Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
170907113820
Legislative Summary RESOLUTION 17-37 AUTHORIZING THE APPROVAL OF A PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING SERVICES FOR DESIGN OF WATER TRANSMISSION MAINS AND FACILITY IMPROVEMENTS TO BE ENTERED INTO BETWEEN THE MORTON GROVE-NILES WATER COMMISSION AND STANLEY CONSULTANTS,INC.AND THE EXPENDITURE OF VILLAGE FUNDS TO PAY FOR THE VILLAGE OF MORTON GROVE'S SHARE OF THE FINANCIAL OBLIGATIONS UNDER THE PROFESSIONAL SERVICES AGREEMENT Introduced: July 24,2017 Synopsis: This Resolution will approve a Professional Service Agreement between the Morton Grove-Niles Water Commission and Stanley Consultants,Inc.,to provide professional engineering services for the design of water transmission mains and facility improvements, and further authorizes the expenditure of funds to pay for the Village's share of financial obligations under the Professional Services Agreement. Background: In March 2017, the Village of Morton Grove, pursuant to Ordinance 17-05 and the Village of Niles pursuant to Ordinance 2017-19 established the Morton Grove-Niles Water Commission (MGNWC or Commission). On April 26, 2017, MGNWC issued a Request for Proposals to engineering firms for engineering services to: prepare final designs and specifications for transmission mains from Evanston to receiving points in Morton Grove and Niles; the Intermediate Pump Station; the MGNWC Standpipe and Pump Station Facilities and related infrastructure, inclusive of plans for roadway restoration, erosion control, and traffic control; assist in acquiring all necessary permits for MGNWC; and other services required for the completion of the design work. Stanley Consultant's Inc. submitted a proposal dated May 12, 2017. On July 7, 2017, the Commission voted to approve professional service contract with Stanley Consultants for these services. This Resolution will approve the contract between the Commission and Stanley Consultants and will authorize the payment of the Village's share of the cost for these services from Village funds. Departs Affected: Legal,Administration, and Finance Departments Fiscal Impact: The not to exceed price of the Agreement is $4,459,313. Stanley Consultants,Inc.'s fees will be based on the actual amount of work performed. The total contract costs will be paid equally by Morton Grove and Niles. Source of Funds: Enterprise Fund,to be reimbursed from by the Commission pursuant to the cost sharing agreement approved pursuant to Resolution 17-02. Work Impact: The Village Administrator, Public Works Director and Village Engineer will oversee the implementation of the Agreement. Admin Recom: Approval as presented. First Reading: Not required. Special Consider None or Requirements: �, / APP - Respectfully submitted: f .h ` Reviewed by: Ral.h/7! e ,inski,V' 1;ge Administrator Hanna Sullivan,Finance Director Prepared by: A s' A r!/ Teresa Hoffman i . , Corporation Counsel RESOLUTION 17-37 AUTHORIZING THE APPROVAL OF A PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING SERVICES FOR DESIGN OF WATER TRANSMISSION MAINS AND FACILITY IMPROVEMENTS TO BE ENTERED INTO BETWEEN THE MORTON GROVE-NILES WATER COMMISSION AND STANLEY CONSULTANTS,INC. AND THE EXPENDITURE OF VILLAGE FUNDS TO PAY FOR THE VILLAGE OF MORTON GROVE'S SHARE OF THE FINANCIAL OBLIGATIONS UNDER THE PROFESSIONAL SERVICES AGREEMENT WHEREAS,the Village of Morton Grove (Village), located in Cook County, Illinois, is a home rule unit of government under the provisions of Article 7 of the 1970 Constitution of the State of Illinois, can exercise any power and perform any function pertaining to its government affairs, including but not limited to the power to tax and incur debt; and WHEREAS, the President and Board of Trustees of the Village of Morton Grove (Morton Grove), desire to approve and enter into a"Professional Services Agreement For Engineering Services For Design of Water Transmission Mains and Facility Improvements for the Morton Grove-Niles Water Commission (Morton Grove-Niles Water Commission and Stanley Consultants, Inc." (the Agreement) in substantially the same form as the copy of the Agreement attached hereto as Exhibit "A" and made a part hereof; and WHEREAS, on October 12, 2016, Morton Grove and the Village of Niles (Niles), home rule Illinois municipal corporations, issued a Request for Proposals, entitled "RFP Morton Grove and Niles — Detailed Water Supply Corridor and Route Study, Issue Date: October 12, 2016" (the MGN RFP #1), to engineering firms to provide professional consulting and engineering services in order to prepare a water supply corridor and water route study to evaluate, identify, and recommend water transmission route options as well as evaluate, identify, and recommend options for the design, finance, and construction of water transmission lines, pumping, and storage, and other related water delivery and receiving infrastructure that will extend from the City of Evanston's (Evanston) point of delivery near the intersection of Emerson Street and McCormick Boulevard, which is Evanston's western border, to existing water receiving points (e.g., reservoirs and pumping facilities) owned and operated respectively by Morton Grove and Niles, and located in Niles near the intersection of Harlem Avenue and Touhy Avenue, and located in Morton Grove near the intersection of Caldwell Avenue and Oakton Street, for Morton Grove and Niles (the Route Study Services). Stanley Consultants, Inc. was selected to perform the Route Study Services and completed the Route Study Services; and WHEREAS, in 2017, the Morton Grove-Niles Water Commission (MGNWC or Commission) was established by Morton Grove and Niles by the adoption of ordinances pursuant to Division 135 of 382221_1 Article 11 of the Illinois Municipal Code (65 ILCS 5/11-135-1, et seq.) ("Division 135"). The establishing ordinances are Morton Grove Ordinance 17-05, which was adopted on March 13, 2017, and Niles Ordinance No. 2017-19, which was adopted on March 14, 2017. In order to accomplish the objectives set forth in the above-referenced Ordinances, Morton Grove and Niles also approved under those same Ordinances an Intergovernmental Agreement entitled, "Intergovernmental Agreement for the Establishment and Operation of the Morton Grove-Niles Water Commission and for the Purchase and Sale of Water to the Commission for Commission Use and to Commission Wholesale Water Customers (the IGA)", to provide for the governance and operation of the MGNWC and to create the Board of Commissioners of the Morton Grove-Niles Water Commission (MGNWC Board) to govern the MGNWC; and WHEREAS, on April 26, 2017, the MGNWC issued a Request for Proposals, entitled "Professional Engineering Firms to Design the Water Transmission Main and Facility Improvements for MGN (the MGNWC RFP #2)", to engineering firms to provide professional consulting and engineering services to: prepare final designs and specifications for transmission mains from the Evanston Connection Point near the intersection of Emerson Street and McCormick Boulevard, which is Evanston's western border, to the existing water receiving points (e.g., reservoirs) owned and operated respectively by Morton Grove and Niles; the Intermediate Pump Station; the MGNWC Standpipe and Pump Station Facilities; the Niles distribution system feeder line; and the pipeline maintenance required for the existing feeder main from the Morton Grove South Reservoir to the Morton Grove North Reservoir; inclusive of plans for roadway restoration, erosion control, and traffic control; assist in acquiring all necessary permits for MGNWC; and other services required for the completion of the design work (the Design Services, as further defined in the Agreement). The construction of the water transmission mains, pumping, and storage, and other related water delivery and receiving infrastructure between Evanston's Connection Point to the existing water receiving points of Niles and Morton Grove is referred to as the"Project"; and WHEREAS, Stanley Consultants, Inc. (Consultant) submitted a response to the MGNWC RFP #2, dated May 12, 2017, to perform the Design Services relative to the Project, and the MGNWC, through the staff of Morton Grove and Niles, and the Consultant further negotiated and refined the Design Services and the professional fees to be performed and paid as set forth in the Agreement; and WHEREAS, on July 7, 2017, the MGNWC Board voted to retain the Consultant to perform the Design Services and to pay the professional fees to the Consultant in accordance with the terms of the Agreement; and 382221_1 2 WHEREAS, the Consultant has agreed to perform the Design Services in exchange for payment of the professional fees in accordance with the terms of the Agreement; and WHEREAS, Morton Grove agrees to the retention of the Consultant to perform the Design Services in accordance with the terms of the Agreement and further agrees to authorize the expenditure of Village funds to pay for the Village of Morton Grove's share of the financial obligations under the Agreement as such obligations become due, subject to the Village of Niles adopting a resolution that makes the same findings, approvals and appropriation commitment on behalf of Niles as set forth in this Resolution; and WHEREAS, the President and Board of Trustees of the Village of Morton Grove have the authority to enter into the Agreement pursuant to Morton Grove's home rule powers as provided by Article VII, Section 10 of the 1970 Constitution of the State of Illinois, the Illinois Intergovernmental Cooperation Act (5 ILCS 220/1, et seq.) and the Illinois Municipal Code (65 ILCS 5/1, et seq.), and find entering into the Agreement is in the best interests of Morton Grove. NOW, THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF MORTON GROVE, COOK COUNTY, ILLINOIS AS FOLLOWS: SECTION 1: The Corporate Authorities do hereby incorporate the foregoing WHEREAS clauses into this Resolution as though fully set forth therein thereby making the findings as hereinabove set forth. SECTION 2: The President and Board of Trustees of the Village of Morton Grove hereby approve the economic terms and the attached form of a "Professional Services Agreement for Engineering Services for Design of Water Transmission Mains and Facility Improvements for the Morton Grove-Niles Water Commission (Morton Grove-Niles Water Commission and Stanley Consultants, Inc. (the Agreement)" for the purposes set forth in the Agreement, attached hereto as Exhibit "A", and further authorize the expenditure of Village funds to pay for the Village of Morton Grove's share of the financial obligations under the Agreement as such obligations become due. The President and Board of Trustees of the Village of Morton Grove authorize and direct the Village Administrator, or his designee, to execute the final version of the Agreement, which may contain certain non-substantive and non-financial modifications that are approved by the Village Attorney, and to execute and deliver all other instruments and documents and pay all costs necessary to fulfill Morton Grove's obligations under the Agreement. SECTION 3: This Resolution shall be in full force and effect upon its passage and approval. 382221_1 3 PASSED THIS 24th DAY OF July 2017 Trustee Grear Cll1 Trustee Minx / 1 Trustee Ramos Trustee Thill / / Trustee Travis gyj Trustee Witko APPROVED BY ME THIS 24th DAY OF JULY 2017 Daniel P. Di aria, Village President Village of Morton Grove Cook County, Illinois ATTESTED and FILED in my office This 25th DAY OF JULY 2017 ileen Scanlon Harford, Villa& Clerk Village of Morton Grove Cook County, Illinois 382221_1 4 Exhibit"A" Professional Services Agreement for Engineering Services for Design of Water Transmission Mains and Facility Improvements for the Morton Grove-Niles Water Commission (Morton Grove-Niles Water Commission and Stanley Consultants, Inc.) (attached) 382221_1 5 PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING SERVICES FOR DESIGN OF WATER TRANSMISSION MAINS AND FACILITY IMPROVEMENTS FOR THE MORTON GROVE-NILES WATER COMMISSION (Morton Grove—Niles Water Commission and Stanley Consultants,Inc.) This PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING SERVICES FOR DESIGN OF WATER TRANSMISSION MAINS AND FACILITY IMPROVEMENTS ("Agreement") is made by and between Stanley Consultants, Inc., an Iowa corporation, authorized to conduct business in the State of Illinois, whose mailing address is 8501 West Higgins Road, Suite 730, Chicago, Illinois 60631 (the "Consultant") and the Morton Grove — Niles Water Commission, whose mailing address is 1000 Civic Center Drive, Niles, Illinois 60714 ("Commission" or the "MGNWC"). The members of the Commission are the Village of Morton Grove, an Illinois home rule municipal corporation, whose mailing address is 6101 Capulina Avenue, Morton Grove, Illinois 60053 ("Morton Grove") and the Village of Niles, an Illinois home rule municipal corporation, whose mailing address is 1000 Civic Center Drive, Niles, Illinois 60714 ("Niles"), and the County of Cook, Illinois ("Cook County"), whose mailing address is Cook County Board President, Cook County, 118 North Clark Street, Chicago, Illinois 60602. The Consultant and the Commission are at times referred to herein individually as a "Party" and collectively as the "Parties." Morton Grove and Niles are at times referred to collectively as the "Villages". RECITALS WHEREAS, on April 26, 2017, the MGNWC issued a Request for Proposals, entitled "Professional Engineering Firms to Design the Water Transmission Main and Facility Improvements for the MGNWC" (the "MGNWC RFP"), to engineering firms to provide professional consulting and engineering services to: prepare final designs and specifications for transmission mains from the Evanston Connection Point near the intersection of Emerson Street and McCormick Boulevard, which is Evanston's western border, to the existing water receiving points (e.g., reservoirs) owned and operated respectively by Morton Grove and Niles; the Intermediate Pump Station; the MGNWCWC Standpipe and Pump Station Facilities; the Niles distribution system feeder line; and the pipeline maintenance required for the existing feeder main from the Morton Grove South Reservoir to Morton Grove North Reservoir; inclusive of plans for roadway restoration, erosion control, and traffic control; assist in acquiring all necessary permits for the MGNWC;and other services required for the completion of the design work (the "Services",as further defined below.)The construction of the water transmission mains, pumping and storage, and other related water delivery and receiving infrastructure between the City of Evanston's Connection Point to the existing water receiving points of Niles and Morton Grove is referred to as the"Project."A copy of the MGNWC RFP is incorporated by reference as Exhibit"A"into this Agreement and made a part hereof;and WHEREAS, the Consultant submitted a response to the RFP, dated, May 12, 2017, to perform the Services (the"Proposal").A copy of the Proposal is incorporated by reference into this Agreement as Group Exhibit "B"and made a part hereof.The MGNWC and the Consultant further negotiated and refined the Scope of Services that are to be performed by the Consultant under this Agreement. A copy of the agreed-upon final version of the Scope of Services dated June 30,2017 is attached hereto as Group Exhibit"B"and made a part hereof,the terms of which shall govern over any other Exhibit to or provision of this Agreement. In addition, a copy of the Projected Labor and Budget dated June 30, 2017 is attached hereto as Group Exhibit"B"and made a part hereof;and WHEREAS,the MGNWC agrees to retain the Consultant to perform the Services in accordance with the terms of this Agreement;and WHEREAS, the Consultant agrees to perform the Services in accordance with the terms of this Agreement. NOW,THEREFORE, in consideration of the recitals, mutual covenants and representations set forth in this Agreement, the Parties mutually agree that the Consultant shall perform the Services described below, and the MGNWC shall pay the Consultant for said performance, under the following terms and conditions: 381460_1 1 SECTION 1. INCORPORATION AND DEFINITIONS. Each of the above Whereas paragraphs are incorporated into this Section 1 as materials provisions of this Agreement. Whenever used in this Agreement,the following terms shall have the meanings indicated and the singular shall be read to include the plural and vice versa, and pronouns stated herein shall be construed to include all genders. A. The term "Agreement" includes the Recitals set forth above, which are incorporated into Section 1 of this Agreement, and shall mean this Agreement and its attached Exhibits as entered into by the Consultant and MGNWC setting forth the terms and conditions governing the Services. B. The term "Cook County Affiliates" means Cook County's former, current and future appointed officials, officers, commissioners, employees, engineers, attorneys, consultants, authorized representatives and volunteers. C. The term "MGNWC Affiliates" means MGNWC'S former, current and future appointed officials, officers, commissioners,employees, engineers,attorneys,consultants,authorized representatives and volunteers. D. The term "Morton Grove Affiliates" means Morton Grove's former, current and future appointed and elected officials, officers, president and trustees, employees, engineers, attorneys, consultants, authorized representatives and volunteers. C. The term "Niles Affiliates" means Niles' former, current and future appointed and elected