Loading...
HomeMy WebLinkAbout34769 / 88-467 March 3, 1988 #467 RESOLUTION (CARRIED LOST LAID OVER WITHDRAWN ) PURPOSE: APPROVE AGREEMENT WITH KAEMPFER & ASSOCIATES, INC. -- WASTEWATER TREATMENT PLANT INITIATED BY: DEPARTMENT OF PUBLIC WORKS BE IT RESOLVED by the Common Council of the City of Oshkosh that the attached Agreement for Engineering Services between the City of Oshkosh, Wisconsin and Kaempfer & Associates, Inc. for Wastewater Treatment Plant Improvements is hereby approved and the proper City officials are hereby authorized and directed to enter into same. BE IT FURTHER RESOLVE� that the total cost for time and expenses of this contract shall not exceed the amounts listed in Exhibit C, Part B-1 thru B-8. BE IT FURTHER RESOLVED that money for this purpose is hereby appropriated from Account No. 919-191 — Sewer Utility - Construction in Progress. SL'BMIPmED BY AP?P.0'.'�'D . � ,� .. - 14 - .. . .. Res. #467 Kaempfer & Associates, Inc. Consulting Engineers P.O. Box /50 n6 East Highlantl �c � Oconto Falls, Wisconsin 5415d (414)846-3932 February 26, 1988 A315-00 Mr. William D. f�-ueh City Manager City of (nhkosh � 215 Ch�mh Avenue Oshkosh, WI 5-7902 Re: Yroposal for Engineering Services Uear Mr. Fsueh: . ltaempfer & Associates, Inc. , is pleased to have the op�ortunity to provide trtis Proposal for Engineering Services for planning, design, construction, and start-up of improcements to the Ostilmsh Wastewater Treatmenf Plant. The a!tached .�greement for Engineering Services describes the proposed pmject, the scope of our services, and the emount and methcd of compensation. ?I y-ou find that this Agreement is acceptable, please return one signed copy tu uur office. N'e look forc:ard to uorkiru' uith the City of Oshkosh on this project. Sincerelp, I{AFSfPFIIt 8 ASSOCIATFS, INC. — - — U `� Christopher Haempfer, P•E. President F.nc: Agreement for Engineering Ser�•i.ces 141 - 14d - , Res. #467 AQ2EQ�(QJ1' FOfi ENGINEQ2ING SEHVICES BEIWEQJ TNE CITY OF OSKKOSH, WISCO!JSIN � AND ISAFSII'FER & ASSOCIATES, INC. fbft � WASTEWATII2 TRFA'IMQJT PL4NT IMHd�VES�TITS T}IIS AGREII`IDvT, made and entered into on this day of 1988, 6,y and between the City of Oshkosh, Wisconsin, hereinafter referred to as the "Owner", erid kaempfer and Assaciates, Inc. , a corporation„ authorized to provide enqineering services in the State of Wisconsin, hereinafter referred to as "f�gineer": WITNFSSETH: h7�IERG'AS, the City of Oshkosh req�ires engineering services to plan, design, t�nd inspect construction of vastewater treatment plant improvements; und WF�E2E.LS, f2�gineer has available and offers to provide personnel and facilities necessary to accomplish the work within the reqaired time. NOIJ 75{E72EFORE, Qwner and Engineer agree as follows: I. DESCRIPI'70N OF PA0.7ECP O�mer and f]igineer agree that the Project is as described in F7chibit A titled, "Description of Project for Wastewater Treatment Plant Improvements" and dated February 2'L, 1988. If, during the course of perForming the engineering Work, Owner end Engineer agree that it is necessary to malce changes in the Project as described in the e�ibit, such chaziges wi11 be incorporated in the Agreement b,y written ameridment. II. SCOPE OF IIJGIN1iII2ING SF.E2VICE5 Engineer agrees to perform those services xhich are more particularly described hereafter. Unless malified in vriting b,y both parties� duties of Er�ineer shall not be construed Co exceed those services specifically set forth herein. A. Planned EhKineerink Sen�ices Engineer agrees to perform those planned tasks described in E�chibit B titled "Scope oF E,hgineering Services Tor Wastewflter Treatment Plant Improvements," dated February 22, 1988. - 14b - .?�.;reement P.4ee 1 of 5 Res. #467 „ S. Snecial hl�gineering Services Ocmer end Ehgineer egree that certain portions of the s+ork contemplated to be perfocmed by the Engineer cannot be defined sufficiently at the time of execution of this Agreement, and that incidental engineering work related to the project end not covered in E7chibit B may be needed during perfoimance of this Agreement. It is intended that auch categories of work be classified as Special Digineering Services. III. SCOPE OF OWNIIt SIItVICES trwner agrees to provide one copy of all correspondence, published reports, studies and evaluations, plans and specifications, accurate as-built drawings, operating and laboratory data, budgets ard construction costs, conceminq the Oshkosh Wastewater 'h�eatment Plant erid other data requested by the D�gineer to complete the project. All borrowed material will be promptly returned to the Owner upon canpletion of the project. Ib'. A171'HORIZATION, PROGRESS, AND COMPLEI'ION In signing this Agreement> the Owner grar�ts the F}�gineer