and other actions shall not extend to means, methods,techniques, testing program,implemented with appropriate equipment and sequences or procedures of manufacture(including the design experience by personnel under the direction of a trained of manufactured products) or construction, or to safety 1 professional who functions in accordance with a professional precautions and programs incident thereto. Engineer's review '' standard of practice may fail to detect certain hidden or other actions, as described above, shall not constitute iiii, conditions. For similar reasons, actual environmental, approval of an assembly or product of which an item is a geological, and geotechnical conditions that the Engineer component, nor shall it relieve the Contractor(s) of (a) its PP properly inferred to exist between sampling points may differ (their) obligations regarding review and approval of any such significantly from those that actually exists. The Client submittals; and (b) its (their) exclusive responsibility for the acknowledges these risks and agrees to the terms of means, methods, sequences, techniques and procedures of Engineer's Supplementary Contract Terms-Hazardous Waste construction,including safety of construction. Provisions. 10. Delays 8. Indemnification Hold Harmless Engineer agrees to indemnify and hold client, its directors, Except as specifically set forth in this Agreement, neither shareholders, employees, and assigns harmless for all claims, party shall hold the other responsible or liable for damages or damages, causes of actions, and fines to the extent such delays in performance caused by acts of God, interruptions in PP claims, damages, causes of action and fines are based on or the availability of labor, or other events beyond the control of arise out of Engineer's negligent acts or omissions. the other party,or that could not have been reasonably foreseen or prevented. For this purpose, such acts or events shall Client agrees to indemnify and hold Engineer, its directors, include unusually severe weather affecting performance of O shareholders, employees, and assigns harmless for all claims, services, floods, epidemics, war, riots, strikes, lockouts, or damages,causes of actions,and fines against Engineer related other industrial disturbances, protest demonstrations, to the performance of the services in this agreement, unless unanticipated Project site conditions, and inability, with such claims are based on or arise out of Engineer's negligent reasonable diligence, to supply personnel, equipment, or • acts or omissions. material to the Project. Should such acts or events occur,both parties shall use their best efforts to overcome the difficulties 9. Construction Contract Responsibilities arising and to resume as soon as reasonably possible the normal pursuit of the Services under the Proposal for the specific P. When Engineer's services include the performance of any Project. Delays within the scope of this Provision which services during the construction phase of the Project, it is cumulatively exceed thirty (30) days in any six (6) month understood that the purpose of any such services (including P eriod shall, at the option of either party, this Agreement any visits to the site) will be to enable Engineer to better subject to termination or to renegotiation. perform the duties and responsibilities assigned to and undertaken by it as an experienced and qualified design l iito .. OP S • x d ICCacv..a� 11. Miscellaneous 11.1 This Agreement shall be governed and construed in accordance with the laws of the State of Illinois. 11.2 Section headings in this Agreement are included herein for convenience of reference only,and shall not constitute a part of the Agreement or for any other PP purpose. 11.3 The Client and Engineer respectively, bind themselves, their partners, successors, assigns and legal representatives to the other party to this Agreement and to the partners,successors,assigns and legal representatives of such party with respect to all covenants of this Agreement. Neither the Client nor Engineer shall assign, sublet or transfer any interest in i this Agreement without the written consent of the other. 11.4 This Agreement represents the entire and integrated Agreement between the Client and Engineer and supersedes all prior negotiations, representations or agreements, either written or oral, and may be amended only by written instruments signed by both Client and Engineer. • 11.5 Any estimates or opinions of Project or construction costs are provided by Engineer on the basis of Engineer's experience and qualifications as an engineer and represents its best judgment as an experienced and qualified engineer familiar with the construction industry. Since Engineer has no control over the cost of labor,materials,equipment or services furnished by others or over competitive bidding or market conditions, it cannot guarantee that proposals, iitot bids or actual Project costs or construction costs will not vary from any estimates or opinions of costs prepared by Engineer. Similarly, since Engineer has no control over building operation and/or maintenance costs, Engineer cannot and does not guarantee that the actual building system operating or maintenance costs will not vary from any estimates given by Engineer. No fixed limit of construction costs is established as a part of this Agreement. 11.6 Samples. Engineer will dispose of all soil,rock,water, and other samples thirty(30)days after submission of Engineer's initial report. Client may request, in writing,that any such samples be retained beyond such date,and in such case Engineer will ship such samples to the location designated by Client, at Client's expense. Engineer may,upon written request,arrange for storage of samples at Engineer's offices at mutually agreed storage charges. Engineer will not give Client prior notice of intention to dispose of samples.