officials, officers, president and trustees, employees, engineers, attorneys, consultants, authorized representatives and volunteers. D. The term"Services"means the professional consulting and engineering services that are listed in the Scope of Services dated June 30, 2017 and attached hereto as Group Exhibit "B". The term "Work" has the same meaning as the term"Services"as used in the MGNWC RFP and this Agreement. E. The term "Scope of Work" is defined in the Scope of Services dated June 30, 2017 and attached hereto as Group Exhibit"B".The term"Scope of Work" has the same meaning as the term"Scope of Services"as used in the MGNWC RFP and this Agreement. F. The terms "sub-consultant" and "sub-contractor" mean the person, independent contractor, partnership, corporation,joint venture or other business entity (including its employees, agents or others performing or supplying on its behalf,or at its direction) having a contract with the Consultant for the performance of any portion of the Services. G. The term "MGNWC Working Group" means the respective staff and consultants employed by Morton Grove, Niles, and the Commission who are working on the Project. SECTION 2. TERM OF AGREEMENT. This Agreement shall be effective on the date that the last signatory executes this Agreement and shall terminate upon the completion and acceptance of the Services by the MGNWC and final payment to the Consultant by the MGNWC,which shall occur at the completion of award of construction contracts on or before January 30,2018(the "Completion Date"), as provided below (the "Term"), unless this Agreement is terminated earlier by any Party, or by mutual agreement,or the Parties agree,in writing,to extend the Term. 2 381460_1 SECTION 3. SCOPE OF SERVICES A. Services; Non-Exclusive Relationship. The Consultant agrees to perform the Services in order to complete the Scope of Work in accordance with the terms and conditions of this Agreement. The Consultant shall provide the Services on behalf of and at the direction of the MGNWC,the MGNWC Representative(defined below) and/or the MGNWC Working Group and understands that this Agreement is not an exclusive relationship in that the MGNWC, in its collective discretion,is free to enter into other agreements with other vendors or consultants to perform work on the Project, upon ten (10) calendar days written notice to the Consultant's Primary Representative.The MGNWC,in its collective discretion, is also free to assign all or any portion of the Services to other vendors or consultants, upon ten (10) calendar days written notice to the Consultant's Primary Representative, and the Compensation of the Consultant shall be reduced on an equitable basis. Unless otherwise indicated by MGNWC, the primary contact point for MGNWC and the MGNWC Working Group ("MGNWC Representative") to provide direction to the Consultant under this Agreement shall be: Bill Balling WRBLLC Cellular Phone: (847)863-7101 Office Phone:(847)398-8399 Email:bill @wrbllc.com NOTE: Copies of all correspondence and documents shall be sent via email to the MGNWC Chair, the MGNWC Representative, the Morton Grove Administrator and the Morton Grove Village Manager at their business addresses at the same time the originals are sent by the Consultant. B. Mutual Cooperation. The MGNWC agrees to cooperate with the Consultant in the performance of the Services, including meeting with the Consultant on an as-needed basis and providing the Consultant with such "Confidential Information" (as defined in Section 10 below) and non-confidential information that the MGNWC may have that may be relevant and helpful to the Consultant's performance of the Services. These documents shall be furnished to the Consultant without cost or expense to the Consultant. The Consultant agrees to cooperate with the MGNWC in the performance and completion of the Services, including meeting with the MGNWC, the MGNWC Representative and/or the MGNWC Working Group on an as-needed basis, and with any other consultants engaged by the MGNWC. Within this Agreement, anytime that the MGNWC is referenced in terms of providing direction to, making requests of, or communicating with the Consultant,that MGNWC reference shall also be read to include Morton Grove, Niles,the MGNWC Representative and/or the MGNWC Working Group. C. Consultant's Personnel and Representative. (1) Primary Representative. The Consultant shall designate Larry Thomas who shall be available during normal business hours (Monday through Friday from 8:00 a.m. CST to 5:00 p.m. CST) and who shall serve as the Consultant's primary authorized representative throughout the Term of this Agreement.This"Primary Representative"shall be readily available to respond to communications from the MGNWC and shall be primarily responsible for performing the Services as requested by the MGNWC.The Primary Representative shall receive requests from the MGNWC to perform the Services and shall have full authority to execute the directions of the MGNWC,without delay, and promptly supply any necessary labor, equipment or incidentals to do so.The Consultant also shall provide the MGNWC with the name and phone number of the Consultant's Primary Representative who, in the case of an off-hours emergency, shall be readily accessible and available for a quick response. The Consultant shall immediately notify the MGNWC in writing of any change in the identity and telephone number of the Consultant's Primary Representative.The L Primary Representative shall not be changed by the Consultant without the MGNWC's prior 381460_1 3 written approval. If the Primary Representative fails to perform the Services to the satisfaction of the MGNWC, then the Consultant shall immediately replace the Primary Representative with a new person with comparable experience and knowledge. (2) Availability of Personnel.The Consultant shall provide adequate personnel necessary to complete the Services. The Consultant shall notify the MGNWC as soon as practicable prior to terminating the employment of, reassigning or receiving notice of the resignation of any personnel assigned to regularly perform the Services. The Consultant shall have no claim for damages and shall not bill the MGNWC for additional time and materials charges as the result of any portion of the Services which must be duplicated or redone due to such termination or for any delay or extension of time in performing the Services as a result of any such termination,reassignment or resignation. (3) Approval and Use of Sub-consultants / Sub-contractors. The Consultant shall perform the Services with its own personnel and under the management, supervision and control of its own organization, unless otherwise approved in advance and in writing by the MGNWC. All sub- consultants and sub-contractors used by the Consultant shall be acceptable to and approved in advance by the MGNWC.The MGNWC's approval of any sub-consultant or sub-contractor shall not relieve the Consultant of full responsibility and liability for the provision, performance and completion of the Services as required by this Agreement,including the agreed upon compensation for the Services.All Services performed under any sub-contract shall be subject to each of the terms of this Agreement, in the same manner as if performed by employees of the Consultant. Every subcontract that the Consultant enters into in regard to the performance of the Services under this Agreement shall include an express provision binding the sub-consultant or sub-contractor to all of the terms of this Agreement, and specifically noting the obligations in this Section 3.C(3). Upon execution of this Agreement, the MGNWC accepts the sub-consultants/sub-contractors listed in Exhibit"C",subject to the removal/replacement provision set forth below. (4) Removal of Personnel and Sub-consultants/Sub-contractors. If any of Consultant's personnel or any sub-consultant or sub-contractor fails to perform the Services in a manner satisfactory to the MGNWC and consistent with commonly accepted industry standards and professional practices, the Consultant shall immediately, upon notice from the MGNWC, remove and replace such personnel or sub-consultant or sub-contractor. The Consultant shall have no claim for damages,for compensation in excess of the amount contained in this Agreement, or for a delay or extension of time of performance as a result of any such removal or replacement. (5) Financial Ability to Perform. The Consultant states that it is financially solvent, has the financial resources necessary, has sufficient experience and competence, and has the necessary capital, facilities, organization, and staff necessary to provide, perform, and complete the Services set forth in this Agreement. D. Notice to Proceed with Services. The Consultant shall commence the Services immediately upon receipt of a written notice to proceed from the MGNWC ("Commencement Date"). The Consultant shall diligently and continuously work on the Services until the completion of the Services or upon the termination of this Agreement, but in no event later than the Completion Date. The Parties may mutually agree in writing to modify the Completion Date. Delays caused by the MGNWC shall extend the Completion Date in equal proportion to the delay caused by the MGNWC. In the event that the Consultant performs any Services and incurs any expenses in furtherance of the Project prior to receiving a written notice to proceed from the MGNWC in regard to the Project or any phase Project, the Services are performed and the expenses are incurred at the Consultant's sole risk, and such Services and expenses are not authorized for payment or reimbursement, unless and until a written notice to proceed is issued by the MGNWC. Those actual, documented Services performed 381460_1 4 prior to the issuance of the MGNWC notice to proceed shall be paid by the MGNWC as part of the "not to exceed" Fee provided by this Agreement. E. Suspension of Services. The MGNWC, at any time and for any reason, may suspend work on any or all Services by issuing a written work suspension notice to the Consultant. The Consultant must stop the performance of all Services within the scope of the suspension notice until the MGNWC directs the Consultant in writing to resume performance of the Services. F. Phasing of Scope of Work. The Consultant shall not commence performance of the Services on the initial phase or any subsequent phase of the Scope of Work, unless it first receives a written Notice to Proceed from the MGNWC Representative. In the event that the MGNWC decides not to proceed with the Project or any subsequent phase of the Project for any reason, this Agreement shall terminate upon written notice to the Consultant issued by the MGNWC advising of the termination of the Agreement. In such case, the MGNWC shall be liable to the Consultant only for payment of all actual, completed,documented Services through the date of termination.The Consultant agrees to waive any and all claims and causes of action for any other damages or losses of any kind that could be brought relative to the termination of the Agreement by the MGNWC based on the MGNWC's decision not to proceed with the Project or any phase of the Scope of Work. For the purposes of this Agreement, each of the numbered paragraphs in Exhibit "D". Compensation and Fee Schedule, shall be considered "a phase". G. Reporting; Delivery Date of Design Documents. The Consultant shall regularly, and no less than bi- weekly, provide both written and verbal reports to the MGNWC Representative, to the MGNWC Working Group and to any other MGNWC staff or officials upon request regarding the progress of the Services. The MGNWC Representative can require more frequent reporting by the Consultant at any time. Upon final completion of the Services, the Consultant shall deliver the Design Documents addressed to the MGNWC Board with copies delivered to the MGNWC Representative and the MGNWC Working Group members that confirms the completion of the Services (the "Design Documents"). The Design Documents shall be completed and delivered to the MGNWC Board, the MGNWC Representative and the MGNWC Working Group members on or before the Completion Date. H. Electronic Reporting. In addition to providing the MGNWC Board, the MGNWC Representative and the MGNWC Working Group members with paper copies of all reports, data or results and the Final Report, the Consultant (and the Primary Representative) shall, to the extent possible, submit documentation regarding the Services to the MGNWC Board, the MGNWC Representative and the MGNWC Working Group electronically. The Parties agree to work together to develop a procedure for electronic communication of data that is effective and efficient for all Parties. Final Acceptance. The Services, or, if the Services are to be performed in separate phases, each phase of the Services, shall be considered complete on the date of final written acceptance by the MGNWC Representative of the Services or each phase of the Services, as the case may be, which acceptance shall not be unreasonably withheld or delayed. J. Sub-consultant/Sub-contractor List. The Consultant shall maintain an updated list of sub-consultant/sub- contractors who are working on the Project and shall provide the list and any updates to the list to the MGNWC Representative.A copy of the initial sub-consultant/sub-contractor list shall be attached hereto as Exhibit "C"and made a part hereof; and any updated version(s)of the list shall be incorporated herein by reference. 381460_1 5 SECTION 4. EXHIBITS. The following exhibits are either incorporated by reference or attached to and made part of this Agreement as noted. In the event of a conflict between an Exhibit and the text of this Agreement,the text of the Agreement shall control. Exhibit"A"- Request for Proposals entitled "Professional Engineering Firms to Design the Water Transmission Main and Facility Improvements for MGNWC", Issue Date: April 26,2017"(the"MGNWC RFP"). Group Exhibit"B"- Consultant's Proposal for Services in regard to MGNWC RFP (incorporated by reference); Final version of the Scope of Services dated June 30, 2017 (attached and made part of this Agreement); Projected Labor and Budget dated June 30, 2017 (attached and made part of this Agreement); Project Schedule dated June 30, 2017 (attached and made part of this Agreement); Santacruz Land Acquisition Proposal (attached and made part of this Agreement); Corrpro Companies, Inc. Proposal (attached and made part of this Agreement). Exhibit"C" - Sub-consultant/Sub-contractor List Exhibit"D"- Compensation and Fee Schedule for Services in Regard to RFP "Professional Engineering Firms to Design the Water Transmission Main and Facility Improvements for MGNWC" ("Fee Schedule") Exhibit"E"- Insurance Requirements for the Consultants,Sub-consultants and Sub-contractors Exhibit"F"- Services Change Order(Form) Exhibit"G" Contract Clauses Required by the Illinois Environmental Protection Agency ("IEPA")for Incorporation into this Agreement SECTION 5. INDEPENDENT CONTRACTOR STATUS. A. Relationship of the Parties. The Consultant's role, and the role of its employees and its sub-consultants and sub-contractors, with respect to the performance of the Services is solely that of an independent contractor. The following terms and conditions are operative and applicable to the Parties under this Agreement: (1) Non-Exclusive Contractual Arrangement. The Consultant and its employees and its sub- consultants and sub-contractors are retained under a non-exclusive contractual arrangement to perform the Services only for the limited purposes set forth in this Agreement. No provision of this Agreement or subsequent conduct between the Parties shall be construed to create a relationship between the Parties as that of "employer-employee," "principal and agent," "partners"or"participants in a joint venture." (2) No Authority to Bind. The Consultant and its employees and its sub-consultants and sub- contractors shall have no authority or right to enter into any contract or incur any debt or liability of any nature in the name of, or on behalf of, the MGNWC or Morton Grove or Niles or Cook County. 