Loading...
HomeMy WebLinkAboutCH2M HILL ENG. & Oshkosh AGREEMENT This AGREEMENT, made on the day of J4fLe1A&1 2017, by and between the CITY OF OSHKOSH,party of the first part,he I reinafter ref c6rd to as the CITY, and CH2M HILL ENGINEERS, INC., 135 South 84th Street,Suite 400,Milwaukee,WI 53214, party of the second part,hereinafter referred to as the CONSULTANT, WITNESSETH: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for WATER FILTRATION PLANT CLEARWELLS REPLACEMENT FINAL DESIGN SERVICES. ARTICLE I. PROTECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Linda Mohr,P.E.—Senior Project Manager. B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE 11. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Pete Gulbronson,P.E.,C.D.T.—Environmental Compliance Manager. ARTICLE 111. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal. The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. l:\Enl;inccring\2017 CONTRACTS\17-18 WFP Cleartve.11s\Project_lnformation\Contract Page 1 of 7 lnfc,\Consultant Agreements\Final Design\17-18 CH2M AgreennenLI-30-17.clorx All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. ARTICLE IV. STANDARD OF CARE The standard of care applicable to the CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. The CONSULTANT will re-perform any services not meeting this standard without additional compensation. ARTICLE V. OPINIONS OF COST FINANCIAL CONSIDERATIONS AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties the CONSULTANT makes no warranty the CITY's actual project costs,financial aspects,economic feasibility, or schedules will not vary from the CONSULTANT's opinions, analyses,projections, or estimates. ARTICLE VI. RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. The CONSULTANT is not responsible for any errors or omissions in the information from others the CONSULTANT reasonably relied upon and are incorporated into the record drawings. ARTICLE VII. CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the CONSULTANT's work, the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. I:\Engineerin9\2017 CONTRACTS\17-18 WFP Cleanvells\Project_Information\Contract Page 2 of 7 Info\Consultant Agreements\Final Design\17-18 CH2M Agreement_1-30-17.docx ARTICLE VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, the CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. If asbestos is suspected, the CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, the CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. The CITY recognizes the CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE The CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. The CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with the CONSULTANT's services. Upon request,the CITY will provide the CONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CITY'S Request for Proposal. The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees the CONSULTANT is not responsible for damages arising directly or indirectly from any delays for causes beyond the CONSULTANT's control. For the purposes of this AGREEMENT, such causes include,but are not limited to, strikes or other labor disputes, severe weather disruptions or other natural disasters,failure of performance by the CITY, or discovery of any hazardous substances or differing site conditions. If the l:\Engineering\2017 CONTRACTS\17-18 WFP Cleanvells\Project_Ltformation\Contract Page 3 of 7 Info\Consultant Agreements\Final Design\17-18 CH2M Agreement_1-30-17.do- delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as AGREEMENT as if herein set out verbatim,or if not attached, as if hereto fully a part of this attached: 1. This Instrument 2. CITY's Request for Proposal dated December 16,2016 and attached hereto 3. CONSULTANT's Final Design Engineering Cost Spreadsheet dated January 27,2017 and attached hereto 4. CONSULTANT's Proposal dated January 10, 2017 and attached hereto. 5. CONSULTANT's Cost Proposal dated January 10,2017 and attached hereto. In the event any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE XII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed $932,940 (Nine Hundred Thirty Two Thousand Nine Hundred Forty Dollars). • Attached fee schedule shall be firm for the duration of this AGREEMENT. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to the CONSULTANT a statement as to the reason(s)for withholding payment. I:\Engineering\2077 CONTRACTS\17-18 WFP Clearwells\Project Information\Cont act Page 4 of 7 Info\Consultant Agreements\Final Design\17-18 CH2M Agreement_1-30-17.docx C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. D. Indirect Costs. Indirect costs such as computer time, printing, copying, cell phone charges, telephone charges, and equipment rental shall be considered overhead and shall not be invoiced separately to the PROJECT. i E. Expenses. Expenses may be billed with up to a maximum of 10% mark-up. All invoices with expenses shall include supporting documentation of the expense. Failure to include the supporting documentation will result in the reduction of payments by the amount of those expense(s)not including documentation. ARTICLE XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or �igent acts of the bcontractors related hwever rem,otely to agents or assigns,his/her employees, or his/her u any the performance of this AGREEMENT or be caused or result from mthe CITY all sums including f any law or administrative regulation, and shall indemnify or refund to court costs, attorney fees, and punitive damages which the CITY may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute o he Wisconsin Statutes,the CITY further agrees to hold CONSULTANT harmless from nd all liability, including claims, demands, losses, costs, damages, and expenses of every kind outf re-use of and description(including death), or damages to person or property ls out of the the documents without consent where such liability is founded upon or sing gow acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. I:\Engineering\2077 C0N'CRACFS\17-18 WFP Clcanvells\Project_Infnrmation\Contract Page 5 of 7 Info\Consultant Agreements\Final Design\17-18CH2M Agreement_I-30-17.docx ARTICLE XV. TERMINATION A. For Cause. If the CONSULTANT shall fail to fulfill in timely and proper manner any of the obligations under this AGREEMENT, the CITY shall have the right to terminate this AGREEMENT by written notice to the CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONSULTANT no later than ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless madein writing, signed by both parties and incorporated as an amendment to this AGREEMENT. ARTICLE XVI RE USE OF PROTECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of the CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. The CITY green to indemnify the CONSULTANT and the CONSULTANT's officers, employ nd affiliated corporations from all claims, damages,losses, and costs,including,but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re- use,change,or alteration of these project documents. ARTICLE XVII. SUSPENSION DELAY OR INTERRUPTION OF WORK The CITY may suspend, delay, or interrupt the services of the s contract pri eT for the convenience of the CITY. In such event, the CO nd schedule shall be equitably adjusted. I:\Engineering\2017 CONTRACTS\17-19 WFP Cleanvells\Project_Information\Contract Page 6 of 7 Info\Consultant Agreements\Final Design\17-18 CH2M Agreement_1-30-17,docx ARTICLE XVIII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than the CITY and the CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULTANT By: (Seal of Consultant � — if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH 1, l By: — (Witness) Mar A.Rohloff, City Manager And: — (Witness) 1 City Clerk ft APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. City ttorney City Comptroller 6\Engineering\2017 CONTRACTS\17-18 WFP Cleanvells\Project_information\Contract Page 7 of 7 Info\Consultant Agreements\Final Design\17-18 CH2M Agreement_1-30-17.docx r,A City ofw Oshkosh December 16,2016 Ms.Linda Mohr CH2M Hill Engineers,Inc. 135 South 84t',Street,Suite 400 Milwaukee,WI 53214 RE: Request for Proposal for Water Filtration Plant Clearwells Replacement Final Design Dear Linda, The City of Oshkosh is hereby requesting proposals to be submitted for Engineering Design Services related to the final design and bidding of the Water Filtration Plant Clearwells Replacement. The work will consist of the complete design of a 2.4 million gallon aboveground clearwells storage located at 425 Lakeshore Drive, preparing a complete set of construction drawings and specifications, and preparing a final cost estimate. Construction-related services are not included in this Request for Proposal. The proposal shall include at a minimum: a summary of firm's general qualifications; a planned team breakdown; a resume of each member of the planned project team; the office location of each team member; related project experience for the planned project team; anticipated timeline to complete the project; and a breakdown of anticipated hours,by person, and costs to complete each major task listed in the Scope of Services. The proposals will be reviewed for completeness and how well it is demonstrated the needs of the City of Oshkosh can be met. The award of the project work will not be based solely on cost of the proposal, but rather a modified Quality-Based Selection will be used to select the best qualified firm for the project. 1:\Engineering\2017 CONTRACTS\17-18 WFP Cleanvells\Project_Information\Contract Info\Consultant Page_1 Of 2 Agreements\Final Design\17-18 CH2M RFP Cover Ltr_12-16-16.docx City Hall,215 Church Avenue P.O.Box 1130 Oshkosh,WI 54903-1130 http://www.Ci.oShkosh.wi.us The Request for Proposals is being distributed via e-mail. Any questions regarding this proposal shall be submitted to me by e-mail with the subject heading of"WFP Clearwells RFP Questions"by Friday, December 30,2016. The questions and responses will be distributed to all parties receiving this Request for Proposal by 12:00 noon on Friday,January 6,2017. Enclosed with this letter are copies of the Scope of Services,the City of Oshkosh's Standard Engineering Services Agreement, and the City of Oshkosh's Standard Insurance Requirements. The information contained in this letter and the enclosures previously listed in this paragraph shall become a part of the Agreement with the Consultant selected to perform the design services. Strictly for use while preparing the proposal, we have also enclosed copies of the Water Filtration Plant: I Clearwells Preliminary Design Study, and relevant sections of the Water Filtration Plant Electrical Study. Enclosed with this letter is an affidavit,which the City will require to be signed and returned with each proposal, affirming that all electronic copies of these two(2)studies have been deleted,and that all hard copies created from these electronic copies have been destroyed. Please submit four(4)copies of the proposal by 4:00 p.m.,Tuesday,January 10,2017 to: Tracy Taylor City of Oshkosh Department of Public Works Engineering Division 215 Church Avenue Oshkosh,WI 54901 If you have any questions,please contact me. Sincerely, Pete Gulbronson,P.E.,C.D.T. Environmental Compliance Manager PGltlt Enclosures 1:\Engineering\2017 CONTRACM17-18 WFP Clearwells\Pmject_lnformation\Contract info\Consultant Page 2 of 2 Agreements\Final Design\17.18 CH2M RFP Cover Ctr_12-16-16.dom r,A City 0fV Oshkosh Affidavit CH2M Hill Engineers,Inc. 135 South 841h Street,Suite 400 Milwaukee,WI 53214 By signing this document where indicated below, CH2M Hill Engineers,Inc. affirms that all electronic copies of the Water Filtration Plant, Clearwells Preliminary Design Stndy, and the Water Filtration Plant Electrical Study,which were provided as part of the Request for Proposal for Final Design Services for the City of Oshkosh Water Filtration Plant Clearwells Replacement project,have been deleted and all hard copies created from these electronic copies have been destroyed. Signature Date Name Title 1:\Engineering\2017 CONTRACTS\17-1A WFP Clearwells\Project Information\Contract Into\Consultant Page 1 of 1 Agreements\Final Design\17-18 Affidavit 12-16-16.docx City Hall,215 Church Avenue P.O.Box 1130 Oshkosh,WI 54903-1130 http://www.ci.oshkosh.wi.us City of Oshkosh Water Filtration Plant Clearwells Replacement Final Design Scope of Services A. PROJECT DESCRIPTION The City of Oshkosh owns and operates three(3)clearwells at its Water Filtration Plant(WFP). The clearwells are used to store finished or potable water. The clearwells store 2.4 million gallons (MG) of water to meet WFP needs (i.e. to supply water for backwashing filters) and water distribution storage requirements. i In 2007, the Wisconsin Department of Natural Resources (WDNR) conducted a sanitary survey of the City's water system and determined the WFP clearwells do not comply with a number of provisions of the current Wisconsin Administrative Code, Chapter NR 811, Requirements for the Operation and Design of Community Water Systems. The clearwells were cited as a "deficiency' because they were located below or within two feet (2') of groundwater level and do not have a sloped top or membrane cover. A "deficiency" is defined as a problem in the drinking water system that has the potential to cause serious health risks or to present long-term health risks to consumers. Corrective action must be taken to address the deficiency and the WDNR recommended the City plan to upgrade or replace the clearwells. After evaluating alternatives in the Water Filtration Plant: Clearzoells Preliminary Design Study performed by CH2M Hill(CH2M)in 2014,the City decided to replace the existing clearwells with 2.4 million gallon (MG) of at-grade storage. In preparation for the clearwells' replacement,the City also conducted the Water Filtration Plant Electrical Study,performed by CH2M in 2016. Modeling studies of the WFP electrical system revealed the existing standby emergency generators do not have sufficient capacity to support the facility changes required by the at-grade storage tanks. These two(2)studies are attached to this document. The major components of the Clearwells Replacement project include the following: • Demolition of three(3)buried clearwells. • Construction of two (2)new at-grade 1.2 MG capacity clearwells. • Construction of a new 16 million gallon per day(MGD)capacity intermediate lift station to fill the new clearwells. • Construction of a new 16 MGD capacity high-lift pump station to convey water from the new clearwells to the water distribution system. • Demolition of the existing high-lift pumping systems. • Replacement of two(2)existing 750 kilowatt(kW)emergency generators with two(2)new generators, new electrical switchgear, transformers, and automatic transfer switches per the Water Filtration Plant Electrical Study performed by CH2M in 2016. • Site work,yard piping,access roads,landscaping,and security fencing. • Analysis and re-design of the existing block retaining wall around the high-lift pump station building. k\Engineering\2017 CONTRACB07-18 WFP Cteanvells\ProjL't_lnformation\Contract Info\Consultant Agmements\Final Page 1 of 12 Design\17-18 Scope of Services_12-14-16A= Consultant will modify the existing Supervisory Control and Data Acquisition (SCADA) system for control and monitoring of new facilities. New facilities will be controlled with local Programmable Logic Controllers (PLCs) that provide capability for local and remote operation. The City will require the Consultant provide system integration services that meet City's control SCADA system standards for the new facilities. Consultant shall design the facilities in accordance with the City of Oshkosh Municipal Codes. Consultant shall schedule and coordinate project to go through the site design review process. Consultant shall provide adequate plans,specifications, information, and coordination with the City of Oshkosh personnel to go through the condition use permit process. Plans for the conditional use permit will require the following: Color renderings of facilities'elevations. • Physical material samples of building materials. 75%site plan. • Landscaping plan. • Storm water management plan. • Additional information as requested. Standby electrical power equipment shall be coordinated with the City's current standby systems. The City of Oshkosh prefers natural gas generators. The cooling system must not operate using house or distribution water. The City is open for discussion on remote radiator placement. Some portion of clearwell storage must remain in operation at all times during construction. The City of Oshkosh will provide one(1)WFP tour for consultants to familiarize themselves with the WFP. This tour is optional and should last approximately two (2)hours. The date of the tour will be finalized once the request for proposals(RFPs) are sent out. Consultants will be allowed to schedule follow-up meetings with WFP personnel to answer specific questions that may arise from the tour. Copies of all consultants' questions and the City's answers will be sent to all consultants who were sent the RFP. B. DESIGN SERVICES The final design of the Clearwells Replacement project will be completed through the performance of the following tasks: I:\Engineering\2017CONTRACTS\17.18 WFVClearwells\l'rojecf 6rfonnation\Contract info\Comultant Agreements\Final Page 2 of 12 Design\17-18 Scope of Services_12-14-1&docx 1. Site Survey and Subsurface Investigation To develop detailed site information critical to the final design development,Consultant will review available site information and prepare a scope of site investigation services as follows: a. Topographic Survey City of Oshkosh Engineering Division has performed a topographic survey of the WFP site. Consultant will conduct a peer quality assurance/quality control(QA/QC) review of the electronic data and prepare a scope of work to identify any surface features the Consultant feels were missed in the initial survey. The City will supply an electronic copy of the topographic survey in AutoCAD format. b. Subsurface Investigation While there is existing WFP soil borings and groundwater information, Consultant will determine supplemental data needs to efficiently prepare drawings and specifications. Consultant will prepare a scope of services and a soil boring site plan for a geotechnical investigation of the project area to be performed under an existing City contract for geotechnical services with Professional Service Industries,Inc. (PSI). The investigation will include soil borings, measurement of groundwater level, laboratory analysis of soil samples,and structural foundation recommendations. The findings and recommendations will be presented in a summary report. Consultant will conduct a QA/QC review of the data and draft a summary report for technical content and contract compliance. Task 1 Deliverables: Consultant will supply a scope of services for additional topographic survey services to identify any surface features the Consultant believes were missed in the initial topographic survey. The Consultant will also supply a draft and a final subsurface investigation report. 2. Engineer's Report In collaboration with the City of Oshkosh, the Consultant will develop and document the major design criteria for each engineering discipline: site civil, structural, architectural, process mechanical, hydraulics, building mechanical, corrosion control, electrical, and instrumentation and controls (I & C). Facility design and operational issues will be discussed with WFP personnel at two (2) design development meetings. The demolition of the existing facilities and systems will be discussed and documented at a preliminary sequence of construction meeting. L\Engineering\2017 CONTRACTS\17-18 WFFcleanvells\llmj ct-informtlon\Contract hdo\Consultant Agreements\Final Page 3 of t2 Design\17-l8 Scope of Senices 12.14-16.docx Design criteria and design team decisions will be summarized in the draft WFP Clearwells Replacement Project Engineer's Report. The draft Engineer's report will also include the following: • Conceptual site plan and preliminary layout drawings. • Plan views. • Major sections. • Facility structures. • Room dimensions. • Major space requirements for process, electrical, I & C, HVAC, and architectural equipment. • Size and elevation of process piping. Updated project cost estimate. • Site survey and results of the geotechnical investigation. The draft Engineer's report will be submitted to the City and WDNR for review. Consultant will facilitate a meeting with the City and WDNR to discuss the draft report. Review comments and decisions will be incorporated into a final Engineer's report. The Engineer's report will represent a thirty percent(30%)complete design deliverable. Design criteria and design team decisions will be summarized in the final WFP Clearwells Replacement Project Engineer's Report. The final Engineer's report will incorporate the revisions from the 60%and 90%review meetings and also include the following: • Final site plan and final layout drawings. • Plan views. • Major sections. • Facility structures. • Room dimensions. • Major space requirements for process, electrical, I & C, HVAC, and architectural equipment. • Size and elevation of process piping. • Design of dewatering and wastewater disposal system. • Updated project cost estimate. Consultant will provide the City with five (5) paper copies of the draft and final reports and a bookmarked PDF copy. The 90%final report will be used as the basis for detailed final design and permitting. Task 2 Deliverables: Design development meeting minutes, and draft and final Engineer's report. 1:\Engineering\2017 CONTRACTS\17-18 WPI'Clearwells\I'roject_lnformation\Contract Info\Consultant Agreenunts\final Page 4 of 12 Design\17-18 Scope of Services 12-I4-16.docx 3. Contract Documents(Drawings and Specifications) Consultant will complete final design of the Clearwells Replacement project based upon the decisions and preliminary design work documented in the Engineer's report. Consultant will use Building Information Modeling(BIM) or other 3-D modeling for the constructed improvements. Consultant will map all yard piping and buried utilities in the final model. During preparation of the final design documents, Consultant will meet with City personnel and WDNR personnel at the 60% and 90% complete milestones to review d discuss detailed design development and design progress, make decisions, an construction matters. An update to the construction cost estimate will be prepared at the 90%milestone. Consultant will prepare the front-end documents,technical specifications,and drawings needed to support the Clearwells Replacement project. The purpose of final design is to develop the contract documents for competitive bidding of the project. The documents will be prepared for a single construction contract. The front-end documents,and general requirements will utilize the standard Engineer's Joint Contract Document Committee (EJCDC) documents. Consultant will customize the front-end documents to conform to the City's standard contractual and insurance requirements. City has standard Supplemental Conditions to the EJCDC General Conditions. These Supplemental Conditions will be supplied to the Consultant and incorporated into the draft and final designs. The City requires a two-year warranty for all work. Technical specifications will be prepared using Consultant's standard specifications. Drawings will be prepared using Consultant's standard format,standard size(22"by 3T, full-size drawing),AutoCAD compatible software, and legends. The front-end bidding documents will comply with the Safe Drinking Water Loan requirements. The City Attorney will need time to review the contract documents. The Consultant shall allow adequate time for this review and adequate time to revise the contract documents based on the City Attorney's review. Task 3 Deliverables: Consultant's final design submittals to the City include the following: • Five(5)copies of sixty percent(60%)complete drawings and specifications. 1:\Engineerin9\2017 CONTRACTS\17-18 WRP Clearwells\Project lnformntimi\Contract Info\Consultant Agreements\Final Page 5 of 12 Design\17-18 Scope of Services 12-14-16.docx • Five(5)copies of ninety percent(90%)complete drawings and specifications. • Two(2)half-size and two(2)full-size copies of one hundred percent(100%)complete drawings and specifications,including City-issued Supplemental Conditions. • One(1)pdf file of one hundred percent(100%) complete drawings and specifications for posting to Quest Construction Data Network. • One(1)complete set of final specifications in Word format. • Estimate of probable construction cost at each milestone. • Consultant will update hydraulic profile for portion of Water Filtration Plant being i modified by this project. 4. Permitting and Focus on Energy Financial Incentive Applications Consultant will prepare the following project permit applications and supporting technical documentation: • WDNR Approval to Construct. • Public Service Commission(PSC)Construction Authorization. • City of Oshkosh building, demolition, plumbing and electrical preliminary permit applications. • Materials for the City of Oshkosh site review process. • City of Oshkosh Planned Development Review/Conditional Use Permits for the overall project. • Materials for the Architectural review process. • City of Oshkosh Storm Water Review and Erosion Control Plan. • Other local permits as required. City will pay for permit application fees to the appropriate local, state, and federal agencies. Consultant shall advise as to the permit fee amount a minimum of two(2)weeks prior to the desired permit submittal date. Consultant will prepare the applications and technical supporting documentation for Wisconsin Focus on Energy financial incentives for the intermediate and high-lift pump variable frequency drives and eligible new lighting. Task 4 Deliverables: Permit and financial incentive applications with supporting technical documentation. 5. Project Management and Quality Assurance/Quality Control(QA/QC) Consultant will manage the delivery of the project technical services and work products to meet the City's schedule and budget. Consultant will update its project instructions for the project delivery to reflect revisions to the project schedule and scope. Project instructions addressed include the following: [AUngincering\2017 CONTRACTS\17-18 WF?Cleanvells\I'roject Information\Contract Info\Consultant Agreements\Final Page 6 of 12 Uesign\17-18 Scope of Services 12-14-16.Aocx • Detailed scope of services and project deliverables. • Task assignments. • Project schedule. • Project budget by task. • Health and safety considerations. • Communication procedures within the project team and with the City. Consultant will maintain communication with the City through regular project progress meetings, telephone calls, and e-mail. Consultant will participate in four (4) progress meetings to be held at the WFP. In addition,project activity reports will be submitted to the City with each monthly invoice. Consultant will conduct QA/QC reviews of the project deliverables,including submittals to support the project delivery team throughout the project,and review completed work at project milestones. All draft deliverables will be internally reviewed before submission to the City. 6. Bidding Phase Activities a. Provide two(2)scaled pdf files,one(1)full-size set(22"x 34")and one(1)half-size set (11" x 17") of the drawings and one (1) electronic file of the specifications (Word format) to the City. Consultant will work with Tracy Taylor to prepare and format the bidding documents. b. Provide bidding coordination for one(1)prime construction contract,which includes responding to contractors' questions, preparation of appropriate addenda, and management of the pre-bid meeting. Provide a log of contractor questions to the City for distribution. i. The City will advertise the bid, conduct the bid opening, and recommend the award of the bid. c. Attend the bid opening d. Assist the City in assembling the Contract Documents for the execution by the City and Contractor, and furnish copies of the executed Contract Documents to the City, Contractor,and appropriate regulatory agencies. C. SUBMITTAL REQUIREMENTS Candidates shall submit proposals that thoroughly respond to the items listed below. For fairness and ease of review,the proposal must be organized and presented in the exact order outlined in this section. 1:\Engineering\2017 CONTRACTS\17-18 WIT Clean cllstiProject_Inform,tion\Contract Info\Coasnitant Agreements\Final Page 7 of 12 Design\17-18 Scope of Senices_12-14-16.docx 1. Statement of Qualifications a. Summary of firm's general qualifications,background, number of employees, office locations,etc. b. Identify the lead office that will manage this project. Identify the home office of each team member. The home office is the closest office to where a team member has their primary work station. c. Give a detailed summary of the design team that will be used on this project. Include resumes and clearly show all projects of similar size and scope handled by the design team in the State of Wisconsin. Only projects accomplished by the design team will be considered as appropriate experience. The firm's experience on similar projects is not relevant in this analysis. d. Discuss experience with the WDNR regulations and approval process. Describe the types and number of submittals required for a current or past project. Discuss working relationship with WDNR personnel. e. Describe experience with the Wisconsin Public Service Commission (PSC) approval process. Describe the type and number of submittals required for a current or past project. Discuss working relationship with PSC personnel. f. Describe the design team's process that will be used to ensure that proper detail is followed in the design, so the final plans and specifications will be biddable and will minimize the potential for change orders. g. Provide an example of a similar project the design team has completed and include the following: • Project size. • Project Consultant fees. • Estimated project cost. • Number of addendums during bidding process. • Actual bid cost. • Number of change orders during construction and reason for the change orders, if constructed. • Final project cost. • Name of reference including name,address,and phone number. h. Outline the Consultant`s financial stability and capacity to carry out the scope and extent of work needed. I:\Engineering\2017CONTRACTS\1748 WFPCIeanvells\Project_Information\Contract fofo\Couultant Agreements\Final Page 8 of 12 Design\17-18 Scope of Services_12-1d-16.docz i. Discuss Sub-Consultants that may be used and their expertise. j. Detail the firm's quality control program and ability to keep projects on schedule and within budget. k. Discuss the design team's approach for this project, including any potential improvement to the scope. 