specific authorization to proceed vith work described in Dchibit B. 1'he vork shall be completed in accordance srith the schedule in Exhibit A. For special services, the authorizstion by the Qner shall be in writir� arid shall include the definition of the work to be done, the schedule for colmne�cing ar�d completing the vork, end the �sis for compensation for the uorlc, all as agreed upon 6y the Qmer and the Engineer. l'. CUNPEtiSATIO� For the services described in F�hibit B, which are to be perfornied by the Engineer, the Rmer agrees to pay, and the IIigineer a.4rees to accept, compensation in accoidance with the methods and schedules set forth in F7chibit C. Compensation for special services shall be as agreed upon by the Owner end Engineer ar�d set forth in the written authorization for special services. Pay�nent to the F}�gineer is due upon receipt of invoice by Owrter. If payment is not made 'r+ithin 60 days, interest on the unpaid balance vill accrue beginning Nith the 61st day at the rate of 1.0 percent per month or the maxim�nn interest rate permitted by la�, whichever is lesser. Such interest will become due and payable at the time said overdue payment is mede. Charges for reimbursable costs determined in accotdence with FSchibit C shall be billed in a simmiary forn� to the (Ywner on monthly billing periods. _ �q� _ Agreement Page 2 of 5 . •� . Res. #467 VI. INSURANCE 1'he F�gineer sMll maintain during the life of this Agreement� the following minimum public liability and den�e insurance Nhich shall protect the hligineer from claims for injuries including eccidentul death, as vill as vell as from claims for property daj�ges which may arise fran the perfoxmance of work �uder this Agreement and the limit of liability for such insurance shall be as follows: 1. Comprehensive genexal liability insurance, including personal injury liability, blanket contractual liability and broad form property dsniage liability. The combined single limit for 6odily injury and property damage shall be not less than $1,000,000. 2. Automobile bodily injury and property demage liability insurence covering ocmeci, nonowr�er, rented and hire3 cars. The combined single limit far bodily injury and property daniage shall be not less than $1,000,000. 3. Statutory workers compensation ar�d employer's liability insurar�ce for the State of Wisconsin. VII. RESFC7NSIBILI7Y OP E`1GINEEF. . The Ehgineer is employed to render a professional service only, and payments made to the �hgineer ere comF,rnsation solely for such services rendered and recortanendations made in carrying out the work. The Engineer shall follow the practice of the civil erigineering profession to make findings, opinions, factual presentations, and professional advice erd recommendations. The Engineer agrees to indemnify, defend, and hold Owner harmless from and agai�st any liability arising out o£ the sole negligent errors or sole negligent omissions of the F]L4ineer, its agents, emplo,y-ees, or representatives, on the perforniance of F�gineer's duties imder this Agreement. In perfonning construction management services, the E.hgineer shall act as agent of the Owner. The F�gineer's revieM� or supervision of work prepared or perforn�ed by ather individuals ar firms employe3 by the Ovner shall not relieve those individuals or fi*�ms of complete responsibility for the adequacy of their work. � It is understood that any resident engineering or inspection provided by Engineer is for the purpose of detennining com�liance with the technical provision of the project specifications and does not constitute eny form of guarantee or insurance with respect to the perfomance of a contractor. The FS�gineer does not assume responsibility for methods or appliences used by a contractor, for safety of construction r+ork, or for compliance by contractors with laws and regulations. The F�ineer shall notify the Owner of any potentially unsafe canditions obseroed at a construction site while perforniirl4 resident engineering ser�,�ices. This responsibility is not interded to create a duCy- to any third �rty. IC is understaod that the resident engineer msy, from time to time, be physically absent from the construction site. At such times the Engineer shall have no duty to notify the Owner of potentially unsafe �qd Aqreement Ya�e 3 of 5 ,_ � Res. k467 conditions at the construction aite. The Owner, in consideration of the riak of legal action against the F�gineer which results fran this pmvision, shall indemnify end hold the Digineer ar�d sll of its officers� principals, agents� arid employees hamiless from any professional lability claims for any injuries to persons or daniage to property vhich are related in artv Way to safet,y conditions. If