6 381460_1 (3) Not Employees of MGNWC. The Consultant and its employees and its sub-consultants and sub-contractors serve only as independent contractors of the MGNWC, and not as employees of the MGNWC, Morton Grove, Niles or Cook County, for all purposes, including, but not limited to, the application of the Fair Labors Standards Act minimum wage and overtime payments, including any similar Illinois wage laws,the Federal Insurance Contribution Act,the Social Security Act, the Federal Unemployment Tax Act, the Illinois Unemployment Insurance Act(820 ILCS 405/1 et seq.)and the Illinois Worker's Compensation and Occupational Diseases Act (820 ILCS 305/1, et seq.). Therefore, neither federal nor state nor local income tax nor payroll tax of any kind, nor any other withholding, shall be withheld or paid by the MGNWC, Morton Grove, Niles or Cook County on behalf of the Consultant, and its employees and its sub-consultants and sub-contractors. Nothing in this Agreement shall be construed as MGNWC, • Morton Grove, Niles or Cook County requiring or acquiring or incurring any liability for Worker's Compensation, FICA,withholding tax, unemployment compensation or any other payment which would be required to be paid by the MGNWC, Morton Grove, Niles or Cook County if MGNWC and the Consultant, and its employees and its sub-consultants and sub-contractors, were engaged in an"employer-employee"relationship. (4) Payment of Taxes. The Consultant and its employees and its sub-consultants and sub- contractors are responsible, pursuant to applicable law, for payment of any income and employment taxes or any other taxes of any kind arising from their receipt of compensation under this Agreement. (5) Ineligible for MGNWC/Village/County Employment Benefits. The Consultant and its employees and its sub-consultants and sub-contractors agree that they shall not be entitled to receive or to participate in any employee benefits or health, life or professional liability insurance programs or other employee benefit programs or pension plans or retirement plans available to part-time or full-time MGNWC, Morton Grove, Niles or Cook County employees, �.. and agree that they are ineligible to file a claim for unemployment compensation benefits or for Worker's Compensation benefits against MGNWC,Morton Grove, Niles or Cook County. The Consultant and its employees and its sub-consultants and sub-contractors agree not to file any such claims in the event this Agreement is terminated or if they are injured or become ill as a result of performing any Services under this Agreement. (6) Autonomy.The Consultant and its employees and its sub-consultants and sub-contractors are free to use their time,, energy and skill when they are not performing the Services for the MGNWC on other endeavors,as they deem appropriate and advisable. (7) Discretion Over Performance and Delivery of Services. The MGNWC shall have no control over the timing, means and manner in which the Services are to be performed by the Consultant, and its employees or its sub-consultants and sub-contractors. The Consultant is responsible for directing and controlling the performance and completion of the Services in a timely manner that meets MGNWC'S requested schedule and the Completion Date. (8) Certification, Training and Licensing. The Consultant represents that its employees, sub- consultants and sub-contractors (a) are fully qualified, licensed, registered, trained and capable within their respective disciplines in accordance with applicable laws, regulations and industry standards, and (b) currently hold, and shall maintain throughout the Term of this Agreement, all required licenses, registrations, permits and certificates applicable to the their performance of the Services.To the extent that equipment is being utilized in the providing of the Services, the Consultant and its employees and its sub-consultants and sub-contractors shall use their own equipment and tools of the trade, and be qualified and authorized to operate same. 381460_1 7 (9) Applicable Regulations. The Consultant, and its employees and its sub-consultants and sub- contractors, shall be familiar with and comply with the applicable Federal, State, County and • local codes, ordinances and regulations, and shall use, apply and enforce the same when performing the Services. (10) Injury to Reputation. The Consultant, and its employees and its sub-consultants and sub- contractors, shall not act in a manner that might injure the reputation of Morton Grove and the Morton Grove Affiliates or Niles and the Niles Affiliates or Cook County and the Cook County Affiliates. SECTION 6. COMPENSATION AND METHOD OF PAYMENT. A. Fee Amount. (1) Fee Schedule. The MGNWC agrees to pay for any requested, fully completed and accepted Services rendered by the Consultant in accordance with and not to exceed the Compensation and Fee Schedule (Exhibit "D") attached to this Agreement. The "not to exceed" Fee for the Basic Services shall be Four Million Four Hundred Fifty Nine Thousand Three Hundred Thirteen and No/100 Dollars($4,459,313.00)(the"Not-To-Exceed Fee"). (2) Out-of-Pocket Costs. The Consultant, at its sole cost, shall pay all other expenses related to the performance of this Agreement including, and not limited to, travel, printing, reproduction, mailing, insurance premiums, licensing fees, fuel, overhead, administrative costs, delivery charges, and all costs associated with the acquisition and maintenance of vehicles and equipment. The Consultant may request reimbursement of these out-of-pocket costs, including the Reimbursable Costs shown in attached Exhibit "D", upon proper documentation, but such reimbursement shall be paid as part of the payment of and within the dollar amount of the Not-To-Exceed Fee. (3) Scope of Fees.The amounts set forth in the Fee Schedule include all applicable Federal, State and Village taxes of every kind and nature applicable to the Services, as well as all taxes, contributions and premiums for unemployment insurance,old age or retirement benefits, pensions,annuities or similar benefits,and all costs,royalties and fees arising from the use on,or the incorporation into, the Services, of patented or copyrighted equipment, materials, supplies, tools, appliances, devices, processes or inventions. All claims or rights to claim additional compensation by reason of the payment by the Consultant of any such tax, contribution, premium, cost, royalty or fee are the sole responsibility of the Consultant, and any claim or demand from any person that the MGNWC or Morton Grove or Niles or Cook County pay such taxes, contributions, premiums, costs, royalties or fees are waived and released and shall be indemnified by the Consultant. B. Invoices and Payment. (1) Frequency and Content. The Consultant shall submit invoices to the MGNWC, allocated to Morton Grove and Niles on an equal share basis (50%share I 50% share), on a monthly basis. Each invoice shall be addressed and delivered to both the Village Administrator of Morton Grove and the Village Manager of Niles at their respective business addresses set forth in Section 13(D) below and a copy delivered to the MGNWC Representative. MGNWC may specify the specific day of the month on or before which invoices must be filed. Each invoice must be accompanied by receipts,vouchers, and other documents as necessary to reasonably establish the Consultant's right to payment of the Compensation stated in the invoice. In addition, each invoice must include employee classifications and employee designations (initials), rates per hour, and hours worked by each employee classification. If the Services are to be performed in separate phases, then for each phase, the invoice must also include: the 381460_1 8 total amount billed in the current phase(s), the total amount billed to date including each completed phase and any current phase(s), and the estimated percent completion of the Services for each phase and on an overall basis. (2) (2) Invoice Payment. The MGNWC agrees to make payments to Consultant within thirty (30) calendar days of receipt of the invoice, unless there is a dispute in regard to the invoice, and to pay interest on unpaid balances under the provisions of the Local Government Prompt Payment Act (50 ILCS 505/1, et seq.), unless the Parties mutually agree to waive the interest payment. If there is a dispute in regard to any invoice, the MGNWC shall make payment for that portion of the invoice not in dispute and the Parties shall cooperate to resolve the dispute as soon as possible in accordance with Subsection 6(G) below, but any such dispute shall not cause the Consultant to stop performing Services or delay in its completion of the Scope of Work. The MGNWC's failure to object to any monthly invoices and payment by the MGNWC for Services related to any monthly invoice or other periodic progress payment shall not be an acceptance by the MGNWC of such Services that are incomplete and in progress. (3) Final Payment. The Services will be considered complete on the date of final written acceptance by the MGNWC after completion of all of the Services for the entire Scope of Work or acceptance of the relevant phase of the Services for a portion of the Scope of Work. After delivery of the Final Report and completion of the Services, the Consultant shall request in writing a confirmation of acceptance of the Services by the MGNWC and shall also deliver an invoice for final acceptance and payment. The MGNWC will make final payment to the Consultant within thirty (30) calendar days after final written acceptance of the Services to be delivered under this Agreement, after deducting therefrom charges, if any, as provided in this Agreement ("Final Payment"). The acceptance by the Consultant of Final Payment will operate as a full and complete release of the MGNWC by the Consultant of and from any and all lawsuits,claims, or demands for further payment of any kind for the Services encompassed by `.� the Final Payment. (4) Deductions. Notwithstanding any other provision of this Agreement,the MGNWC may deduct and withhold from any payment or from Final Payment such amounts as may reasonably appear necessary to compensate the MGNWC for any loss due to (1) Services that are defective, nonconforming, or incomplete, (2) liens or claims of lien, (3) claims against the Consultant or the MGNWC made by any of the Consultant's sub-consultants or suppliers or by other persons about the Services, (4) delay by the Consultant in the completion of the Services, (5)the cost to the MGNWC, including without limitation reasonable attorneys' fees, of correcting any of the matters stated in this Section or exercising any one or more of the MGNWC's remedies set forth in Section 6(G)(Informal Dispute Resolution) or Section 13 (0)(Cumulative Rights and Remedies) below.The MGNWC will notify the Consultant in writing given in accordance with Section 13(D) below of the MGNWC's determination to deduct and withhold funds, which notice will state with specificity the amount of, and reason or reasons for,such deduction and withholding. (5) Use of Deducted Funds. The MGNWC will be entitled to retain any and all amounts withheld pursuant to Section 6(B)(4)(Deductions) above until the Consultant either has performed the obligations in question or has furnished security for that performance satisfactory to the MGNWC. The MGNWC will be entitled to apply any money withheld or any other money due to the Consultant to reimburse itself for any and all costs, expenses, losses, damages, liabilities, suits, judgments, awards, and reasonable attorneys' fees (collectively "Costs") incurred, suffered, or sustained by the MGNWC and chargeable to the Consultant under this Agreement. 381460_1 9 C. Records;Audit.The Consultant shall maintain records showing the Services performed and a record of additional services performed, and shall permit the MGNWC to inspect and audit all data and records of the Consultant for Services performed pursuant to this Agreement. The records shall include all billable charges and costs, descriptions and time entries by personnel (in minutes/hours increments) incurred in performing the Services in accordance with generally accepted accounting practices, consistently applied, and in such manner as to permit verification of all entries. Upon written request by the MGNWC, the records shall promptly be made available to the MGNWC or its auditors during normal business hours during the Term of this Agreement, and for three (3) consecutive calendar years after the termination of this Agreement. Copies of such records shall be promptly furnished by the Consultant to the MGNWC at a reasonable per page photocopy expense or in an electronic or digital format at no charge. D. Claim In Addition To Agreement Amount. (1) The Consultant shall provide written notice to the MGNWC of any claim for additional Compensation as a result of action taken by the MGNWC, within fifteen (15) calendar days after the occurrence of such action. (2) The Consultant acknowledges and agrees that written notice pursuant to this Section shall not be deemed or interpreted as entitling the Consultant to any additional compensation; and that any changes in the Agreement Amount shall be valid only upon written amendment signed by all Parties pursuant to Section 6(F)(Service Change Orders)below. (3) Regardless of the decision of the MGNWC relative to a claim submitted by the Consultant,the Consultant shall proceed with all of the Services required to complete the Services under this Agreement, as determined by the MGNWC,without interruption. E. Additional Services. The Consultant acknowledges and agrees that in no event shall the MGNWC or Morton Grove or Niles or Cook County be liable for any additional Compensation or fees or costs incurred by the Consultant or any sub-consultant or sub-contractor in connection with any Services provided by the Consultant or any sub-consultant or sub-contractor that are outside of, or exceed, the scope of this Agreement ("Additional Services"), regardless of whether such Additional Services are requested or directed by the MGNWC or Morton Grove or Niles, except upon the prior written consent of both the MGNWC provided under Section 6(F)(Service Change Orders)below. F. Services Change Orders; Delays. (1) Services Change Orders.The MGNWC,from time to time, may issue a written order modifying or otherwise changing the scope of the Services included in a Services Change Order (a "Services Change Order"). Any one or more Services Change Order which increases the original contract not to exceed price amount (individual or in the aggregate) by more than Twenty Thousand and No/100 Dollars ($20,000.00) must be approved by Resolution of the corporate authorities of the MGNWC. For a Services Change Order below the Twenty Thousand and No/100 Dollars ($20,000.00) threshold, the MGNWC Representative is authorized to execute the Services Change Order (provided it is not part of other related Services Change Orders, in the aggregate, exceed the foregoing dollar threshold) after review and approval by the MGNWC Chair. The Services Change Order will be generally in the form attached to and by this reference incorporated into this Agreement as Exhibit"F". MGNWC or the Consultant may request a Services Change Order based on new or different information or changes in conditions or circumstances that were not known or not anticipated at the time of approval of this Agreement that results in change in the scope of any Services to be performed under this Agreement. A Services Change Order may include additions to and deletions from 381460_1 10 the Services and will include any equitable increases or decreases to the Compensation as mutually agreed to by the Parties. (2) Revision Notices. Within five (5) calendar days of receipt of a MGNWC-approved Services Change Order, the Consultant must notify the MGNWC Representative and the MGNWC Board in writing if the Consultant desires a revision to the Services Change Order(a "Revision Notice"). The Revision Notice must clearly state the Consultant's requested revisions and the reasons for the revisions. If the MGNWC Board agrees to any revision, then the MGNWC Representative will issue a revised Services Change Order in a form acceptable to the Parties. If the Consultant does not submit a Revision Notice within the 5-day period, then the Consultant will be deemed to have accepted the Services Change Order and the Services Change Order will be final. (4) Disagreements over Services Change Order Terms. If the MGNWC and the Consultant cannot agree on the proposed revisions to the Compensation or Project Schedule terms of a Services Change Order, then the Parties will apply the dispute resolution provisions of this Agreement in order to reach agreement. In that event, the Consultant must proceed diligently with the revised Services as directed by the MGNWC Board pending resolution of the disagreement. The Consultant will be compensated equitably for the work the Consultant undertakes during the informal dispute resolution process. (5) No Change in Absence of Services Change Order. No claim for an adjustment in Compensation or Project Schedule will be made or allowed unless it is embodied in a Services Change Order signed by the MGNWC Representative and the Consultant. If the Consultant believes it is entitled to an adjustment in the Compensation or Project Schedule terms that has not been included, or fully included, in a Services Change Order,then the Consultant may submit to the MGNWC a written request for the issuance of, or revision of, a Services Change Order including the desired adjustment. The Consultant's request must be submitted before the Consultant proceeds with any Services for which an adjustment is desired. (6) Delays. If a delay in providing Services results from one or more causes that could not be avoided or controlled by the Consultant, then the Consultant may be entitled to an extension of the Project Schedule for a period of time equal to that delay, or an adjustment in Compensation for extra costs related to the delay, or both. The Consultant must notify the MGNWC in writing within ten (10) calendar days after the start of the delay and again in writing within ten (10) calendar days after the delay has ended (the "Delay Period"). The first notice must state the cause or causes of the delay and the impact of the delay on providing Services.The second notice must state the cause or causes of the delay,the length of the day, the reasons why the delay disrupted performance of the Services and the Consultant's request, if any, for a change in Compensation or Project Schedule. If the Consultant fails to submit notices as provided in this Section,then the Consultant will be deemed to have waived any right to an adjustment in Compensation for the Services. G. Informal Dispute Resolution. (1) Dispute Resolution. If a dispute arises between any of the Parties concerning this Agreement, the Parties will first attempt to resolve the dispute by negotiation. Each Party will designate persons to negotiate