2. Detailed Presentation of Tasks a. Describe the precise scope of work to be accomplished. Clearly delineate any he general scope of services in Section B of modifications(additions or deletions) to t the RFP. b. Provide a detailed time schedule to accomplish each portion of the project scope. The time schedule proposed must be realistic and attainable under the Consultant's maximum project load scenario and include dates and work hours per task and discipline. c. Describe the organization of the design team. Include how will the team function and who will work directly with the City of Oshkosh. d. Outline the methods of reporting progress to the City: meetings, reports, e-mails, FAX's,letters,etc. D. CONSULTANT EVALUATION AND SELECTION PROCESS The City of Oshkosh will use a modified Quality-Based Selection (QBS) to select the best qualified firm for our project. The City will rank the Consultant`s proposal on qualifications and project approach. Once the City has finished ranking all of the consultants on qualifications,the fee envelopes will be opened and reviewed. The fee then may be factored in the final ranking and selection of the Consultant. Ranking a consultant based on qualifications far outweighs other considerations. Final consultant selection will be based on critical factors such as: past performance, Consultant's staff qualifications,and cost. 1. Preliminary Screening a. Candidates shall submit four (4) copies of their proposal to Tracy Taylor, City of Oshkosh Department of Public Works, Engineering Division, 215 Church Avenue, Oshkosh,WI 54901 by 4:00 p.m.,Tuesday,January 10,2017. I:\Gigineering\2017 CONTIiACl5\17-18 WPP Cleanvells\I'rojact_Informntion\Contract Info\Cot>sultant Agreements\Final Page 9 of 12 Design\17-18 Scope of Services_12-14-16.d— b. An envelope plainly marked, "Clearwells Replacement Final Design RFP",shall be submitted. Envelopes or packages that are received after the date and time stated above will be returned unopened and removed from further consideration. The City will review all proposals and determine if interviews of selected consultants may be necessary. Inside the envelope, please enclose another envelope that contains the Consultant's estimated fees for this project. c. After the proposals are evaluated, consultants will be informed whether in-person C interviews have been determined to be necessary and whether they have been selected for an interview. Arrangements will be made individually with each finalist for the interview time and date,as necessary. 2. Interviews In preparation for the interview,each Consultant will organize the key individuals of the design team that will work on the project. The Project Manager, Project Engineer, and other individuals selected by the Consultant shall be present at the interview. The Project Engineer shall make the bulk of the presentation. The Consultant will be responsible for bringing all visual aids, handouts, and other materials necessary to briefly and concisely demonstrate the firm's ability to accomplish the outline of the scope of services. The interview schedule will be as follows: a. Remarks by the panel chair covering procedures,interview sequence,time allowance, and panel member introduction. b. Firm introduces representatives, makes a maximum of a 60-minute presentation addressing the five(5)criteria listed below: i. Qualifications of the design team and Sub-Consultants and their ability to work well with the City staff. ii. Experience and performance on past projects of similar size and scope. iii. Project design approach,quality assurance review procedures,and new ideas. iv. Proposed communication plan to provide design progress reports. v. Project schedule and committed staff. c. Questions from the panel. The panel will have the opportunity to ask questions of the Consultant and their design team. d. The Consultant may ask questions of the panel. e. The Consultant shall have five(5)minutes to make closing remarks and deliver wrap- up summary. l:\Gngincering\2017CONTRAC1'5\17-18 WPI'Clennvells\Project_Information\Contract Gdo\Consultant Agreements\Pinal Page 10 of 12 Design\17-18 Scope of Services_12-14-16.Aocx f. The entire interview shall be no more than ninety(90)minutes,including presentation, questions,and closing remarks. 3. Agreement Approval After the firms are ranked,the City will select the top-ranked firm. Selection will be based on a combination of scope and qualifications. If an agreement with the Consultant is reached,a consulting agreement will be presented to the Common Council for approval. If an agreement cannot be reached with the top-ranked firm on any items, the second- ranked firm will be considered,and the same process will continue until a firm is selected. E. SCHEDULE The proposed project schedule is summarized below: Clearwells Replacement Design Milestones Date Project Kickoff Meeting February 2017 Subsurface Investigation February 2017 Topographic Survey (City Completed) January 2017 Design Development Meeting#1 February 2017 Design Development Meeting#2 March 2017 Draft Engineer's Report Review Meeting April 2017 Final Engineer's Report(30%Complete Design) May 2017 60%Complete Design to City June 2017 90%Complete Design to City July 2017 100%Complete Design to City(Final Design) August 2017 F. ADDITIONAL AVAILABLE INFORMATION The City has attached following information to the RFP to assist in Consultant's evaluation and preparation of their proposal: Water Filtration Plant: Clearwells Prelifninary Design Sttidy,performed by CH2M in 2014. • Relevant sections of the Water Filtration Plant Electrical Study,performed by CH2M in 2016. Existing geotechnical reports from previous projects at the WFP. G. ASSUMPTIONS The scope of engineering services is based on the following assumptions: I:\Engineering\2617 CONTRAC15\17-18WPP Clearwells\Project Information\Contract Info\Consultant AgreementsUinal Page 11 of 12 Design\17-18 Scope of SeMces_12-14-16.docx 1. Engineering scope and fees are based on facilities described in this scope of services,the Water Filtration Plant: Clearwells Preliminary Design Study (CH2M, 2014), and the Water Filtration Plant Electrical Study(CH2M,2016). 2. The project Environmental Assessment and Historical and Archeological Resources review will be conducted as a separate agreement. 3. There is approximately 500 linear feet of WFP cyclone-type fencing with lead paint that will be removed as part of the Clearwells Replacement project. Any further investigation and remediation of possible hazardous waste, asbestos, lead paint, or other types of contamination will be conducted as a separate agreement. i 4. Modification to the foundations of existing buildings is not required. 5. The design will be based on the federal, state, and local codes and standards in effect on the effective date of the authorization to proceed. Any changes in these codes may necessitate a change in scope. 6. Site drawings will only be prepared for the areas where new facilities are to be constructed, 7. Consultant will prepare performance specifications for sprinkler systems to be provided for the new pump stations. H. LEVEL OF EFFORT AND COMPENSATION The Consultant will summarize the proposed level of effort and compensation for professional engineering services in the format shown in the attached spreadsheet and seal in a separate envelope, as stated in this RFP(see Attachment 1). I:\Engineering\2017 CONTRACIS\17-18 WPP Cleanvells\I'roject_Informition\Contract Info\Consultant Agreements\Final Page 12 of 12 Design\17-18 Scope of ServiceS_12-14-1h.docx Attachment NS Water Filtration Plant Clearwells Replacement Project Final Design Costs TASK 1 HOURLY SITE INVESTIG PERSONNEL(NAME) RATE HOURS Senior Project Manager 1 Senior Project Manager 2 Senior Project Manager 3 $0.00 Geotechnical Engineer 1 $0.00 Geotechnical Engineer 2 $0.00 Geotechnical Engineer 3 $0.00 Process Mechanical Engineer 1 $0.00 Process Mechanical Engineer 2 $0.00 Process Mechanical Engineer 3 Structural Engineer 1 $0.00 Structural Engineer 2 $0.00 Structural Engineer 3 $0.00 j Stormwater Engineer 1 $000 Stormwater Engineer 2 $0.00 Stormwater Engineer 3 $0.00 Building Mechanical 1 $D.00 Building Mechanical 2 $0.00 Building Mechanical 3 $0.00 Electrical Engineer 1 $0.00 Electrical Engineer 2 $0.00 Electrical Engineer 3 $0.00 1&C Engineer 1 $0.00 1&C Engineer 2 $0.00 Civil Engineer 1 $0.00 Civil Engineer 2 Civil Engineer 3 Civil Engineer 4 Civil Engineer 5 $0.00 Architectural Engineer 1 $0.00 Architectural Engineer 2 $0.00 Architectural Engineer 3 $0.00 Senior CAD Technican 1 $0.00 Senior CAD Technican 2 $0.00 Senior CAD Technican 3 $0.00 CAO Technican 1 $0.00 CAD Technican 2 $0.00 CAO Technican 3 $0.00 CAD Technican 4 $0.00 CAD Technican 5 $0.00 CAD Technican 6 $0.00 Clerical I $0.00 Clerical 2 $0.00 Clerical 3 $0.00 Miscellaneous 1 $0.00 Miscellaneous 2 $0.00 Miscellaneous 3 $0.00 TOTAL LABOR PER TASK 0 EXPENSES PER TASK)LUMP SUM) TOTAL COST PER TASK TOTAL PROJECT HOURS 0 TOTAL LABOR PROJECT COST $0.00 TOTALEXPENSES $0.00 TOTAL PROJECT COST $0.00 AGREEMENT This AGREEMENT, made on the day of 2016, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CONSULTANT'S NAME address party of the second part,hereinafter referred to as the CONSULTANT, j WITNESSETH: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for WATER FILTRATION PLANT CLEARWELLS REPLACEMENT FINAL DESIGN SERVICES. ARTICLE I. PROTECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Name-Title B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Pete Gulbronson,P.E.,C.D.T.-Environmental Compliance Manager ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal. CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. L\Engineering\2017 CONTRAcrs\17-18 WFP Cleanveus U'roject_mformation\Contract Page 1 of 7 Info\Consultant Agreements\Final Design\17.18[clank Current Agreement Form-]2-16-16.docx All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re-perform any services not meeting this standard without additional compensation. ARTICLE V. OPINIONS OF COST FINANCIAL CONSIDERATIONS AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties the CONSULTANT makes no warranty the CITY's actual project costs,financial aspects,economic feasibility,or schedules will not vary from CONSULTANT's opinions,analyses,projections,or estimates. ARTICLE VI. RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT is not responsible for any errors or omissions in the information from others the CONSULTANT reasonably relied upon and are incorporated into the record drawings. ARTICLE VII. CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the CONSULTANT's work, the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. I:\Engineering\2017 CONTRACIS\17-18 WFP CleanvelLs\ProjeLt-Information\Contract Page 2 of 7 Lilo\Consultant Agreements\Feral Design\17-18 Blank Current Agreement Form12-16-16.docx ARTICLE VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. CITY recognizes CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT's services.Upon request, CITY will provide CONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CITY'S Request for Proposal. The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees the CONSULTANT is not responsible for damages arising directly or indirectly from any delays for causes beyond the CONSULTANT's control. For the purposes of this AGREEMENT, such causes include,but are not limited to, strikes or other labor disputes,severe weather disruptions or other natural disasters,failure of performance by the CITY, or discovery of any hazardous substances or differing site conditions. If the [:\Engineering\2017 CONTRACTS\17-18 WFP Cleanvclla\Froject_Infonnation\Contract Page 3 of 7 Info\Consultant Agreements\Final Design\17-1861ank Current Agreement Form_12-16-16doa delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner,the CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim,or if not attached, as if hereto attached: 1. This Instrument 2. CITY's Request for Proposal dated December 16,2016 and attached hereto 3. CONSULTANT's Proposal dated and attached hereto In the event any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE XII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed $ ( Dollars). • Attached fee schedule(s)shall be firm for the duration of this AGREEMENT. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. I:\Engineering\2017CONTRACI5\17-18 WFP Cleanvells\Project_Information\Contract Page 4 of 7 Info\Consultant Agreements\Final Design\17d8IIlank Current Agmvment Form 12-16-16.dooc D. Indirect Costs. Indirect costs such as computer time, printing, copying, cell phone charges, telephone charges, and equipment rental shall be considered overhead and shall not be invoiced separately to the PROJECT. E. Expenses. Expenses may be billed with up to a maximum of 10% mark-up. All invoices with expenses shall include supporting documentation of the expense. Failure ill result in the reduction of payments by the to include the supporting documentation w amount of those expense(s)not including documentation. ARTICLE XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his/her agents or assigns,his/her employees, or his/her subcontractors related however remotely to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the CITY all sums including court costs, attorney fees, and punitive damages which the CITY may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the CITY's written demand for indemnification or refund for those actions, claim,and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description(including death), or damages to person or property arising out of re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. I:\Engineering\2017 CONTRACTS\17-18 WrV Cleanvells\Prolmt_information\Contract Page 5 of Jnfo\Consultant Agreements\Fuial Design\17-18 81onk Current Agreement Form12-16-16.docx ARTICLE XV. TERMINATION A. For Cause. If the CONSULTANT shall fail to fulfill in timely and proper manner any of the obligations under this AGREEMENT, the CITY shall have the right to terminate this AGREEMENT by written notice to the CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONSULTANT no later than ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT. ARTICLE XVI RE USE OF PROTECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re-use, change, or alteration of these project documents. ARTICLE XVII. SUSPENSION DELAY OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. I:\Giginccring\2017 CONTRAC'15\17-18 WFP Cleanvells\I'roject_Informatiai\Contrail Page 6 of 7 info\Consultant Agreements\Final Design\17-18 Blank Current Agreement Form 12-16-16.do<x ARTICLE XVIII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULTANT By: (Seal of Consultant if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH By: (Witness) Mark A.Rohloff, City Manager And: (Witness) Pamela R.Ubrig,City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. City Attorney City Comptroller 1:\Engineering\2017 CONTRAC1`5\17-18 WPP Cieanvells\Project_Information\Contract Page 7 of 7 Info\Consultant Agreements\Final Design\17-18[clank Current Agreement Form12-1G-l6.docx 4114114 CITY OF OSHKOSH INSURANCE REQUIREMENTS 111 PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh is primar coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below whichever is longer. 1. PROFESSIONAL LIABILITY A. Limits (1) $1,000,000 each claim (2) $1,000,000 annual aggregate B. Must continue coverage for 2 years after final acceptance for service/job 2. GENERAL LIABILITY COVERAGE A. Commercial General Liability (1) $1,000,000 each occurrence limit (2) $1,000,000 personal liability and advertising injury (3) $2,000,000 general aggregate (4) $2,000,000 products—completed operations aggregate B. Claims made form of coverage is not acceptable. C. Insurance must include: (1) Premises and Operations Liability (2) Contractual Liability (3) Personal Injury (4) Explosion, collapse and underground coverage (5) Products/Completed Operations must be carried for 2 years after acceptance of completed work (6) The general aggregate must apply separately to this proiect/location 3. BUSINESS AUTOMOBILE COVERAGE— If this exposure shall exist: A. $1,000,000 combined single limit for Bodily Injury and Property Damage each accident B. Must cover liability for Symbol#1 -"Any Auto"—including Owned, Non-Owned and Hired Automobile Liability. III - 1 4/14114 4. WORKERS COMPENSATION AND EMPLOYERS LIABILITY—"If" required by Wisconsin State Statute or any Workers Compensation Statutes of a different state. A. Must carry coverage for Statutory Workers Compensation and an Employers Liability limit of: (1) $100,000 Each Accident (2) $500,000 Disease Policy Limit (3) $100,000 Disease—Each Employee 5. UMBRELLA LIABILITY - If exposure exists, provide coverage at least as broad as the underlying Commercial General Liability, Watercraft Liability (if required), Automobile Liability and Employers Liability, with a minimum limit of $2,000,000 each occurrence and $2,000,000 aggregate, and a maximum self-insured retention of$10,000. G 6. ADDITIONAL PROVISIONS I A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A.M. Best rating of no less than A- and a Financial Size Category of no less than Class VI, and who are authorized as an admitted insurance company in the state of Wisconsin. B. Additional Insured Requirements — The following must be named as additional insureds on all Liability Policies for liability arising out of project work - City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. On the Commercial General Liability Policy, the additional insured coverage must be ISO form CG 20 10 07 04 or its equivalent and also include Products —Completed Operations ISO form CG 20 37 07 04 or its equivalent for a minimum of 2 years after acceptance of work. This does not apply to Professional Liability,Workers Compensation and Employers Liability. C. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days'prior written notice has been given to the City Clerk —City of Oshkosh. III - 2 DATE(MM/DD/Yl'Y) ACORD' �..�' CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policyti: must be endorsed. If SUBROGATION WAI IS VED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Insurance Agencyconfact NAME: Insurance Agent's Information,Including street PHONE contact information. A/C No): address and Po Box If AlC.No.Ext): applicable. E-MAIL ADDRESS: -- INSURER(S)AFFORDING COVERAGE NAIC If INSURER A: ABC Insurance Com an NAIC# INSURED Insured's contact(nformatlon, INSURER B: XYZ Insurance Company NAIC# Including name,address and NAIC# phone number. INSURER c: LMN Insurance Company INSURER D: Insured must have a minimum A.M.Best rating of A- and a F/nancfa(Perfonnance Rating ofVI or better. INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 AMY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MMIDDIY MMfDDIY 000,000 GENERAL LIABILITY i EACHOCCURRENCE $1+ DAMAGE TO RENTED ® ®COMMERCIAL GENERAL LIABILITY General Liability Policy Number Policy effective (Ea occurrence) $50,000 e and expiratkn date. MED EXP(Any one person) $5,000 A ❑'CLAIMS-MADEOCCUR PERSONAL 8 ADV INJURY $1,000,000 ® ISO FORM CG 20 37 OR EQUIVALENT ElGENERAL AGGREGATE $2,000,000 PRODUCTS—COMP/OP AGG $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: I ❑POLICY ®PRO ❑LOC I $ JECT COMBINED SINGLE LIMIT 1,000,000 AUTOMOBILE LIABILITY I (Ea accident $ ® r_1 ANY AUTO ® Autoiability Policy LNumber Policy effective and expiration date. BODILY INJURY(Per person) $ B ❑ALL OWNED [--ISCHEDULEDI BODILY INJURY(Per accident) $ _ AUTOS AUTOS PROPERTY DAMAGE HIRED AUTOS❑ NON-OWNED �� (Per accident) $ AUTOS ❑ ❑ $ ®UMBRELLA LIAR ®OCCUR ® F1i EACH OCCURRENCE $2,000,000 A ❑ CLAIMS-MADE AGGREGATE $2,000,000 EXCESS LIAR Umbrella LiabBity Policy Number Poln;y e8ecfive and expbatlon date. ❑DED ®RETENTION$10,000 $ � WORKERS COMPENSATION ElF1 ®� OTRY LIMITS❑ OTH- ER Cv AND EMPLOYERS'LIABILMY I WC STATUS ANY PROPRIETORlPARTNER/EXECUTIVE E L.EACH ACCIDENT $100,000 OFFICEIMEMBER EXCLUDED? Y/N Workers Compensation Policy Policy effective and expiration date. ------ (Mandatory in NH) N Number E.L.DISEASE—EA EMPLOYEE $100,000 It yes,describe under DESCRIPTION OF OPERATIONS below I E.L- 00,0 0 EACH LIMIT $500,000 A PROFESSIONAL LIABILITY I $1,000,000 EACH CLAIM Professional abilByPollcy ( Pollcyeffectiveandexpbatandate. $1,000,OOOANNUAL AGGREGATE Numhar _( � DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) Additional Insureds per attached endorsements. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days'prior written notice has been given to the City Clerk—City of Oshkosh. CERTIFICATE HOLDER CANCELLATION City of Oshkosh,Attn:City Clerk Insurance Standard III SHOULD ANY OF THE ABOVE DESCRIBED THE EXPIRATION DATE,T HEREOF,NOTICE WILL IBE DELIVE ES BE ED N D BEFORE 215 Church Avenue SAMPLE CERTIFICATE ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1130 Please indicate somewhere on this Oshkosh,WI 54903-1130 certificate,the contract or project# AUTHORIZED REPRESENTATIVE this certificate is for. ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Persons) Or Organizations : Locations Of Covered Operations As required by contract Any and all job sites Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds,the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" This insurance does not apply to "bodily injury' or caused, in whole or in part, by: "property damage"occurring after: 1. Your acts or omissions:or 1. All work, including materials, parts c equip- 2. The acts or omissions of those acting on your ment furnished in connection with such work, behalf; on the project(other than service, maintenance or repairs) to be performed by or on behalf of In the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) design- covered operations has been completed;or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. Insurance Standard III SAMPLE CERTIFICATE Please indicate somewhere on this certificate,the contract or project# this certificate is for CG 20 10 07 04 ©ISO Properties, Inc.,2004 Page 1 of 1 13 POLICY NUMBER: Policy# �—I COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operation As required by contract Any and all job sites Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". Insurance Standard 11/ SAMPLE CERTIFICATE Please indicate somewhere on this certificate,the contract or project# tlhjscrtificate is for. CG 20 37 07 04 ©ISO Properties, Inc.,2004 Page 1 of 1 13 TASK 1 SITE HOURLY INVESTIGATIONS PERSONNEL(NAME) RATE HOURS TASK Management&Constructibility i Linda Mohr $210.00 12 $2,520, Tony Myers $210.00 12 $2,520; Paul Timm $190.00 8 $1,52q, RECEXVED Geotechnical Chuck Winters $165.00 Jerem Thomas $165.00 12 $1,980" JAN 2 0 7 Shannon Allen $105.00 48 $5,040; DE PmdFa&Mechanical rouz $2zo.00 $0.0( OSI ps tJBLIC WORDS cessTodd Elliott $180.00 $0'0( vV 1 S CO1\j S]1 Colin Fitzgerald $100.00 Nora Sadik ScottChamplin $160.00 $0.0 Phil Ryan $220.00 50.04 Structurals Del Lange $170.00 $0.0( Brad Phelps $220.00 $0.04 Tom Paige $180.00 $0.0 Stormwater Terry Peterson $165.00 $0.0.1 Paul Drew $125.00 Lo Mark Van der Weggen $95.00 $0 Building Mechanical € Sam Rizzi $190.00 $0'� Neal Forrester $150.00 $0.00 Muhammad Shafiquizzaman $190.00 $0.04 Electrical ¢ Robert Wood $150.00 $0,00 Tre Sales $100.00 $0.10 Don Wagner $220.00 $0.00" I&C Darren Lecke $150.00 $0.0Q Jack Knight $180.00 $0.00 Civil Dave Yates $160.00 8 $1,280.1 Mike Gnandt $165.00 $0.00 Rebecca Des Rochers $85.00 40 $3,4001 Civil Engineer 5 $0.00 $0.00 Architectural Richard Siebers $165.00 $0.00 Beth Trautwein $220.00 $0.00• Architectural Engineer 3 $0.00 $0.00 CAD Marcus Rlechert $100.00 $0.00. Marc Gerik $115.00 10 $1,150.1 Senior CAD Technican 3 $0.00 $0.00; Chris Dahl $80.00 10 $800.0 Pawl Karaban $90.00 $0.00 Dan Michalek $80.00 $0.06 CAD Technican4 $0.00 1 $0.06 CAD Technican S $0.00 $0.00': CAD Technican 6 $0.00 $0.00' Administrative,Clerical 1 Sharon Laurent $75.00 4 $300.0! Tara Glenna $75.00 $0.00,; Sara Stearns $75.00 $0.00' Kornelia Madzia $0'00` Katie Crotteau $75.00 4 $300.01 Madel&SD W L Assistance Chris Dahl $80.00 20 I 51,600.E Richard Siebers $165.00 4 1 $660.01 Linda Mohr $210.00 8 ) TOTAL LABOR PER TASK 212 26,730 I EXPENSES PERTASK(LUMP SUM) $900'0( TOTAL COST PER TASK $27,630.1 TOTAL PROJECT HOURS 6,876 I TOTAL LABOR PROJECT COST $921,240.00 TOTALEXPENSES $11,700.00 TOTAL PROJECT COST $932,940.00 i I CH2M Milwaukee 135 S 84`h Street Suite 400 -- Milwaukee,WI 53214 C11 C t_F 1 V ED O:414-272-2426 2A% F:414-272-4408 www.ch2m.com JAIN 0 _'017 DEP-1 0I PUBLI( WORKS - January 10, 2017 ©SVIK( sll, WISCONSIN Pete Gulbronson,P.E., C.D.T. � ` Environmental Compliance Manager City of Oshkosh Department of Public Works Utilities Division 215 Church Avenue Oshkosh,WI 54901 Subject: Proposal for Water Filtration Plant Clearwells Replacement Final Design Dear Pete: To preserve the high quality of drinking water supplied by the City of Oshkosh (City), and to comply with the Wisconsin Administrative Code, the City is replacing buried clearwells at the Water Filtration Plant (WFP) with new at-grade storage tanks. The new storage tanks require construction of a new intermediate pump station, a new high-lift pump stations and major electrical system upgrades. To efficiently address the challenges of this project,we propose to team with AECOM. For several years, our firms have worked jointly on successful City projects, The CH2M team is best suited to design the Clearwell Replacement Project because we provide the following: ® Thorough knowledge of the plant and unmatched understanding of this project ® Strong technical skills and recent design experience on similar projects ® Productive working relationships with City personnel and key stakeholders a Proven track record of meeting the City's project goals Since 2007, our team has delivered a variety planning, design, and construction services on WFP projects that provide a strong foundation for the major capital investment in new water storage and pumping facilities. Past projects that included provisions for future clearwell replacement include the WFP Modifications and Demolition Project,WFP Asset Management Plans,WFP y Clearwells Preliminary Design Study, Marion Road Water Tower Study,WFP Maintenance Storage Building, and WFP Electrical System Study. Because the success of the Clearwell Replacement Project means a great deal to us, we assembled a design team that comprises the best resources from both firms, with an on eye on construction phase assistance that may be requested by the City. Construction considerations including cost, complexity, and implementability will be leading factors in the design of this project. If selected to assist the City during contraction, the CH2M team will efficiently provide engineering continuity through facilities' startup and responsive on-site inspection and construction management services. SLO103171104M KE With regard to the Affidavit included with the Request For Proposal and provided as part of our submittal, CH2M and AECOM understand that, as Engineers of Record,we are qualified to maintain electronic and hard copies of the Water Filtration Plant investations and studies included in part, or whole, as attachments to the City's Request For Proposal. Our team looks forward to collaborating with and serving the City on another successful project. We will execute work with our proven focus on the present and future success of the City and its ability to provide the best drinking water for its citizens. CH2M M Linda Mohr, P.E. Tony Myers,P.E. Kurt Hellermann, P.E. Project Manager Design Manager Vice President 414-847-0205 414-847-0238 414-847-0401 linda.mohr@ch2m.com tony.myers@ch2m.com kurt.hellermann@ch2m.com i I I SLO103171104M KE i i 1. Statement of Qualifications The CH2M team provides the City of Oshkosh(City) design professionals who are extremely familiar with the Water Filtration Since ourteam started Plant(WFP) Clearwells Replacement Project requirements and have working together on outstanding experience on similar projects.This provides the City Water Filtration Plant efficient engineering services with no learning curve, ultimately saving projects 9 years ago, time and money. For the design and bid phase services, CH2M will we share your goals for subcontract to AECOM design services that are related to civil survey an extremely successful Clearwells mapping, subsurface investigation and geotechnical engineering, Replacement Project.