legal proceedings related to safety conditions are brought againsC the Digineer or ar4v of its officers, principals, agents, or employees, the Ouner agrees to ass�sue defense thereof and pay all expenses, claims and jud�ents carv�ected therewith. VIII. SUB�N'fRAC15 The Engineer shall be entitled, to the e�ctent determined appropriate by the EYLSineer, to sut�contrect any portion of the rrork to be perfomied �u�der this project. The Ehgineer shall be responsible to the Ovner for the actions of persons end fisms performing subcontract work. IX. ASSIGN`IQJT This qGree�nent is 6inding on the heirs, successors ard assigns of the parties hereto. This Agreement is not to be assigned 6y either the Owner of 4igineer vithout the prior written consent of the other. X. IN7EQ7ATION This Agreement represents the entire wderstanding of the O�mer and Engineer as ta those matters contained herein. No prior oral or written tuiderstanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in irriting signed by both parties. XI. JURISDICPION This Agreement shall be administered ar�d interpreted �mder the laFS of the Stste of Wisconsin. Jurisdiction of litigation arising fran this Agreement shall be in that state. If any part of this qgreeroent is found Lo be in conflict with applicable laws, such part shall be inoperative, nu11 and void insofar as it is in conflict with said la�.s, but the remainder of this .4,greement shall be in full force and effect. XSL SUSPENSION OF WORK The Owner may suspend, in �rriting, all or a portion of the s:orlc under this Agreement in the event unforeseen cimimistances be3'o� the control of the Owner mahe normal progress in the performance of the vork impossible. The L1�gineer may request that the r:ork be suspended by notifying the Owner, in wmiting, of circwnstances which are interferi� with nornisl progress of the �.�ork. The time for completion of the work shall be estended by the number of days the vork is suspended. In the event that the period of suspension ezceeds 90 days, the terms of this Agreement are su6ject to renegotiation nnd both parties are granted the option to terminate vork on the suspended portion of the project in accordance with Arti.cle XIZI. _ 14e _ A�reement Page 4 of 5 � � Res. #467 XIII. 1'ERMINATION OF h'ORK The Owner may tem�inate all or a portion of the r+ork covered by this Agreement for its convenience. Either the Rmer af the EY�gineer may temiinate work in the event the other party fails to perform in accordance with the provisions of this Agreement. Termination of this Agreement is accomplished by 15 days prior written notice from the party initiatirig termination to the other. Notice of termination shall be delivered by certified mail with receipt for delivery returned to the sender. In the event of termination, the Fngineer shall perfo� such additional work as is necessary for the orderly filir� of doc�nnents and closing of the project. The additional time for filing and closing shall not exceed 10 percent of the total time expended on the project prior to the effective date of terniination. The F.ngineer shall be compensated for the terniinated portion of the work on the basis of work actually performed prior to the effective date of termination plus the vork required for filling arid closirig. Charges for the latter work are subject to the 10 percent limitation described in thi.s Article. IN NI'ITdF.SS WHII2EOF, the parties hereto have made and executed this Agreement es of the day and year first above Written. I'v1E,MPFII2 & ASSOCZAI'FS, INC. CITY OF OSFQfOSH, WISCONSI� By BY. Christo er Raempfe .P. X'illiam D. Fneh President City Manager Bv��eAt G, '�v\c..w.Q" By Dale Marsh P.E. Donna Sen.�as Secretary City Clerk Date ��YlJq'h-f 2C� . �q g�5 Date Provisions have been made to pay the liability that will accne ur�der this contract. BS' Date Fs3watd Nokes Director of Finsnce Approved as to form and execution IIY Date John Pence City Attorney �qf _ Agreement Page 5 of a Res. #467 E�iIBIT A DESCRIPPION OF PFd7JECI' FOR WASTEIJATER 7REA'ff1EN'[' PLANT IhR'FtOVFMHNI5 -- FEBRUARY 22, 1988 Engineering services performed under the tenns of this Agreement are required for the planning, design� and construction nanagement, and start-up of a fine bubble aeration system for the Oshkosh Wastewater 1Y�eatment Plant, as set forth in the Facilities Modification Plan dated May 1987. The improvements are needed to replace the aging, less efficient, surface aeration equipnent presently in use. The work is divided into several parts: Praject Clanagement ard Pre-design Sen�ices, Design Services, Bidding Services� Construction Sen�ices, Start-up Services, O & M Manual Revisions, end Special �ineering Services. PROJECP STAFF The prinr.ipal. indiaiduaLs