on their behalf. The Party contending that a dispute exists must specifically identify in writing all issues and present it to the other Parties. The Parties will meet and negotiate in an attempt to resolve the matter. If the dispute is resolved as a result of such negotiation, there must be a written determination of such resolution, and ratified by the corporate authorities of each Party, which will be binding upon the Parties. If necessary, 381460_1 11. the Parties will execute an addendum to this Agreement. Each Party will bear its own costs, including attorneys' fees, incurred in all proceedings in this Section. If the Parties do not resolve the dispute through negotiation, any Party to this Agreement may pursue other remedies under Section 13(0) (Cumulative Rights and Remedies) below to enforce the provisions of this Agreement. (2) Performance of Services. During the dispute resolution process,the Consultant must proceed diligently with the performance of Services. SECTION 7. PERFORMANCE AND STANDARD OF SERVICES. A. Consultant Responsibilities.The Consultant, at its sole cost, agrees as follows: (1) Standard of Performance. The Consultant shall perform the Services in a manner consistent with the degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances in the Chicago Metropolitan Region (the "Standard of Performance"). All Services must be free from defects and flaws, must conform to the requirements of this Agreement, and must be performed in accordance with the Standard of Performance. The Consultant is fully and solely responsible for the quality, technical accuracy, completeness, and coordination of all Services. Such performance shall be to the satisfaction of the MGNWC. All Services shall be performed in a reasonably prompt manner. (2) Corrections of Defects, Errors and Omissions. If any errors, omissions or acts, intentional or negligent, are made by the Consultant and/or its employees, its sub-consultants and sub- contractors in providing the Services, the correction of which requires additional Services, the Consultant shall be required to perform such additional Services as may be necessary to remedy same without undue delay and without any charge or cost to the MGNWC. The Consultant must provide, for no additional Compensation and at no separate expense to the MGNWC, all work required to correct any defects or deficiencies in the performance of Services, regardless of whether the defect or deficiency relates to the work of the Consultant or of the Consultant's sub-consultants or suppliers. (3) Risk of Loss. The Consultant bears the risk of loss in providing all Services. The Consultant is responsible for any and all damages to property or persons arising from any Consultant negligent or intentional error, omission, or act and for any losses or costs to repair or remedy any work undertaken by the MGNWC based on the Services as a result of any such error, omission, or act. Notwithstanding any other provision of this Agreement, the Consultant's obligations under this Section 7 exist without regard to, and may not be construed to be waived by, the availability or unavailability of any insurance, either of the MGNWC or the Consultant, to indemnify, hold harmless, or reimburse the Consultant for damages, losses, or costs. (4) Opinions of Probable Cost. The Parties recognize that neither the Consultant nor the MGNWC has control over the costs of labor, materials,equipment, nor services furnished by others nor over competitive bidding, market nor negotiating conditions, nor construction contractors' methods of determining their prices. Accordingly, any opinions of probable costs provided under this Agreement are considered to be estimates only, made on the basis of the Consultant's experience and qualifications,and those opinions represent the Consultant's best judgment as an experienced and qualified professional, familiar with the industry. The Consultant does not guaranty that proposals, bids, or actual costs will not vary from the opinions prepared by the Consultant. 12 381460_1 STATE OF ILLINOIS ) SS ■... COUNTY OF COOK ) CLERK'S CERTIFICATE I, Eileen Scanlon Harford, Clerk of the Village of Morton Grove, in the County of Cook and State of Illinois, certify the annexed and foregoing is a true and correct copy of that certain Resolution now on file in my Office, entitled: RESOLUTION 17-37 A RESOLUTION AUTHORIZING THE APPROVAL OF A PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING SERVICES FOR DESIGN OF WATER TRANSMISSION MAINS AND FACILITY IMPROVEMENTS TO BE ENTERED INTO BETWEEN THE MORTON GROVE-NILES WATER COMMISSION AND STANLEY CONSULTANTS, INC. AND THE APPROPRIATION OF VILLAGE FUNDS TO PAY FOR THE VILLAGE OF MORTON GROVE'S SHARE OF THE FINANCIAL OBLIGATIONS UNDER THE PROFESSIONAL SERVICES AGREEMENT (Village of Morton Grove) which Resolution was passed by the Board of Trustees of the Village of Morton Grove at a Regular Village Board Meeting on the 24th day of July, 2017, at which meeting a quorum was present, and approved by the President of the Village of Morton Grove on the 24th day of July, 2017. I further certify the vote on the question of the passage of said Resolution by the Board of Trustees of the Village of Morton Grove was taken by Ayes and Nays and recorded in the Regular Village Board Meeting Minutes of the Board of Trustees of the Village of Morton Grove, and the result of said vote was as follows, to-wit: AYES: NAYS: 0 ABSENT: 0 I do further certify the original Resolution, of which the foregoing is a true copy, is entrusted to my care for safekeeping, and that I am the lawful keeper of the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the Village of Morton Grove, this 25th day of July, 2017. ,Zed`.' /-' — Eileen Scanlon Harford, Village ,lerk [SEAL] 382221_1 6 (5) Communications with Regulators. The Consultant must comply with all statutes, ordinances, codes, and regulations applicable to the Services. Except to the extent expressly set forth in this Agreement, the Consultant may not communicate directly with applicable governmental regulatory agencies with regard to Services without prior express authorization from the MGNWC Board or the MGNWC Representative. The Consultant must either direct inquiries from governmental regulatory agencies to the MGNWC Board for appropriate response or respond on behalf of the MGNWC as directed by the MGNWC Representative. To the extent that the Consultant communicates directly with applicable governmental regulatory agencies with regard to Services, it shall promptly (same day or within twenty (24) hours) inform the MGNWC Representative of such communications, provide copies to the MGNWC Representative of any such written communications (e.g., letters, emails, etc.) and shall copy the MGNWC Representative or the MGNWC Working Group on its own communications to the governmental regulatory agencies, as requested by the MGNWC. In those cases that the MGNWC will be either responding directly to the regulatory agencies, or providing information to the Consultant to allow the Consultant to respond, the response must be made within five (5) calendar days so as not to delay the Project. (6) Consultant Payments; Waivers of Liens. The Consultant must pay promptly for all services, labor, materials, and equipment used or employed by the Consultant in the performance of any Services and must not cause any materials, equipment, structures, buildings, premises, and property of the MGNWC to be impressed with any mechanic's lien or other liens. The Consultant, if requested, must provide the MGNWC with reasonable evidence that all services, labor, materials, and equipment have been paid in full and with waivers of lien as appropriate. (7) Permits and Licenses. The Consultant, and its sub-consultants and sub-contractors, will assist the MGNWC in obtaining all permits and licenses, registrations, qualifications, and other governmental authorizations required by all applicable laws and regulations that relate to the L-' performance of the Services. The MGNWC retains responsibility to pay for all permits and licenses, registrations, qualifications,and other governmental authorizations. If the Consultant pays for any permits and licenses, registrations, qualifications, and other governmental authorizations on behalf of the MGNWC, the cost will be paid as an Additional Service (Subsection 6(E) in addition to the Agreement not to exceed fee. (8) Safety;Hazardous Materials. Protection of Health, Environment. The Consultant's personnel must be experienced and properly trained to perform the Services and must take adequate precautions to protect human health and the environment in the performance of Services. ii. Notice of Hazardous Conditions. If the Consultant observes a potentially hazardous condition relating to the Services, the Consultant must immediately bring that condition to the attention of the MGNWC Board, the MGNWC Representative and the MGNWC Working Group. iii. Hazardous Materials. The Consultant acknowledges that there may be hazardous substances, wastes, or materials as defined by applicable Law("Hazardous Materials") within the proposed Project area or otherwise associated with Services, and the Consultant under those circumstances must take appropriate precautions to protect its employees, sub-consultants, and suppliers, and shall advise in writing the MGNWC Board, the MGNWC Representative and the MGNWC Working Group of the presence or suspected presence and location of such Hazardous Materials. 381460_1 13 B. MGNWC Responsibilities.The MGNWC, at its collective cost,agree as follows: (1) To designate in writing a person with authority to act on behalf of the MGNWC with respect to the Services.The MGNWC Representative will have the authority to act on behalf of MGNWC, except on matters that require approval of the respective corporate authorities of the MGNWC or the input of the MGNWC Working Group. (2) To provide to the Consultant all criteria and information about the requirements for the Services, including, as relevant, the MGNWC's objectives and constraints, schedule, space, capacity and performance requirements,and budgetary limitations. (3) To provide to the Consultant existing studies, reports, and other available data relevant to the Services. (4) To arrange for access to, and make provisions for the Consultant (and its employees, sub- consultants and sub-contractors) to enter on, public and private property as reasonably required for the Services. (5) To provide, as relevant, existing surveys and GIS data describing physical characteristics, legal limitations, and utility locations in Niles, Morton Grove, and Skokie for the Services and the services of other consultants when the services of other consultants are requested by the Consultant and are necessary for the performance of the Services. Note: Under the Scope of Services, the Consultant is responsible for preparing or obtaining new surveys of the land and utility locations under consideration for the Project. (6) To provide structural, mechanical, chemical, air and water tests,tests for hazardous materials, and other laboratory and environmental tests, inspections, and reports required by law to be provided by the MGNWC in connection with the Services, except the extent such tests, inspections,or reports are part of the Services. (7) To review reports, documents, data, and all other information presented by the Consultant as appropriate in a timely manner and to provide responses within five (5) calendar days of receipt. (8) To provide approvals from all governmental authorities having jurisdiction over the Services when requested by the Consultant,except the extent such approvals are part of the Services. (9) To attend meetings related to the Services. (10) To give prompt written notice to the Consultant whenever the MGNWC or one of the MGNWC Affiliates observes or otherwise becomes aware of any development that affects the scope or timing of Services, except that the inability or failure of the MGNWC or one of the MGNWC Affiliates to give any such a notice will not relieve the Consultant of any of its responsibilities under this Agreement. 14 381460_1 SECTION 8.INDEMNIFICATION A. Indemnification by Consultant. (1) MGNWC.To the fullest extent permitted by law,the Consultant shall defend, hold harmless and indemnify the MGNWC and the MGNWC Affiliates from and against any and all injury,death, loss, property damage,judgments, liens, claims, suits, liabilities, actions, causes of action, demands, expenses, costs or other liabilities of any character (including reasonable attorney fees and litigation costs) to the extent arising in whole or in part, relating to or resulting from the performance under this Agreement by the Consultant, and/or its employees and its sub- consultants and sub-contractors, or others performing or furnishing any Services directly or indirectly on the Consultant's behalf, including but not limited to: (a) failure to comply with, or violation of, any federal, state or local law, statute, regulation, rule, ordinance, order or governmental directive; (b) negligent acts, omissions or willful misconduct; and (c) failure to comply with the terms,conditions, representations or warranties contained in this Agreement. In connection with any such liabilities,the MGNWC and the MGNWC Affiliates shall have the right to defense counsel of their choice and the Consultant shall be solely liable for all reasonable costs, fees and expenses of such defense. Any insurance policies required to be maintained pursuant to this Agreement shall in no way limit the extent of the Consultant's responsibility to indemnify as herein provided.The terms of this indemnity shall survive the suspension,expiration or termination of this Agreement. (2) Cook County.To the fullest extent permitted by law,the Consultant shall defend, hold harmless and indemnify Cook County and the Cook County Affiliates from and against any and all injury, death, loss, property damage,judgments, liens, claims, suits, liabilities, actions, causes of action, demands,expenses,costs or other liabilities of any character(including reasonable attorney fees and litigation costs) to the extent arising in whole or in part, relating to or resulting from the performance under this Agreement by the Consultant, and/or its employees and its sub- consultants and sub-contractors, or others performing or furnishing any Services directly or indirectly on the Consultant's behalf, including but not limited to: (a) failure to comply with, or violation of, any federal, state or local law, statute, regulation, rule, ordinance, order or governmental directive; (b) negligent acts, omissions or willful misconduct; and (c) failure to comply with the terms,conditions, representations or warranties contained in this Agreement. In connection with any such liabilities,the Cook County and the Cook County Affiliates shall have the right to defense counsel of their choice and the Consultant shall be solely liable for all reasonable costs, fees and expenses of such defense. Any insurance policies required to be maintained pursuant to this Agreement shall in no way limit the extent of the Consultant's responsibility to indemnify as herein provided.The terms of this indemnity shall survive the suspension,expiration or termination of this Agreement. (3) Morton Grove.To the fullest extent permitted by law,the Consultant shall defend,hold harmless and indemnify the Village of Morton Grove and Morton Grove Affiliates from and against any and all injury, death, loss, property damage,judgments, liens, claims, suits, liabilities, actions, causes of action, demands, expenses, costs or other liabilities of any character (including reasonable attorney fees and litigation costs)to the extent arising in whole or in part, relating to or resulting from the performance under this Agreement by the Consultant,and/or its employees and its sub- consultants and sub-contractors, or others performing or furnishing any Services directly or indirectly on the Consultant's behalf, including but not limited to: (a) failure to comply with, or violation of, any federal, state or local law, statute, regulation, rule, ordinance, order or governmental directive; (b) negligent acts, omissions or willful misconduct; and (c) failure to comply with the terms,conditions, representations or warranties contained in this Agreement. In connection with any such liabilities,the Village of Morton Grove and the Morton Grove Affiliates shall have the right to defense counsel of their choice and the Consultant shall be solely liable for all reasonable costs, fees and expenses of such defense. Any insurance policies required to be 381460_1 15 • maintained pursuant to this Agreement shall in no way limit the extent of the Consultant's responsibility to indemnify as herein provided. The terms of this indemnity shall survive the suspension,expiration or termination of this Agreement. '1 (2) Niles. To the fullest extent permitted by law, the Consultant shall defend, hold harmless and indemnify the Village of Niles and Niles Affiliates from and against any and all injury, death, loss, property damage, judgments, liens, claims, suits, liabilities, actions, causes of action, demands, expenses, costs or other liabilities of any character (including reasonable attorney fees and litigation costs) to the extent arising in whole or in part, relating to or resulting from the performance under this Agreement by the Consultant, and/or its employees and its sub- consultants and subcontractors, or others performing or furnishing any Services directly or indirectly on the Consultant's behalf, including