= demolition planning, and stormwater design and permitting. The LL� l AECOM team brings a thorough understanding of project site information and City requirements. While construction phase services are beyond the scope of this proposal, CH2M and AECOM envision working jointly during construction to efficiently provide optimum support to the City and the construction contractor. Our team has worked together successfully, and with an eye toward the future needs of your utilities, on several other City projects, including the Clearwells Preliminary Design Study. La. Firm's General Qualifications CH2M Established in 1946, CH2M is a global leader in full-service engineering, consulting, construction, and operations for public and private clients. With nearly 21,000 employees working in 164 offices worldwide,we are recognized for delivery of innovative, practical, sustainable solutions— helping olutions—helping clients, including the City of Oshkosh Water Utility develop and manage infrastructure and facilities that improve efficiency, safety, and quality of life.We have offices across the US, including 12 offices in the Midwest. Our Milwaukee office has nearly 200 people, and serves as the water design center for the Midwest. Drinking water treatment is our core service, and we were named Water Company of the Year by Global Water Intelligence in 2012. We have completed more than 1,500 water supply and treatment projects with capacities from a few gallons per minute to more than 500 million gallons per day (mgd). We are also consistently ranked as a top water engineering firm by Engineering News Record and named the one of the World's Most Ethical companies in 2016, our eighth consecutive year receiving this designation from the Ethisphere@ Institute. When our clients need facilities for water pumping, storage, treatment and regulatory compliance,we collaborate with them to provide flexible, cost effective facilities to operate over a broad range of conditions. AECOM AECOM is built to deliver a better world—designing,building,financing, and operating infrastructure assets for governments,businesses, and organizations in more than 150 countries. As a fully integrated firm, AECOM connects knowledge and experience across a global network SLO103171104MKE 1-1 of experts to help clients solve their most complex challenges. From high-performance buildings and infrastructure, to resilient communities and environments,to stable and secure nations, the firm's work is transformative, differentiated, and vital. AECOM has successfully partnered with CH2M to serve the City on multiple projects. Collaboratively providing the best possible talent from both firms,has resulted in more efficient,higher quality City project delivery. Pump Station Qualifications The CH2M team comprises local professionals and renowned experts with a global perspective on design and construction of pump stations. Our design and construction experience includes some of the largest and most complex pump stations ever built,including the American Society of Civil Engineering award-winning 16,000-hp Freeport Intake Pump Station. We have planned and designed over 200 pump stations in the last 5 years with capacities up to 600 mgd and 66,000 hp. New or retrofit pump stations are common elements in water treatment plant expansion and upgrade projects. The CH2M projects highlighted in this proposal include intermediate and high- lift pumping facility planning, design, and/or integration services performed by our Milwaukee based design team. Storage Tank Qualifications CH2M has worked on all types of water storage reservoirs ranging from 100,000 gallons to 35 million gallons (MG)in size. We offer broad technical expertise gained through recent and local projects that included reservoir siting,permitting,planning, design, and construction service projects for many of the water purveyors throughout the Midwest. Our extensive resume of constructed new and retrofit storage facilities include steel and concrete reservoirs. The structural and corrosion engineering staff are often involved in forensic engineering to upgrade all types of hydraulic structures,including steel,prestressed concrete and cast-in-place concrete to address capacity needs, owner customization, or risk mitigation. CH2M understands the critical nature of reservoir structures in water systems and the importance of reducing risks while looking toward future needs. CH2M's storage tank designers successfully completed projects with similar elements as the Clearwells Replacement Project. Brad Phelps, our senior tank reviewer,is a leader of CH2M's Reservoir Design Team. Our proposed structural engineer,Del Lange,is a seasoned designer of storage facilities that can meet your quality,lifecycle, and operational goals. Geotechnical and Stormwater Qualifications Geotechnical AECOM has worked with the City since 1978 on many similar projects, and has completed approximately 2,000 soil borings for the City since establishing its Oshkosh office. AECOM and its City of Oshkosh account manager,Paul Timm,have remained steadfast in commitment to provide best-in-class engineering services to the City. As the result of conducting multiple subsurface investigations at the Water Filtration Plant site,AECOM's proposed geotechnical 1-2 SLO103171104MKE i engineers, Jeremy Thomas and Shannon Allen, provide unmatched experience to complete the geotechnical evaluations necessary for The CH2M team brings the Clearwells Replacement Project. people that have extensive experience at Stormwater the City's Water Filtration Plant, backed by our AECOM has extensive experience relating to stormwater control in firms'deep bench the City, and is one of the City's lead watershed modelers. AECOM strength.We have the has designed,permitted, and/or provided construction management engineering, services on multiple City stormwater basins and storage chambers. management and construction services to In addition, AECOM has designed,permitted, and provided deliver this project. construction management services on several parking lots, - riverwalks,public utility buildings, and private commercial developments in the City and across Wisconsin. Our proposed stormwater engineers, Terry Peterson and Paul Drew, maintain a - superb working relationship with the Wisconsin Department of Natural Resources (WDNR) stormwater permitting group and have a thorough understanding of Water Filtration Plant- specific, City, and state stormwater management goals. 1.b. Local Offices A strong local team provides a responsive City partner with the resources to address all design, demolition, and construction aspects of the Clearwells Replacement Project. The CH2M proposed project team is based in CH2M's Midwest water design center located near 841h Street and 1-94 in Milwaukee. This office is home to nearly 200 professionals with extensive experience in all aspects of water storage and pumping. Our proposed project manager,Linda Mohr,has managed several water plant projects performed from the Milwaukee office. Tony Myers is a global drinking water expert with extensive experience in water pumping,storage, and water plant design. He has managed the design of dozens of water treatment plant improvement projects. Linda and Tony are dedicated to bringing the right design resources to the City. CH2M has an outstanding track record helping utilities in Wisconsin with water projects similar to this one, including Oak Creek and Appleton. We tailor our designs to meet each plant's unique needs, and do not force"standard" designs on our clients. We work closely with the WDNR to ensure compliance with new and future regulations, and conduct thorough operator training on new systems.We encourage you to call our references to hear more about our work experience on projects similar to yours. S10103171104M KE 1-3 1.c. Design Team and Team Experience Ten CHiM team leads shown on our on Similar Projects Organization Chart worked on the The proposed design team is shown in the organization chart below. Preliminary Clearwells Resumes for project leads are included in Section 2. All of the CH2M Design Study. Our design leads worked on the two featured similar projects described in familiarity with the the proposal: The Cedar Rapids J Avenue Water Plant Disinfection project reduces the System Improvements Project and the Oak Creek 2016 Water learning curve, helps Treatment Plant Improvements Project. achieve schedule goals, and results in efficient AECOM team members have worked with CH2M,in similar roles,on investment in other City projects,including the Clearwells Preliminary Design Study. engineering resources. EXHIBIT 1 Organization Chart F �A�Oshkosh Linda Mohr,PE Tony Myers,PE I ! pr I 4 rE;r rsic f ,W p lz _=)'x1 j Del Lange,' ange P � �� 3$pyI��u ScPE ----.— E Robert Wood,PE Scott Champlin David Yates,PE Darren Lecke PE �` � �— - Senior Reviewer I , Senior Reviewer `Senior Reviewer i Senior Reviewer Brad Phelps,PE Senior Reviewer Don Wagner,PE Phil Ryan,PE Mike Gnandt,PE Jack Knight PE ! PEs Fkt�r<4gIG tP G7 �t 'rfafirS ll,Pq [rl�l�a k. rs#,irF e i Lya � pare rtl`,iF4z 7 y Richard Siebers RA Charles Winter,PE Todd Elliott,PE - `�re� .,< Paul Drew,PE,CFM— Senior Revievtet Jeremy Thomas,PE— Senio Reviewer Paul Timm—AECOM AECOM AECOM Beth Trautwein, r Tony Myers,PE Senior Reviewer AIA,NCARB Senior Revfewer ^' Terry Peterson,PE— Emad Farouz,PE AECOM Our Milwaukee-based team has a history of successfully delivering similar pumping, storage, and disinfection projects. This team has worked together for several decades,under the leadership of project managers Linda Mohr and Tony Myers. While many of the key personnel have previous experience with Oshkosh Water Filtration Plant design projects, our technical reviewers were selected because of their expertise and ability to provide a fresh perspective, which we recognize as essential.Their ideas and proven innovations gained from similar projects will help ensure the new facilities are designed cost effectively to meet the City's project goals. 1-4 SLO103171104MKE EXHIBIT 2 Team Experience 70—NEW 01 A 10 ON ME 115 gg -"w � a °� &• NO Mal Oak Creek Water Treatment Plant ✓ ✓ ✓ Expansions in 1999 and 2010 Oak Creek Chlorine Contact Tank and ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Storage Evaluation Oak Creek 2016 Water Treatment Plant ✓ ✓ ✓ ✓ ✓ ✓ Improvements Cedar Rapids UV,Storage and Pumping ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Appleton UV,Chlorine Contact, ✓ ✓ ✓ ✓ ✓ ✓ Plant Improvements St.Paul MN Chlorine Contact and Storage ✓ ✓ ✓ ✓ ✓ ✓ ✓ Jefferson County Water Storage,Chlorine ✓ ✓ ✓ ✓ ✓ Contact and Pumping Oshkosh Modifications and ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Demolition Project Oshkosh Clearwells Preliminary Design ✓ ✓ ✓ ✓ ✓ ✓ ✓' ✓ ✓ Oshkosh Marion Road Water Tower ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Oshkosh WFP Electrical Study / ✓ 101 COWPPCR 8 MKE A brief summary of key personnel experience is below. Full resumes can be found in Section 2. Project Manager,Quality Manager, and Permits Lead (Linda Mohr)—30 years of experience in _w project management and water plant design,permitting and construction,including several Water Filtration Plant projects. Served as quality manager on more than 20 water plant designs. Recent experience in water treatment plant state construction permits (WDNR,Public Service Commission[PSC]), Safe Drinking Water Loan (SDWL) program administration,and Focus on Energy (FOE) grants. Design Manager and Process Mechanical Reviewer(Tony Myers)—32 years of experience in water plant design management,including UV facilities,chlorine contact tanks,storage and pumping. Managed the Oshkosh Modifications and Demolition Project design and the Oak Creek and Cedar Rapids projects featured in the proposal. A global expert in water treatment,he brings recent experience in water treatment plant state construction permits (WDNR, PSC), SDWL j program, and FOE grants. SLO103171104MKE 1 5 ,may 4 �� Structural(Del Lange)-27 years of experience in water plant and water storage structures. Structural engineer for Oshkosh Water Filtration Plant Modifications and Demolition Project, Equipment Replacement Project, and the City's Marion Road Water Tower Replacement Project. Structural engineer for Oak Creek 2016 Improvements Project. Storage Tank Senior Reviewer(Brad Phelps)-More than 32 years of experience in water storage tank design,including a 2 MG prestressed concrete chlorine contact/storage tank on the Oak Creek 2016 Improvements Project. Co-leader of Northwest Reservoir Design Team;extensive experience managing all phases of reservoir and pipeline planning and implementation projects. Instrumentation and Controls (Darren Lecke)- 15 years of experience in control systems and water plant automation. Served as controls engineer for several Oshkosh Water Utility projects, including SCADA system software development and operator training for plant disinfection systems and providing technical assistance during plant-wide upgrade of PLCs to improve control system reliability. Electrical (Robert Wood)-17 years of experience in electrical design of water plants and industrial facilities. Served as lead electrical engineer on the Water Filtration Plant Electrical Systems Study and the Clearwells Preliminary Design. Mechanical-Pumping(Scott Champlin)-10 years of experience in the design of pumping and mechanical systems. Led the pumping systems analyses for the Fridley Softening Plant Recarbonation System Improvements Project Design. Mechanical-Pumping Senior Reviewer(Phil Ryan)-One of CH2M's most experienced conveyance engineers and project managers, with more than 32 years of experience in planning, design, equipment procurement and construction of pump stations and pipelines. Serves as CH2M's Global Pumping and Conveyance Technology Leader, and was pumping systems reviewer, Oak Creek Water Treatment Plant, 2016 Improvements Project. Site Civil/Yard Piping(Dave Yates)-20 years of experience in water conveyance,pipelines, site civil engineering, and permitting. Served as site civil engineer for the Marion Road Water Tower Replacement Project. Architectural (Richard Siebers)-26 years of experience in architectural designs for water plants. Expert in building code compliance,materials selection and matching existing plant architecture with surroundings. Architect for several Oshkosh Water Utility projects,including the Modifications and Demolition Project;the Chemical, Electrical and Controls System Improvements Project;and the Equipment Replacement Project. Geotechnical (Charles Winter)-19 years of experience in the areas of geotechnical engineering exploration, design, and construction, focusing on deep foundation design and construction, including cost optimization and risk mitigation. Served as geotechnical engineer for the Marion Road Water Tower,in Oshkosh. Geotechnical (Jeremy Thomas)-12 years of geotechnical engineering with expertise in planning and implementing field exploration programs and laboratory testing programs, analysis and design of earth retaining structures, and analysis and design of deep and shallow foundation systems. He served as geotechnical engineer for the Marion Water Tower,Water Filtration Plant 1 6 - - SL0103171104MKE Storage Building, High Lift Pump Station Retaining Wall Study, Sedimentation Basin Concrete Repairs as well as several other City of Oshkosh projects. Geotechnical Senior Review(Emad Farouz)—25 years of special geotechnical engineering expertise in design,project management,QA/QC, and construction management. Has served as geotechnical lead for multiple water treatment improvement projects across the country. Process Mechanical Design (Todd Elliott)—15 years of experience with more than 20 water treatment plant designs around the country, including Wisconsin projects in Oshkosh,Appleton, and Oak Creek. For several Water Filtration Plant projects,lead process mechanical engineer for planning, design, construction, and operator training. Constructability Review(Paul Timm)—More than 30 years of experience managing construction of City projects. Provided design review and construction management services on the Water Filtration Plant Modifications and Demolition Project,Water Filtration Plant Storage Building, Sedimentation Basin Concrete Repairs, Sludge Line fastener replacement, and the Former Intake Building Environmental Cleanup and Demolition. Stormwater(Paul Drew)—8 years of experience with more than 50 projects completed with stormwater related issues. Expertise in hydrologic and hydraulic modeling,water resources design, and regulatory permitting. Proficient in several software applications including ArcGIS, FLO-21), HEC-HMS, HEC-RAS, HydroCAD, HEC-1, HEC-2, and WinSLAMM. Project Manager for Stringham Watershed modeling and South Park Lagoon and Parking Lot reconstruction projects for the City. Stormwater Senior Reviewer(Terry Peterson)—36 years of experience in the planning, permitting, design and construction management of stormwater collection, detention and site drainage facilities. Expert in the design of stormwater collection/discharge to comply with federal,state and City standards for both water quantity control and water quality improvement. Senior Civil engineer for the Water Filtration Plan Storage Building as well as several other City of Oshkosh projects. 1.d. WDNR Familiarity Formal submittals to the WDNR for the Clearwells Replacement Project include the Engineer's Report, completed WDNR Design Checklists, and bid documents (drawings and specifications). CH2M's design approach includes sending copies of the 60- and 90-percent drawings and specifications to the WDNR and inviting the WDNR reviewer to the milestone design review meetings with the City.We have an excellent rapport with WDNR because we involve their staff early and frequently in the design process. This results in cost savings for our clients and quick, "no-surprises"WDNR approval to construct. CH2M has worked effectively with WDNR on drinking water projects for over 32 years and through several revisions to state codes. Our design manager,Tony Myers, and WDNR`s top surface water plant reviewer, Larry Landsness,have collaborated on more than 20 water treatment plant design projects,including projects with new treatment technologies and operational approaches as described below. S10103171104MKE 1-7 .i ® CH2M designed the first permitted UV system for Cryptosporidium inactivation in Wisconsin (North Shore Water Commission).This involved working closely with WDNR to meet all code issues and the intent of the then draft EPA UV Disinfection Guidance Manual.From our discussions with WDNR,we identified the need for our design to incorporate automatic diversion of water away from the storage tank in case of a lamp break or off-specification operation(UV-to-waste).This capability,unique to Wisconsin,has become the"gold standard" for W design and reliability on our Wisconsin projects. We used a similar design concept for the UV system in Appleton. This knowledge will be applied in the Clearwells Replacement Project's provisions for future addition of UV disinfection in the treatment process. @ CH2M worked with WDNR on upgrading underground storage tanks and CT tanks that do not meet code in Oshkosh.We designed a new above-ground chlorine contact/filter backwash supply storage tank and included provisions for future addition of intermediate pumping,new above ground clearwells, and a new high service pump station.We developed a comprehensive disinfection operations plan that was approved by WDNR to assist operators with the complex CT calculations with ozone, chlorine and chloramine disinfection. CH2M worked with WDNR during design of the 1999 Oak Creek Water Treatment Plant expansion to get an innovative"filter-to-recycle"system approved. This allowed the plant to recycle filter-to-waste water to the filter influent,avoiding the cost of disposing the water.This was the first such system approved in Wisconsin. © In the past several years CH2M worked with WDNR and Oak Creek Water and Sewer Utility to increase the rated capacity of the water plant from 28 mgd to 35 mgd.This successful program saved Oak Creek$10 million in construction costs,as no additional construction was required to achieve the additional 7 mgd in capacity.Much of the credit for this achievement goes to Utility staff who conducted the full-scale testing program,collected the data,and have the confidence of WDNR for a well-operated plant. CH2M worked with WDNR on a landmark project in Appleton. Upgrading the water plant filters and chlorine contact tank and adding UV allowed them approval to bypass membranes and save about$700,000 per year in O&M costs. ® CH2M's experience with WDNR extends to implementing SDWL-funded projects from design through project closeout. Le. Public Service Commission Familiarity CH2M has efficiently gained PSC authorization to construct on the following Oshkosh Water Utility Projects: Modifications and Demolition Project, Equipment Replacement Project, and the Marion Road Water Tower Project. In the past few years,the PSC construction authorization requirements have become far more extensive and overlap, to some degree,the WDNR construction approval requirements. A successful approach to timely authorization by the PSC is submission of requested documentation to the standards established in PSC guidelines and consultation with PSC lead engineering reviewer, Steve Ken-na, and PSC environmental and financial reviewers at the 90-percent design milestone. 1-8 S10103171104MKE 1.f. Effective Design Process Based on our understanding of the Clearwells Replacement Project,we propose a design process based on early and thorough evaluation of the project issues that present the greatest risk to the City's success. These challenges include the following: ® Maintaining reliable disinfection, storage,pumping systems and electrical power distribution during phased construction of improvements ® Safely conducting demolition and heavy construction activities in close proximity to facilities that must remain in service _ ® Addressing the geotechnical design and construction problems posed by unsuitable soils and high groundwater Gaining endorsement of City leaders and community stakeholders on the appearance of the improvements ® Effective engagement of permitting and approval authorities to avoid costly design changes and construction change orders During the development of Engineer's Report,the CH2M team will focus on clearly defining the project constraints,identifying solutions, and creating design and construction sequence concepts u to meet all project objectives.A good example of how this process was started is the evaluation of the electrical distribution in the Water Filtration Plant Electrical Study(CH2M, 2016) which identified and modeled conceptual electrical modifications needed to continuously maintain primary and emergency back-up power capabilities during construction. The modeling studies included evaluation of system performance during various stages of construction to identify potential vulnerabilities and ways to reduce the City's risk. Changes made late in the design process and during construction are far costlier than changes made early in design development. For that reason,we propose to conduct the preliminary evaluations and develop conceptual drawings needed to support the City's Site Design Review and Conditional Use Permitting processes and engage City reviewers during design rather than when design documents are complete. Based on recent experience,with the Marion Road Water Tower Replacement Project and the Water Filtration Plant Storage Building Project, early input in the design process from key City reviewers will result in higher City and community satisfaction with the project and lower risks to schedule and budget. i SLO103171104MKE 1 9 p f: 1.g. Similar Project Performance Milwaukee is our Midwest water EXHIBIT 3 treatment plant design center, and home to engineering professionals with tn extensive experience in all aspects of water treatment plant study, design, construction, and operations. Recent projects in the Midwest led by Linda Mohr and Tony Myers and delivered by the Milwaukee team include Cedar Rapids,IA ✓� ✓ ✓ ✓ �✓ Appleton,WI ✓ ✓ ✓ ✓ rehabilitation of many water treatment Oshkosh,WI ✓ ✓ ✓ ✓ ✓ plants, including incorporation of storage,pumping, and UV. Each of these North Shore Water Commission,WI ✓ ✓ projects was required to accommodate Ann Arbor,MI ✓ ✓ uninterrupted water production during St.Paul,MN ✓ ✓ construction and startup. Jefferson County,M0 ✓ ✓ ✓ ✓ Weymouth,MA ✓ ✓ ✓ ✓ Exhibit 3 summarizes some of the key Northern KY Water District,KY ✓ ✓ ✓ components of these projects. Additional Syracuse,NY ✓ ✓ ✓ ✓_ details on each project can be found on 03 CCINPFD_5 A(KE the following pages. Many of our representative projects featured on the folloiving pages involve components relevant to the Oshkosh Clearwells Replacement Project. I 1-10 SLO103171104MKE I t C C Disinfection System Improvements, J Avenue and Northwest Water Treatment Plants, Cedar Rapids, IA Project Highlights f Chlorine contact tank o Storage tank ® Intermediate pumping station - ® High-lift pumping station 0 UV disinfection v ® Generator and electrical upgrades Project Description CH2M led the design and construction services for a -- - $35 million project that included UV disinfection at two 40-mgd water plants, a 3-million-gallon storage Pump station at the Cedar Rapids J Avenue Plant tank/chloramine contact basin, a 42-mgd ��ia � rt s ri4 v intermediate pump station, and a 42-mgd high-lift pump station. This project had unique and challenging design aspects, such as integrating a UV building between an existing filter building and reservoir, and a$6 million retaining wall near a �. major road running a few feet from the pump station, and extensive construction sequencing to p existing keep the istiplant operational during gp p g critical construction and tie-ins. The UV system was the first in the US designed and approved for virus inactivation. Additional Storage tank and pump station at the Cedar Rapids J Avenue plant disinfection credit was granted by Iowa DNR for lime softening and enhanced filtration.This was also a first in the US. The UV system provides the disinfection needed now,but is also designed for easy expansion for much higher UV doses and the addition of hydrogen peroxide to control micro-constituents (pharmaceuticals,endocrine -- disrupters, etc.) in the future.The UV facility was placed after filtration, then the water was u pumped to a new storage tank/chloramine contact basin. The intermediate pump station was designed with variable frequency drives to match water plant flow rates and not impact treatment performance.The intermediate pump station building was integrated with the high-lift pump station for ease of operation and maintenance, and to reduce costs. New filter backwash pumps were also incorporated into the pump station. The storage/chloramine contact basin has extensive flexibility to route water eight different ways, depending on treatment and O&M requirements. Sections of the tank can be taken out of service for inspection and maintenance. The contact tank can act as a disinfection backup to UV, and disinfection time can be adjusted with seasonal changes in water quality. In addition,weirs and u S10103171104MKE 1 11 C �s i gates allow sections of the tank to be switched between storage and chlorine contact, depending on plant operational and maintenance needs. A schematic of the facilities are shown above. The$35 million complex retrofit project was completed with less than 2 percent in change orders and$200,000 under the engineering budget. Tony Myers was the project manager for this project. Most of the team members proposed for the Oak Creek project also worked on this project. Consultant 'Nees $1,700,000 Design budget. Actual design fee $1,500,000. - roject Deadlines Met design schedule of 10 months. ' . °°°°' Design Contract Additions After preliminary design, added L $395,000 for additional facilities - including intermediate pump station, electric generator, extensive electrical 2 improvements for new voltage supply _; and sitework/walkway improvements. -- - ---__._ Adderidi.ii'ri5 6 Cedar Rapids facilities schematic Construction Cost $35 million including less than 3% change orders Client Reference Bruce Jacobs,Utility Engineering Manager, 1111 Shaver Rd. NE,Cedar Rapids,IA,52402, 319-286-5913,b.jacobs@cedar-rapids.org I � i 1-12 SL0103171104 M KE F 2016 Water Treatment Plant Improvements, Oak Creek Water and Sewer Utility Water Treatment Plant, Oak Creek, WI _ Project Highlights 0 Chlorine contact tank 0 Storage tank ® Intermediate pumping station High-lift pumping station 0 UV disinfection ... - 0 Electrical upgrades 0 Yard Piping Project Description CH2M completed expansions to Oak Creek's surface water treatment plant in Oak Geek Water Plant Improvements 1999 (12 mgd to 20 mgd) and 2010 (20 mgd to 28 mgd). Tony Myers served as project manager for both projects, and helped the utility realize significant achievements. The first expansion won an Engineering Excellence award from the Wisconsin Association of Consulting Engineers. y After the second expansion,we worked with plant staff and WDNR on full-scale plant testing to increase the plant-rated capacity from 28 mgd to 35 mgd at no capital cost. Our team worked closely with water treatment plant staff and WDNR to select the process and to choose the plant layout that met their needs best. Some of the design features included the following: Flocculation and plate settling are in a building instead of underground tanks, allowing easier maintenance and the ability to observe the treatment processes.The new facilities were integrated with existing basins and sludge handling without service interruption. ® Gravel-less underdrains were used for filtration,providing flexibility for more media depth and future use of GAC.Filter-to-waste was incorporated into the existing and new filters.A unique system to recycle filter-to-waste water to the filter influent was approved by WDNR for the first time. Eliminated chlorine gas and converted to liquid sodium hypochlorite,which improved safety and security while positioning for future regulations.The old chlorine room was converted into a state-of-the-art control room. Upgraded the SCADA system,incorporating operator features for automation and WDNR N+ report generation. After successful completion of the second plant expansion, CH2M worked with WDNR and the water plant staff to develop a full scale testing plan to approve higher capacity of the water plant. This test plan was successful in getting the water plant approved from 28 mgd to 35 mgd with no capital cost,saving the Utility an estimated$10 million. SL0103171104MKE 1-13 In 2014,CH2M conducted a study of alternatives for the chlorine contact tank, Storage iank storage and advanced intermediate Ut►iadif High Lift Pump station Pumpstation disinfection. The results led to the conception of this project. Also in 2014, CH2M designed the following facilities in response to a 2008 WDNR correspondence to eliminate finished _ water storage that is below groundwater: ® Intermediate pump station New finished water storage ® New high-lift pump station UV disinfection The facilities have been designed, and are awaiting Public Service Commission approval. -'ons0- nl Fees 1999 Plant Expansion: $588,000 Final Design 2010 Plant Expansion: $775,000 Final Design 2014 Design: $1,100,000 k roject Deadlines Met design schedule of 10 months for 2010 and 2014 projects. Met final design schedule of 4 months for 1999 schedule. Design Contract Additions In 2014 project,additional$345,000 for PSC hearings, contaminated soil remediation and re- design of the project based on PSC comments for a smaller facility. Number of Bid Phase A ddendu s 7 for 2014 project. Construction Cost Estimated 2014 project$22 million Client Reference Mike Sullivan, PE,Utility Engineer, 170 W. Drexel Avenue,Oak Creek,WI 53154, 414-570-8210,msullivan@water.oak-creek.wi.us 1-14 SL0103171104M K E Modifications and Demolition Project, City of Oshkosh Water Filtration Plant, Oshkosh, WI - �v Project Highlights 0 Chlorine contact tank 0 Storage tank ® High-lift and low lift