from [iaempfer & Associates, Inc. , that would participate in the Oshkosh Wastewater Treatment Plant Project are Christopher FCriempfer� P.E. , Taryn Na11� P.E. � end Dale Marsh, P.E. Mr. FSaempfer would be � project manager. As project maoager� Mr. Kaempfer would be the liaison with the City staff and would be responsible for administration of the project end direction of ffie projeM tearn. Mr. Nall would be project engineer for the px�e-design and design portions of the project. Mr. Marsh would be project engineer for the construction and start-up portions of the projects. PRO.J�CT M�.NAGL^fEMP AhD PRE-DESIGN SFRVICF.S A pre-design study would Ue corducted to refine the reco�endations of the Facilities Modification Plan. The stuc�y would evaluate the impact of cuntemplated sludge management and sidestream management alternatives on the design ar�d operation of the proPosed aeration sysCem. The study c+oold evalvatc the ne d for automatic D.O. crontrol and sidestream load equalizaCion. The study- c:ould develop and analyze alternatives for monitoring and handling the sidestream fl'orss and loadings from the soiids handling system. The study would develop final design data for sizirLS the proposed aeration system. D@SIGV SDt�'ICL•S Once the final design data is established� detailed plans and specifications would be prepared for construction of the prop�sed aeration system. The proposed aeration system houid consist of flexible membrarie difPusers installed on PVC headers in both aeration tanlcs. The diffusers in each tsril: would be divided into four grids. Fach grid would be equipp?d with a control velve atid a meter to measure air flow. Provisi.ons vould be made so t,he tanh could be filled without dema�irt4 the aeration equi}ment. _ �q9 _ Fxhibit n Page 1 of 3 •� Res. #467 The aeration system would have four centrifugal blowers that vould be located in the gallery between the aeration tazdcs. Each blower would be equipped with en inlet throttlir,g valve to allow the ca�city of the unit to be varied from 60 to 100 percent. A check valve end isolating valve would be provided on the discharge line. The inlet filters for the bloc+ers would be located above the gallery vhere they could be easily maintained. The blowers vould discharge to a co�mnon air main that would run down the gallery to the aeration drops. An air meter would be pmvided to indicate and record total air floa. New ventilatirt4 equipment would be provided if the existing system is not capable of dissipating the additional heat generated by the new equiiment. If necessary, acoustical treatment would be provided to maintain acceptable sound levels. The starters and controls for the blowers would be located in the existing motor control centers for t;he mechanical aerations. The aeration system would be arranged for operation of en automatic D.O. control system. The signal from D.O. probes would throttle the contral valves to the drop pipes. As the valves close the air pressure rises. A pressure controller on the discharge main would then throttle the inlet valves of the blowers to reduce capacity and hring the system back into equilibriwn or the plsnt comp�ter could be used to achieve the desired control. The completed technical specifications and drawings would be submitted to the WD!.R erKl other regulatory agencies for review and approval. BIDDING SER\'ICES Once the technical specifications and plans are complete, a bidding strategy would be developed to optimize competitive bidding on the project. At this time, we anticipate that the work kould be perfornied in fonr contracts. A mechanical contract would be let for installati.on of air mains� blowers and appurtenances� and instrwnentation. An electrical contract would be let for modifying and ex7�anding the electrical sYStem. M aeration equipnent contract uould be let for furnishing the diffusers and heeflers for installation bp the city. A demolitior� contract would be let for removal of the esisting surface aeration equipnent. The vork would be advertised for a 30 dzay period. Bids for all contracts vould be taken on the same day. IX)NSTRUCPION SII2VICES After the contracts are ac.aided, our services vould fall into t�+o sepeirate categories; generai supervision end mnsr,ruction inspection. General supervision consists of revieuing end approving submittals, preparing change orders, eaaluating co�tractors pa}�nent. requests, and briefing the city on contractors progress. Construction Inspection is the day-to-dap omsite inspection dutics to observe the actions of the contractors. [�tailed records are maintained during this phase of work, end any deviation from the specifications are reported to the citq, The contractor is requii•ed to