but not limited to: (a)failure to comply with, or violation of, any federal, state or local law, statute, regulation, rule, ordinance, order or governmental directive; (b) intentional or negligent errors, acts, omissions or willful misconduct; and (c) failure to comply with the terms, conditions, representations or warranties contained in this Agreement. In connection with any such liabilities, the Village of Niles and the Niles Affiliates shall have the right to defense counsel of their choice and the Consultant shall be solely liable for all reasonable costs, fees and expenses of such defense. Any insurance policies required to be maintained pursuant to this Agreement shall in no way limit the extent of the Consultant's responsibility to indemnify as herein provided. The terms of this indemnity shall survive the suspension, expiration or termination of this Agreement. (3) Kotecki Waiver. The Consultant (and all sub-consultants and sub-contractors into whose subcontract this clause is incorporated) agrees to assume the entire liability for all personal injury claims suffered by its own employees and waives any limitation of liability defense based upon the Worker's Compensation Act and cases decided thereunder.The Consultant agrees to indemnify and defend Cook County and the Cook County Affiliates,the MGNWC and the MGNWC Affiliates, the Village of Morton Grove and the Morton Grove Affiliates and the Village of Niles and the Niles "1 Affiliates from and against all such loss, expense, damage or injury, including reasonable attorney fees,which Cook County and the Cook County Affiliates,the MGNWC and the MGNWC Affiliates, the Village of Morton Grove and the Morton Grove Affiliates and the Village of Niles and the Niles Affiliates may sustain as a result of personal injury claims by the Consultant's employees and by the sub-consultants and sub-contractors and their respective employees, except to the extent those claims arise as a result of Cook County's and the Cook County Affiliates' own negligence, the MGNWC'S and the MGNWC Affiliates' own negligence,the Village of Morton Grove's and the Morton Grove Affiliates' own negligence and the Village of Niles' and the Niles Affiliates' own negligence. C. No Personal Liability. No elected or appointed official or employee of Cook County and the Cook County Affiliates, the MGNWC and the MGNWC Affiliates,the Village of Morton Grove and the Morton Grove Affiliates and the Village of Niles and the Niles Affiliates shall be personally liable, in law or in contract, to the Consultant as the result of the execution of this Agreement. No employee of the Consultant, Sub-consultants, and Sub-contractors shall be personally liable, in law or in contract, to the MGNWC as the result of the execution of this Agreement. SECTION 9. INSURANCE. A. During the Term of this Agreement, or any extended term,the Consultant shall procure and maintain the following insurance coverages:See Exhibit"E"attached to this Agreement. 381460_1 16 SECTION 10. CONFIDENTIAL INFORMATION;OWNERSHIP OF DOCUMENTS. A. No Disclosure of Confidential Information. The Consultant acknowledges that it shall, in performing the Services for the MGNWC under this Agreement, have access, or be directly or indirectly exposed, to Confidential Information, as defined below. The Consultant shall hold confidential all Confidential Information of the MGNWC and Morton Grove and Niles and shall not disclose or use such Confidential Information without the express prior written consent of the MGNWC,Morton Grove or Niles,depending on whose Confidential Information is at issue. The Consultant shall use reasonable measures at least as strict as those the Consultant uses to protect its own confidential information. Such measures shall include, without limitation, requiring its employees and sub-consultants and sub-contractors of the Consultant to execute a non-disclosure agreement (in a format approved by the MGNWC) before obtaining access to Confidential Information. (1) Confidential Information. All confidential information and data disclosed by the MGNWC and developed or obtained from the MGNWC under this Agreement must be treated by the Consultant as proprietary and confidential information ("Confidential Information"). Based on whose Confidential Information is at issue, the Consultant must not disclose Confidential Information without the MGNWC's or Morton Grove's or Niles' prior written consent. No person may use Confidential Information for any purpose other than for the proper performance of the Services. The obligations under this Section do not apply to Confidential Information that is (i) in the public domain without breach of this Agreement, (ii) developed by the Consultant independently from this Agreement, (iii) received by the Consultant on a non- confidential basis from others who had a right to disclose the information, or (iv) required by law to be disclosed, but only after prior written notice has been received by the MGNWC or Morton Grove or Niles and the MGNWC or Morton Grove or Niles has had a reasonable opportunity to protect disclosure of the Confidential Information.The Consultant must ensure that the foregoing obligations of confidentiality and use extend to and bind the Consultant's employees,sub-consultants and sub-contractors. B. Ownership of Data and Documents.The Parties expressly agree that all data, documents, records,studies or other information (collectively "Data") provided by the MGNWC to the Consultant or generated, created, found or otherwise completed by the Consultant, and its employees, sub-consultants and sub- contractors, in the performance of Consultant's Services under the terms of this Agreement shall at all times remain the proprietary information of and under the ownership of the MGNWC and shall be provided to the MGNWC by the Consultant upon request of the MGNWC, or at the termination of this Agreement. All Data, regardless of its format, developed or obtained under this Agreement, other than the Consultant's confidential information,will be and remain the sole property of the MGNWC, unless the MGNWC agree that certain portions of the Data is the sole property of either Morton Grove or Niles.The Consultant must promptly deliver all Data to the MGNWC at the MGNWC's request. The Consultant is responsible for the care and protection of the Data until that delivery.The Consultant may retain one or more copies of the Data. Notwithstanding the foregoing, upon request of the MGNWC at any time,or at the termination of this Agreement, the Consultant shall promptly return to the MGNWC all documents provided to the Consultant by the MGNWC during the Term of this Agreement. C. Intellectual Property. The Consultant may not infringe on any intellectual property (including but not limited to patents, trademarks, or copyrights) (collectively "Intellectual Property") in the performance of Services. If ever the Consultant is alleged to have infringed on any Intellectual Property, then, in addition to the Consultant's obligations to indemnify the MGNWC under this Agreement, the Consultant also, at the sole discretion of the MGNWC and at the Consultant's sole expense (a) procure for the MGNWC the right to continue using the infringing subject matter, or(b) replace or modify the \.. infringing subject matter so that it becomes non-infringing but still complies with the requirements of 381460_1 17 • this Agreement, or (c) reimburse the MGNWC for all payments made to the Consultant relating to or impacted by the infringing material and all costs incurred by the MGNWC resulting from such infringement. D. Copyrights and Patents.The Consultant agrees not to assert,or to allow persons performing under the Consultant's control to assert, any rights to Data or establish any claim under design, patent, or copyright laws. It is expressly agreed that all copyrightable or patentable Data produced as part of Services has been specifically commissioned by the MGNWC and is considered "work for hire," and that all copyrightable and other proprietary rights in that Data will vest solely in the MGNWC. Further, the Consultant agrees that all rights under copyright and patent laws under this Agreement belong to the MGNWC. The Consultant assigns any and all rights,title, and interests under copyright,trademark, and patent law to the MGNWC and agrees to assist the MGNWC in perfecting the same at the MGNWC's expense. E. Advertisements; Media / News Releases; Use of Letterhead or Logo. The Consultant, and its employees, sub-consultants and sub-contractors, shall not issue any media news releases, advertisements, promotional materials or other public statements regarding the Services without the prior written consent of the MGNWC Working Group. The Consultant shall not use the letterhead or logo or any servicemark or trademark of Morton Grove without the prior written consent of the Village Administrator of Morton Grove and shall not use the letterhead or logo or any servicemark or trademark of Niles without the prior written consent of the Village Manager of Niles. SECTION 11. COMPLIANCE WITH LAWS. A. Compliance with Laws.The Consultant, and its employees, sub-consultants and sub-contractors, shall comply with any and all applicable laws, regulations and rules promulgated by any Federal, State, County, local, or other governmental authority or regulatory body pertaining to all aspects of the Services, now in effect, or which may become in effect during the performance of the Services. The scope of the laws, regulations and rules referred to in this paragraph includes, but is in no way limited to, the Occupational Safety and Health Act standards, the Illinois Human Rights Act, the Illinois Equal Pay Act of 2003, along with the standards and regulations promulgated pursuant thereto (including but not limited to those safety requirements involving work on elevated platforms), all forms of traffic regulations, public utility, Interstate and Intrastate Commerce Commission regulations, Workers' Compensation Laws, the Substance Abuse Prevention on Public Works Projects Act, Prevailing Wage Laws, the Smoke Free Illinois Act, the USA Security Act, the Federal Social Security Act (and any of its titles), and any other law, rule or regulation of the Illinois Department of Labor, Illinois Department of Transportation, Illinois Environmental Protection Act, Illinois Department of Human Rights, Human e of Rights Commission, EEOC, Metropolitan Water Reclamation District of Greater Chicago, the Village Morton Grove and the Village of Niles. In the event that the Consultant, or its employees, sub- consultants and sub-contractors, in performing the Services are found to have not complied with any of the applicable laws and regulations as required by this Agreement, then the Consultant shall indemnify and hold the MGNWC harmless, and pay all amounts determined to be due from the MGNWC for such non-compliance by the Consultant, including, but not limited to fines, costs, attorneys'fees and penalties. (1) Employment of Illinois Workers on Public Works Act Compliance. To the extent required by law, the Consultant agrees to comply with the provisions of the Employment of Illinois Workers on Public Works Act (30 ILCS 570/0.01 etseq.). (2) Preference to Veterans Act Compliance. The Consultant will comply with the Preference to Veterans Act (330 ILCS 55). 18 381460_1 (3) Patriot Act Compliance. The Consultant represents and warrants to the Villages that neither it nor any of its principals, shareholders, members, partners, or affiliates, as applicable, is a person or entity named as a.Specially Designated National and Blocked Person (as defined in �.. Presidential Executive Order 13224) and that it is not acting, directly or indirectly, for or on behalf of a Specially Designated National and Blocked Person. The Consultant further represents and warrants to the Villages that the Consultant and its principals, shareholders, members, partners, or affiliates, as applicable, are not, directly or indirectly, engaged in, and are not facilitating, the transactions contemplated by this Agreement on behalf of any person or entity named as a Specially Designated National and Blocked Person.The Consultant hereby agrees to defend, indemnify and hold harmless the Villages, their respective corporate authorities, and all of each Village's elected or appointed officials, officers, employees,agents, representatives, engineers, and attorneys, from and against any and all claims, damages, losses, risks, liabilities, and expenses (including reasonable attorneys' fees and costs) arising from or related to any breach of the representations and warranties in this subsection. B. The Parties to this Agreement shall further comply with all applicable federal, state and local laws, rules and regulations in carrying out the terms and conditions of this Agreement, including the following: (1) Certification. Each Party and its officers, corporate authorities, employees and agents certify that they are not barred from entering into this Agreement as a result of a violation of either 720 ILCS 5/33E-3 or 5/33E-4 (bid rigging or bid rotating)or 5/33E-6 (interference with contract submission and award by public official) or as a result of a violation of 820 ILCS 130/1 et seq. (the Illinois Prevailing Wage Act) or as a result of: (1) a delinquency in the payment of any tax administered by the Illinois Department of Revenue or any fee required by any unit of local government or the State, unless the Party is contesting, in accordance with the procedures established by the appropriate revenue act, its liability for the tax or the amount of the tax or the fee,as set forth in Section 11-42.1-1 et seq. of the Illinois Municipal Code,65 ILCS 5/11-42.1-1 et seq. Each Party and its officers, corporate authorities, employees and agents further certify by signing this Agreement that the Party and its officers, corporate authorities, employees and agents have not been convicted of, or are not barred for attempting to rig bids, price-fixing or attempting to fix prices as defined in the Sherman Anti-Trust Act and Clayton Act. 15 U.S.C. § 1 et seq.;and has not been convicted of or barred for bribery or attempting to bribe an officer or employee of a unit of state or local government or school district in the State of Illinois in that officer's or employee's official capacity. Nor has any of the Parties and their officers, corporate authorities, employees and agents made admission of guilt of such conduct which is a matter of record, nor has any official, officer, agent or employee of the Parties been so convicted nor made such an admission. (2) Non-Discrimination. Each Party and its officers, corporate authorities, employees and agents agree not to commit unlawful discrimination and agree to comply with all applicable provisions of the Illinois Human Rights Act, Title VII of the Civil Rights Act of 1964, as amended, the Americans with Disabilities Act,the Age Discrimination in Employment Act, Section 504 of the Federal Rehabilitation Act, and all applicable rules and regulations. Each Party maintains a written Sexual Harassment Policy in compliance with Section 2-105 of the Illinois Human Rights Act (775 ILCS 5/2-105(A)(4)). Each Party certifies that it is an "Equal Opportunity Employer" as defined by federal and State laws and regulations, and agrees to comply with the Illinois Department of Human Rights ("IDHR") Equal Opportunity Employment clause as required by the IDHR's Regulations (44 III. Adm. Code, Part 750, Appendix A). As required by Illinois law and IDHR Regulation, the Equal Opportunity Employment clause is incorporated by reference in its entirety as though fully set forth herein. Each Party certifies that it agrees to comply with 381460_1 19 the Prohibition of Segregated Facilities clause, which is incorporated by reference in its entirety as though fully set forth herein. See, Illinois Human Rights Act(775 ILCS 5/2-105). See also, Illinois Department of Human Rights Rules and Regulations, Title 44, Part 750. Administrative Code, Title 44: Government Contracts, Procurement and Property Management, Subtitle B: Supplemental Procurement Rules, Chapter X: Department of Human Rights, Part 750: Procedures Applicable to All Agencies, Section 750.160:Segregated Facilities (44 III. Adm. Code 750.160) (3) Illinois Freedom of Information Act. The definition of a public record in the Freedom of Information Act (5 ILCS 140/1 et seq.) ("FOIA") includes a "public record that is not in the possession of a public body but is in the possession of a party with whom the agency has contracted to perform a governmental function on behalf of the public body and that directly relates to the governmental function and is not otherwise exempt under this Act." (5 ILCS 140/7(2). Consequently, the Parties must maintain and make available to the other Parties, upon request, their public records relating to the performance of this Agreement in compliance with the requirements of the Local Records Act (50 ILCS 205/1 et seq.) and FOIA. To facilitate a response by the MGNWC to any FOIA request, the Consultant agrees to provide all requested public records within five (5) business days of a request being made by MGNWC. The Consultant agrees to defend,indemnify and hold harmless the MGNWC and the MGNWC Affiliates, Cook County and the Cook County Affiliates, Morton Grove and the Morton Grove Affiliates and Niles and the Niles Affiliates,and agrees to pay all reasonable costs connected therewith(including, but not limited to, reasonable attorney and witness fees,filing fees and any other expenses)for the MGNWC,Cook