pump stations 0 Yard piping Project Description CH2M led the design and construction of a new 1-MG chlorine contact—filter backwash supply storage tank, a new 12-mgd high-lift pump station, and a 16-mgd low lift pump station.The engineering team included AECOM and Kaempfer &Associates. The project included demolition of the 1915 water treatment plant, development of facilities that fit within the constraints of the existing plant hydraulic profile, and inclusion of provisions for future plant upgrades. Significant challenges were presented because high-lift pumping and CT clearwells integral to the 1915 water treatment plant were still in service.A detailed sequence of construction was needed to minimize plant interruption and maintain the integrity of the disinfection process. CH2M developed a contact tank tracer test plan implemented by plant staff. Test results demonstrated a new chlorine contact tank baffle factor of greater than 0.7. CH2M managed public involvement activities related to demolition of the 1915 plant by retaining a historic preservation specialist to determine potential landmark status and subsequently preparing informational materials for public meetings. CH2M prepared successful WFOE grants new energy-efficient pump motors and variable frequency drives. AECOM developed innovative J solutions to safely and economically managing a wide variety of demolitions wastes. AECOM performed construction inspection and construction management services,including contract administration the SDWL program. CH2M prepared a primary and secondary disinfection plan for approval by WDNR. Using the disinfection plan, our team developed software to automatically calculate CT achieved and to compare actual values with regulatory requirements.The disinfection plan and software upgrades served as the basis for refresher operator training, provided by our team,on the subject of disinfection and regulatory compliance. max, Subsequent to the project, CH2M and AECOM partnered in the Clearwells Preliminary Design Study to evaluate long-term solutions to the buried clearwells. The selected alternative was to build new above ground storage in the same location as existing clearwells, and a new high-lift pump station and an intermediate lift pump station. Provisions in the plant hydraulic profile were made for possible future addition of UV disinfection. Consultant Fees J $335,000 design budget SLO103171104M KE 1-15 'moi Project Deadlines 6-month design schedule was met. Design Contract Additions The original design budget was increased by$178,000 to add the following improvements to the project:new High-Lift Pump Station 6/7,new Backup Low-Lift Station, and security improvements to the existing clearwell hatches. NJumber of Bid Phase Addendu ns 2 C-onstruction (_'ost $6.84 million including$640,000 in change orders. General change order breakdown as follows: $181,000 for cold weather concrete pouring work and General Conditions extension ® $100,000 for disposal of unsuitable on-site soils around 1915 plant m $79,000 add Zypex concrete additive to reduce potential CT/BWS basin leakage $179,000 replace 125-year-old watermain due to poor condition $101,000 several other minor changes Of ent _eferpnce Steve Brand, Public Works Utilities Bureau Manager,215 Church Avenue,Oshkosh,WI 54903, 920-232-5362,sbrand@ci.oshkosh.wi.us 1-16 SL0103171104MKE 1.h. Insurance and Financial Stability With a 70-year history, CH2M remains highly stable financially and has the depth of financial resources and strength to ensure contract work is performed cost-effectively and with continuity and consistency.With nearly 21,000 employees and 164 offices in the U.S., CH2M is the largest employee-owned full-service consulting and construction firm in the country. This ownership in the company promotes high staff motivation, a strong commitment to clients, low staff turnover, and continuity in work for repeat clients. CH2M does not contemplate nor anticipate any change in business volume,ownership, or organizational structure that could affect our continued commitment or successful project execution. Insurance Coverage CH2M enjoys a strong relationship with Marsh USA, Inc.,our broker for more than 10 years, and continues its long-term association with its insurance carriers. Due to our continued relations and underwriter loyalty,we maintain a very broad corporate insurance program with premier carriers in the insurance industry, all of which have A.M. Best financial ratings of"A" and higher. CH2M's industry experience and working relationship with its insurance broker and carriers enables us to tailor project-specific insurance programs to fit the needs of the customer and complexities of the project.We are pleased to confirm that CH2M can meet all required insurance and bonding requirements. Our insurance program is coupled with a sophisticated risk- management agenda and excellent historical safety performance. Bonding Capacity Aon Risk Services West,Inc. is our surety broker. Zurich American Insurance Company, Federal Insurance Company(Chubb) and Berkshire-Hathaway Specialty Insurance Company are our co- sureties, and write bonds for CH2M associated legal entities. All are licensed and qualified to operate in all 50 States, and each maintains an A.M. Best Rating of A++(Superior) and Category XV(US$2 billion or more). CH2M has single bonding capacity in excess of US$250 million and aggregate bonding capacity of US$1.5 billion and a positive relationship with Zurich, Chubb, and Berkshire-Hathaway Insurance Companies. CH2M has never had a bond called,nor been denied a bond either based on monetary amount or due to corporate financial risk. Financial Stability Headquartered in Englewood, Colorado, CH2M is financially stable, and our U.S.based corporate organizational structure and ownership has remained essentially unchanged since our founding in 1946. Our corporate strategy has been focused on building successful long-term relationships with clients focused on quality service and innovation to meet our customers' evolving needs.This philosophy has proven highly effective and has propelled CH2M to a position as one of the largest and most respected environmental engineering, construction and O&M companies in the world. As a result, our clients have access to leading service provider SL0103171104MKE 1-17 capable of delivering a wide range of services as a single-entity responsible for managing all aspects of the work. CH2M has a stable employee base with a low turnover rate thanks to our keen focus on attracting and retaining a highly qualified,trained and motivated workforce. To that end, our firms is consistently recognized as one of the most ethical and best companies to work for. Thanks to our highly capable workforce,CH2M consistently ranks as one of the top global Program Management and Environmental firms by ENR as well as a top leader in O&M services by Public Works Financing. As a result of our success,CH2M has enjoyed consistent financial growth over the years. From our humble beginnings in 1946 as a startup firm to a global environmental organization with over US$5.4 billion in revenue last year. 0 Stable revenue and backlog,based on exceptional client satisfaction—our revenue has been steady over our history,based on successful project delivery and sound risk management strategies. Strong retained earnings and reasonable debt-to-capital ratio that leads to financial stability. 0 Good credit ratings and banking relationships ensure financial flexibility—CH2M holds a 5A3 rating with Dun&Bradstreet.We have a longstanding banking relationship with Wells Fargo for over 60 years.Wells Fargo is the Administrative Agent and one of the lead lenders in our US$925 million committed credit facility that matures in April 2019.In addition,under the terms of the facility,we may be able to invite existing and new lenders to increase the amount available to be borrowed by up to$200 million. This credit facility provides us with additional liquidity, if needed. Additionally,we have more than US$199 million of cash and cash equivalents on our balance sheet as of Q12016. Effective risk-management that maximizes insurance/bonding capacity and reduces cost— an active risk-management approach is a key component of our project delivery program.Because of our ability to effectively manage risk,we have some of the broadest coverage terms in the industry. CH2M has been profitable in most of the 70 years of our existence.Because of our strong and diverse service delivery capability,we have grown our business significantly over that time span. We are able to do this primarily using the cash flow generated from our operations with some use of outside capital to support our growth. 1-18 SL0103171104MKE Li. Subconsultants CH2M is subcontracting select site investigation and design services to AECOM. In addition to the work described below, AECOM will collaborate with CH2M on project constructability reviews at design milestones and participate in design review meetings. Topographic project site base map development CH2M will subcontract to AECOM the development of a topographic site plan base map using the topographic data provided by the City. AECOM was chosen for this work because of their experience collaborating with City surveying on past projects and collaborating with CH2M on past Water Utility projects. Subsurface investigation and project geotechnical report AECOM will assist CH2M in the preparation of a scope of services for the City's geotechnical services contractor, PSI.We will conduct QA/QC review of PSI's findings. AECOM will prepare a single project geotechnical report by combining the data,observations,evaluations, and recommendations of previous Water Filtration Plant geotechnical reports for which AECOM is the professional engineer.This work will consolidate available information to facilitate review by potential project construction bidders.AECOM will also collaborate with CH2M and the City on the demolition and construction sequence aspects of the design. Stormwater design and permitting AECOM will develop the stormwater management conceptual design for the Engineer's Report, the final design stormwater drawings and specifications, and the required stormwater permit applications and supporting documentation. AECOM will also facilitate meetings with City and state stormwater permitting authorities to discuss the stormwater management design permit requirements. 1J. Quality Control Program Construction Document Phase- CH2M's quality control (QC) program for the design of Process Mechanical the City of Oshkosh Clearwells Replacement Project will consist of processes and tools used to ensure the project A_ meets the City's quality,budget, schedule, and water _J_ servicegoals. Linda Mohr and Tony Myers will jointly Design Development Phase- -—Electrical develop the QC program. They will tailor instructions for key personnel and tools like design checklists and worksheets. Linda will work closely with the design team to ensure day-to-day compliance with QC processes which include review of all work, checking calculations, coordination among lead designers, and making the right decisions at the right time. She will coordinate QC activities with Tony to meet project schedule and budget requirements. S 0103171104MKE 1-19 Managing quality starts on the first day of the project, continues throughout design with frequent informal review meetings, and is framed by formal written reviews by the entire QC team at design milestones. Beyond helping designers avoid mistakes, our top-caliber QC reviewers will help ensure equipment selections are compatible with the full range of demands;systems are designed for optimum efficiency and lower operating costs;constructability and sequence of construction aspects are addressed to control capital costs and maintain reliable operations during construction. About 10 percent of the proposed design budget is invested in QA/QC activities. The significant investment in evaluating, logging, and tracking the resolution of comments from QA/QC reviewers,the City,the WDNR, and other stakeholders is essential to ensuring technical work among the design disciplines proceeds efficiently and the City's quality,cost, and schedule goals for the project are met. 1.k. Team Approach and Potential Scope Improvements Team Approach Even though the CH2M team has had the opportunity to work on several successful Water Filtration Plant projects,we respect that no one understands the plant facilities,the water treatment challenges, and system-wide operations and maintenance better than City personnel. Our team approach is centered on integrating the City's expertise in our design by carefully listening to operations and maintenance staff during design development. On this project,for example,the project team will engage in discussions about disinfection,finished water pumping, backwash water supply, design redundancy,operational flexibility,ease of maintenance, existing constraints that could be removed with this project, and reasonable provisions for future changes in regulations and technology. In addition to providing our design and construction expertise, it's our responsibility to evaluate staff input—on the basis of technical merit and potential cost and schedule impacts—and discuss how best to address it in the design without compromising the project budget and schedule. Our team approach will result in a design of new storage tanks, pump stations,yard piping and electrical systems that are customized to provide greatest benefit to the people who will operate and maintain the new assets for decades to come. Potential Scope Improvement ,Pr e�#rnodel€ox public infQrmat on potential improvement of the design scope of services is d velopment of an animated 3� el of the project similar to the one developed for the Marion Road Water Tower Replacement Project. This type of tool helps the public and non- technical project reviewers better visualize the completed project. fxi >a1ssapplcatic� iezrc 13 Io�rmenfiati'o� include in the consultant scope work the assembly and review of all the required bid documentation listed in WDNR Form 8700-262. 1-20 S L0103171104M K E 2. Detailed Presentation of Tasks General statement about Clearwells Replacement Project—complexity,maintain continuous operations,impacting critical plant conveyance, storage, electrical assets. The Clearwells Replacement Project is comprised of the following major components: ® Demolition of three buried clearwells ® Construction of two new at-grade 1.2 MG capacity clearwells 0 Construction of a new 16-mgd capacity intermediate lift station to fill the new clearwells Construction of a new 16-mgd capacity high-lift pump station to convey water from the new clear wells to the distribution system Demolition of the existing high-lift pumping systems Replacement of two existing 750 kilowatt(M) emergency generators with two new 1000 M generators;new electrical switchgear,transformers and automatic transfer switches Sitework,yard piping, access roads,landscaping, security fencing and re-design of the existing block retaining wall around the 1985 High-Lift Pump Station 2.a. Scope of Work The Clearwells Replacement Project final design will be completed through the performance of the following tasks: 1. Site Survey and Subsurface Investigation The CH2M team will identify the site and subsurface information critical to final design development and prepare a scope of site investigation services as follows: Topographic Survey.The CH2M team will conduct a peer quality assurance/quality control (QA/QC) review of the electronic survey data provided by the City and identify additional information required to prepare a complete project base map. City surveying personnel will collect needed additional measurements. Subsurface Investigation.The CH2M team will review existing WFP soil borings and groundwater information to determine supplemental data needs. CH2M will prepare a soil boring site plan and a scope of services for field investigation and laboratory testing and a for a geotechnical investigation of the project area to be performed under a separate existing City geotechnical contract with PSI. The CH2M team will provide part time oversight of drilling operations and will conduct a QA/QC review of the PSI findings.Using the available information,we will develop a single, complete project geotechnical report—including boring date, groundwater measurements,laboratory analysis of soil samples, and foundation recommendations—for inclusion as reference information with the construction bid documents. Task 1 Deliverables.Draft and final subsurface investigation reports and site topographic survey in AutoCAD format. SLO103171104MKE 1-21 2. Engineer's Report In collaboration with the City, the CH2M team will develop and document the major design criteria for each engineering discipline;site civil, structural, architectural,process mechanical, hydraulics,building mechanical, corrosion control, electrical, and instrumentation and controls. Facility design and operational issues will be discussed with WFP personnel at two design development meetings. The demolition of the existing facilities and systems will be discussed and documented in a preliminary sequence of construction meeting. Design criteria,project team decisions, and an updated cost estimate will.be summarized in the draft Clearwells Replacement Project Engineer's Report. Because of the complexity caused by conducting demolition and heavy construction activities in close proximity to facilities that must remain in service, a preliminary sequence of construction will be developed with the City and documented in the Engineer's Report.The Engineer's Report will also include the following drawings: Existing and preliminary new site plans Process Instrumentation and Control Diagrams Hydraulic Profile Preliminary architectural renderings ® Preliminary building layout drawings (plans and elevations) Preliminary major equipment(process,electrical, and mechanical)layout drawings CH2M will submit the draft Engineer's Report to the City and WDNR for review and facilitate a review meeting with stakeholders. For consistency through design and cost control,the Engineer's Report will be reviewed by key City personnel involved in the Site Plan Review, Conditional Use Permit, and Stormwater Permit process. Input from City technical and permitting staff, along with WDNR review comments,will be incorporated into the final Engineer's Report.The Engineer's Report will represent a 30 percent complete design deliverable and freeze major design decisions to avoid costly re-design at the end of the project. The Engineer's Report will be updated, as appropriate,to incorporate revisions made in the process of developing 60-and 90-percent complete drawings and specifications. CH2M will provide the City with five(5)paper copies of the draft and final reports and a bookmarked PDF copy. Task 2 Deliverables.Design development meeting minutes, draft and final Engineer's Report. 3. Contract Documents (Drawings and Specifications) The CH2M team will complete final design of the Clearwells Replacement Project based upon the decisions and preliminary design work documented in the Engineer's Report. CH2M will use Building Information Modeling or other 3D modeling for the constructed improvements,including model provisions for inclusion of buried utilities exposed during construction. 1-22 S LO103171104M KE During preparation of the final design documents, the CH2M team will meet with City personnel and WDNR personnel at the 60-and 90-percent complete milestones to review design progress, make decisions, and discuss detailed design development and construction matters. An update to the construction cost estimate will be prepared at the 90-percent complete milestone. The CH2M team will prepare the bidding and legal specifications, technical specifications, and drawings needed to support the improvements project.The purpose of final design is to develop the contract documents for competitive bidding of the project. The documents will be prepared for a single construction contract. The front-end bidding,legal, and general requirements will be CH2M's standard Engineer's Joint Contract Document Committee (EJCDC) documents. CH2M will customize the front-end bidding and legal specifications to conform to the City's standard contractual and insurance requirements. _ Technical specifications will be prepared using CH2M's standard specifications. Drawings will be prepared using CH2M's standard format, standard size (22-inch by 34-inch full-size drawing), AutoCAD compatible software, and legends. The front-end bidding documents will comply with the Safe Drinking Water Loan requirements. Task 3 Deliverables.The design submittals to the City include the following: ® Five(5)copies of 60 percent complete drawings and specifications Five (5) copies of 90 percent complete drawings and specifications ® Two(2)scaled PDF files, one full size (22"X 34") and one half-size set(11"x 17")of the 100 percent complete drawings and one electronic file of the specifications (Word format)for the City's use in reproducing bidding documents for distribution to plan houses and prospective bidders. ® Final drawings in AutoCAD including 3-D modeled facilities and piping ® Estimate of probable construction cost 90-percent complete milestone 4. Permits and Grants The CH2M team will prepare the following project permit applications and supporting technical documentation: ® WDNR Approval to Construct 0 PSC Construction Authorization 0 City of Oshkosh building, demolition,plumbing and electrical preliminary permit applications ® Materials for the City of Oshkosh Site Review Process ® City of Oshkosh Planned Development Review/Conditional Use Permits for the overall project i; ® City of Oshkosh Stormwater Review and Erosion Control Plan City will pay for permit application fees to appropriate local, state, and federal agencies. The CH2M team shall advise as to the permit fee amount. SL0103171104MKE 1-23 CH2M will prepare the applications and technical supporting documentation for WFOE financial incentives for the intermediate and high-lift pump motors and variable frequency drives and eligible new lighting. Task 4 Deliverables.Permit and financial incentive applications with supporting technical documentation. 5. Project Management and QA/QC CH2M will manage the delivery of the project technical services and work products to meet the city's schedule and budget. CH2M will update its project instructions for the project delivery to reflect revisions to the project schedule and scope. Project instructions addressed include the following. Detailed scope of services and project deliverables Task assignments Project schedule Project budget by task 0 Health and safety considerations ® Communication procedures within the project team and with the City The CH2M team will maintain communication with the City through regular project progress meetings, telephone calls, and email. The CH2M team will participate in four(4)progress meetings to be held at the WFP. In addition,project activity reports will be submitted to the City with each monthly invoice. The CH2M team will conduct QA/QC reviews of the project deliverables,including submittals to support the project delivery team throughout the project and review completed work at project milestones. All draft deliverables will be internally reviewed before submission to the City. As described in 1.j. Quality Control Program,we will log and respond to City review comments on project deliverables,particularly milestone drawings and specifications. Task 5 Deliverables.Monthly progress reports with invoices,meeting minutes. City comment and response logs. 6. Bidding Phase Activities The CH2M team will prepare a draft of the Advertisement for Bid for City review,respond to bidder's questions,prepare appropriate addenda, and facilitate a pre-bid meeting.We will provide a log of Contractor questions to the City for distribution in an addendum. The City will advertise the bid,post the bid documents and addendums on Quest Bidding Service, conduct the bid opening, and recommend the award of the bid. In addition,the City will solicit and review all bidding contractor's prequalification documents. CH2M will attend the bid opening and assist the City in managing the Contract Documents for the execution by the City and Contractor. Task 6 Deliverables. Draft Advertisement for Bid and bid phase addendum. 1-24 SL0103171104MKE 2.b. Schedule Our project schedule shown in Exhibit 4 follows the schedule and tasks outlined in the City's Request for Proposal (RFP).We acknowledge the schedule is realistic and attainable given the availability of the proposed CH2M team. Specific dates for submission of design deliverables and project meetings will be established with the City's input at the project kick off meeting. The detailed breakdown of the scope of services by task engineering discipline, and team member is presented in the separate Clearwells Replacement Final Design Fee Proposal envelope. EXHIBIT 4 Project Schedule TASK NO. DESCRIPTION 1 SITE INVESTIGATIONS 1 Geotechnical Investigation 1 Topographic Survey 2 ENGINEER'S REPORT v 2 Design Team Kickoff Meeting 2 Design Development Meeting#1 2 Design Development Meeting#2 2 Draft Engineer's Report review meeting 2 Final Engineer's Report(30%complete design) 3 CONTRACT DOCUMENTS' 3 60%Complete Design to City' 3 90%Complete Design to City 3 100%Complete Design to City, `4 ::P�RM1TTiNG AND EINAN�IA.ixINCENT(UlcS I; , 6 S1D P -ASE I`~ 2.c. Team Organization and Communication The proposed team organization is shown in Exhibit 1 and described in Section 1.c. Linda Mohr will be the primary liaison to the City, and Tony Myers,the primary leader of team design activities. Most communication from the CH2M team to the City will come from Linda and Tony. When it is most efficient for a design lead to communicate directly with City staff,Linda and Tony will be copied on the communication. As part of our design team project instructions, we will create a project communications plan,similar to the one developed for the construction phase of the Marion Road Water Tower. The communication plan will outline team member roles y and responsibilities, communication procedures and document control. 2.d. Project Reporting The City will be updated on project progress in letter form with each monthly invoice. More frequent and detailed descriptions of design status will be presented during design development and milestone review meetings with the City. Throughout the project,Linda and Tony will be prepared to answer questions about the design and provide up request narrative updates to share with City leaders. SLO103171104MKE 1-25 i i i 1 l �� Linda Mohr, PE, Project Manager, Quality Manager, and Permits/Grants Milwaukee, WI Education and Professional Registrations M.S., Civil Engineering,University of California at Davis B.S., Civil Engineering,University of Wisconsin at Madison . � Civil Engineer:Wisconsin,California,Nevada,Missouri,Indiana - - Distinguishing Qualifications 0 30 years of water treatment engineering experience 0 Senior project manager on planning, design, and construction projects 0 Design documents quality assurance/quality control reviewer 0 Extensive water treatment process and hydraulics design experience 0 Recent SDWL/CWFP project administration,Wisconsin Focus on Energy(WFOE) grant application, and local permits experience Relevant Experience Linda Mohr is a water treatment engineer with expertise in physical-chemical processes and hydraulics. Over the past 30 years, she has been the lead engineer or project manager of planning, design, and construction projects at over 50 water treatment plants.Besides design and project management responsibilities,Linda has managed the quality assurance/quality control(QA/QC) process for design projects. Project Manager,Water Filtration Plant Projects,Oshkosh,WI. Project manager for several Water Filtration Plant improvement projects, starting with management of construction phase services for the Modifications and Demolition Project(2008—2010). Project manager for the successful Asset Management Plan(2010) and the Asset Management Plan Update(2015); Disinfection Plan and SCADA Upgrade (2010)study and system integration services;Chlorine and Ammonia Feed Equipment Replacement design and construction phase services (2010— 2011);Chemical,Electrical, and Controls System Improvement design and construction phase services (2012—2013); Clearwells Preliminary Design(2014);Zebra Mussel Control System and Equipment Replacement design and construction services (2014—2016);Marion Road Water Tower study, design and construction phase services (2014—2016); and Electrical System Modeling Study(2016). As part of Water Filtration Plant design projects, obtained construction approvals from the Wisconsin Department of Natural Resources (WDNR) and the Public Service Commission. Also completed successful WFOE grant applications for the Modifications and Demolition Project. SLO103171104MKE 2-1 Project Manager,Water Distribution System and Wastewater Collection System Projects, Oshkosh,WI.Project manager for the Water Distribution System Planning Study (2010), and on- call services water distribution system modeling and engineering analyses (2011—2016). Project manager for the Lead Service Line Replacement Program Technical Assistance Project(2016). Project manager for Capacity Management Operations and Maintenance Program and Sewer Evaluation Capacity Assurance Plan, along with minor collection system modeling studies and the master planning Southside Sewer Study(2012—2016). Project Manager,Wastewater Treatment Plant Projects,Oshkosh,WI.Project manager for the Control System Upgrade and Energy Efficiency Study(2012);Control System,Influent Pumping &Aeration Blowers Upgrade Project design, construction, and system integration services (2013— 2016);TMDL Technical Consulting Services (2013—2016);Pretreatment Program Update (2016); and Wastewater Treatment Plant and Lift Stations Asset Management Plan (2016). Control System,Influent Pumping&Aeration Blowers Upgrade Project, obtained construction approval from the WDNR, administered the construction contract under the Clean Water Fund Program, and completed WFOE grant applications for energy efficiency upgrades. Project Manager, Great Lakes Application for Lake Michigan Water Supply,Waukesha,WI. Project manager for the engineering, modeling,and technical studies performed to develop the City of Waukesha's application for a Lake Michigan water supply under the Great Lakes-St. Lawrence River Basin Water Resources Compact. In addition to long-term water supply planning, environmental assessment,water quality modeling,water conservation planning, technical services included development of public education resources, a new utility website, permit structures for a first-of-its-kind water diversion with return flow. Quality Manager,2016 Water Treatment Plant Improvements Project,Oak Creek Water and Sewer Utility,Oak Creek,WI.Quality control manager for plant improvement project to add intermediate pumping,UV disinfection, at-grade finished water storage and new high-lift pumping facilities in response to a WDNR finding that buried finished water storage tank was deficient and not compliant with state code. Quality Control Reviewer,Water Treatment Plant Chlorine Contact Tank and Storage Evaluation Engineering Study,Oak Creek Water and Sewer Utility,Oak Creek,WI.Quality control reviewer for the storage, disinfection, and pumping alternatives evaluation conducted to determine the optimum facility upgrades to comply with current regulations, accommodate future expansion, enhance disinfection, and improve operational reliability. Quality Control Reviewer,Water Treatment Facility,City of Appleton Water Utility,Appleton, WI.Quality control reviewer for construction bid documents Regulatory Upgrade and Process Improvement Project. The project included modifications to the GAC contactors, addition of UV disinfection, finished water clearwell modifications, and provisions for decommissioning membrane filtration systems. Quality Control Reviewer,City of Cedar Rapids Water Department,UV Disinfection Design, Cedar Rapids,IA.Process mechanical and plant hydraulics design of new UV disinfection facilities and finished water clearwells for 42-mgd J Avenue and Northwest Water Treatment Plants. 