su6nit detailed field records� from ahich ke vould prepare as-constncte3 drawings, for the citp's future use. � - 14h - L\hiUit A Page 2 of 3 . . Res. #467 STAR'f-UP SII2VICES AND O & M MANUAL REVISIONS � To insure a successful project, ue would pmvide follow-�p services after construction of the imprwements. These inclu3e revising the existing operation and �maintenance manusl to include the new improvements, classroom end hands-on training on operation and maintenance of the new equipment, and assistance during initial equipnent testing and start-up. SPECIAL ENGINEERING SEI2VICES In a project of this nature there are, in many cases� certain portions of the work that can not be defined at the time of execution of this Agreement, Uut are required for the successful completion of the project. When these cases arise, the Engineer shall proceed with the work only after obtaining written authorization defininH the scope, schedule, and method of compensation for the work. PRQJECP SCE�DULE The project schedule calls for the pre-design studies to be completed within 30 to 60 days after the date of signing this Agreemer�t. The detailed design would be completed in 60 to 90 days after the final design data is developed and adopted. The bidding period eould take from 45 to 60 days and . the construction period would take from 240 to 300 days. The start-ap services uould be completed in 30 to 45 days after completion of r.onstruction. The total len4th of the project t+ould be from 13 1/2 to 18 1/2 months. The schedule will be updated as the work progresses. Factors influencing the schedule include equipuent availability and delivery, and ti.me to obtain regulatory approvals and permits. - �41 - Eahibit A Page 3 of 3 . . .. Res. {�n6� E7a1IBIT B S�PE OF SEk2VICES FOR � WASTEWATEF2 TREAIMENI' PL4NP IMPROVFTIQJ'15 - FEBRUARY 22, 1988 The work to 6e performed ander this qqreement for Lngineering Services is divided into eight parts. The detailed tasks essociated vith each part of the work are as described herein. PART B1 PROJF.CT MANAGII�fEMC AN-D PRE-DFSIGN SERVICES The FSigineer shall provide professional services to manage the er�ineering work for the project and to conduct a pre�]esign stuc�y for design af the wastewater treatment plant improvements. The detailed tasks involved in this part of the work are es described herein. Task 1.01 -- Meet with the Oi.�ner Co deternune project requirements, provide monthly updates of the project progress, and discuss any relevant issues concerning the project. Task 1.02 — Evaluate impact of contemplated sludge management elternatives on the design and operation of proposed aeration system improvements. Task 1.03 -- F.valuate impact of sidestream ma.nagement alternatives on the design and opexution of the proposed aeration system improvements. Task 1.04 -- Evaluate the need for automatic D.O. control and sidestream flocr ar�d load equalization. Task 1.05 -- Develop end analyze alternatives for monitoring and maoaging sidestream flows and loadinKs from the solids handling system. Task 1.06 -- Develop final design data for selecting and sizir�g aeration system improvements. Task 1.07 — Develop a detailed project schedule for the work based on the results of the pre-design studies. Task 1.08 — Conduct field studies that may be required to supplement avails6le information. Cwrdinate analy2ical services that may be needed to Purther dePine the wastec.ater characteristics. _ 14j _ �hibit B Page 1 af 5 Res. #467 PART B2 DFSIGN SERVICES The F.ngineer shall provide professional services to prepare a detailed design for construction of the wastewnter treatment plent improvements. The detailed tasks imolved in this part of the work are as described herein. Task 2.01 -- Perfomi detailed process analysis and design. Determine design air flow rates and operatir� pressures. Size vnits and develop process schematics and layouts. Task 2.02 -- �aluate and select type(s) and arrangements of fine bubble aeration equipnent. Task 2.03 -- �aluate and select blower style end design. Select siz.e and munber of blowers. Evaluate air filtering options. Task 2.04 -- Evaluate alternatice materials for aeration pipir�. Size aeration piping and develop piping arrangement. Task 2.05 -- Evaluate structural requirements for blower insttillation. EWaluate heat dissipation and ventilating requirements for blower installation. Evaluate the yo[ential for heat recovery. � Task 2.06 -- �baluate scoustical requirements for blower instsllation. Task 2.07 — Evaluate and select D.O. control strategy� D.O. metering equipment, and associated instrinnentation. Taslc 2.08 — E�•aluate and select air meterir� devices. Tnsk 2.U9 -- Evaluate and select control valves and valve actuators. Task 2. 