County, Morton Grove and/or Niles to defend any and all causes,actions,causes of action, disputes, prosecutions or conflicts arising from the Consultant's actual or alleged violation of the FOIA or the Consultant's failure to furnish all public records as requested by the MGNWC. Furthermore, should the Consultant request that the MGNWC utilize a lawful exemption under FOIA in relation to any FOIA request thereby denying that request,the Consultant agrees to pay all costs connected therewith (such as reasonable attorney and witness fees,filing fees and any other expenses) to defend the denial of the request. The defense shall include, but not be limited to, challenged or appealed denials of FOIA requests to either the Illinois Attorney General or a court of competent jurisdiction. The Consultant agrees to defend, indemnify and hold harmless the MGNWC and the MGNWC Affiliates, Cook County and the Cook County Affiliates, Morton Grove and Morton Grove Affiliates and Niles and Niles Affiliates, and agrees to pay all costs incurred by the MGNWC, Cook County, Morton Grove and/or Niles connected therewith (such as reasonable attorney and witness fees, filing fees, penalties, fines, and any other expenses) to defend any denial of a FOIA request pursuant to the Consultant's request to utilize a lawful exemption. D. Consultant Representations. (1) No Collusion. The Consultant represents and certifies that the Consultant is not barred from contracting with a unit of State or local government as a result of:(1)a delinquency in the payment of any tax administered by the Illinois Department of Revenue or any fee required by the Village of Morton Grove and the Village of Niles, unless the Consultant is contesting, in accordance with the procedures established by the appropriate revenue act, its liability for the tax or the amount of the tax or the fee, as set forth in Section 11-42.1-1 et seq. of the Illinois Municipal Code, 65 ILCS 5/11- 42.1-1 et seq.; or (2) a violation of either Section 33E-3 or Section 33E-4 of Article 33E of the Criminal Code of 1961, 720 ILCS 5/33E-1 et seq. The Consultant represents that the only persons, firms or corporations interested in this Agreement as principals are those disclosed to the MGNWC prior to the execution of this Agreement, and that this Agreement is made without collusion with any other person, firm or corporation. If at any time it shall be found that the Consultant has, in procuring this Agreement, colluded with any other person, firm or corporation, then the Consultant shall be liable to the Village of Morton Grove and/or the Village of Niles for any 381460_1 20 loss or damage that the Village of Morton Grove and/or the Village of Niles may suffer, and this Agreement shall,at the MGNWC's option, be null and void. (2) Conflict of Interest. (a) The Consultant represents and certifies that, to the best of its knowledge: (1) no MGNWC, Cook County, Morton Grove or Niles employee or agent is interested in the business of the Consultant or this Agreement; (2)as of the date of this Agreement,neither the Consultant nor any person employed or associated with the Consultant has any interest that would conflict in any manner or degree with the performance of the obligations under this Agreement; and (3) neither the Consultant nor any person employed by or associated with the Consultant shall at any time during the Term of this Agreement obtain or acquire any interest that would conflict in any manner or degree with the performance of the obligations under this Agreement. (b) The Consultant agrees to perform no professional services during the Term of this Agreement for any person, firm or corporation, for any project or work that may be subject to review/inspection by Morton Grove or Niles, to occur or occurring within the corporate limits of Morton Grove or Niles without notification to Morton Grove and/or Niles prior to rendering services. The Consultant agrees to provide the MGNWC with written notification whenever the Services provided under this Agreement shall require the Consultant to review a project, business or work performed by any other firm or corporation for whom the Consultant is or has within the previous twelve (12) months provided professional services, or with any of thg Consultant's partners or principals that have a financial interest. (3) Compliance with Laws, Grant Regulations. All Services must be provided, performed, and completed in accordance with all required governmental permits, licenses, or other approvals and authorizations, and with applicable statutes, ordinances, rules, and regulations. The Consultant also must comply with applicable conditions of any federal, state, or local grant received by the MGNWC with respect to this Agreement. The Consultant will be solely responsible for any fines or penalties that may be imposed or incurred by a governmental agency with jurisdiction over the Services as a result of the Consultant's improper performance of,or failure to properly perform,any Services. SECTION 12. DEFAULT AND TERMINATION OF SERVICES. This Agreement is at-will and may be terminated by the MGNWC at any time at MGNWC'S convenience, without reason or cause. If the MGNWC terminates this Agreement without reason or cause, then the MGNWC will liable to the Consultant only for payment of all actual, completed, documented Services through the date of termination. The Consultant shall not be entitled to Compensation of any kind, including without limitation for lost profit,for any Services not performed by the Consultant. B. Termination by Village for Breach. The MGNWC at any time, by written notice, may terminate this Agreement on account of breach by the Consultant and failure of the Consultant to cure the breach within ten (10) calendar days after that written notice or such further time as the MGNWC may agree, in the MGNWC's sole discretion, in response to a written notice from the Consultant seeking additional time to cure. "Breach" by the Consultant includes (a) failure of the Consultant to adhere to any terms or conditions of this Agreement, (b)failure of the Consultant to properly perform Services, (c) failure of the Consultant to maintain progress in the performance of Services so as to endanger proper performance of the Services within the Project Schedule, or (d) failure of the Consultant to have or maintain adequate financial or legal capacity to properly complete any Services. 381460_1 21 C. Village Remedies. If the MGNWC terminates this Agreement for Breach by the Consultant, then the MGNWC will have the right, at its election and without prejudice to any other remedies provided by law or equity,to pursue any one or more of the following remedies: (1) The MGNWC may recover from the Consultant any and all costs, including without limitation reasonable attorneys' fees, incurred by the MGNWC as the result of any Breach or as a result of actions taken by the MGNWC in response to any Breach. (2) The MGNWC may withhold any or all outstanding Compensation to reimburse itself or pay for any and all costs, including without limitation reasonable attorneys' fees, incurred by the MGNWC as the result of any Breach or as a result of actions taken by the MGNWC in response to any Breach. In that event, the MGNWC will pay any excess funds to the Consultant, if any, after all of the MGNWC's costs are reimbursed or paid. If the Compensation withheld by the MGNWC is insufficient to reimburse the MGNWC for, or pay, all costs, then the MGNWC will has the right to recover directly from the Consultant a sum of money sufficient to reimburse itself,or pay, all remaining costs. D. Termination for Convenience. If, after termination of this Agreement by the MGNWC for breach, it is determined that the Consultant was not in breach or that the termination otherwise was irregular or improper, then the termination shall be deemed to have been made for the convenience of the MGNWC under this Section 12. E. Termination by Consultant for Breach. The Consultant at any time, by written notice, terminate this Agreement on account of a failure by the MGNWC to adhere to any terms or conditions of this Agreement and a failure of the MGNWC to cure the breach within ten (10) calendar days after that written notice or such further time as the Consultant may agree, in the Consultant's sole discretion, in response to a written notice from the MGNWC seeking additional time to cure. .� F. Termination by Consultant without Cause.The Consultant shall not terminate this Agreement without cause. SECTION 13. GENERAL PROVISIONS. A. Amendment. No amendment or modification to this Agreement shall be effective until it is reduced to writing and approved by the MGNWC Board and executed by the MGNWC Chair and the Consultant. B. Assignment. The Consultant shall not assign this Agreement or any portion thereof without the prior written approval of the MGNWC Board, which shall not be unreasonably withheld. The merger, consolidation or liquidation of the Consultant or any change in the ownership of or power to vote equal to twenty percent (20%)or more of the Consultant's capital stock, as held as of the date of execution of this Agreement, shall be deemed an assignment; provided, however, that the transfer of ownership of shares of capital stock between persons who, on the date of this Agreement, are owners of the Consultant's capital stock or who are employees of Consultant,shall not constitute an assignment. In the event that the MGNWC establish a water commission in accordance with applicable Illinois law in order to further pursue this Project, then at the option of the water commission and upon written notice to the Consultant, this Agreement shall be automatically assigned to the water commission without any further action by the corporate authorities of the water commission or the Consultant.As part of the written notice of assignment sent to the Consultant, an addendum to this Agreement that memorializes the assignment shall be prepared and sent to the Consultant for execution. C. Binding Effect. The terms of this Agreement shall bind and inure to the benefit of the MGNWC and the Consultant, and their agents, successors and assigns. 381460_1 22 D. Notice. All notices required or permitted to be given under this Agreement shall be in writing and shall be delivered: (1) by personal delivery; (2) by a reputable overnight courier; (3) by certified mail, return receipt requested,and deposited in the U.S. Mail, postage prepaid;or(4)by email delivery to the Party's business email address set forth below. Unless otherwise expressly provided in this Agreement, notices shall be deemed received upon the earlier of: (a) actual receipt; (b) one (1) business day after deposit with an overnight courier, as evidenced by a receipt of deposit; (c) four (4) business days following deposit in the U.S. mail, as evidenced by a return receipt; or(d) date of delivery of the email. By notice complying with the requirements of this Section 13.D. each Party shall have the right to change the address or the addressee,or both,for all future notices and communications to the other Party, but no notice of a change of addressee or address shall be effective until actually received. Notices and communications to the MGNWC with copies to the MGNWC Working Group shall be addressed to, and delivered at,the following addresses: Attn:Village Administrator(MGNWC Working Group) Richard T. Flickinger Municipal Center Village of Morton Grove 6101 Capulina Avenue Morton Grove Illinois 60053 Phone: (847)663-3001 Fax: (847) 370-1649 Email: rczerwinski @mortongroveil.org With a copy to: Corporation Counsel(same address as Village Administrator)(MGNWC Working Group) Email: tliston @mortongroveil.org Attn:Chair of the Morton Grove-Niles Water Commission Village of Niles 1000 Civic Center Drive Niles,Illinois 60714 Phone: (847)588-8010 Fax: (847)588-8051 Email: scv@niles.com orTBD With a copy to: Corporation Counsel(same address as MGNWC Chair) (MGNWC Working Group) Email: dg@niles.com Village Manager(same address as MGNWC Chair)(MGNWC Working Group) Email: scv&Wniles.com MGNWC Representative(MGNWC Working Group) Email: bill @wrbllc.com Notices and communications to the Consultant shall be addressed delivered to the following address: Attn:Larry Thomas,P.E. Stanley Consultants,Inc. 8501 West Higgins Road Suite 730 381460_1 23 Chicago,Illinois 60631 Phone: (773)714-2015 and Cellular Phone:(815)355-0923 Fax: (773)693-7690 Email:thomaslarry@stanleygroup.cpm With a copy to: Kale Knisley Legal Department Stanley Consultants,Inc. 225 Iowa Avenue Muscatine,IA 52761 Phone:(563)264-6507 Email:knisleykale @stanleygroup.com E. Third Party Beneficiary. No claim as a third party beneficiary under this Agreement by any person,firm or corporation shall be made or be valid against Cook County and Cook County Affiliates, the MGNWC and the MGNWC Affiliates,Morton Grove and Morton Grove's Affiliates and Niles and Niles'Affiliates. F. Provisions Severable. If any term, covenant, condition or provision of this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remainder of the provisions shall remain in full force and effect and shall in no way be affected, impaired or invalidated. G. Time.Time is of the essence in the performance of all terms and provisions of this Agreement. H. Calendar Days and Time. Unless otherwise provided in this Agreement, any reference in this Agreement to "day" or "days" shall mean calendar days and not business days. If the date for giving of any notice required to be given, or the performance of any obligation, under this Agreement falls on a Saturday, Sunday or federal holiday, then the notice or obligation may be given or performed on the next business day after that Saturday,Sunday or federal holiday. Venue and Governing Law. All questions of interpretation, construction and enforcement, and all controversies with respect to this Agreement, shall be governed by the applicable constitutional, statutory and common law of the State of Illinois. The Parties agree that, for the purpose of any litigation relative to this Agreement and its enforcement, venue shall be in the Circuit Court of Cook County, Illinois or the Northern District of the United States District Court, Chicago, Illinois, and the Parties consent to the jurisdiction of said Courts for any such action or proceeding. J. Authority to Execute. (1) MGNWC Water Commission. The MGNWC warrants and represents to the Consultant that the persons executing this Agreement on its behalf have been properly authorized to do so by its corporate authorities. (2) The Consultant. The Consultant warrants and represents to the MGNWC that the persons executing this Agreement on its behalf have the full and complete right, power and authority to enter into this Agreement and to agree to the terms, provisions and conditions set forth in this Agreement, and that all legal actions needed to authorize the execution,delivery and performance of this Agreement have been taken. K. Entire Agreement. This Agreement constitutes the entire agreement between the Parties to this Agreement and supersedes all prior agreements and negotiations between the Parties, whether written or oral, relating to the subject matter of this Agreement. 381460_1 24 L. Waiver. The failure of either Party to enforce any term, condition or covenant (herein referred to as "provision") of this Agreement shall not be deemed a waiver or limitation of that Party's right to subsequently enforce and compel strict compliance with such provision and every other provision of this Agreement. No provision of this Agreement shall be deemed to have been waived by either Party unless such waiver is in writing by said Party. M. Survival. The aforesaid covenants, agreements, representations and warranties shall survive the expiration or termination of this Agreement. N. Counterpart Execution. This Agreement may be executed in counterparts, each of which, when executed, shall be deemed to be an original, but all of which together shall constitute one and the same instrument. O. Cumulative Rights and Remedies. Unless expressly provided to the contrary in this Agreement, each and every one of the rights, remedies, and benefits provided by this Agreement shall be cumulative and shall not be exclusive of any other rights, remedies, and benefits allowed by law. P. Effective Date. This Agreement shall become effective on the date the last signatory signs this Agreement. IN WITNESS WHEREOF, this Agreement was executed on behalf of the Parties through their authorized representatives,after all duly required corporate action was taken, as set forth below on the signature pages. SIGNATURE PAGES AND EXHIBITS TO FOLLOW 381460_1 25 SIGNATURE PAGE FOR CONSULTANT IN WITNESS WHEREOF, the below authorized corporate officer of Stanley Consultants, Inc. signed this Agreement pursuant to legal authority and direction granted to him/her by the required corporate action. Stanley Consultants, Inc. By: 'F-Y1 Name: Title: C 50+614e40+ Date: 6 , 2017 Attest: By: ON/ Odketrfk Name: a L: ► Title: F Vlr I5 ( Date: 113 , 2017 381460_1 26 SIGNATURE PAGE FOR MORTON GROVE-NILES WATER COMMMISSION IN WITNESS WHEREOF, the below authorized officials of the Morton Grove-Niles Water Commission have signed this Agreement pursuant to legal authorization granted to him/her under Article VII,Section 10 of the 1970 Illinois Constitution,the Intergovernmental Cooperation Act(5 ILCS 220/1 et seq.)and Division 135 of Article 11 of the Illinois Municipal Code (65 ILCS 5/11-135-1, et seq.) ("Division 135") and the corporate approval granted by passage of a Resolution by the Corporate Authorities of the Morton Grove-Niles Water Commission. Morton Grove-j es Water Commission By: -'" ANL Name:_ fk Chair�� Date: ///— ,2017. Attest: By: / f�1' pra m . 