2-2 SLO103171104M KE Tony Myers, PE, Design Manager and Senior Reviewer—Process Mechanical Milwaukee, WI Education an ?rofessicnal Registrations M.S., Environmental Engineer,University of Illinois B.S., Civil Engineering, Michigan Technological University Professional Engineer: Wisconsin,Michigan, Ohio Distingiiishing Qualifications ® Recently managed design of a similar project for the Oak Creek Water and Sewer Utility Lead engineer for Oshkosh water plant chlorine contact tank project m Managed similar water plant improvement projects for Appleton and Cedar Rapids,Iowa Managed the Water System Study for Milwaukee Wisconsin after the Cryptosporidium outbreak 9 Extensive experience in water plant design and rehabilitation for complying with drinking water regulations, and working with Wisconsin DNR Relevant Experience Tony Myers is a water treatment expert. For more than 30 years,he has been involved in the study, design, construction, and startup of many water facilities around the world.He has upgraded and 1 designed more than 50 water plants around the country. He has extensive experience in upgrading existing water plants to meet new regulations and water quality goals.Tony has worked extensively with Wisconsin DNR on complex water plant rehabilitations, and all have been 1- successful. Some of his experience similar to the Oshkosh project is summarized below. Project Manager/Lead Process Engineer,Water Plant Expansions,Oak Creek Water and Sewer Utility, Oak Creek,WI.In 1999, the water plant was expanded from 12 to 20 mgd. New rapid mix, flocculation, plate settling,tri-media filters were added. Sodium hypochlorite replaced the gas chlorine facilities,which were converted into a new control room. In 2010 the plant was expanded from 20 mgd to 28 mgd.After successful construction, full scale testing convinced WDNR that the plant could treat 35 mgd without adding any new facilities. This saved Oak Creek about$10 million. In 2014, CH2M completed a study to add intermediate pumping,UV, finished water storage and new high-lift pumping facilities in response to a WDNR 2008 finding that their chlorine contact tank was below groundwater. The project was designed and ready to bid,but Franklin contested the project through the Public Service Commission. Tony was project manager and lead engineer on all these projects. Project Manager,Lead Engineer,UV and Water Plant Upgrade, Cedar Rapids, IA. Managed the study, design, construction, start up and operator training for integrating UV into two water plants, 20 mgd and 42 mgd. A new 3-million-gallon chlorine/chloramine contact tank and storage SL0103171104MKE 2-3 tank were designed for improved disinfection. An intermediate pump station and high-lift pump station were integrated with the new chlorine contact and storage tank.The electrical power supply system was upgraded, and a 2 MW generator was added. Lead Process Engineer,Chlorine Contact Tank,Oshkosh,WI. Added a new chlorine contact tank and upgraded two pump stations for improved backwash supply and disinfection at a 16 mgd surface water plant. Chlorine was implemented as a primary disinfectant to backup ozone. Tracer tests and CT calculations were done to prove performance. Plant operators were trained in chlorine, chloramine and ozone CT calculations and how to achieve disinfection during different times of the year. A disinfection plan was prepared for operators and approved by WDNR. The SCADA system was programmed for tracking disinfection parameters and reporting CT to WDNR. A subsequent study evaluated new storage tanks to replace underground storage tanks, an intermediate pump station with UV, and a new high service pump station. Senior Reviewer,18-mgd UV Disinfection Plant,North Shore Water Commission,Glendale WI.UV was integrated into an existing water plant. Existing low service pumps were used to convey water through UV reactors and to the clearwell. A new electric generator was also included in the project. Project Manager,Water Plant Improvements,Appleton WI.Managed improvements to Appleton's 24-mgd water plant. Improvements included integration of UV downstream of an intermediate pump station, extension and baffling to the chlorine contact tank,filter upgrades and chemical system improvements. This landmark project allowed Appleton to bypass membranes and use GAC/sand filtration with UV to meet all regulations. After extensive testing, WDNR approved this project and now Appleton can reduce operation and maintenance costs significantly,while meeting all regulations. Project Manager,Various Water Plant Upgrade Projects,Ann Arbor,MI.Managed a number of projects to upgrade the Ann Arbor Michigan water plant for improved water quality and reliability. Ozone was integrated into a tight plant site for improved disinfection and taste and odor reduction. This required careful hydraulic analysis and design of a 50-mgd intermediate pump station. The project won a national engineering excellence award,and Ann Arbor was voted as having the best tasting water in Michigan the year the project was completed. Lead Process Engineer,Lake-Michigan Expansion, Sheboygan,WI. 12-mgd expansion to an existing 36-mgd Lake Michigan water plant. Additions include new rapid mix,flocculation,plate settling, alum system. Project Manager,Central Lake County Joint Action Water Agency UV preliminary Design. Managed the preliminary design and equipment selection for integrating UV disinfection into the water plant. 2-4 SL0103171104M KE Del Lange, PE, Structural Milwaukee, WI a Education and Professional Registrations Graduate Studies in Structural Engineering, University of Maryland and University of Kansas B.S.,Civil Engineering,University of Wisconsin Professional Engineer:Wisconsin,District of Columbia, Iowa, Missouri,Minnesota,Ohio, Rhode Island, Tennessee, West Virginia Distinguishing Qualifications Served as structural lead on a wide variety of projects including numerous water and wastewater treatment plant designs and upgrades, design of Air National Guard facilities, and international projects i Iva-it Exla�ri�nce Del Lange is a structural engineer with 27 years of experience with the structural design of new facilities and improvements to existing facilities, including numerous water and wastewater treatment plant designs and upgrades. He has extensive water treatment plant experience in Wisconsin and the Midwest, including work for the city of Oshkosh. Lead Structural Engineer,Marion Road Water Tower Replacement Project,Oshkosh,WI. Responsible project structural design including elevated water storage tank,prefabricated building, and telecommunications antenna view screen. Lead Structural Engineer,Water Filtration Plant Modifications and Demolition Project, Oshkosh,WI. Responsible for design of baffled, cast-in-place Chlorine Contact/Backwash Water Supply Basin,High-Lift Pump Station 6/7, and backup Low Lift Pump Station. Lead Structural Engineer, 2016 Water Treatment Plant Improvements Project,Oak Creek Water and Sewer Utility, Oak Creek,WI.Responsible for design of the pretreatment building and filter building expansion. The project included a 2-million-gallon storage tank,intermediate pump station,UV disinfection,new high-lift pump station, emergency generator, and rehabilitation of t, the old high-lift pump station to an electrical room. Del worked closely with geotechnical and architectural disciplines to provide facilities that were functional, structurally sound, and accommodated site specific soil conditions. He also critically reviewed the pre-stressed concrete storage tank and made suggestions to the tank manufacturers that improved the tank. Lead Structural Engineer,Condition Assessment,Fridley Water Treatment Plant,MN. Provided inspection of all water holding reservoirs and conduits and a report documenting inspection, summarizing condition of assets, and recommendations for future repairs. Civil and Structural Designer,Water Pump Station Expansion,Fairfax County Water Authority,VA.Provided designs to accommodate the expansion of a water pumping station, SL0103171104MKE 2-5 required to maintain service throughout the expansion activities. Provided site design,rerouted a pipeline through the site, and wrote demolition plans for the existing building. Also wrote specifications and secured building permits, and presided over monthly construction meetings. Lead Structural Engineer, Steel Tank Foundation Design,Water Pollution Control Facility, City of Cedar Rapids,IA.Responsible for the design of numerous steel tank foundations, pre- engineered steel building foundation, and miscellaneous structures. Structural Lead,Saint Paul Regional Water Service,MN.Project called for the addition of more than 2,200 linear feet of concrete baffle walls to a 20 MG finished water reservoir and construction of a small building on top of the reservoir. Existing filters were evaluated and modified to accommodate new media,higher water level with the replacement and raising of troughs. Lead Structural Engineer,J Avenue Water Plant Disinfection System Improvements Project, City of Cedar Rapids,IA.Addition of a UV reactor building and a reservoir and pump station. The UV reactor building was constructed immediately adjacent to and between two existing buildings. Dewatering during construction and the fact that the foundation of the UV building was below the adjacent structures required the implementation of a support of excavation system that will not undermine the existing structures foundations and will minimize the potential for construction dewatering related settlement. i Lead Structural Engineer,Missouri-American Water Co.Warrensburg Service Area Project. Responsible for the design of an ozone generation building and ozone degasification chamber. Lead Structural Engineer,Missouri-American Water Co. Mexico Service Area.The project consisted of filter building expansion and design of lime building and sedimentation basins. Lead Structural Engineer,Fort Campbell Wastewater Treatability Improvements,KY.Led structural design of the existing wastewater treatment plant upgrade to address treatment efficiency and effluent permit requirements for a 4.0-mgd wastewater facility. Lead Structural Engineer,WWTP Expansion, Green County,OH.Responsible for the structural design of a$30 million wastewater treatment plant expansion. Structural Engineer,North Hudson Sewerage Authority Solids and Floatables Removal Project,NY.Designed stormwater screening facilities,box culverts, and two solids separation facilities capable of sustaining water pressure of 145 feet. Lead Structural Engineer,Morris Forman Wastewater Treatment Plant,Louisville,KY. Responsible for numerous structural modifications to existing facilities, extensive concrete repair, and oversight of subconsultant structural engineering activities. Lead Structural Engineer,Macon Municipal Utilities Water Treatment Plant Improvements, Macon,MO. Structural design consisted of the addition of a dry pit pump room within an existing clearwell. Lead Structural Engineer,Jefferson County Water Authority,Jefferson County, MO. Designed a new 3-mgd water treatment plant. 2-6 SL0103171104MKE Brad Phelps, PE, Senior Reviewer—Structural Portland, OR - u Education and Professional ?egistrations B.S.,Agricultural Engineering,Washington State University Professional Engineer: Idaho, Oregon,Washington 1-Astingulshing Qualifications 0 More than 30 years of experience managing and designing water and wastewater system projects a Consultant member of the AWWA National Standards Committee for AWWA D110—Wire Wound Reservoirs ® Co-leader of Northwest Reservoir Design Team;extensive experience managing all phases of reservoir and pipeline planning and implementation projects Conducted more than 80 public presentations within one year to provide outreach on water supply protection measures G Extensive experience managing all phases of complex reservoir and pipeline planning and implementation projects Relevant Experience Brad Phelps has managed and designed many water storage projects across the US.His projects include feasibility studies for water systems,including long-term planning, concept design,pre- design, final design, construction management, startup, operations management, financial planning and condition assessments. His project experience has included treatment plant expansions,water supply and development, aquifer storage and recovery,water source protection planning, and capital improvements projects and programs including pumping stations,small and large reservoirs, and large diameter pipeline projects. Brad is a consultant i member of the AWWA National Standards Committee for AWWA D110—Wire Wound Reservoirs. Brad has served in officer positions within the American Water Works Association, and is a prior Board member of the Pacific Northwest Section of AWWA. In 2013,he was - awarded AWWA's highest award for leadership, engineering skill, and service to the drinking water industry, the George Warren Fuller Award. Structural Lead,2016 Water Treatment Plant Improvements Project, Oak Creek Water and Sewer Utility,Oak Creek,WI.Brad led the storage tank design on the project,which included a 2-million-gallon storage tank,intermediate pump station,UV disinfection,new high-lift pump 4 station, emergency generator, and rehabilitation of the old high-lift pump station to an electrical room. Brad worked closely with structural engineer Del Lange to provide the best tank for the conditions. Brad critically reviewed the pre-stressed concrete storage tank and made suggestions to the tank manufacturers that resulted in improvements.Brad was also essential in pre-selecting the tank manufacturer so that Oak Creek got the best tank for the project purpose. S l 01.03171104M K E 2-7 Will Crandall Reservoir,City of Hillsboro,Portland, OR. This $26M project includes a 10-MG AWWA D110 wire wound concrete reservoir and 20-mgd pump station,with an 800 kW diesel backup generator, a 75-kW hydroelectric generator and the possibility for installation of solar cells. The project included landscape screening to provide an aesthetic balance of the infrastructure with the natural environment. Project Manager,Powell Butte Reservoir No. 2,Portland Water Bureau,Portland,OR.Project Manager for this multifaceted, $137M project which included a new 50MG buried reservoir/underground valve vault,three new buildings,ten underground valve/meter vaults, a mile of 90"pressure pipeline, 72" gravity pipeline,nature park planning and trails development, landscaping, and site civil improvements. The project also included an expedited public involvement process to allow citizen involvement in shaping the project and help define the architectural and trails features of the project. Project Manager,10-MG Springville Reservoir,Tualatin Valley Water District,Beaverton,OR. Project manager for the final design, completion of land use permitting and code prescribed services during construction. The design included geotechnical evaluation and design, one new 10-MG reservoir and structural upgrades to the existing 10MG reservoir.The project also included internal mixing systems, site piping,landscaping, and grading. 2MG Tuefel Reservoir and Pump Station,Tualatin Valley Water District,Beaverton,OR. TVWD retained CH2M to design the construction a 2-MG pre-stressed concrete reservoir and a 1,500-gallon-per-minute(gpm) pump station to replace an existing, antiquated steel reservoir and its associated pump station to meet current seismic standards and to provide increased capacity. The engineering work included geotechnical investigation,wetland delineation and mitigation design, conditional use permitting,surveying(topographic and boundary surveying and property description writing), landscape design,facilities design, and selected services during construction. Project Manager,15-MG and 6-MG,24th Avenue and Evergreen Reservoirs, City of Hillsboro, OR. Directed the design and construction of this$18M capital improvements project which included two pre-stressed concrete reservoirs: the rehabilitation of the 6-MG, 40-year-old 24th Avenue Reservoir and the construction of the new 15 MG Evergreen Reservoir. Project challenges included selecting the design earthquake and designing the facility for a liquifiable soil site to mitigate seismic-induced settlements which approached 7 feet. The project also included two new booster pump stations (10 mgd and 5 mgd), elaborate control schemes, and transmission pipeline work. The reservoirs were AWWA D110 Wire-Wound Type. Designer,4-MG Corral Creek Road Reservoir, City of Newberg, OR.Designed the Corral Creek Road Reservoir, a pre-stressed concrete circular reservoir located on a steep hillside. The project included designing 24-inch pipeline, stormwater containment facilities, and new access road on the side of a steep hill.Also defined soil disposal areas acceptable to the client and demolished existing structures by coordinating with the local fire department in a"learn to burn" event. Quality Control Engineer,10-MG Clearview Group Reservoir, Seattle,WA.Quality control engineer for the design of the single,welded steel, 10-MG Clearview Group's Reservoir. Project ,i included a new steel reservoir, overflow pipeline with dechlorination systems and site access. 2-8 5L01 3171104MK E Daren Lecke, Instrumentation & Controls Milwaukee, WI x :- Education and Professional Registrations B.S., Electrical Engineering Technology, _ Milwaukee School of Engineering,Wisconsin a Distinguishing Qualifications ® Instrumentation&controls (I&C)engineer with 15 years of _ experience and a strong background in programmable logic controller(PLC)design/programming,human machine interface (HMI) design/programming, and system integration ® Expertise includes system design and layout,programming of PLCs and HMIs,interfacing PLC to PLC,interfacing PLC to PC,drive setup and interfacing,interfacing databases to systems, interfacing with communication networks, and knowledge of hydraulics b Knowledge and experience building systems to comply with National Fire Protection Association(NFPA)70,NFPA 79,UL 508A, and NFPA 496 -Relevant Experience I&C Engineer,2016 Water Treatment Plant Improvements Project,Oak Creek Water and Sewer Utility,Oak Creek,WI.Darren coordinated I&C on the Oak Creek project,which included a 2-million-gallon storage tank,intermediate pump station, UV disinfection,new high-lift pump station, emergency generator, and rehabilitation of the old high-lift pump station to an electrical room.Darren worked closely with electrical and process engineers, along with Jack Knight, to provide an operator friendly facility that integrated with the existing SCADA system. I&C Engineer,Marion Road Water Tower Replacement Project, City of Oshkosh,WI.Project includes aesthetic features to meet community goals, including a decorative fence,pre-fabricated equipment enclosures of a view screen for telecommunications antennas. I&C Engineer,Water Filtration Plant SCADA System Disinfection Software Programming, Oshkosh,WI. Control engineer for SCADA system software development and operator training `r for ozonation(primary disinfection), chloramination (secondary disinfection) and back-up disinfection with free chlorine. Changes include automatic calculation of contact time to assist operations staff in verifying compliance real-time. Added new SCADA indicators for two disinfection approaches (chlorine and chloramine)with accounting for ozone operation, I&C Engineer,Water Filtration Plant PLC Upgrade Technical Assistance,Oshkosh,WI. Provided technical assistance during plant-wide upgrade of PLCs (by others) commissioning of changes to improve control system reliability and communication speed. I&C Engineer,Wastewater Treatment Plant Control System,Influent Pumping,and Aeration Blower Upgrade Project,City of Oshkosh,WI. Lead design engineer and software developer for facility-wide SCADA system upgrade that included replacement of existing PLC hardware and SL0103171104MKE 2-9 existing influent pumps,motors,drives, and electrical power supply; aeration blowers,flow meters, and instrumentation, and centrifuge motors and drives to improve energy efficiency. Interfaced control system with multiple vendor packaged control systems. Upgraded WWTP fiber optic communication backbone. Developed I&C drawings and specifications. Lead the automation software development and commissioning. I&C Engineer,Conveyance SCADA Backup Communications,Milwaukee Metropolitan Sewerage District,Milwaukee,WI.The current sites provide weather and storm sewer data that is sent over radio to a central location. The radio communication network is not always reliable during heavy storms, and a backup phone line and modem were installed.Role involved review of existing controls and sites and creation of installation documentation for contractors to bid on and use for installation. I&C Engineer,Fridley Filter Plant Ammonia System Replacement,Minneapolis Water Works, Minneapolis,MN.The purpose of the project was to replace the existing ammonia system. This project required interfacing to existing plant facilities such the plant SCADA, security systems, CCTV systems, and fiber network. Additionally, a new PLC was added to monitor and automate i filling of the ammonia storage tanks and pacing the ammonia feed systems. Darren's role as a design lead was to write the I&C specifications, component specifications, generate an access control schedule, generate and CCTV system schedule, generate a PLC I/O list, and create P&IDs. I&C Engineer,Fridley Filter Plant Control Chamber and Chemical Feed System Upgrades, Minneapolis Water Works,Minneapolis,MN.The purpose of the project was to upgrade the existing control chambers to allow for easier maintenance and add some additional chemical treatment feeds. This project required interfacing to existing plant facilities,such the plant SCADA and security systems.As a design lead,Darren wrote the I&C specifications, component specifications, generated an access control schedule, generated a PLC 1/0 list, and created P&IDs. I&C Engineer,Groundwater Extraction System, Dow Chemical Co, Ludington,MI.The purpose of the site is to extract groundwater from ten wells and monitor the amount of groundwater extracted. Secondary systems separate from this project process extracted water. Responsible for programming and configuring the control system, HMI,instruments,and variable frequency drives. This included automating the facility,loop tuning of proportional- integral-derivatives, alarm monitoring,logging data, generating reports, remote access, and status emails. I&C Engineer,Groundwater Containment System,USEPA,Washington,NJ.The purpose of the system is to treat contaminated groundwater from ten extraction wells and then send the treated water to two injection wells. This is an unmanned facility that will use a PLC for automating the extraction of the groundwater treating the contaminated water with by separating VOCs using an air stripper, vapor, and liquid granular activated carbon filters. The site will be remotely monitored using a web based interface and email status alarms. Darren's role as a design lead was to write I&C specifications, component specifications,loop specifications, generate a PLC 1/0 list, and create P&IDs. 2-10 SLO103171104MKE Jack Knight, PE, Senior Reviewer— Instrumentation & Controls Milwaukee, WI E h cation and Professional Registrations B.S., Chemical Engineering and Biomedical Engineering, Carnegie Mellon University Professional Engineer: South Carolina ,ate Distinguishing Qualifications ® 25 years of I&C experience with water and wastewater treatment projects 0 Manages a variety of water and large wastewater control projects involving high degrees of automation ® Manages small upgrade/improvement projects and new unit startups Writes control programs for water and wastewater facilities Relevant Experience Jack Knight is a chemical engineer with a strong I&C background. He is experienced with a wide range of water treatment I&C systems including modern programmable logic controllers. Recently,he has been involved in a variety of highly automated water and large wastewater _ control projects. He has experience evaluating and securing SCADA systems for several water agencies as part of vulnerability assessments. I&C Lead,2016 Water Treatment Plant Improvements Project,Oak Creek Water and Sewer Utility,Oak Creek,WI.Jack led the I&C concepts on the project,which included a 2-million- gallon storage tank, intermediate pump station, UV disinfection,new high-lift pump station, emergency generator, and rehabilitation of the old high-lift pump station to an electrical room. He worked closely with electrical and process engineers, along with Darren Lecke,to provide an operator-friendly facility that integrated with the existing SCADA system.Jack was the master mind on Oak Creek's two previous water plant expansions, and built on that system to provide a state of the art system that the operators are comfortable with. Energy efficiency was also built into the pumping control system, so operators can select the most energy efficient pumps. I&C Design Lead,Water Filtration Plant Modifications and Demolition Project, Oshkosh,WI. Responsible for the control system design for new facilities that including Chlorine Contact/Backwash Water Supply Basin, High-Lift Pump Station 6/7, and backup Low Lift Pump Station, water quality, and flow monitoring. I &C Engineer,Wastewater Treatment Plant Control System, Influent Pumping,and Aeration Blowers Upgrade Project,City of Oshkosh,WI.Upgrade and replacement of existing PLC hardware and upgrade of influent pumping and aeration basins for more energy efficient operation. The system required interfacing the existing SCADA system to several vendor- packaged control systems. Developed I&C drawings and specifications. SLO103171104MKE 2-11 PLC Programmer,Oak Creek Water Orchard Way Reservoir Pumping Station, Oak Creek,WI. Worked with the process designer and the City engineer to develop PLC software for the pump station and the SCADA interface at the treatment plant to allow remote monitoring and control. The control logic provides several high-level modes of operation,including pump assisted fill and draw-off modes,to assist plant operators in simply running a flexible system. I&C Engineer,Water Treatment Plant Expansion(2010), Oak Creek Water and Sewer Utility, Oak Creek,WI.Modified the existing screens to add the new and expanded processes and update the screen appearance and sizes for new computer graphic technology available since the 1999 expansion. Two significant new PLCs were added and all existing PLCs were modified.The reports and data collection were modified to reflect process and facility changes. I&C Engineer,Water Treatment Plant Expansion(1999), Oak Creek Water and Sewer Utility, Oak Creek,WI.Developed the HMI screens,PLC programs and historical/reporting modules for the plant SCADA system. This included automated filtration and chemical systems and operator assisted operation for pumping. HMI screen development for the plant included 40 unique screens with approximately 100 standardized equipment screens. I&C Engineer,J Avenue and Northwest Water Plants Disinfection System Improvements, Cedar Rapids,IA.Designed control portion and interfaces with UV reactor control systems. Existing network was upgraded to a fiber ring, and existing and facility improvements connected to upgraded network. Designed interface system between plant controls and two 40 MGD LTV disinfection systems, one at each plant. I&C Engineer, Saint Paul Regional Water Services, St. Paul, MN.Designed control portion, commissioned and started up a new PLC based filter control system for filters 13-24 for the McCarron's treatment plant. Developed replacement software for filters 1-12. New software was designed to be as similar as possible between all filters, even though filters used different PLC hardware (AB SLC vs.AB PLCS). Developed PLC software for all filters, supervisory/backwash PLC and touch screens for filters 13-24. I&C Lead,City of Fort Wayne,Fort Wayne,IN.Designed control portion, commissioned and started up a new PLC-based filter control system for the City's historic water filtration plant. Twenty of the twenty-eight filters were automated,including new electric filter valves,PLC controllers and local touch screens. I&C Senior Reviewer,Water Filtration Plant SCADA System Disinfection Software Programming,Oshkosh,WI.Work included automatic calculation of contact time to assist operations staff in verifying regulatory compliance real-time. Added SCADA indicators for two disinfection approaches (chlorine and chloramine)with accounting for ozone operation. Software Lead, Alexandria Sanitation Authority Program,VA.Software lead for several contracts for the Alexandria Sanitation Authority. Responsible for the development of PLC software (AB PLC-5),standards development(tertiary treatment and pumping), and developed standards for filtration and basin level/pump management systems. The 60-mgd plant features included three PLC processors controlling 22 tertiary filters,backwash supply/waste basins and pumping, chemical feeds (polymer and ferric),UV disinfection and 1,750 I/O points. 