10 -- �aluate and select alternative for medifying electrical svstem. Task 2. 11 — Perform mechanical design ¢nd laYout. for �rocess pipin2 systems. Task 2. 12 -- Per£orm desi�n and layout of electrical and instrwientation systems. 7'mslc 2. 13 -- Perform architectural arid stroctural design of buildings and structures. Task 2. 1A — Develop construction sequence to minimize disrupCion of plant operntion during construction and start-up. Task 'L. 1� -- Prepare contract doctunents, technical specifications� and construction drawings. Task 2. 16 -- Su6init contract dociunents to WDNR for approval. Taslc 2.17 -- Prepare a final cost estimate based on the detailed design. - 14k - �ibit B Page 2 of 5 ,. Res. N467 PART B3 BIDDING SERVICES The IIigineer shall provide professional services to assisL the O�mer in obWining bids for the work. 1'he detailed tasks involved in this part of the work are as described herein. Task 3.01 -- Develope a proposal schedule and contract docinnents in accordance with owners reco�miendations. Tesk 3.02 — Assist the Paner in azivertising and obtaining bids. Mswer questions regarding contract doc�mients. Task 3.03 -- Provide 50 copies of the contract doc�ments for the waste�+ater treatment pinnt improvements for obtainiru; bids. Task 3.04 — Issue addenda to clarify intent of co�t�ct documents. Task 3.05 -- Attend bid opening and tabulate bids. Task 3.06 -- Analyze bids and make recomnendations for acrard of contracts. PART B4 GEt�'ERAL SUPII2VISION �OF CON5IRUCPION The f]k?ineer shall provide professional services for General Supen�ision of the construction of Lhe waste�rater treatment plant improvements for an 8 to 10 month constnetion contract period. The detailed tasks imol��ed in this part of the work are as described herein. Task 4.�1 -- Issue Notice of Ahan3. Task 9.02 — Pre�re construction contracts for si2nature and distribute signed contracts. Task �1.03 — Conduct a preconstruction conFerence c.�ith all interested parties. Tash 4.04 — Revieu completed contracts and Issue Notice of Proceed. Taslc 4.05 -- Reviev and process contractors pa}�nent requests. Tasl: 4.06 -- Interpret Lhe meaning and intent of the contract documents and prepare and issue Field Modificxtion O:ders. Tasl< 4.Oi -- Reviev pro�ress of the constr�ction work. Task 4.08 -- Review ar�d monitor contractors construction schedule. R'ask 9.09 -- Review and process contractors subnittals. Task 4. 10 — Conduct final inspection and issue Certificate of Final Acceptance. Task 4.11 -- Provide one capy of contractors su6mittals to the R:ner. - 14L - Exhibit b Page 3 of 5 � Res. #467 .. PART B5 �NS1RUCfION INSPECPION The Engineer shall provide professionnl services for Construction Inspection of the wastewater treatment plant modifications for an 8 to ]0 month construction contract period. The detailed tasks involved in this part of the work are described herein. Task 5.01 -- Provide periodic on-site inspection to deteimine the amount, -quality, acceptsbility, and fitness of the work, material, end equipnent which are to be paid for urder the contract, and to reject or condemn work, material� or equipnent which does not conform to the terms oF the contract. Taslc 5.02 — Provide periodic on-site inspection to decide all questions relative to the classification of materials arid the messurement of quantities. Task 5.03 -- Pre�re and process change orders. Task 5.04 -- Establish reference bench marks end base lines adjeu;ent to the aork. Task 5.05 — Conduct periodic omsite meetir�s with sll contractors to assist in cooxdination of the wurk. � Task 5.06 -- Witness and doc�ent equipnent start-up end perforn�¢nce tests required to demonstrate compliance with the coMract dxinnenls. Task 5.07 -- Provide en as-built recoxd of the work on a reproducible set of drawir�s. P.ViT B5 OPE2ATION AND h1AINt`FNANCE MAMIAL REV"ISZONS The Engineer shall provide professional services to revise the plants operation and maintenance manual for the wastewater treatment plant improvements. The detziiled tasks involved in this part of the work are as described herein. Taslc 6.01 — Review, process, and file manufacturer's operating and mainter�ance instructions for mechanical� electrical, and instr�nnentation equipnent provided under the contrart. Task 6.02 -- Prepare draft revisions of the operation and maintenance manual in accordance with the Ernironmental Protection Agency (EPA) and WD!JR guidelines. Task 6.03 -- Review draft recisions of the operation and maintenxnce manual with Owner. Tasl; G.04 -- Submit revisions of the operaCion and maintenance manual and obtain final approval from the kDNR. lahibit B - �4m - Page 4 of 5 .. Res. H467 PAHT B7 START-UP SER.VICES 1Re E}�gineer shall provide start-up