4'r is/ r/a. /Secretary e: Date: 7 ,2017 Approve.fiso form and legality: / / .. Michael T.Jurusik, -N1 JC Attorney J 381460_1 27 Exhibit"A" Request for Proposals MGNWC RFP for Professional Engineering Firms to Design the Water Transmission Main and Facility Improvements for MGNWC Issue Date:April 26,2017(the"MGNWC RFP") (attached) 381460_1 28 Group Exhibit`B" Consultant's Proposal for Services in regard to MGNWC RFP dated May 12,2017 (incorporated by reference) Final version of the Scope of Services dated June 30,2017 (attached) Projected Labor and Budget dated June 30,2017 (attached) Project Schedule dated June 30,2017 (attached) Water Transmission Main Improvements Exhibit Used as Basis for Basic Services Fee (attached) Santacruz Land Acquisition Proposal (attached) Corrpro Companies,Inc.Proposal (attached) 381460_1 29 Exhibit"C" Sub-consultant/Sub-contractor List As of the execution of this Agreement,the Consultant will organize and manage a Project team inclusive of the following sub-consultants/sub-contractors: Applied Technologies, Inc. Ciorba Group, Inc. Knight E/A, Inc. Robinson Engineering, LTD. Strand Associates,Inc Corrpro Companies, Inc. Santacruz Land Acquisitions 381460_1 30 Exhibit"D" �-- Compensation and Fee Schedule for Services in Regard to MGNWC RFP For Professional Engineering Firms to Design the Water Transmission Main and Facility Improvements for MGNWC ("Fee Schedule") The Consultant's fees will be based on the total hours worked on the Project, including travel, plus expenses. The Consultant's current schedule of Hourly Fees and Charges follows on the next page. The actual hourly rates charged for individual employees will be based on their individual billing rates. The Consultant is responsible and has the discretion for the allocation of costs to individual work items based on needed work effort within the limits of the approved not to exceed values. 1. The Consultant's Fee for the Basic Services associated with the Water Transmission Main and Facility Improvements for MGNWC design as described in Exhibit B will not exceed$4,459,313. 2. Compensation for Additional Services is not included in the Basic Services described in Exhibit B. Additional Services agreed to by MGN, in writing, shall be compensated on an hourly basis for labor plus reimbursable expenses, in accordance with the Hourly Fees and Charges included with this exhibit unless other compensation is agreed upon prior to performance of the services. 3. The Consultant's Fee for the Basic Services assumes the Intermediate Pump Station will be located within 600 feet of the proposed primary pipeline route and that the street connecting the Intermediate Pump Station to the primary pipeline route will be restored to its existing dimensions and condition. If the Intermediate Pump Station is located at a greater distance from the pipeline and/or the Village of Skokie requires that the connecting roadway be widened or improved beyond its current configuration, the design work associated with the greater length and roadway improvements will be an Additional Service. The fee for this Additional Service will be negotiated prior to the start of this work. 381460_1 31 MORTON GROVE-NILES WATER COMMISSION WATER TRANSMISSION MAIN AND FACILITIES IMPROVEMENTS EXHIBIT"D"—COMPENSATION HOURLY FEES AND CHARGES CATEGORY HOURLY FEES Project Managers $145-$260 Lead Civil & Mechanical Engineers $120-$220 Sr.Civil & Mechanical Engineers $110-$175 Hydraulic Modelers $100-$150 Civil Engineers, EIT $ 90-$150 Lead Structural Engineer $170-$255 Lead Electrical Engineer $180-$255 Structural Engineers $120-$180 Electrical Engineers $120-$170 l&C Engineers $120-$170 Architect $ 90-$175 Cost Scheduler& Manager $ 90-$240 Lead Surveyor $120-$170 Surveyor $100-$160 Road & Detour Engineers $120-$175 Geotechnical Engineer $150-$260 Permit Engineers $120-$205 Cost Estimator $110-$190 Specifications Writer $100-$240 Administrative Assistants $ 55 -$120 Lead Designer $130-$240 Designers $ 90-$155 GISTech $ 80-$160 Quality Assurance/Quality Compliance Engineers $160-$255 Environmental Specialist $125-$170 Land Appraiser $140-$250 Reimbursable Costs* Travel: Cost Filing Fees, Permits,Title Company Charges&Government Review Fees: Cost Reproductions: Cost Delivery Charges: Cost Outside Consultants: Cost *The Consultant may request reimbursement of these Reimbursable Costs, upon proper documentation, but such reimbursement shall be paid as part of the payment of and within the dollar amount of the Not-To-Exceed Fee. 381460_1 32 Exhibit"E" Insurance Requirements for the Consultant A.Worker's Compensation as required by the Workers' Compensation Act of the State of Illinois with limits not less than: (1)Worker's Compensation:Statutory; (2) Employer's Liability: $500,000 injury-per occurrence $500,000 disease-per employee $500,000 disease-policy limit Such insurance shall evidence that coverage applies in the State of Illinois. B. Comprehensive Motor Vehicle Liability with a combined single limit of liability for bodily injury and property damage of not less than$1,000,000 for vehicles owned, non-owned,or rented. All Consultant employees shall be included as insureds. C. Comprehensive General Liability with coverage written on an "occurrence" basis and with limits no less than: $2,000,000 Bodily Injury and Property Damage Combined Single Limit Coverage. Coverages shall include: - Broad Form Property Damage Endorsement - Blanket Contractual Liability (must expressly cover the indemnity provisions of the Contract) D. Professional Liability Insurance. With a limit of liability of not less than $5,000,000 per occurrence and $5,000,000 in the aggregate and covering Consultant against all sums that Consultant may be obligated to pay on account of any liability arising out of the Agreement.The policy shall be written on an"occurrence" basis, unless the policy that covers these Services is already in existence. If the existing policy is written on a claims-made form, the retroactive date must be equal to or preceding the Effective Date of this Agreement to cover the actual commencement date of any work and services that the Consultant or any sub-consultant has performed in regard to this Project. If the policy is cancelled, non-renewed, or switched to an occurrence form, then the Consultant must purchase supplemental extending reporting period coverage for a period of not less than five (5)years after the Completion Date. E. Umbrella Policy. The required coverages may be in any combination of primary, excess, and umbrella policies. Any excess or umbrella policy must provide excess coverage over underlying insurance on a following- form basis such that when any loss covered by the primary policy exceeds the limits under the primary policy, the excess or umbrella policy becomes effective to cover such loss. F. Cook County, Village of Morton Grove,Village of Niles and the Morton Grove—Niles Water Commission as Additional Insureds. Cook County, Village of Morton Grove, Village of Niles and the Morton Grove — Niles Water Commission shall be named as an Additional Insureds on all policies except for:Worker's Compensation and Professional Liability. Additional Insured endorsement shall identify the Additional Insureds as follows: Cook County, including its former,current and future appointed and elected officials,officers,village president and trustees, employees, agents, engineers, attorneys and representatives ("Cook County Affiliates"), Village of Morton Grove, including its former, current and future appointed and elected officials, officers, village president and trustees, employees, agents, engineers, attorneys and representatives ("Morton Grove Affiliates") and Village of Niles, including its former,current and future appointed and elected officials,officers, village president and trustees, employees, agents, engineers,attorneys and representatives ("Niles Affiliates") and the Morton Grove — Niles Water Commission, including its municipal members, its commissioners, 381460_1 33 appointed officials, its officers, employees, agents, engineers, attorneys, and representatives ("MGNWC Commission Affiliates"). /O.1 G. Primary Coverage. The insurance coverage must be primary with respect to Cook County and the Cook County Affiliates,the Village of Morton Grove and the Morton Grove Affiliates,the Village of Niles and the Niles Affiliates and the MGNWC and the MGNWC Affiliates. . Any insurance or self-insurance maintained by Cook County, the Village of Morton Grove, the Village of Niles and the MGNWC will be excess of the Consultant's insurance and will not contribute with it. H. Reporting Failures. Any failure to comply with reporting provisions of any policy must not affect coverage provided to Cook County and the Cook County Affiliates, the Village of Morton Grove and the Morton Grove Affiliates,the Village of Niles and the Niles Affiliates and the MGNWC and the MGNWC Affiliates. I. Severability of Interests/Cross Liability. The insurance must contain a Severability of Interests/Cross Liability clause or language stating that the insurance will apply separately to each insured against whom claim is made or suit is brought,except with respect to the limits of the insurer's ability. J. Acceptability of Insurers. Insurance is to be placed with insurers with a Best's rating of no less than A-, VII and licensed to do business in the State of Illinois. K. Verification of Coverage. The Consultant must furnish the MGNWC with certificates of insurance naming Cook County and the Cook County Affiliates,the Village of Morton Grove and the Morton Grove Affiliates, the Village of Niles and the Niles Affiliates and the MGNWC and the MGNWC Affiliates as additional insureds and with original endorsements affecting coverage. The certificates and endorsements for each insurance policy must be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements may be on forms provided by the MGNWC and in any event must be received and approved by the MGNWC Representative and the MGNWC Attorney before any work commences. Other additional-insured endorsements may be utilized, if they provide a scope of coverage at least as broad as the coverage stated on the ISO Additional Insured Endorsements CG 2010 or CG 2026. The MGNWC reserves the right to request a full certified copy of each insurance policy and endorsement. L. Sub-Consultants and Suppliers. The Consultant must include all sub-consultants/sub-contractors as insureds under its policies or must furnish separate certificates and endorsements for each sub-consultant/sub- contractor.All coverage for sub-consultant/sub-contractors are subject to all of the requirements stated in this Agreement, except that any non-engineer sub-consultants/sub-contractors shall not be obligated to provide professional liability insurance coverage that is required of the engineers and other insurance coverages shall be in accordance with the limits in their standard policies. NOTE#1: Upon execution of this Agreement,the Consultant shall furnish to Village of Morton Grove,Village of Niles and Morton Grove — Niles Water Commission satisfactory proof of coverage of the above insurance requirements. Such proof shall consist of certificates executed by the respective insurance companies together with executed copies of an "Additional Insured Endorsement" in a form acceptable to the MGNWC Board. Said certificates shall expressly provide that, for the duration of this Agreement, the insurance policy shall not be suspended, cancelled or reduced in coverage or amount, except after thirty (30) calendar days prior notice by certified mail, return receipt requested, has been addressed and provided to the MGNWC Chair, the Village Administrator of Morton Grove and the Village Manager of Niles at their business addresses listed in Section 13 of the Agreement. 381460_1 34 Exhibit"F" SERVICES CHANGE ORDER FORM SERVICES CHANGE ORDER NUMBER In accordance with Section _ of the Agreement dated , 2017 between the MGNWC and the Consultant,the Parties agree to the following Services Change Order: 1. Change in Services: 2. Change in Project Schedule(attach schedule if appropriate): 3. Change in Completion Date: All Services must be completed on or before: , 20_ 4. Change in Compensation: ALL OTHER TERMS AND CONDITIONS OF THE AGREEMENT REMAIN UNCHANGED. MGNWC CONSULTANT MGNWC Representative Signature Name (Printed or Typed) Date Date If compensation change is greater than$20,000(individual request or in the aggregate)then Morton Grove's and Niles' Board of Trustees approval and Village Presidents signatures are required. ,20 Village President Date ,20 Village President Date 381460_1 35 Exhibit"G" Contract Clauses Required by the Illinois Environmental Protection Agency("IEPA")for Incorporation into this Agreement IEPA Contract Clauses The IEPA Public Water Supply Loan Program required clauses are as follows: Audit and Access to Records Clause a. "Books, records, documents and other evidence directly pertinent to performance of PWSLP/WPCLP loan work under this agreement shall be maintained in accordance with generally accepted Accounting Principles.The Agency or any of its authorized representatives shall have access to the books, records, documents and other evidence for the purpose of inspection, audit and copying. Facilities shall be provided for access and inspection." b. "Audits conducted pursuant to this provision shall be in accordance with auditing standards generally accepted in the United States of America." c. "All information and reports resulting from access to records pursuant to the above shall be disclosed to the Agency. The auditing agency shall afford the engineer an opportunity for an audit exit conference and an opportunity to comment on the pertinent portions of the draft audit report." d. "The final audit report shall include the written comments, if any,of the audited parties." e. "Records shall be maintained and made available during performance of project services under this agreement and for three years after the final loan closing. In addition,those records that relate to any dispute pursuant to the Loan Rules Section 365/662.650 (Disputes) or litigation or the settlement of claims arising out of project performance or costs or items to which an audit exception has been taken, shall be maintained and made available for three years after the resolution of the appeal, litigation, claim or exception." Covenant against Contingent Fees Clause "The professional services contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bonafide employees. For breach or violation of this warranty,the loan recipient shall have the right to annul this agreement without liability or in its discretion to deduct from the contract price or consideration or otherwise recover,the full amount such commission, percentage, brokerage, or contingent fee. Certification Regarding Debarment,Suspension and Other Responsibility Matters' "The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or ~-' 1:This requirement may be met through the inclusion of the following language in the contract,or through submitting a signed Form EPA 5700-49 to IEPA. 381460l 36 commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity(Federal,State or local)with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in fine of up to $10,000 or imprisonment for up to 5 years,or both." USEPA Nondiscrimination Clause "The contractor (engineer) shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies" USEPA Fair Share Percentage Clause "The engineer agrees to take affirmative steps to assure that disadvantaged business enterprises are utilized when possible as sources of supplies, equipment, construction and services in accordance with the Public Water Supply Loan Program rules. As required by the award conditions of USEPA's Assistance Agreement with Illinois EPA,the engineer acknowledges that the fair share percentages are%5 for MBEs & 12%for WBEs" 381460_1 37 VILLAGE OF NILES ° REQUEST FOR QUALIFICATIONS NILES Request for Qualifications #17-04 Professional Engineering Firms to Design the Water Transmission Main and Facility Improvements for MGN Request for Qualification Information RFQ Number: RFQ#17-04 RFQ Name: Design the Water Transmission Main and Facility Improvements for MGN Date Issued: April 26, 2017 Contact Person: William Balling,WRB, LLC—Project Manager bill @wrbllc.com Non Mandatory Site Meeting on Tuesday, May 2,2017 at 9:00 a.m.at the Niles Senior Center,999 Civic Center Drive, Room#127, Niles, IL 60714 Due Date: May 12, 2017- 12:00 Noon INSTRUCTIONS A. Please submit ten (10) paper copies and one (1)electronic version of the RFQ response documents. Submittals shall be placed in a sealed envelope, marked "REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES TO DESIGN THE WATER TRANSMISSION MAIN AND FACILITY IMPROVEMENTS FOR MGN#17-04 and delivered on or before the due date, May 12,2017 by 12:00 Noon. B. Qualifications to be submitted to Susan Bus, Village of Niles Purchasing Agent. C. Please submit any questions or comments in writing to Bill Balling at bill@wrbllc.com 5 days prior to due date to allow sufficient time for a written response. DELIVERY/MAILING ADDRESS Village of Niles Attention: Susan Bus 1 000 Civic Center Drive Niles, IL 60714 847-588-8011 1 of 11 VILLAGE OF NILES PURCHASING DIVISION 1000 Civic Center Drive NILES, ILLINOIS 60714 (847)588-8000 NILES, ILLINOIS LEGAL NOTICE REQUEST FOR QUALIFICATIONS The Village of Niles is issuing a request for qualifications from Professional Engineering Firms to provide Design Engineering Services for the Morton Grove Niles (MGN)Water Transmission Main and Facility Improvements. Request for Qualification documents are available in the Office of the Purchasing Agent,Village of Niles at 1000 Civic Center Drive, Niles, IL 60714,847-588-8000 for a fee of$35.00 or online at no charge at www.vniles.com (How Do I...., Register For, Bids/RFP's/RFQ's). There is a Non Mandatory Meeting on Tuesday, May 2,2017 at 9:00 a.m.at the Village of Niles Senior Center,999 Civic Center Drive,1st Floor,Room#127, Niles, IL 60714. Qualification packets along with any additional information will be accepted until 12:00 Noon, Friday, May 12, 2017 at the Village of Niles Administration Building, 1000 Civic Center Drive, Niles, Illinois, 60714, (southeast corner Oakton Street and Waukegan Road). Nothing herein is intended to exclude any responsible firm,or in any way restrain, or restrict competition. .