2-12 SL0103171104MKE Robert Wood, PE, Electrical Milwaukee, WI E du cation and Professional Registrations -- M.S., Engineering(Electrical Specialty,Power Emphasis), Colorado School of Mines, Golden, CO B.S., Electrical Engineering, University of Wisconsin—Milwaukee B.S., Secondary Education-Mathematics,University of - Wisconsin—Milwaukee Professional Engineer: Colorado, Florida Disting ishii-ag ualificatioris 17 years as an electrical engineer designing and implementing water and wastewater plant, power plant, and refinery electrical upgrades Lead electrical engineer-sealed all electrical drawings for$22 million Primary Treatment Improvements for Denver Metro Wastewater Reclamation District a Specified, designed, and implemented power distribution equipment from 6.9kV switchgear through 480-volt motor control centers and below Added backup generation capabilities to multiple water and wastewater treatment plants Designed electrical interface with PLCs and distributed control systems (DCSs)provided by multiple vendors Relevant Experience Robert Wood brings 17 years of engineering experience in the design and construction of water, wastewater,power plant, and refinery environmental projects. More than half of this experience is in the water and wastewater industry. He has been a discipline lead on a$22 million clarifier addition and rehabilitation project at a major urban wastewater treatment plant and managed this design from proposal through start-up. His projects have included the design of electrical - distribution systems from 6.9kV switchgear through 480 volt MCCs and below.Robert has interfaced with the switchgear,motor control centers, PLCs, and DCSs of several vendors. Lead Electrical Designer,Oak Creek Water Treatment Plant,2016 Improvements Project, Oak w_ Creek Water and Sewer Utility,Oak Creek,WI.Robert led the electrical design on the project, which included a 2-million-gallon storage tank, intermediate pump station,UV disinfection,new high-lift pump station, emergency generator, and rehabilitation of the old high-lift pump station to an electrical room.Robert integrated the new electrical equipment with existing equipment and generators to upgrade for new regulations and safety codes. Lead Electrical Engineer,Water Filtration Plant Electrical Study, Oshkosh,WI.Developed SKM models of the existing electrical system to conduct load flow study,short-circuit analysis,voltage drop analysis, protective device coordination, and arc-flash hazard analysis. The modeling SLO103171104MKE 2-13 findings identify system deficiencies for which changes were recommended to conform with current code requirements and improve system reliability and worker safety. The models were also used to evaluate the electrical system needs associated with the Clearwells Replacement Project. Prepared cost estimates and potential construction sequence for Clearwells Replacement Project electrical modifications. Electrical Engineer, Oak Creek Water Treatment Plant, Chlorine Contact Tank and Storage Evaluation,Oak Creek,WI. Completed the electrical evaluation of the Oak Creek water plant during the Chlorine Contact Tank and Storage Evaluation. Electrical Engineer,Wastewater Treatment Plant Control System,Influent Pumping& Aeration Blowers Upgrade,City of Oshkosh,WI.During construction,lead electrical engineering services during construction for project that involved new transformer and switchgear for influent pumping;new influent pump motors and drives;new aeration blowers, and electrical distribution system modifications. Lead Electrical Engineer,Primary Treatment Improvements,Metro Wastewater Reclamation District,Denver, CO. Performed majority of electrical design and sealed all electrical drawings for$22 million primary treatment improvements. Project included rehabilitation of fourteen primary clarifiers, addition of four gravity thickeners, and retrofit of headworks building. Electrical controls and distribution including motor control centers were replaced under this project. Designed duct banks and relocation of existing services. Coordinated design across disciplines, and incorporated client preferences into design. Specified equipment suitable for hazardous locations. Reviewed vendor drawings and discussed comments with vendor to expedite work. Visited project site from pre-design through start-up.Assisted electrical contractor with field wiring, programming, and start-up of low voltage switchgear,motor control centers,pump motors,valves,HVAC equipment, and programmable logic controllers. Electrical Engineer,New Wastewater Treatment Plant,Town of Berthoud,CO. Designed low voltage power distribution system with generator backup power for new wastewater treatment facility. Created electrical single line diagrams,power and lighting plans, and schematic and wiring diagrams. Designed power feeds and control interface with ultraviolet(UV) disinfection system and chemical feed systems. Coordinated controls and equipment location with other disciplines including HVAC,plumbing, and instrumentation and control. Environmental Controls Construction Project,Petersburg Generating Station,Petersburg,IN. Engineer,procure,construct replacement of 18/24 MVA,22kV-6.9kV unit auxiliary and 138kV- 6.9kV general auxiliary transformers,with 27/36 MVA transformers,to feed new 6.9kV switchgear in addition to existing 6.9kV switchgear. Designed relocation of existing 7000hp induced draft fan feed to new switchgear and addition of two 8000hp booster fan feeds,one to each switchgear.Wrote electrical specifications for procurement of equipment Administered procurement contract for new power distribution center including new switchgear. Added bus differential circuit to existing switchgear. Designed main breaker controls and fast bus transfer scheme implemented upon generator failure. Specified and designed interface with booster fan soft starters. Interfaced with switchyard and generator control circuits. 2-14 SLO103171104MKE l,. Don Wagner, PE, Senior Reviewer—Electrical Bellevue, WA Education and Professional Registrations - B.S., Electrical and Electronic Engineering, California State I University at Sacramento f A.A., General Education,Shasta College Professional Engineer: Alaska, California, Hawaii, Oregon, Washington Distinguishing Qualifications ® More than 30 years of experience in power system modeling and analysis, coordination studies, arc flash risk hazard assessments and studies,power distribution(low to medium voltage), lighting,undergrounding,plant engineering, and inspection 0 Firm-wide Master Specification coordinator for Diesel Engine Generator Sets and Automatic Transfer Switches;responsible for keeping the Specifications current to industry standards and educating others on current practices Responsible for lighting modeling and design for parking lots,industrial facilities,bus shelters, intersections, and roadways,highways and interchanges ® Complex power distribution,system protection including coordination studies, arc flash evaluation and power system analysis,SCADA interface, lighting,undergrounding,plant engineering, and inspection duties 0 Co-authored the Energized Electrical Enterprise Standard Operating Procedure HSE-221—this standard is based on National Fire Protection Agency (NFPA)70E and establishes criteria to minimize the exposure and risk of arc flash incidents for CH2M employees and sub-contractors working on energized electrical equipment Rete✓aria Experience Don Wagner has 30 years of experience in industrial and municipal power distribution and illumination, street and area lighting, lighting visual analysis, utility undergrounding,plant engineering, coordination studies power system modeling and inspection. He has performed electrical design for wastewater treatment plants and numerous residential, commercial, institutional, and industrial developments including fish collection and by-pass systems. He has also been trained in Arc Flash protection using Power Tools for Windows, and has helped 1 establish the CH2M firm wide standard for working on energized electrical equipment. Don has designed more than 20 installations with standby diesel engine generators ranging from 20 kW to more than 2,000 kW. His experience includes work as an Operations and Maintenance engineer at a 1,500-MW hydroelectric power plant, and employment as an electrician for an electrical contractor. r � i SL0103171104M K E 2-15 i'�-- Senior Electrical Engineer,Water Filtration Plant Electrical System Study, Oshkosh,WI. Quality assurance/quality control reviewer for SKM model development, system modeling analysis, and electrical system planning for the Clearwells Replacement Project. Conducted 3- hour arc-flash hazard and worker safety training for Water Filtration Plant and Wastewater Treatment Plant personnel. Senior Electrical Engineer,Cedar Water Treatment Plant,Seattle Public Utilities, Seattle, WA. Senior electrical engineer for design and construction of the Cedar Water Treatment Plant. This is a design-build-operate project with a 6-MW, 12.47-kV underground distribution system, four stand-by generators,four 160-volt motors,ultraviolet and ozone systems. Electrical Engineer,El Dorado Irrigation District Reservoir,El Dorado,CA.Responsible for design of site power and signal distribution,motor control, and interface with new instrumentation systems and with existing facilities for water treatment plant expansion. Senior Electrical Engineer,Brightwater Wastewater Treatment Plant,King County Department of Natural Resources and Parks,Woodinville,WA.Senior electrical engineer for the design of the Solids Handling Building, and for design of all CH2M-designed facilities for the 35-mgd, membrane bioreactor wastewater treatment facility. Senior Electrical Engineer, Green River Water Treatment Plant,City of Tacoma,Tacoma,WA. Responsible for the pre-design of the ultraviolet(UV) system,senior reviewer for the final design of the UV system that included a 1500-kW stand-by generator with provisions for a second unit in the future. Senior electrical engineer responsible for the design of the administration building. Lead Electrical Engineer,Walla Walla Water Treatment Plant,City of Walla Walla,Walla Walla,WA.Electrical engineer responsible for design of the new ultraviolet water treatment facility. Design included 480-volt power distribution and a standby generator sized to provide backup power for the entire plant. Electrical Engineer,Ultraviolet(UV) Disinfection and Chlorination Facility,Ketchikan Public Utility;Ketchikan,Alaska.Electrical engineer for the design of city's new UV treatment facility. The design included a 225-kilavolt-ampere (kVA)uninterrupted power supply, and a 400-kW propane-fired stand-by generator. City of Tracy,Tracy,CA.Responsible for designing four production wells including site layout and interface with existing control systems and motor control. 2-16 SL0103171104MKE Scott Champlin, PE, Mechanical Denver, CO Education and Professional Reg-istrations B.S., Mechanical Engineering, University of Vermont Professional Engineer: Colorado, Hawaii Distinguishing Qualificatioiis 10 years of experience in mechanical engineering for water and wastewater treatment projects for civil,commercial, and government facilities Extensive mechanical design experience with water storage tank and pump station projects Pelevaml- -Experiejice Scott Champlin is a process mechanical engineer with 10 years of experience in process mechanical design for water and wastewater facilities,performing hydraulic calculations, and producing specifications and mechanical construction documents. He performs as facility and mechanical lead as well as managing design teams and construction services contracts. Mechanical Engineer,Fridley Softening Plant Recarbonation Improvements,Minneapolis Water Works,Fridley, MN. Detailed feasibility study and preliminary engineering, design, and construction phase services for the replacement of existing recarbonation equipment and recarbonation process improvements at the Fridley Softening Plant. Scott was responsible for leading the pumping analysis for the carrier water pumps. Lead Mechanical Engineer,Twin Oaks Valley Water Treatment Facility Upgrades, San Diego County Water Authority,CA.Lead mechanical engineer and facility lead for design of facility -ian es,chemical facilities, metering facilities, d clearwells for the upgrades to existing membrai plant to receive and treat desalinated water for another treatment facility. Role included coordination meetings with client, and coordination with operations/construction to achieve optimized design for all aspects of design/build/operate project. Produced construction drawings and specifications and supported services during construction effort. Lead Mechanical Engineer,Woodland Davis WSP DBO Proposal,City of Woodland and Davis,CA. Proposal phase of a new water treatment facility.Worked as lead engineer on backwash equalization basin,in plan pump station,finished water pump station,backwash pumps station, clearwells, and dewatering facility. Provided all drawings and specifications required to meet the requirements of the proposal and internal estimating effort. Design Manager/Lead Mechanical Engineer,Kamehameha HWY Wastewater Pump Station, City of Honolulu,HI.Design Alternative Review(DAR) of the existing pump station retrofits. Effort included managing CAD staff in production of alternative design options, interfacing with the client to meet operational and design requirements, and managing all discipline leads in the SL0103171104MKE 2-17 production of the DAR. Produced mechanical design and drawings for all design alternatives. Project is currently in scope and fee negotiations for full scale design. Project Manager, Griswold Water Treatment Plant Chlorine Improvements,City of Aurora, CO. Project Manager for modifications to a chlorine gas distribution system at an existing water treatment facility. Managed engineering construction services contract with the City of Aurora during the project construction. Lead Mechanical Engineer,Reuse Project,City of Newburg, OR.Design of a facility that used pressurized membranes for additional treatment of secondary effluent for production and distribution of reuse water. Designed all piping, pumps,valves, and miscellaneous components incorporating the use of pressurized membranes. Sized the building foot print and coordinated the facility design with all other engineering disciplines. Conducted hydraulics and wet well calculations and produced mechanical drawings and specifications for construction. Process Mechanical Engineer,Aurora Water Purification Factory,City of Aurora,CO. Responsible for designing two pump stations,producing valve,pipe,and equipment schedules, and designing chemical piping in a corridor connecting all buildings in the project. Performed hydraulic calculations and selected pipe sizes, valves, and vertical turbine pumps for a recycle pump station and a lift station. Also designed the pump station wet wells in accordance to Hydrologic Information System standards. As facility lead, coordinated design elements with other disciplines. Designed and produced construction drawings for the corridor facility. Design Manager/Lead Mechanical Engineer,Argo Tunnel Water Treatment Facility High Density Sludge(HDS)Modifications,CO.FIDS modifications to an existing facility for heavy metals removal from mining wastewater.The design includes a 50-foot thickener,solids conveyance systems,reactor tanks, and dewatering for a maximum influent of 750 gpm. Managed a team of six engineers through design completion. Managed team of engineers for the construction services contract during construction,and served as Owner's Engineering Representative. Lead Mechanical Engineer,200 West Pump and Treat Facility,U.S.Department of Energy. Lead mechanical engineer for this groundwater remediation project.Managed a staff of engineers that designed different components of the overall mechanical design. Designed the piping, pumps,valves, and miscellaneous systems and produced construction drawings and technical specifications for the project. Coordinated the design with a package treatment system used in the treatment process. This involved working with independent companies to accommodate system components, controls,hydraulic requirements, and project guidelines in the construction documents.Managed a team of engineers that ran all the hydraulic calculations for the project and incorporated the results into the mechanical design and construction drawings. Assigned tasks,planned design activities, and supervised the overall mechanical design for the project. Mechanical Engineer,Clovis Sewage Treatment Water Reuse Facility,City of Clovis,CA. Worked on the mechanical design of a wastewater treatment, water reuse plant for the City, and served as Resident Engineer during construction. Performed calculations and worked on the design of the plant water system and a sewage lift station. Produced mechanical specifications for construction. Served as Resident Engineer during construction and as a member of the facility startup team. 2-18 SLO103171104MKE Phil Ryan, Senior Reviewer—Mechanical Redding, CA Education and Professional Registrations M.S.,Agricultural Engineering, Oregon State University B.S., Agricultural Engineering,University of Minnesota Professional Engineer: California, Nevada u Distinguishing Qualifications ® Experience in all phases of conveyance system planning, permitting, design, and construction for major pump station and large-diameter pipeline systems CH2M's Global Technology Leader for Conveyance Design Serves as a senior consultant/reviewer on many CH2M conveyance pipeline and pump station design and planning projects Relevant Experience Phil Ryan is a senior project manager with more than 32 years of experience in the design and planning of pump stations and pipelines for potable and raw water,irrigation, drainage, reclaimed water, and sanitary sewer systems. He has extensive experience in all phases of project ling,permitting, design, and construction. Phil also has had extensive involvement with key plaru design support services including steady state hydraulics,transient analyses, geotechnical investigations,permitting,environmental compliance, cost estimates, and construction schedules. Pumping Systems Reviewer, Oak Creek Water Treatment Plant, 2016 Improvements Project, Oak Creek Water and Sewer Utility,Oak Creek,WI.Phil served as yard piping reviewer on the project,which included a 2-million-gallon storage tank, intermediate pump station,UV disinfection,new high-lift pump station, emergency generator, and rehabilitation of the old high- lift pump station to an electrical room. Phil provided valuable design suggestions for the 24-inch to 42-inch yard piping. Complex connections to building and tanks required careful assessment of joints, flexibility and constructability. Design Manager,Integrated Pipeline Pump Stations Project,Lake Pump Stations Design, Tarrant Regional Water District(TRWD),TX. Serves as the overall design manager for the preliminary and final design of three lake pump stations and intakes for this regional water supply project. The project is intended to supplement the raw water supplies for both TRWD and Dallas Water Utilities using water supplies southeast of the DEW Metroplex. The pump stations and intakes have capacities of 150 to 227 mgd. Each pump station discharges into a large diameter pipeline for transmission to water supply reservoirs in the Metroplex.Vertical turbine pumps and an innovative "open-top" can arrangement within a shallow wet well are used for the pump stations. The preliminary engineering phase included a detailed evaluation of alternatives to select the final configuration for the pump stations and intakes. Each lake station involves SL0103171104MKE 2-19 .i extensive site development on new sites for two of the stations and on an existing site for one of the stations. The facilities are equipped with large, architecturally complex buildings,state of the art fish screens at two sites, a large wet well structure,variable speed pump drive units,five to seven 3,000-4,000 hp vertical turbine pumps, a complex chemical feed system, flow metering, 84-inch to 108-inch diameter steel discharge pipe, and a variety of appurtenant facilities. Project Manager,Freeport Intake and Pump Station,Freeport Regional Water Authority, Sacramento,CA.Extensively involved in all phases of project development,planning, support to the environmental consultant, design,permitting, and construction of this large regional water supply system. FRWA is a joint powers agency made up of East Bay Municipal Utilities District, Oakland and the Sacramento County Water Agency. These two member agencies plan to divert up to 185 mgd from the Sacramento River and deliver it to their respective end points about 10 to 15 miles away, across an urbanized setting. Led the technical efforts to plan the river intake, pipelines, and related facilities for the Freeport Regional Water Project portion of the overall program(about$285 million of the total$700 million program). Prior to final design,was project manager for technical planning and project development tasks required to prepare environmental documentation and to form a basis for final design. Project Manager,Lake Mead Multidisciplinary Joint Venture Program, Southern Nevada Water Authority,Las Vegas,NV. Preliminary design, final design, and on-site construction support for a raw water pumping system designed to convey water from Lake Mead to the new River Mountains Water Treatment Facility. The system included 3 large complex pumping stations with large forebays, a large flow control facility with a capacity of 235 mgd, about 4 miles of 144-inch to 72-inch-diameter welded steel pipelines, and a variety of significant and complex appurtenant facilities. Senior Technical Consultant/Quality Manager, Southern Delivery System,Colorado Springs Utilities, CO.Senior technical consultant and quality manager for the schematic and final design of the raw water pump stations and pipelines for this regional water supply system. Senior Technical Consultant and Pump Procurement Specialist,Twin Rock Pumping Station and Lower Homestake Pipeline, Colorado Springs Utilities,CO.The Twin Rock Pumping station was designed to convey approximately 68 mgd firm capacity of raw water from the Homestake Reservoir to the Rampart Reservoir. The facility is 160 feet by 62 feet and is equipped with four,2,000-horsepower,variable-speed horizontal split-case pumping units. Each pump is rated for 15,750 gpm at 340 feet TDH.Lead reviewer for all phases of the work and assisted in the procurement and onsite factory witness testing of the project pumps. Senior Consultant/Design Reviewer, Olivenhain Pump Station, San Diego County Water Authority,CA.Served in a senior consultant/design review capacity for the Olivenhain Pump Station,which includes a 102-inch suction line from the reservoir,three horizontal split-case centrifugal pumps with 48-cfs capacity (2,500 hp, 2+1 standby) to deliver 168 cfs initially, and a 78-inch discharge line connecting to the existing 78-inch Olivenhain Pipeline. The pumps and motors are housed in a 160-foot by 70-foot building,which also contains reservoir drain and fill piping and flow control valves installed in place of the fourth(future)pump bay. 2-20 SL0103171104MKE Dave Yates, PE, Site/Civil St. Louis, MO Education and Professianai Res f sera tions - B.S., Civil Engineering,University of Missouri—Rolla Professional Engineer: Kentucky,Missouri,Tennessee 2014/Envision Sustainability Professional(ENV SP) leis inguis-hing Qualifications 0 Experienced in distribution and hydraulics analysis,including modeling 0 Experienced in design of water and wastewater systems o Experienced in green infrastructure and low impact development design ® Skilled in recommending improvements for distribution systems ® Compliance,permitting,and utility coordination expertise Relevant Experience Dave Yates has more than 20 years of experience as a civil engineer specializing in planning, design, project management, and construction management of water distribution and wastewater collection systems, pump stations, and pipelines as well as planning and design of green infrastructure and low impact development. His related experience includes private and municipal water and wastewater collection systems,water distribution systems, and LID. He currently serves as Engineering Manager for the Fort Campbell, KY infrastructure projects. Lead Civil Engineer,Marion Road Water Tower Replacement Project, Oshkosh,WI.Lead site ✓ civil design for new tower site grading,buried utilities and landscaping. Developed supporting documentation for City of Oshkosh Site Plan Review Process and Conditional Use Permit. Project Engineer,WTP Expansion, City of Cape Girardeau, MO.During the engineering feasibility phase,responsible for developing cost estimates for plant alternatives. Project Engineer,Water Master Plan, City of Kirkwood,MO.Served as task manager for facility .c assessment of all storage tanks,pump stations,hydrants,valves,meters, and facilities as well as master plan delivery. Responsibilities included leading the physical assessment team, preparation and delivery of the Facility Assessment and Master Plan reports including a long- term CIP and Renewals and Replacement budget and schedule. Deputy Project Manager,2BCT Water Main,Fort Campbell Army Post,KY.Deputy project manager and design engineer on a project to construct approximately 8,2001f of 12-inch and 5,600 If of 1.6-inch water main to support the new 2BCT complex. Responsibilities include design of distribution system, coordination of subcontractors,utilities, and 2BCT contractor, shop drawing review, and monthly construction management visits. SLO103171104MKE 2-21 3 Project Engineer,Kirkwood/MAWC Water Conversion, City of Kirkwood,MO. Served as project engineer on a three-phase project to use MAWC as the City's water supply.The project involved design of five interconnection locations, approximately 4,100 LF of 20-inch force main, and demolition of the existing WTP and design of a new 6.0 mgd pump station at the plant. Responsibilities included shop drawing review and construction management for the demolition work including all coordination with contractors and subcontractors. Design Manager,Wastewater Conveyance and Water Distribution Projects,Fort Campbell Army Post,KY.Responsibilities include coordinating the activities of the design team towards developing plans and specifications for various system improvement projects throughout the Post. CH2M assumed utility ownership of the water and wastewater systems in 2003, and maintains and operates the facilities under a 50-year contract with the US Army. Project Manager,Water Main Replacement Program,City of O'Fallon,IL.This multi-phase program involved upgrading and extending the existing water distribution system to provide increased capacity and higher pressures. The project included over 45,000 feet of 6"through 16" water main through both residential and rural areas. His responsibilities include design of water mains, construction site management services, surveying coordination,utility notification and communication, and permit application. Project Engineer,Preliminary Design and Cost Estimates,Water Main Replacement Program, City of Jackson,MO.The multi-phased project includes over 40,000 feet of 8" though 10"water main,through residential as well as rural areas. Deputy Project Manager,Design and Construction Management of 20-inch Diameter Water Main,City of St. Charles,MO.The project parallels an existing 24-inch water main, which is the City's main water supply pipeline. The new main serves as a backup in the event of a rupture and provides sufficient capacity for the region's anticipated future growth.Responsibilities included design assistance of water main, coordination with utilities, and daily construction management. i 2-22 SL0103171104MKE Mike Gnandt, PE, Senior Reviewer—Site/Civil Cincinnati, OH I� Education and Professional Registrations f B.S.,Civil Engineering,University of Cincinnati Professional Engineer: Ohio Disthriguishing Qualifications ® 19 years of experience planning,managing, design and construction phase administration of wastewater and water { facilities and systems Extensive environmental engineering knowledge of sanitary and storm sewer collection systems,water distribution systems and wastewater treatment systems Program Level Cost Estimating Technical Advisor r�elevant Experience Mike Gnandt is a project manager more than 19 years of experience in design of wastewater collection and treatment systems,hydraulic analysis, and economic analysis. As project manager, he is responsible for managing budget and other staff to complete client's projects in an efficient and timely manner with detail required. As project engineer,his responsibilities focus on site survey, field measurement, and calculation work;structural and hydraulic system design; program,planning and detail level project cost estimation; detailed drawing and specification preparation;and coordination of the design effort and the design team. As a cost estimating technical advisor he provides guidance for multiple programs in a quality checking and assurance role. Cost Estimator and Civil Senior Reviewer,Marion Road Water Tower Replacement Project, Oshkosh,WI. Prepared construction cost estimate to within 2 percent of low bidder. Quality assurance/quality control reviewer for the site civil design. Prime Cost Estimating;Dublin Road Water Plant Treatment Capacity Increase,City of ` Columbus Division of Water,Columbus,OH.Led the cost estimating for Contract 4 of the$200 - million USD treatment capacity increase project to expand DRWP treatment capacity to 80 mgd. 4 Served as cost estimator for design of the$100 million USD in treatment plant upgrades, including new 29 mgd Ion Exchange Facility;new chemical handling facilities;plant-wide electrical and architectural upgrades;replacement of existing high and low service pumps; replacement of plant heating,ventilation, and air conditioning(HVAC) system;plant site work; and other miscellaneous plant upgrades. Cost Estimator,Relocation of Fields Ertel Booster Pump Station,Warren County,OH. Responsible for the detailed cost estimating of the design of the replacement and abandonment of an existing booster pump station with a new station. Estimating also included provisions for a new SLO103171104M K E 2-23 metering vault for the source connection to Greater Cincinnati Water Works'supply force main and will include new tie-ins of the pump station. Cost Advisor/Cost Estimator,Jaysville to St.Johns Lift Station Study,City of Greenville, OH. Responsible for the cost advisement and estimating of the design of the sanitary sewer lift station valve vault and sewer that serves a growing industrial park. The study purpose was to assess the existing lift station, project future flows based on current flows and projected growth of the industrial park, and develop alternatives and recommendations for improvements at the pump station. Cost Estimating Technical Guidance,Asset Management Program,City of Dayton Water Department,Dayton,OH.Developed and assessed storage and conveyance alternatives for an asset management plan. Provided QA/QC review of the basin-wide drinking-water facilities cost-estimating tool. Project Manager and Design Engineer,Taylor Creek WWTP UV Disinfection Upgrade, Cincinnati, OH.Responsible for the design and design team coordination of plans and specifications for UV disinfection upgrade. Civil Design Engineer,Eastern and Delta Avenues Sewer Separation Phases 1, 2, 3 &4; Cincinnati, OH.Assisted in plans and specs of a four-phase project that will ultimately allow the elimination of the Delta Avenue Pump Station and separate the tributary drainage basins. Project consisting of two new CSO chambers, three new Flapgate CSO chambers, 1.15 miles of 72-inch diameter sewer, 1,214 linear feet of 48-inch diameter sewer, -3,800 linear feet of sanitary sewer of sizes 8 to 24 inches, and demolition of an existing pump station. Responsible for coordination of field survey investigations including surveying and site determination of requirements for construction. Responsibilities also include design flow calculations, records acquisition and review, coordination and overview of sub-consultants, and construction documents and specifications. Performed detail cost estimates for three phases of the project using Timberline software. Civil Design Engineer,Polk Run WWTP Pump Station Elimination Sewer, Cincinnati,OH. Assisted in design,bid and construction phase engineering services for approximately 1,900 feet of 42-inch interceptor sewer to divert flows from the existing remote pump station,which was decommissioned and removed, directly to the new pump station located on the plant site.The elimination of the existing pump station also eliminated an existing sanitary sewer overflow. Civil Design Engineer, Miamitown Sewers and Pump Station Facilities, Cincinnati, OH. Responsible for plans and specifications and assisting with sewer analysis and field survey. The project consisted of planning and design of 13,000 feet of new interceptor sewer and pumping facilities to provide service to an unsewered area. Provided bid and construction phase engineering support for Contract No. 1 - Harrison Road Sewer and Contract No. 2-S.R. 128 Sewer. 