sen�ices for operator training and system optimization for the aastewater treatment plant improvements. The detailed tesks involved in this psrt of the work are as described herein. Task 7.01 -- Conduct an inspection prior to the introduction of Wastewater to the treatment plant improvements. Task 7.02 -- Provide overall snpervision of operation during the introduction of t�astewater to the treatment plant � improvements. Task 7.03 -- Develop a detailed operator trainirig program for the treatment plant improvements. Task 7.04 -- Review trainir� program with the Owner. Task 7.05 -- Develop and corduct classroom irvstruction and training program. Task 7.06 -- Assist the Oc.ner in optimizing treatment piant processes and operation procedures. Task 7.07 -- Conduct a process perfornance e�aluation of the improvements. Task 7.08 -- Review the results of the process perfotmance evaluaCion with the Qaner. Task 7.09 -- Assist the O�.ner in establishing a maintenance Program. Task 7. 10 -- Re��ise treatment plant operation and maintenance manual to reflect aetual operating e�rience. PAR'L BS SPECTAL ENGIDIEtERING SFRVICES Part B8 consists of work that cannot be defined sufficiently at the time of eaecution of this agreement. - 14n - EiiibiC B Ps�� 5 of 5 � .. R E V I S E D Res. #467 E7�7IIBIT C CIJMPIIJSATIOiJ FOR WASTEWATII2 7REAIMEMC PI.ANl' IMPROVFMEh'TS F'EBRUARY 22� 1988 Compensation for the services provided under Article II "Scope of Engineering Services" er�d described in EXhibit B shall be as descri6ed in part C1, Method of Compensation. PART C1 MEfffOD OF CbMPENSATION The Owner agrees to compensate the Engineer on a time and expense basis for the services described in E7chibit B Parts B1 t}unugh B8. The eatimated cost for each of the services are as shosm in the following table. The total cost of engineering services for the project ahall not exceed the total of the amour�ts shown for Parts B1 through B8 of $81 ,800 for the scope of work described in Parts BI through B8 of ESchibit B. Part Description Compensation B1 Project Management and Pre-design Services $ 9,600 Time & A7�ense B2 Design Service $23,000 Time & EYpense B3 Bidding Services S 6,800 Time & FXpense B4 General Supervision of Construction $13�200 Time & Fxpense B5 Constnction Inspection $15�500 Time & Fxpense B6 O b M hlanual Revisions S 6,200 Time & E7cpense H7 Start-up Services S A,500 Time & Et7�ense BS Speciel F�gineering Services S 3,000 Time & F�cpense YNZl' C2 LIMP SUM CY7MPENSATION Compensation for services performed on a l�nnp s�nn basis sha11 be a firm fixed price that shall only be modified if the acope of work changes. The Engineers shall sutmit periodic statements to the Owner in accordnnce with Section V of this Agreement. Periodic billir�g shall be based upon pementsge completion of the work as determined by the Er�ineer and epproved by� the O�.ner. PA17f C3 TICfE AND E�PEM1SE CQ`1PENSATION Compensation for services performed on a time and ekpense tasis shall be based on labor relsted costs plus direct nonlabor costs as described in this exhibit. The direct salary costs for time and expervse vork performed in 1988 shall be shown in Exhibit D. F�hihit C Fage 1 of 4 - 140 - . .. Res. #467 C3.01 IABOR-RECATED �STS Labor-related costs comprise direct salary, fringe benefits, geceral und administrative overhead, and px•ofit. Direct salary costs shall be the total mnnber of hours vorked on the Project by each employee multiplied by the employee's hourly salary rate. It is agreed that fringe benefits, general and administrative overhead, and profit shall be computed by multiplying salary costs by a factor of 1.75. Fringe benefits shall include but are not limited to the following: 1. Workers compensation insura�ce. 2. State and federal unemploymettt ir�surance. 3. F]nployer contribution to Social Security. 4• � Payroll taYes. � 5. Disability insursnce and sick leave. � 6. Life and medical irisurance. 9. Vacation and holidsys. S. Incentive pay. 9. Retirement plan. General and ecLninistrative overhead includes the following indirect costs which are not identifiable and directly allocable to the Project: 1. Provisions for office, light, heat, and similar items T'or c+orking space� depreciation sllowar�ce or rerttal for furniture, draf'ting equipment, and engineering instrwuents, automobile e�penses, ar�d office and drafting sapplies. 2. Ta�ceS end insurance other than those included as fringe benefits, but excludir� state and federal income ta�ces. 3. Library end periodical ezyenses, snd other means of keepir�g abreast of advances in engineering, such as attendance at technical and professional meetings. 