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(CARRIED LOST LAID OVER WITHDRAWN )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
�'