2-24 S10103171104MKE Richard Siebers, RA, Architectural Milwaukee, W1 F-Aucation ai-id Professional Registrations B.S., Architecture,University of Wisconsin at Milwaukee Registered Architect: Wisconsin Distinguishing Qualifications i' 26 years of architectural and design management experience in studies, designs, and construction support for industrial,utility and military projects Building condition and space utilization assessments done on numerous projects r Water and wastewater system vulnerability assessment experience. ® Security system and target hardening design experience. Design manager and architectural task leader on numerous DoD projects involving AT/FP design criteria Relevant Experience Richard Siebers is an Architect in the Engineering Design Group at CH2M. He is a company-wide resource on architecture, codes, security and target hardening. He has written several master specifications for the firm. He has led the architectural design on numerous industrial, military and municipal projects. Among his tasks are condition assessments,life safety and building code reviews,risk assessments,space utilization assessments,project design and detailing, specification writing,producing construction documents, 3D CAD modeling, design and task management, and reviewing other designers'work. Lead Architect,Marion Road Water Tower Replacement Project,Oshkosh, WI.Lead architectural designer on all phases of design and construction. Project includes aesthetic features to meet community goals,including a decorative fence,pre-fabricated equipment enclosures of a view screen for telecommunications antennas.Developed material board and collaborated on project renderings to fulfill City Site Plan Review and Conditional Use Permit requirements. Lead Architect,Water Filtration Plant Projects, Oshkosh,WI.Lead architectural designer for the Chlorine and Ammonia Feed Equipment Replacement Project;Chemical, Electrical, and Control System Improvement Project;and Equipment Replacement Project. Lead Architect,2016 Improvements Project, Oak Creek Water and Sewer Utility, Oak Creek, WI. Lead architectural designer on all phases of design and construction. The pretreatment building and filter building that CH2M designed 10 years ago were expanded for greater treatment capacity. The additions match the existing architecture and allowed for easy expansion in the future. Richard served as lead architect on the project,which included a 2-million-gallon storage tank, intermediate pump station,UV disinfection,new high-lift pump station, emergency generator, and rehabilitation of the old high-lift pump station to an electrical room. He worked SL0103171104M K E 2-25 closely with structural engineer Del Lange to provide facilities that are both functional and aesthetically pleasing. He matched existing plant architecture, and coordinated with the City planning and zoning departments, as well as the public,to get the project approved under intense scrutiny due to a high-profile development near the plant. Lead Architect and Design Manager,Oak Creek Water and Sewer Utility Headquarters and Distribution Facility Expansion Project,Oak Creek,WI.Architectural designer and task leader on all phases of design and construction. Conducted condition assessment of existing facility. Worked closely with plant staff to identify space needs and did a thorough predesign that CH2M built on throughout design and construction. Added a new office and shop addition that matched the existing architecture, and renovated existing office space and part of the shop space. Lead Architect,Water Plant Disinfection System Improvements for the City of Cedar Rapids, IA.Lead architect on all phases of design and construction. The project included adding a new UV disinfection building connected by a walkway to the Northwest WTP and new UV disinfection addition between the existing filter building and the existing reservoir/pump station at the J Avenue WTP. The project also included a new reservoir/pump station building which was connect by above ground walkway to the J Avenue UV disinfection building. Architectural Task Leader, Cedar Rapids Wastewater Treatment Plant,Cedar Rapids,IA.The project included adding three new buildings; Chemical,Process and Biogas. The Chemical Building was for process chemical storage and pumps. The Process Building included a large room for process equipment, a laboratory,toilet, and control room.The Biogas Building had a biogas processing room, gas handling room and a chemical room. Architect,Fridley Ammonia Building Design Project,Minneapolis,MN.Worked with the Division of Water Treatment and Distribution Services to design an anhydrous ammonia storage and feed facility. The FFP had previously used an exterior storage tank,interior day tank and local feed rate control via rotometers.The new facility consists of three 2,000 gallon pressurized storage tanks,five ammonia gas feeders, and emergency wet scrubber,all contained within an aesthetically pleasing explosion proof building. Lead Architect,De Pere and Green Bay Facility Upgrades, Green Bay MSD, Green Bay,WI. Lead architectural designer on all phases of design and construction. The project included security upgrades to all the existing exterior doors at the De Pere Facility,including a new gate with brick and concrete gate enclosures. The project also included modifications and addition to existing Influent Pump Station, a new two-story grit building,new chemical storage areas and modification to the existing Service Building, an addition to an electrical building, along with other modifications to De Pere and Green Bay Facilities. Lead Architect,Water Filtration Plant Modifications and Demolition Project,Oshkosh,WI. The project included demolition of previously decommissioned treatment plant facilities. A new basin was designed to provide backup disinfection contact time and filter backwash supply storage. A new low-lift pump station was constructed on the top of the existing concrete pump station foundation,which was part of the treatment facility being demolished. The existing high- lift pump station was removed from the top of existing reservoir, and the new pump station was built. Both new pumps stations have a higher floor elevation and new pumps and equipment. 2-26 SL0103171104M KE Beth Trautwein, AIA, NCARB, Senior Reviewer—Architectural Gainesville, FL ' t Education and. Professional Registratiolls B.A., Architecture, Pratt Institute, School of Architecture, Brooklyn, NY �- Summer Semester,University of Copenhagen DIS � Ohio University School of Architecture Registered Architect: Alabama, Florida, Georgia, Louisiana,New Jersey,North Carolina, South Carolina,Tennessee LEED(TM) Certified Professional: US Green Building Council (USGBC) (2001) Distinguishing Qualifications More than 40 years of experience in architectural design and planning for utility, commercial, and corporate clients,including site location, and building selection or construction 0 Managed and led major efforts in interior design and space planning for corporate buildings and office spaces across the United States ® Performed architectural planning and design for numerous commercial and government facilities o Senior reviewer for several City of Oshkosh water and wastewater projects Relevant Experience Beth Trautwein provides architectural planning and design services for facility and infrastructure engineering projects. As principal architect on numerous design efforts,she is responsible for interpreting and applying building codes and resolving code issues, coordinating design elements with other disciplines, reviewing shop drawings, and providing field work during both design and construction phases. Senior Reviewer,Water and Wastewater Utility Projects, Oshkosh,WI. Quality control/quality assurance architectural reviewer for Marion Road Water Tower Replacement Project;Water Filtration Plant Equipment Replacement Project;Wastewater Treatment Plant Control System, Influent Pumping, and Aeration Blowers Upgrade Project. Principal Architect,Murphree WTP Filter Expansion and Upgrade,Gainesville Regional Utilities,FL.Project involved the addition of new two new filters, as well as modifications to the existing filters and existing pipe gallery. Project involved the preparation of design criteria and basis of design for all major process components,including preliminary schematic design drawings and Planning Board approvals. SL0103171104MKE 2-27 i Principal Architect,Cherry Point MCAS Water Treatment Plant Design,Havelock,NC. Principal architect for the project that designed a 6-mgd NF potable water treatment plant to replace existing plant in order to reduce disinfection byproducts in the distribution system. The design includes a new NF facility treating existing freshwater wells,new pretreatment,post treatment facilities, storage and high service pumping facilities, as well as iron removal bypass blending treatment. Principal Architect,North Springs Improvement District, Coral Springs,FL.Process designer and senior consultant for a new 10-mgd RO WTP. Design includes addition of brackish wells to an existing freshwater wellfield, a new RO facility treating a blend of existing freshwater wells and new brackish water wells, and new pretreatment and post treatment facilities. Responsible for evaluation and design of the treatment processes,including, sand strainers, cartridge filters, chemical pretreatment,bypass blending, degasifier systems, a new finished water clearwell,post treatment chemical stabilization, and transfer pumping to existing finished water storage. Principal Architect,Murphree WTP Expanded Chlorine Facility,Gainesville Regional Utilities,FL.Responsible for design and production of new plant facilities,including interpretation and design application of building codes and code issues, coordination with other disciplines, review of shop drawings, and field work. Architect, Murphree WTP Space Adaptive Reuse Study, Gainesville Regional Utilities, Gainesville,FL.Participated in a space study for the Murphree WTP facility. Principal Architect,East Water Reclamation Facility,Bonita Springs Utilities,FL. Responsible for interpretation and design application of building codes and code issues, coordination with other disciplines, review of shop drawings, and field work. Project involves a new 4 mgd (expandable to 8 mgd), $56.8-million WRF and 60-wet-ton-per-day sludge dewatering and drying facility. Project Architect,Hillsborough County Solid Waste Transfer Station,Tampa,FL. Project architect for the design of two solid waste transfer stations,serving as a subconsultant to King Engineering. The project included development of design contract documents for transfer station buildings,scalehouses and scales, and maintenance facilities for the Northwest Transfer Station(NWTS) and the South County Transfer Station(SCIS). The SCTS was completed and went into operation in 2010.The NWTS,which has remained operational during the facility renovation,is expected to reach substantial completion in December 2014. The SCTS was awarded the Solid Waste Association of North America(SWANA)2011 Transfer Station Gold Excellence Award. Principal Architect,McAlpine Creek Wastewater Management Facility Chemical Storage Buildings,Charlotte-Mecklenburg Utilities, NC.Responsible for building design, permit coordination, and production of two chemical storage buildings including interpretation and design application of building codes and code issues, coordination with other disciplines,review of shop drawings, and field work. 2-28 S L0103171104M KE Charles Winter, PE, D.GE., Geotechnical Milwaukee, WI Education and Professional Registrations M.S., Civil and Environmental Engineering(Geotechnical), _ University of Wisconsin—Madison B.S., Civil Engineering, University of Wisconsin—Madison Professional Engineer:Wisconsin Diplomate, Geotechnical Engineering (D.GE.)-The Academy of Geo-Professionals Dis-tir-tgtrishing Qualiricatio«s 0 More than 19 years of experience in geotechnical engineering exploration, design and construction with an emphasis and research in foundation design and construction,including shallow,mat, and deep foundations Considerable experience in design of retaining walls,including soldier pile and lagging,post y and panel,mechanically reinforced earth,concrete cast-in-place ® Experience in drafting and finalizing construction specifications and development of contractor pre-qualification documents a Extensive experience in designing,managing,and QA/QC oversight of subsurface exploration and laboratory testing programs ® Extensive experience in design of retaining structures and deep foundations using the relatively new Load Resistance Factored Design methodology f Facilitator of CH2M's internal Deep Foundations Community of Practice Relevant Experience Charles is a senior geotechnical engineer with more than 19 years of experience in the areas of geotechnical engineering exploration, design, and construction, and has been based in Wisconsin for his entire career. His work focuses on deep foundation design and construction,including cost optimization and risk mitigation. He has extensive experience in design of retaining structures and foundations using both Allowable Stress Design(ASD) and Load Resistance Factored Design(LRFD)methodologies. Charles's additional areas of experience include drafting 1 and finalizing construction specifications and development of contractor pre-qualification documents, as well as extensive experience in designing,managing, and QA/QC oversight of subsurface exploration andlaboratory testing programs. Geotechnical Engineer,Marion Road Water Tower, Oshkosh,WI.Responsible for QA/QC of geotechnical documents and generator of specifications related to the construction of the new 3/4 million gallon elevated water storage tank. Design included both shallow-foundation and deep foundation options for bidders. SL0103171104MKE 2-29 Lead Geotechnical Engineer,Oak Creek Water Treatment Plant Additions,Oak Creek,WI, Lead geotechnical engineer responsible for subsurface exploration program execution,laboratory testing and development of recommendations for support of a new W facility,mid-rise and high-rise pump stations and support of a two million gallon storage tank. Project involved contaminated soils and thick layers of moderately compressible soils. Geotechnical Task Lead,Jones Island WWTP Gas Turbine Replacement Project,MMSD, Milwaukee,WI.Responsible for specifications development,execution of indicator pile test program, and design of deep foundation support of a new building containing heavy machinery. Project had considerable challenges,including extending piles through a buried, abandoned, heavily reinforced,pile-supported concrete mat below the groundwater table, and the nearby presence of vibration-sensitive machinery critical for ongoing plant function. Developed production-driving criteria based on dynamic test data, and provided engineering oversight/consultation during foundation construction. Lead Geotechnical Engineer,Missouri River Wastewater Treatment Plant Expansion,Omaha, NE.Responsible for subsurface exploration and testing planning and oversight, and for development of geotechnical recommendations for several deep foundation systems to support multiple proposed structures at the site. Project included twelve structures,including a new headworks building,odor control buildings,chlorine contact basin, chemical storage building, and system pipe chases between these and existing buildings. These buildings were all supported on deep foundation systems extending through thick deposits of very soft fat clay adjacent to the Missouri River. Also developed related project specifications,reviewed structural plans, approved contractor submittals,responded to design inquiries, and provided considerable engineering oversight of in-ground construction activities. Lead Geotechnical Engineer, Sherman Water Treatment Facility Expansion, Sherman,TX. Responsible for development of geotechnical recommendations,formation of foundation plans, and review of specifications for addition of six facilities on an existing plant,including a preoxidation basin, recycle basin, and a membrane building. Project had excavations extending into and foundations bearing on swelling clay soils. Foundation Engineer, Grand Chute Wastewater Treatment Plant,Neenah,WI. Design of one primary clarifier,two secondary clarifiers,multiple aeration tanks, and an ATAD facility. Involvement included specification writing and supervision of installation of driven test piling. Geotechnical Task Lead,West Waukesha Bypass Project, Waukesha,WI. Oversight/direction of subsurface exploration,laboratory testing, and developed subsurface parameters for an approximate four-mile-long roadway project along the southwest side of Waukesha. Geotechnical Co-task Lead and Senior Reviewer,Zoo Interchange Reconstruction (I-94/I-894/USH 45),Wisconsin DOT,Milwaukee WI.The$1.7 billion highway reconstruction included preliminary and final foundation design of over 28 bridges,including 5 system flyover ramps. Numerous retaining walls were designed and constructed,including MSE, anchored/cantilevered soldier pile and lagging, concrete cantilever, secant, and sheet pile. 2-30 SL0103171104M KE Jeremy Thomas, PE, Geotechnical AECOM—Oshkosh, WI Education and Professional Registrations BS, Civil Engineering,University of Wisconsin—Platteville MS, Civil Engineering, University of California—Davis Distinguishing Qualifications ® 12 years of geotechnical engineering experience on a variety of - - Wisconsin projects, as well as projects across the country and around the world Relevant Imperience Jeremy Thomas is the senior geotechnical engineer in AECOM's Oshkosh office. Over his twelve- year career, he has worked on a variety of geotechnical projects nationally and internationally. Jeremy's expertise includes planning and implementing field exploration programs and laboratory testing programs, analysis and design of earth retaining structures, and analysis and design of deep and shallow foundation systems. Geotechnical Engineer, Stormwater Projects,City of Oshkosh,WI.Jeremy has served as the geotechnical engineer on a variety of stormwater projects in the City of Oshkosh. ® Oshkosh North Main Street Detention Basin J Libbey Nicolet Detention Basin ® Armory Detention Basin City Hall Underground Detention Structure and Parking Lot Reconstruction ® Sawyer Creek Dredging i Geotechnical Engineer,River Walk Projects,City of Oshkosh,Wl.Jeremy has also has served as the geotechnical engineer for a variety of river walk projects throughout the City including: 0 City Center Hotel River Walk and Docks ® Stieger Park River Walk 6 Boat Works River Walk and Pedestrian Bridge South Shore River Walk Riverside Park Parking Lot Reconstruction ® Senior Center Parking Lot Reconstruction Engineer of Record, Milwaukee City Hall Foundation Restoration,City of Milwaukee,WI. Jeremy serves as the Engineer of Record for the geotechnical and structural aspects of the Milwaukee City Hall Foundation Project. The project consists of the design of a new foundation system for Milwaukee City Hall which consists of micropiles drilled within the basement of the facility which support the building through the construction of post-tensioned reinforced concrete pile caps. S10103171104MKE 2-31 i i i Emad Farouz, PE, Senior Reviewer— Geotechnical Washington, DC M Education and Professional Registrations � - M.S., Civil Engineering, Stevens Institute of Technology B.S., Civil Engineering,Cairo University Graduate Studies at Drexel University, Geotechnical Engineering and Engineering Geology - Graduate Studies at Colorado School of Mines,Mechanical Tunneling Graduate Studies at University of Wisconsin, Ground Treatment, Improvement, and Support Graduate Studies at Colorado School of Mines,Microtunneling Professional Engineer: Connecticut,Washington, DC, Iowa,New Jersey, Ohio,Virginia Distinguishing Qualifications Special expertise in design,project management,QC, and construction management,which includes soil,rock,shallow and deep foundations,stability, and settlement analyses Experience in construction program management,special program-level studies, and installation-level asset management studies Served as Geotechnical Engineer checker for 12 Louisville projects encompassing full design i and D-B RFP packages valued at over$130 million in construction a Performed geotechnical engineering/reviews for multiple USACE projects encompassing full design and D-B RFP packages valued at over$130 million in construction Relevant Experience Emad Farouz has 25 years of special expertise in design,project management,QA/QC, and construction management. He also has experience with specifications, soil, rock, shallow and deep foundations, stability, and settlement analyses. He has extensive experience with projects involving water and wastewater treatment plants,bridges,highways, tunnels, microtunnels, buildings,marine structures, commercial facilities,light rail systems, educational facilities,roads, and dams. Emad manages engineering aspects of projects involving geotechnical features,water and wastewater treatment plants,buildings,marine structures, commercial facilities, roads, and dams;work includes soil, rock, shallow and deep foundations,stability, and settlement analyses. Geotechnical Task Leader,Water Treatment Facility Improvement Project,Poughkeepsie,NY. Managed the drilling subcontractor and performed a quality control during the drilling of the geotechnical borings.Additional responsibilities included supervising design engineers in developing subsurface profiles, and design the drilled shaft foundations to support the Chemical Building and the Sludge Tank. The team prepared earth pressure loading criteria for both temporary and permanent structures. Developed design criteria for excavation support system. S L0103171104M KE 2-33 Prepared baseline geotechnical report for the project. In addition,prepared contract document including dewatering,fill and backfill, excavation, drilled shafts,fill and backfill,underground storage tank removal,excavation support specification. Also provided construction support. Lead Geotechnical Engineer,37th Street Water Treatment Plant,Norfolk,VA. Designed the pile foundation system composed of 14-inch pipe pile including vertical bearing capacity and constructability analysis. Developed earth pressure loading criteria for both temporary and permanent structures, an instrumentation program to measure both settlement and groundwater table, and design criteria for 30-ft sheet piling system to be installed in soft clay in close proximity to 70-ft high tank and several turn of the century buildings. Prepared baseline geotechnical report for the project. Prepared contract document including dewatering,fill and backfill, excavation, driven piles, and excavation support specification which included slurry walls. During the construction phase,reviewed shop drawings for piles and sheet piles. Supervised the analysis of the contractor's sheet pile design using FLAC analysis.Also,based on the static load test and dynamic testing of the piles issued a final pile tip elevation and pile driving criteria. Lead Geotechnical Engineer, Pile Foundation Systems Design,Lake Gaston Water Treatment Plant, Chesapeake,VA. Designed two alternative pile foundation systems that consisted of 14-inch pre-stressed concrete piles and 18-inch auger cast concrete pile including vertical bearing capacity and constructability analysis. Developed earth pressure loading criteria for both temporary and permanent structures, and an instrumentation program to measure settlement and ground water table. Developed design criteria for sheet piling system to be installed in soft. Prepared baseline geotechnical report for the project. Prepared contract document including dewatering,fill and backfill, excavation, driven piles, and excavation support specification. Investigation Program Development,Broad Run Loudoun County Water Reclamation Facility, Ashburn,VA. Developed subsurface investigation program including rock coring,geophysical testing to identify top of the rock,pressuremeter and laboratory testing program;subsurface profiles, and soil and rock strength parameters to be used in the design;foundation alternatives with associated cost estimate and selected the most economical foundation alternatives;drilled shaft foundations to support heavy structures;earth pressure loading criteria for both temporary and permanent structures;and design criteria for excavation support system. Geotechnical Task Lead,Potomac Water Filtration Plant,Laurel,MD.During construction, reviewed shop drawings,provided support during construction,including request for information. During construction provided an analysis and design for water holding retaining wall including performing calculations and developing design sketches. Geotechnical Lead,North Hudson Sewerage Authority, Solids and Floatable Facilities and Pump Station,Hudson County NJ.The project included seven different solids and floatable facilities generally along the Hudson River.The facilities were largely below ground in urban sitting and located over ground that varied from 85-ft soft clay to hard rock. The project included developing a subsurface investigation program, subsurface profiles,soil engineering properties, geotechnical report,design of excavation support system that varied form 40-ft cofferdams in the Hudson River to 90-ft deep rock that was stabilized using rock nail and shotcrete including final rock like architectural shotcrete. 2-34 SLO103171104MKE Todd Elliott, PE, Process Mechanical Minneapolis, MN Education a-f-Ld Professional Registrations M.S., Civil and Environmental Engineering, University of Wisconsin-Madison B.S., Civil Engineering,University of Wisconsin-Madison Professional Engineer: Wisconsin,Iowa, Minnesota, Indiana Distingulishing Qualifications ® 15 years of design and construction experience on similar water treatment projects in Wisconsin and across the Midwest 0 Process mechanical engineer for numerous drinking water treatment projects for the City of Oshkosh water treatment plant including finished water storage and pumping study, chlorine contact tank project, ammonia system upgrades,alum system upgrades, and zebra mussel control project Relevant Rxlperience Todd is a process mechanical engineer with 15 years of experience in the study, design, and construction of water treatment projects. He is a licensed professional engineer in the State of Wisconsin and has supported design activities for numerous projects in Wisconsin and across the Midwest in conjunction with Linda Mohr and Tony Myers. His specialties include disinfection, hydraulics, and process equipment selection. Process Mechanical Engineer,Water Filtration Plant Projects,Oshkosh,WI. Served as the process mechanical engineer for several City of Oshkosh Water Filtration Plant improvement v projects including the Modifications and Demolition Project(2008-2010);Chlorine and Ammonia Feed Equipment Replacement design and constriction phase services (2010-2011); Chemical, Electrical, and Controls System Improvement design and construction phase services (2012-2013);Clearwells Preliminary Design(2014);Zebra Mussel Control System and Equipment Replacement design and construction services (2014-2016);Marion Road Water Tower study, design and construction phase services (2014-2016). Supported development of regulatory review documentation for the Wisconsin Department of Natural Resources (WDNR) and the Public Service Commission. Process Mechanical Engineer,Oak Creek Water Treatment Plant, Chlorine Contact Tank and Storage Evaluation and Design, Oak Creek,WI. Evaluated alternatives for modifying the existing chlorine contact tanks and finished water storage tanks to comply with the State of Wisconsin regulations (NR 811) for the 35-mgd water treatment facility. Generated conceptual layouts and costs for numerous alternatives including a new intermediate pump station,UV disinfection system,finished water storage, and high service pump station.Led development of hydraulic analyses and UV equipment alternatives during the design phase. 