4. Executive, administrati��e, accoimting, legal, stenographic, and clericsl salaries and espenses, other than Project-identifiable salaries included in salary related costs und project-related e�cpenses included in reimbursa6le noo-salary e�penses, plus salaries or imputed salaries of principals, to the eatent that they perform general executive end administrative services as distir�uished from technicssl or advisory services directly ¢pplicable to the Project. These services and erpenses, essential to the conduct of the business, include preliminary arrangements for nec.� projects or assiq�ments, and interest on borrowed capital. - 14P - E7cl�ibit C Page� 2 of 4 � � Res. #467 5. Business developnent eayenses, including salaries of principals end salary costs of emPloyees sa engaged. 6. Provision for loss of productive time of technical employees between assignments and for time of principals and employees on Public interest assignments. Profit consists of state and federal income tares end net profit. C3.02 NONI.ABOR O�STS Nonlabor costs are charges incurred directly for the Project, other than those included in labor-related costs. Such nonlabor costs shall be computed on the basis of actual purchase price. Cost of items and services provided by the fhgineer shall 6e in acco�ance uith rate schedules based on normal charges of commercial sources. Nonlabor items and services include, but are not limited to, the following: 1. Services directly applicable to the Project such as special legal and accounting e�enses, computer rental and progremning costs, special corvsultants, soil borir�s, laboratory analyses, commercial printing and bindir�g, and similar services tihat are not applicable to general .overheed. 2. Identifiable reproduction services applicable to the Project such as printing of drawings� reductionsr 4creeningsr photostating� multilithing, printing, and similar services. 3. Identifiable communication services such es langdistar�ce telephone, telecopying, telegraph, cable, e�cpress services, and postage other than for generxl correspondence. 4. Living and travelirig ecpenses of employees r+hen away from home office on business connected with the Project. Mileage shall be reimbursed at a rate of $0.25 per mile for work performed in 1988. 5. Subcontracted services. C3.03 L7.MITATION OF CQST AND TIME It is anticipated that the cost for services perfo�ed on a time and ex�ense bssis will not exceed the estimated amount. The Engi�eer agrees to use his best effbrts to perform the �+ork within the estimated cost and time of completion. If� at aqy time, the 4�ineer has reason to believe thai the cost �aill be greater that estimated, the Engineer shall notify the 6wner in writing to that effect. The notification will state the revised cost estimate for performance of the services a�d, if applicable, the revised time for completion. Such natification uill be submitted to the Ocaner at the earliest Possible date and in no event later than 15 day�s prior to scheduled completion of the work. - 144 - Fahibit C Page 3 of 4 . � Res. #467 The owner shall not be obligated to reimburse the F,hgineer for costs incurred in excess of the estimated cost. The Digineer shall not be obligated to continue performance under this Agreement or otherwise incur costs in excess of the estimnted cost unless and until the Owner shall tiave notified the Ftigineer irt vriting that such estimated cost has been increased and shall have specified in such notice a revised estimated cost Nhich shall thereupon constitute the estimated cost for perfomiance of this Agreenient. � If, after such notification, additiorial funds are nat allotted by the end of the period scheduled for completion, ar an agreed date substituted therefore� the Rmer will, upon written request by the Engineer, te�inate this AgrePment. The termination date shall 6e the originally scheduled completion date or an agreed date substituted therefore. C3.04 PAYMEN'C OF Q7.�IPENSATION Charges determined on the basis of this E�}�ibit shall be billed in accordance with Article V of this Agreement. - �4r L•khibit C Page 4 of 4 , Res. #467 E�3I6IT D KAEMPFII2 & ASSOCIATFS, INC. Hourly Direct Salary Costs Time and Fapense Work 1988 The following direct salar,y costs will be used to develop labor costs for time and expense work performed in 1988. Salary Cost LaMr Cate�ory Dollars uer hour Chief Ll�ineer 20.20 Senior E.t�gineer-2 � 15.96 Senior Ehgineer-1 14.42 Er�gineer-2 10.10 � �hgineer-1 9,23 � Technician-2 i.50 Technician-1 5.77 Administrative hssistant 10.00 Clerical-2 6.78 Clerical.-1 5.00 - 145 - P�hibit D Yage 1 of 1 � a 3 vNa A n o o+ �-- 'o m A -i Z N O (t 7 O 'S � O � M ll O � T Z d � p p •• W r+ O� N D V D D �^ � G O �O ° � mo m v� v m = � � � m � � � i � f � a � � � m m s m a � �+o N M Z N Z ti Z � � j N � y 7 � ri �'