510103171104MKE 2-35 Process Mechanical Engineer and UV Disinfection Specialist,Cedar Rapids Water Department, UV Disinfection Design,Cedar Rapids,IA.Process mechanical lead for preliminary through final design of UV disinfection facilities for 40-mgd and 42-mgd water treatment plants.Also led equipment procurement and commissioning activities for the new UV system. Process Mechanical Engineer and UV Disinfection Specialist,City of Appleton Water Treatment Facility,Menasha,WI. Process mechanical lead for preliminary through final design of a new aqueous ammonia storage and feed system, filter aid polymer feed system,hydrated lime feed system, and UV disinfection retrofit at a 24-mgd treatment facility. Led workshops with the City to establish the design criteria and system operational scenarios,preparing bid documents for UV disinfection equipment pre-selection, and coordinate with I&C and electrical on equipment needs. Process Mechanical Lead,City of Minneapolis Water Treatment and Distribution Services, Recarbonation Study and Design, Minneapolis,MN. Process mechanical lead for preliminary and final design for carbon dioxide storage and feed system for 140-mgd lime softening facility. Evaluated storage tank types and gaseous versus pressurized solution feed systems. Project is currently under construction. Process Mechanical Lead, St.Paul Regional Water Service,Filter Improvements Project, St. Paul,MN.Process mechanical engineer for the design of new underdrains,backwash air supply piping,filter media,and backwash troughs.Installation of equipment and piping required significant coordination with on-site engineer, contractor, and equipment manufacturers. Responsibilities included development of GAC media, filter underdrain,filter trough,valves and air piping specifications, calculation of hydraulic losses, development of reservoir CT calculation spreadsheet for client, and reviewing submittals and providing support during construction. Process Mechanical Engineer and UV Disinfection Specialist,North Shore Water Commission, UV Disinfection Design, Glendale,WI. Process mechanical lead for preliminary and final design of UV disinfection facilities for existing 18-mgd water treatmentplant, the first UV system installed in Wisconsin. Coordinated UV design requirements with WI DNR prior to finalization of USEPA UVDGM. Project Engineer, Great Lakes Application for Lake Michigan Water Supply,Waukesha,WI. Project engineer for the technical studies performed to develop the City of Waukesha's application for a Lake Michigan water supply under the Great Lakes-St. Lawrence River Basin Water Resources Compact. Developed preliminary sizing and cost data for water supply and treatment alternatives considered as part of the water supply study and permit application for Waukesha. Project Engineer,Water System Master Plan and Filtration Study,City of St.Joe,MI. Conducted process assessment for entire water supply and treatment system for 24-mgd system along Lake Michigan. Assessed each process with respect to treatment performance and capacity. Developed cost estimates and implementation schedule for proposed improvements. Evaluated hydraulics for increasing filtration rate in existing filters. 2-36 SLO103171104MKE k Paul Timm, Constructability Review AECOM—Oshkosh, WI Ed-Licata on ai-Ld Professional Regislralims BS,Hydrogeology, University of Wisconsin, Oshkosh 5 Distinguishing Qualifications 32 years of experience on a wide range of stormwater, environmental,landfill, river walk, and construction oversight projects Extensive experience with project work for the City of Oshkosh,including multiple project partnerships with CH2M Felevajit Exjoerieiwe Paul Timm is AECOM's senior Project Manager and the Account Manager for the City of Oshkosh. His experience over the past 30 years includes project planning,project management, collecting, reviewing, and interpreting analytical data, project permit preparation,budget management, preparing and implementing remedial, design and construction work plans for a wide range of stormwater, environmental,landfill, river walk,brownfield redevelopment and construction oversight projects. Paul has worked successfully with the CH2M team on numerous projects for the City of Oshkosh,including the following. Water Filtration Plant CT Back Wash Basin Project-AECOM's services included environmental investigation, geotechnical investigation, project approach, demolition and construction management. Marion Water Tower Project-AECOM's services included environmental investigation and consulting, geotechnical investigation and consulting, and construction management. Wastewater Treatment Plant Upgrades-AECOM's services included environmental investigation and consulting. Project Manager,Leach Amphitheater,Riverside Park,Oshkosh, WI.Served as the project manager His role included general construction agreement, environmental remediation investigations, permitting, design and construction oversight related services. Project Manager, Stormwater and Sanitary Projects, City of Oshkosh,WI. Paul has served as the project manager and/or provided technical assistance related to environmental services, cost estimating, development of bidding documents, construction management and material testing for several stormwater projects throughout the City of Oshkosh, Projects and services provided include the following. Oshkosh North Detention Basin-Material testing services Oakwood Avenue Detention Basin-Material Testing services SLO103171104M KE 2_37 i' r • Melvin Avenue Stormwater Lift Station-Bid document preparation,cost estimating,bidding assistance and construction management services e City Hall Parking Lot-Environmental investigation,bid document preparation, cost estimating,bidding assistance and construction management services • Armory Detention Basin-Environmental investigation,bid document preparation, cost estimating,bidding assistance and construction management services • James Road Detention Basin-Envirorunental investigation services • Sawyer Creek Dredging-Environmental investigation services • 9th and Washburn Detention Basin-Design,permitting,bid document preparation,cost estimating,bidding assistance and construction management services • North Main Street Detention Basin-Bid document preparation,bidding assistance and construction management services • Snell Road West Sanitary Lift Station,Services,Design,Permitting,Bid document preparation assistance, cost estimating,and Bidding assistance,Construction Management River Walk Projects,City of Oshkosh,WI. Account manager and project team leader and is responsible for all facets of river walk development and construction. His primary responsibilities include(d) land acquisition and easement negotiations,concept development, grant application,permit preparation, cost development,preparation of bidding and construction documents, and construction management. Related project experience is provided below: • Riverside Park Phase I and II River Walk Marion Zone River Walk and Docks- • City Center Hotel River Walk and Docks- • Stieger Park River Walk • Boat Works River Walk ® South Shore River Walk East and West of Oregon Street Project Manager,Various Water Filtration Plant Projects,City of Oshkosh,WI.Project manager for Storage Facility, Sedimentation Concrete Repairs, Sludge Line Fastener Replacement, High- ,... � Lift Retaining Wall Evaluation, and Demolition of the Former Intake Building. Services for these projects included, design,permitting environmental investigations,bid document preparation, demolition oversight, and construction management, i i 2-38 S10103171104M KE t Paul Drew, PE, CFM, Stormwater AECOM—Oshkosh and Milwaukee, WI Education and Professional Registrations Professional Engineer:Wisconsin Certified Floodplain Manager Dista' gtjishi.ng Qualifications ® 8 years of experience on a wide range of stormwater related ' projects in Wisconsin @ Current Project Manager for several of City of Oshkosh ...r.- Stormwater related projects Relevant Experience Mr. Drew is a project manager in the Midwest Region. His technical experience has focused on hydrologic and hydraulic modeling,water resources design, and regulatory permitting. Mr. Drew's experience also includes hydraulic design,floodplain management, spillway design, dam failure analyses, and inundation mapping for FERC licensed hydroelectric projects and state regulated dams in California, Colorado, Illinois,Minnesota,Michigan,Massachusetts,Virginia and Wisconsin. His experience also includes civil engineering design, dam inspections, preparation of emergency action plans, and construction monitoring for dams. Mr. Drew is proficient in several software applications including ArcGIS, FLO-21), HEC-HMS, HEC-RAS, -' Hydro CAD,HEC-1,HEC-2, GEO-Studio and WinSLAMM. Mr. Drew is a Certified Floodplain Manager(CFM) through the National Flood Insurance Program (NFIP).The NFIP is administered by FEMA and awards this certification to individuals that have passed the certification exam and have demonstrated knowledge of FEMA standards and national programs of floodplain management. Project Manager, Strigham Watershed Modeling Project, Oshkosh,WI.Responsible for the completion and compiling of applicable survey information, development of a conveyance network model(XPSWMMTM). Utilizing"2 D" modeling overland flow methodology, develop and calibrate conditions hydrologic and hydraulic model, evaluate stormwater management alternatives, and execute post-mitigation modeling for the selected alternative Project Manager,Johnson Ave Watershed Modeling Project, Oshkosh,WI.Responsible for the completion of applicable survey information, development of a conveyance network model (XPSWMMTM). Utilizing"2 D" modeling overland flow methodology, developed and calibrate conditions hydrologic and hydraulic model, evaluate stormwater management alternatives, and execute post-mitigation modeling for the selected alternative Project Manager, South Park Lagoon and Parking Lot Retrofit Project Oshkosh,WI. Responsible for developing engineering plans and bidding documents for the project in compliance with the Stringham Watershed Modeling selected alternative. i S10103171104MKE 2_39 r i € u G Project Engineer,North Appleton and Benson Lake Substations,WI.Project engineer for the design for substation expansion projects located in Appleton and Amberg,Wisconsin. Design documents included construction drawings,technical specifications, erosion and sediment control, and hydrologic/hydraulic analysis to support the site grading,storm sewers, drainage swales, stormwater detention facilities, retaining walls, and best management practices at the substation expansion. Project Engineer,Dam Failure Analysis and Hydrology Study,Cliffs-UTAC,UTAC Basin, Forbes,MN.Project engineer for the hydraulic analysis to estimate the downstream flooding due to a hypothetical failure of the UTAC Basin during the probable maximum flood(PMF), 100-year flood, and 6-hour probable maximum precipitation(6hr-PMP).The dam failure analysis was performed using HEC-GeoRAS software using GIS based cross sections. Wisconsin Department of Natural Resources,Bong Recreational Dam No. 8-Darn Failure Analysis,Brighton,WI.Project engineer for the simplified dam breach analysis and flood routing due to a hypothetical failure of Wolf Lake Dam. A simplified dam failure and flood routing approach was performed using Federal Emergency Management Agency flood profiles and HEC-2 regulatory model,by projecting the 100-year stillwater Wolf Lake to the immediate downstream highway embankment, and routing the increase outflow through the FEMA model. Project Engineer,Wisconsin Department of Natural Resources, Spillway Design and Darn Restoration, Brighton,WI.Project engineer for the design and sizing of a new spillway structure and dam embankment restoration.Developed design documents including plans for construction of new concrete drop inlet spillway structure, grading plan for an approximately 200-foot-long earthen embankment, erosion control, and technical specifications.Performed hydrology study to verify the existing Federal Emergency Management Agency Stillwater elevation in the impoundment and dam failure analysis using the FEMA HEC-2 regulatory model. Project Engineer, Spillway Design and Dam Restoration,Norris Adolescent Center,Vernon, WI.Project engineer for the design and sizing of a new spillway structure and dam embankment restoration. Developed design documents including plans for demolition of existing spillway, construction of new cast in place concrete drop inlet spillway structure,grading plan for an approximately 1,000-foot-long earthen embankment,erosion control, and technical specifications. Project Engineer,Reischl Dam Failure Analysis,Norris Adolescent Center,Vernon,WI.Project engineer for the hydrologic and hydraulic analysis and created HEC-HMS and HEC-RAS models to analyze the proposed dam improvements and dam failure scenario 2-40 S LO103171104M K E Terry Peterson, PE, Senior Reviewer— Stormwater AECOM—Oshkosh and Green Bay, WI Education and Professional Registrations BS, Civil Engineering, University of Wisconsin, Platteville Professional Engineer: Wisconsin,Michigan Distinguishing Qualifications 0 36 years of experience in the planning,permitting,design and construction management of stormwater collection,detention and site drainage facilities 0 Experienced in the design and permitting for utility extension(water main,sanitary sewer)to municipal developments 0 Expert in the design of stormwater collection/discharge to comply with federal,state and local standards for both water quantity control and water quality improvement 0 Experienced in the preparation of permit applications and Stormwater Pollution Prevention Plans(SWPPP)for industries in Wisconsin and Michigan,including wood products,mining, manufacturing,pulp and paper,foundries,meat processing,utilities and transportation 0 Conducts hydrologic/hydraulic studies for floodplain delineation,flood routing,and flood storage;includes floodway re-delineation to allow land development Relevatit Experience Project Manager,Mariner's Pointe Condominium Development, Sister Bay,Wl.Project manager for this 11,5-acre condominium development which included both conventional stormwater detention and bio-retention/infiltration for water quality improvement. Project Principal,Bay Harbor Waterfront Development,Ashwaubenon,Wl.Project principal for this waterfront development which required siting of buildings and stormwater features to avoid Environmentally Sensitive Areas and wetlands. Features include detention ponds and a landscaping pond with a cascading stream outlet to the Fox River. Project Manager,Hackensack Meadowlands IE Landfill. Project manager for development of a comprehensive stormwater management plan for the 383-acre Hackensack Meadowlands 1E Landfill.This plan conformed to New Jersey state standards for Soil Erosion and Sediment Control guidelines. The overall system consisted of perimeter detention ponds and outlets, stormwater collection features (swales, ditches,inlets), and erosion protection. Project Principal,Tundra Lodge Hotel/Waterpark Site, Green Bay,Wl. Project principal for a 20-acre parcel developed as the Tundra Lodge Hotel/Waterpark. The stormwater management plan conformed to local and state standards for both water quantity and water quality control. Significant features included water control during construction and installation of hydro- dynamic separation(Vortechnics 6 units) for water quality discharge. SLO103171104MKE 2-41 Project Manager,Ashwaubenon Boardwalk Mixed-Use Development, Green Bay,WI. Project manager for a 24-acre Ashwaubenon Boardwalk mixed-use development on the banks of the Fox River. As part of the overall permitting process for this site, detailed stormwater management plans and erosion control plans were developed. These plans included both permanent and temporary sediment storage traps,water quality ponds, storm storage, and overall site stormwater collection. Project Manager,American Express Office Park,Ashwaubenon,WI. Project manager for a 35- acre American Express office park. This project included civil site design and stormwater management. Site features were designed to incorporate not only surface runoff collection,but also subgrade drainage to maintain parking lot integrity. Publications and Presentations Waterfront Development: Liquid Gold for Cities and Businesses,"published in InterBusiness Issues magazine, Peoria, Illinois. October 2006. "Site Assessment and Improvement,"presented as part of STS client seminar titled"Focus on Property Development",January and April 2003. "How to Comply with the Stormwater Discharge Regulations"presented to the Marathon County Hazardous Waste Cooperative Technical Conference,Wausau,Wisconsin,October 1994. "Requirements for Stormwater Discharge Permits"presented to the 4th Annual Environmental Affairs Conference-National Meeting of the American Foundrymen's Society, Milwaukee, Wisconsin,August 1990. "Individual or Group Stormwater Discharge Permits-Which is Right for You?"presented to Water Quality Committee for the Wisconsin Paper Council,Waupaca,Wisconsin,June 1990. Co-Author"How to Manage Subsurface Risk Related to Property Redevelopment,"published in Marketplace Magazine,November 23, 1993. 2-42 S LO103171104M K E A & City f Oshkosh Affidavit CH2M Hill Engineers,Inc. 135 South 8411,Street,Suite 400 Milwaukee,WI 53214 By signing this document where indicated below, CH2M Hill Engineers, Inc. affirms that all electronic copies of the Water Filtration Plant: Clearwells Preliminary Design Study, and the Water Filtration Plant Electrical Study,which were provided as part of the Request for Proposal for Final Design Services for the City of Oshkosh Water Filtration Plant Clearwells Replacement project,have been deleted and all hard copies created from these electronic copies have been destroyed. E . Signature Dat L/ N 1>A rr,d}4)z- . E . Name -PP-vJ-f t_7 "ANA rr G tZ Title I "1 I:\Engineering\2017 CONTRACTS\17-18 WFP Clearwells\Project_Information\Contract Info\Consultant Page I of 1 Agreements\Final Design\17-I8 Affidavit12-16-16.docx City Hall,215 Church Avenue P.O.Box 1130 Oshkosh,WI 54903-1130 http://www.ci.oshkosh.wi.us i t (--a OB C) IA 'j Y. 0 The CH2M team prepared the attached level of effort and fee estimate for the final design and bid phase services based on the preliminary project sheet list included as Attachment 1 and the following assumptions: 1. The Clearwells Replacement Project comprises the improvements listed in Section 2 Detailed Presentation of Tasks.Additional evaluation of project alternatives is outside this scope of services, 2. Environmental Assessment and Historical and Archeological Resources review will be conducted at the City's direction under a separate contract. 3. There is an approximately 500 linear feet of WFP cyclone-type fencing with lead paint that will be removed as part of the Clearwells Replacement project.Any further investigation and remediation of possible hazardous waste,asbestos,lead paint or other types of contamination will be conducted as a separate contract. 4. Modification to the foundations of existing buildings is not required. 5. The design will be based on the federal,state,and local codes and standards in effect on the effective date of the authorization to proceed. Any changes in these codes may necessitate a change in scope. 6. Site drawings will only be prepared for the areas where new facilities are to be constructed. 7. SCADA system design will include PC software upgrades and provisions for the City's service provider,Energenecs,to integrate new project screens with existing SCADA system screens.The City will pay for any needed software products or maintenance fees. Level of Effort and Compensation Attachment 2 summarizes the proposed level of effort and compensation for professional engineering services. WBG091014122644MKE ` r f I' I'_€ r 'fn f p I,,— i 01-GENERAL 1 01-G-000 PE STAMPS 2 01-G-001 TITLE SHEET,VICINITY AND LOCATION MAPS 3 01-G-002 INDEX TO DRAWINGS 4 01-G-003 ABBREVIATIONS 5 01-G-004 ABBREVIATIONS(CONTINUED)AND DESIGNATIONS LEGEND 6 01-G-005 HYDRAULIC PROFILE 7 01-G-006 PROCESS FLOW DIAGRAM AND DESIGN CRITERIA 8 01-G-007 INSTRUMENTATION AND CONTROL LEGEND 1 9 01-G-008 INSTRUMENTATION AND CONTROL LEGEND 2 10 01-G-009 CIVIL LEGEND 11 01-G-010 ARCHITECTURAL LEGEND 12 01-G-011 ARCHITECTURAL SCHEDULES 13 01-G-012 STRUCTURAL NOTES 1 14 01-G-013 STRUCTURAL NOTES 2 15 01-G-014 PROCESS MECHANICAL LEGEND 16 01-G-015 HVAC LEGEND 17 01-G-016 PLUMBING LEGEND 18 01-G-017 ELECTRICAL LEGEND 1 19 01-G-018 ELECTRICAL LEGEND 2 20 01-G-019 ELECTRICAL LEGEND 3 21 01-E-001 ELECTRICAL ONE LINE DIAGRAM DEMOLITION 22 01-E-002 ELECTRICAL ONE LINE DIAGRAM (SHEET 1 OF 4) 23 01-E-003 ELECTRICAL ONE LINE DIAGRAM (SHEET 2 OF 4) 24 01-E-004 ELECTRICAL ONE LINE DIAGRAM (SHEET 3 OF 4) 25 01-E-005 ELECTRICAL ONE LINE DIAGRAM (SHEET 4 OF 4) 26 01-E-006 ELECTRICAL CONSTRUCTION SEQUENCE NOTES& LIGHTING SCHEDULE Cl L. 26 05-X-101 DEMOLITION SITE PLAN 27 05-X-102 CLEARWELLS DEMOLITION SECTIONS 28 05-X-103 CLEARWELLS DEMOLITION SECTIONS 29 05-X-104 HIGH LIFT PUMP STATION DEMOLITION 30 05-C-131 OVERALL TOPOGRAPHIC SURVEY, 1"=60' 31 05-C-132 TOPOGRAPHIC SURVEY, 1"=30' 32 05-C-133 TOPOGRAPHIC SURVEY, 1"=30' 33 05-C-134 SITE EROSION CONTROL PLAN 34 05-C-231 OVERALL SITE PLAN, 1"=60' 35 05-C-232 SITE PLAN, 1"=30' 36 05-C-233 SITE PLAN, 1"=30' 37 05-C-234 OVERALL SITE GRADING PLAN, 1"=60' 38 05-C-235 SITE GRADING PLAN, 1"=30' 39 05-C-236 SITE GRADING PLAN, 1"=30' 40 05-C-237 OVERALL SITE LANDSCAPE PLAN, 1"=60' 41 05-C-238 SITE LANDSCAPE PLAN, 1"=30' 42 05-C-239 SITE LANDSCAPE PLAN, 1"=30' W BG091014122644M KE 3 i 43 05-C-240 LANDSCAPE PARTIAL PLANS 44 05-C-241 LANDSCAPE DETAILS 45 05-C-242 LANDSCAPE DETAILS 46 05-C-411 OVERALL SITE UTILITY PLAN, 1"=60' 47 05-C-412 SITE UTILITY PLAN, 1"=30' 48 05-C-413 SITE UTILITY PLAN, 1"=30' 49 05-C-414 SITE UTILITY PLAN AND PROFILE IPS INFLUENT&DISCHARGE FW 50 05-C-415 SITE UTILITY PLAN AND PROFILE CLEARWELL INFLUENT FW 51 05-C-416 SITE UTILITY PLAN AND PROFILE CLEARWELL INFLUENT FW 52 05-C-417 SITE UTILITY PLAN AND PROFILE HLPS DISCHARGE FW 53 05-C-418 SITE UTILITY PLAN AND PROFILE HLPS DISCHARGE FW 54 05-C-419 SITE UTILITY PLAN AND PROFILE SW 55 05-C-420 SITE UTILITY PLAN AND PROFILE SAN 56 05-C-421 SITE UTILITY PLAN AND PROFILE MISC 57 05-C-422 YARD PIPING DETAILS 58 05-C-423 YARD PIPING DETAILS 59 05-C-424 POST CHEMICAL ADDITION 60 05-C-425 DETAILS 61 05-E-221 ELECTRICAL SITE PLAN 62 05-E-301 ELECTRICAL DUCT BANK SECTIONS A-H 63 05-E-302 ELECTRICAL DUCT BANK SECTIONS J-M 08 I.IVSTRtJMENTATION AND CONTROL 64 08-N-001 INTERMEDIATE PUMP STATION P&ID 65 08-N-002 STORAGE TANK P&ID 66 08-N-003 HIGH LIFT PUMP STATION MID 67 08-N-004 POST CHEMICAL ADDITION 68 08-N-005 CONTROL SYSTEM NETWORK BLOCK DIAGRAM 1 69 08-N-006 CONTROL SYSTEM NETWORK BLOCK DIAGRAM 2 10=1I11ATER FICTRATION'P�ANT 70 10-X-211 DEMOLITION PARTIAL PLAN AT FIRST FLOOR 71 10-X-221 DEMOLITION PARTIAL PLAN AT SECOND FLOOR 72 10-X-231 DEMOLITION GENERATOR ROOM PLAN 73 10-X-241 DEMOLITION CONTROL ROOM PLAN 74 10-X-301 DEMOLITION SECTIONS 75 10-X-302 VIEWS 76 10-X-303 VIEWS 77 10-A-230 FIRST FLOOR LIFE SAFETY PLANS AND CODE DATA 78 10-A-231 GENERATORS ROOM DETAILS 79 10-A-232 WATER FILTRATION PLANT DETAILS 80 10-D-211 PARTIAL PLAN FIRST FLOOR 81 10-D-221 GENERATORS PLAN 82 10-D-501 GENERATORS DETAILS 83 10-M-221 FIRST FLOOR PLAN 84 10-M-231 GRADE LEVEL PLAN AND ENGINE COOLING WATER SYSTEM SCHEMATIC 85 10-M-232 FIRST FLOOR DETAILS 86 10-E-211 ELECTRICAL EQUIPMENT ROOM PARTIAL POWER PLAN AT EL 754.0 87 10-E-221 POWER PLAN DETAILS 4 W BG 091014122644M KE 88 10-E-231 CONDUIT DIAGRAMS 89 10-E-XXX CONDUIT DIAGRAMS 90 10-E-232 SCHEMATIC DIAGRAMS 91 10-E-601 ELECTRICAL SCHEDULES 92 10-E-602 ELECTRICAL SCHEDULES 93 10-E-603 ELECTRICAL SCHEDULES 94 10-N-710 DETAILS 201985 PUMP STATION 95 20-X-105 HIGH LIFT PUMP STATION DEMOLITION 96 20-ES-231 GRADE LEVEL ELECTRICAL POWER PLAN 97 20-ES-232 ELECTRICAL PANELBOARDS 98 20-ES-233 ELECTRICAL DETAILS 99 20-ES-601 CONDUIT DIAGRAMS 30 INTEOMEWATE PUMP STATION 100 30-A-230 LIFE SAFETY PLAN AND CODE DATA 101 30-A-231 PLAN AT GRADE LEVEL 102 30-A-241 ROOF PLAN 103 30-A-301 ELEVATIONS 104 30-A-302 SECTIONS 105 30-A-303 DETAILS 106 30-A-304 DETAILS 107 30-S-221 LOWER LEVEL PLAN 108 30-S-231 PLAN AT GRADE LEVEL 109 30-S-241 ROOF FRAMING PLAN 110 30-S-301 SECTIONS 111 30-S-302 SECTIONS 112 30-S-303 DETAILS 113 30-S-304 DETAILS 114 20-D-231 PLAN L- 115 20-D-301 SECTIONS 116 20-D-302 SECTIONS 117 20-D-303 DETAILS 118 20-D-304 DETAILS 119 20-M-231 PLAN AT GRADE LEVEL 120 20-M-241 ROOF PLAN 121 20-M-231 DETAILS 122 20-M-232 DETAILS 123 20-E-221 POWER PLAN AT GRADE LEVEL 124 20-E-222 LIGHTING PLAN AT GRADE LEVEL 125 20-E-223 GROUNDING PLAN 126 20-E-231 MCC AND SWITCHGEAR ELEVATIONS 127 20-E-232 PANELBOARD SCHEDULES 128 20-E-233 PANELBOARD SCHEDULES 129 20-E-601 CONDUIT DIAGRAMS 130 20-E-602 CONDUIT DIAGRAMS 131 20-E-603 SCHEMATIC DIAGRAMS 132 20-E-604 SCHEMATIC DIAGRAMS WBG091014122644MKE 5 I � 133 20-E-605 SCHEMATIC DIAGRAMS 134 20-E-610 DETAILS 135 20-E-611 DETAILS 136 20-N-710 DETAILS 4fl-STORAGE TANK 137 40-A-231 NORTH CLEARWELL PLAN AT GRADE LEVEL 138 40-A-232 SOUTH CLEARWELL PLAN AT GRADE LEVEL 139 40-A-233 NORTH CLEARWELL ROOF PLAN 140 40-A-234 SOUTH CLEARWELL ROOF PLAN 141 40-A-301 ELEVATIONS 142 40-SD-231 NORTH CLEARWELL SECTIONS 143 40-SD-232 SOUTH CLEARWELL SECTIONS 144 40-SD-233 DETAILS 145 40-SD-234 DETAILS 146 40-E-601 CONDUIT DIAGRAMS 147 40-E-602 SCHEMATIC DIAGRAMS 148 40-E-603 NORTH CLEARWELL POWER PLAN 149 40-E-604 SOUTH CLEARWELL POWER PLAN 150 40-E-605 DETAILS 151 40-N-710 TYPICAL SECURITY PLAN AND DETAILS 60-HIGH LIFT PUMP STATION 152 60-A-230 LIFE SAFETY PLAN AND CODE DATA 153 60-A-231 PLAN AT GRADE LEVEL 154 60-A-232 ROOF PLAN 155 60-A-241 ELEVATIONS 156 60-A-301 SECTIONS 157 60-A-302 SECTIONS 158 60-A-303 DETAILS 159 60-A-304 DETAILS 160 60-S-221 PLAN AT GRADE LEVEL 161 60-S-231 ROOF FRAMING PLAN 162 60-S-232 SECTIONS AND DETAILS 163 60-S-241 SECTIONS 164 60-S-301 DETAILS 165 60-S-302 DETAILS 166 60-D-231 PLAN 167 60-D-301 SECTIONS 168 60-D-302 SECTIONS AND DETAILS 169 60-D-303 SECTIONS AND DETAILS 170 60-M-231 PLAN AT GRADE LEVEL 171 60-M-241 ROOF PLAN 172 60-M-501 SCHEMATICS 173 60-M-502 DETAILS 174 60-M-503 DETAILS 175 60-E-221 POWER PLAN AT GRADE LEVEL 176 60-E-222 LIGHTING PLAN AT GRADE LEVEL 177 60-E-223 GROUNDING PLAN 6 WBG091014122644MKE 178 60-E-224 ROOF PLAN 179 60-E-230 MCC AND SWITCHGEAR ELEVATIONS 180 60-E-231 PANELBOARD SCHEDULES 181 60-E-232 PANELBOARD SCHEDULES 182 60-E-241 ELECTRICAL ROOM WIRING BLOCK DIAGRAM 183 60-E-601 CONDUIT DIAGRAMS 184 60-E-602 CONDUIT DIAGRAMS 185 60-E-603 CONDUIT DIAGRAMS _ 186 60-E-604 SCHEMATIC DIAGRAM 187 60-E-605 SCHEMATIC DIAGRAM 188 60-E-606 SCHEMATIC DIAGRAM 189 60-E-607 SCHEMATIC DIAGRAM 190 60-E-608 DETAILS 191 60-E-609 DETAILS 4 �- WBG091014122644MKE TASK 1 SITE HOURLY INVESTIGATIONS PERSONNEL(NAME) RATE HOURS TASK Management&Constructibility Linda Mohr $210.00 12 $2,52•d Tony Myers $210.00 12 $2,520 Paul Timm $190.00 8 $1,520 Geotechnical Chuck Winters $165.00 12 $1,980 Jeremy Thomas $165.00 12. $1,980 Shannon Allen $105.00 48 $5,040 Emad Farouz $220.00 $0.6 Process&Mechanical i Todd.Elliott $180.00 Colin Fitzgerald $100.00 $0.0 Nora Sadik $100.00 $0.0 Scott Champlin $160.00 $0.6 Phil Ryan $220.00 $0.0 Structural Del Lange $170.00 $0.0 Brad Phelps $220.00 $0. Tom Paige $180.00 $0.0 Stormwater Terry Peterson $165.00 Paul Drew $125.00 $0.0 Mark Van der Weggen $95.00 $0.6 Building Mechanical Sam Rizzi $190.00 $OO Neat Forrester $15000 $oo Muhammad Shafiquizzaman $190.00 $0.9 Electrical i Robert Wood $15100 $0.0 Tre Sales $100.00 $0.0 Don Wagner $22100 $0.0 &C Darren Darren Lecke $150.00 $0.0 Jack Knight $180.00 $0.0 Civil Dave Yates $160.00 8 $1,28C Mike Gnandt $165.00 $0.0.1. Rebecca Des Rochers $85.00 40 $3,40( Civil Engineer 5 $0.00 04 Architectural i Richard Stebers $165.00 $0-0 Beth Trautwein $220.00 $u.d Architectural Engineer 3 $0.00 $Ox CAD Marcus Rlechert $100.00 Marc Gerik $115,00 10 Senior CAD Technican 3 $0.00 Sox Chris Dahl $80.00 10 $800, Pawl Karaban $90.00 $ox, Dan Michalek $80.00 $o-( CAD Technican 4 $0.00 CAD Technican 5 $0.00 $o.q CAD Technican 6 $0.00 $o.( Administrative,Clerical Sharon Laurent $75.00 4 $300? Tara Glenna $75.00 $0.( Sara Steams $75.00 $047 Kornelia Madzia $50.00 $o.( Katie Crotteau $75.00 4 T3Fq Miscellaneous Miscellaneous 1 $0.00 Miscellaneous 2 $0.00 $oX Miscellaneous 3 %00 $0.( TOTAL LABOR PER TASK 180 22,7 2.6% EXPENSES PER TASK(LUMP SUM) $goo TOTAL COST PER TASK $23,6 TOTAL PROJECT HOURS 6,844 TOTAL LABOR PROJECT COST $917,300.00 TOTAL EXPENSES $11,700.00 TOTAL PROJECT COST $929,000.00 WBG091014122644MKE 9 CH2M HILL 2017 HOURLY CHARGE RATES R CEIV- for LD PROFESSIONALS AND TECHNICIANS JAN 2 7 201% DEPT of.,PIJI (LIC W OSHKosi-1, WISCO (NS Classification Hourly Rate Senior Consultant $220 Senior Project Manager,Senior Project Engineer $210 Senior Technologist $190 Senior Designer 1 $180 Senior Designer II $170 Designer $165 Project Engineer II $160 Project Engineer 1 $155 Engineer 11 $150 Associate Engineer,Senior CAD Technician $120 Junior Engineer, Scientist $115 Senior Clerical $100 CAD Technician $90 Graphic Artist, Clerical $75 Project Accountant $50 Expenses Expense Type Estimating Method Rate Photo Copies Service Center $0.05 Reprographics Service Center varies Auto mileage Travel Current IRS rate Auto Rental Travel Actual Other Travel (FTR Guidelines) Travel Actual Equipment Rental Operating Expense Actual Postage/Freight Operating Expense Actual Rates subject to change on January 1,2018