� All responsible and eligible firms are encouraged to submit their qualifications.The Village reserves the right to accept or reject any or all request for qualifications. 2 of 11 Description of Request for Qualifications#17-04 Professional Engineering Firms to provide design engineering services for water transmission main and facility improvements. INTRODUCTION: The Villages of Morton Grove and Niles (MGN) hereby invite qualified firms to submit statements of qualifications in accordance with the requirements of this Request for Qualifications (RFQ). MGN will evaluate qualifications in accordance with the evaluation criteria set forth in the submittal requirements of each element. Multiple firms may be associated to offer the requested services if the affiliation is articulated with clear lines of leadership, responsibility and professional liability in the statement of qualifications. Examples of multiple firms associated for the project includes, but is not limited to, prime consultant and subconsultants and joint venture.The experience and past performance of all firms included in the association will be evaluated. At the conclusion of this evaluation process, MGN anticipates that it will select up to three firms to negotiate a contract to provide services for MGN. MGN reserves the right in serving its best interest to select multiple firms and negotiate individual contracts to complete discrete portions of the full scope of improvement. In the event multiple firms would be selected,the contract fee for individual projects would be negotiated once the final selection of firms has been completed. BACKGROUND: The Villages of Morton Grove and Niles are located approximately 10 miles north of downtown Chicago. MGN is currently having a study developed to evaluate three proposed alignments of a water transmission main and appurtenant facilities to supply water to the existing water pumping and storage facilities in Morton Grove and Niles from a water supply point in Evanston, Illinois.The system being developed would include approximately 4 miles in length of transmission main.The report will include a preferred alignment with appurtenant facilities that will serve as the starting point for final engineering design.The majority of the transmission main and at least one water pumping would need to be constructed within the Village of Skokie. A receiving water pumping station and reservoir will be constructed in Niles or Morton Grove.The City of Chicago currently supplies water to the Villages of Morton Grove and Niles.The study will compare benefits and costs of the existing water supply and the proposed alternate alignments/facilities.The study is scheduled to be completed in June 2017. The proposed water storage facilities would likely be aboveground standpipes.The proposed pumping facilities are envisioned to include aboveground pumping equipment installed within a public facility built as a commercial/industrial building with a facade matching the neighborhood and would include electrical, plumbing,telephone, security, heating and cooling systems commensurate for the use. Emergency backup power would be required to maintain continuous facility operation. It is expected each of the facilities will need formal public presentation and developmental approval by the community with jurisdiction of the respective site. The proposed pipeline may be located within county,state, utility or railroad rights-of-way.The proposed pipeline would cross an interstate expressway at one location,would cross the facilities of 3 of 11 Commonwealth Edison at no less than one location,would cross facilities of Northeastern Illinois Railroad Corporation(aka NIRC aka Metra) at one location, and would cross the facilities of Metropolitan Water Reclamation District of Greater Chicago and Northwest Water Commission at no less than one location. Land for the water storage and pumping facilities would be acquired by MGN before the design achieves conceptual approval. The water supply to the Village of Morton Grove needs to be operational by December 31, 2018 and to Village of Niles by December 31, 2019. The project delivery method is anticipated to be design-bid-build, but has not been stipulated. The design and construction is anticipated to be funded using state,federal and local sources. It is anticipated that the design and construction schedules are very aggressive.The conceptual construction cost estimate exceeds$90MM. The following information should be available for review before contract negotiation: 1. Computer model of water supply system. 2. Preliminary design report describing pump station and water storage facility. 3. Technical memorandum evaluating existing and proposed water treatment. 4. Pipeline Alignment Corridor Study Report. 5. Technical memorandum establishing the pipeline design criteria. 6. Preliminary Design Report summarizing investigations of existing and proposed systems,and alternatives considered and identifying the preferred pipeline route and facility locations. DESCRIPTION OF PROFESSIONAL SERVICES NEEDS: MGN invites qualified, licensed professional Architectural Engineering and Construction(AEC) Firms to submit their qualifications for design services. For the purpose of this RFQ"Village" means Village of Niles and "Firm" means the AEC Firm submitting a response to this RFQ.Qualified Firms shall provide services based on the Project Scope and Submittal Requirements sections provided below. The Firm must be qualified to provide the following services: • Verify computer model of final recommended alternate included in water supply study. • Complete topographical survey within and adjacent to project limits. • Prepare a soils report to characterize the suitability of the in-situ soils to support proposed improvements; identify,quantify, specify and document the disposal requirements of waste material within the project limits; and recommend pavement structure requirements. • Prepare construction documents in an efficient, accelerated schedule. • Provide reliable,transparent documentation of issues and resolutions. • Manage a feedback loop of information with the client team. • Design a transmission main, pumping facilities and water storage facilities according to American Water Works Association and Illinois Environmental Protection Agency standards. • Furnish all documentation needed to comply with local,state and/or federal funding sources requirements. ^� 4of11 • Secure all necessary permitting through county,state, and federal agencies. • Coordinate design with and secure all necessary permits with regional sanitary district, regional water supply district, electrical utility and railroad(i.e. Metropolitan Water Reclamation District of Greater Chicago; Northwest Water Commission; Commonwealth Edison and Metra). • Coordinate design and secure all permits required to modify or abandon water supply connection to City of Chicago. • Coordinate design with any and all private utilities located within the right-of-way of the transmission main. • Design commercial/industrial type of public facility with residential facade treatment. • Prepare architectural exhibits including site plans,elevations and building plans for proposed pump station building(s). • Facilitate permitting process including all zoning entitlements of proposed public facilities located outside the right-of-way,which may include approval of special use permit and/or specific design review. • Secure all necessary permits through Skokie, Niles and Morton Grove depending on final location of all proposed public facility improvements located outside the right-of-way. • Coordinate utility supply needs of proposed public facilities. PROJECT SCHEDULE: Design Phase-July 2017 through November 2017 Construction Phase—January 2018 through December 2018 SUBMITTAL REQUIREMENTS: Ten copies of a compiled set of the following documents shall be submitted in the order listed below and (1)electronic version: 1. Cover letter 2. Statement of Qualifications 3. Documentation of no conflict of interests with the Village of Niles interests 4. Responses to Village of Niles standard questionnaire 5. Firm's audited financial statements 6. Proof of insurance 7. Visual representations of related project experience The ten copies shall be submitted in a single,sealed envelope or sealed box. 1. A cover letter,signed by a principal, describing a brief history of firm,type of organizational structure(corporation, partnership,sole proprietor,etc.), number of employees,technical disciplines, and other information relevant to this project. 2. A concise Statement of Qualifications is a favorable quality. Evaluations will focus on the first 30 pages(i.e.30 single-sided or 15 double-sided)of the Statement of Qualifications.To clarify,the page limit only pertains to the Statement of Qualifications and does not include any of the other materials to be submitted. Font should be equivalent in size to 11-point Calibri. The Statement of Qualifications should include: 5 of 11 a. A simple organizational chart identifying key members of the firm who would be assigned to this project. b. Firm Profile General Experience-A detailed description of similar projects successfully completed by the firm in the past ten years. Relevant experience illustrating the firm's capabilities which must include description of work performed at other public agencies specifically managed by the designated Project Manager.Cite specific projects of a similar nature to the project described herein.Include the name,telephone number,and email address of a contact person for each client who can verify the information provided. List current projects and percent complete.Provide at least three(3)additional projects,completed in the last five years,related to the firm's successful completion of projects similar to the this type of project effort. Include the client's name,address, phone number,email and the name of a contact person. Identify information related to budgeted and actual cost, projected and actual project schedule,and actual project completion history In particular highlight the following experience: 1. Municipal facility design and permitting 2. Transmission design 3. Water storage and pumping facility design 4. Jacking,tunneling, boring design and construction experience 5. Urban pipeline design 6. Lining of existing transmission watermain 20 inches and greater in diameter 7. Life cycle cost analysis 8. Water system modeling experience 9. Construction and cost estimating 10. Phased project design c. Local Knowledge and Experience i. Project experience with local area,geography,and facilities ii. Local Agency experience with IEPA(Water), IDOT, MWRDGC, IDNR, USACE, Cook County,Skokie, Evanston, Etc. d. Resume of the engineer who will be assigned to lead this project and be consultant's liaison to the owner.This individual must be a licensed civil engineer. Include a detailed description of the assigned engineer's experience in transmission main and water plant improvements,specifically identifying the projects. e. A listing of team personnel who will be assigned to perform substantial amounts of the work on this project. Provide a resume and experience record for each person, including years of experience, education and anticipated amount of time each will actually work on this project, and location of each person. Identify and define the experience of the Project Manager, Hydraulic Engineer, and other key personnel to be assigned to the project.Resumes shall be included for the Project Manager, Hydraulic Engineer and any other key personnel.The resumes should include education, employment history, project experience with corresponding dates, and the number of years employed with the company. During the course of the project,substitution of key personnel is subject to the approval of MGN. 6 of 11 f. Names of major sub-consultants planned to be used on this project,indicating name, specialty,address and summary of municipal public services or similar experience,as well as proof of insurance as set forth in these instructions. This project will be required to comply with IEPA Drinking Water Revolving Loan requirements including compliance with USEPA Fair Share Percentage clause for Minority Business Enterprises and Women's Business Enterprises Participation. 3. The submittal must include documentation of no personal or organizational conflicts of interest with Village of Niles interests. 4. Responses to Village of Niles standard questionnaire-If items mentioned on Village of Niles Standard questionnaire are duplicated in the technical proposal,simply refer to the appropriate pages in the Technical Proposal. 5. One(1)copy of the firm's audited financial statements for the last three (3)years which may be included in a separate sealed envelope and marked accordingly. 6. Provide proof and limits of professional and general liability insurance carried by the firm. 7. Appropriate visual representations of related project experience for water supply systems and municipal facilities. EVALUATION SCHEDULE: The following schedule is anticipated to represent the schedule of critical activities associated with this Request for Qualifications: Issue Request for Qualifications April 26,2017 Non Mandatory Meeting at Niles Senior Center May 2,2017- 9:00 AM RFQ Qualifications Due May 12,2017—12:00 PM Issue ranking of candidate firms May 24, 2017 Interview preferred candidates(3 top ranked firms) May 31, 2017 Rank preferred candidates June 1,2017 Negotiate scope of services and fees June 2-June 9,2017 Submit award of contract for formal approval June 16,2017 Village Board Approvals June 26&June 27,2017 MGN Water Commission Approval July 5,2017 EVALUATION CRITERIA: • Administrative o Key personnel o Firm general history o Availability of personnel o Project approach to the planning, organizing, and management of a project effort, including communication procedures, approach to problem solving,data gathering methods,evaluation techniques, and similar factors. o Present workload o Financial stability 7 of 11 o References—Meeting deadlines o References—Meeting budget o Professional reputation o Proximity to proposed project site • Technical o Computer modeling of water supply systems experience o Water system design experience of firm o Public facility architectural experience of firm o Surveying experience of firm o Geotechnical experience of firm o Appearance of construction documents sample o Complexity of past water transmission design projects • Land use density of corridor • Number/type of funding sources • Schedule • Addressing public opposition • Adaptive project needs • Extent of permitting • Utility conflict resolution • Environmental contamination resolution o Complexity of past municipal facility design project • Zoning • Design approval • Special review • Addressing public opposition 8 of 11 VILLAGE OF NILES, ILLINOIS ANTICOLLUSION AFFIDAVIT OF COMPLIANCE The party making the foregoing proposal,that such proposal is genuine and not collusive,or sham;that said proposer has not colluded,conspired,connived or agreed,directly or indirectly,with any proposer or person,to put in a sham bid or to refrain from bidding,and has not in any manner,directly or indirectly, sought by agreement or collusion,or communication or conference with any person;to fix the proposed price element of said proposal,or of that of any other proposer, or to secure any advantage against any other bidder or any person interested in the proposed contract. SENATE BILL 2002 PURCHASING PROCEDURES-CERTIFICATE OF COMPLIANCE Further,that he is not barred from bidding as a result of a violation of the bid rigging or bid rotating sections of Public Act 85-1295 (which emerged from Senate Bill 2002-effective 1/1/89). NON-DISCRIMINATION Further,the undersigned, by signing and submitting this Request For Proposal,certifies that his firm does not and will not discriminate in its employment practices against persons because of their race, religion, sex, or place of national origin,and that the subcontractors will so certify in their own contracts. Contractor and subcontractors will pay prevailing wage rates and be licensed to operate in their respective trades within the Village of Niles. SEXUAL HARASSMENT The undersigned further acknowledges the illegality of sexual harassment and acknowledges, understands and is in compliance with Illinois Public Act 87-1257. PATRIOT ACT: Contract Representation and Warranty: The Parties represent and warrant that they are not acting, directly or indirectly,for or on behalf of any person,group, entity or nation named by the United States Treasury Department as a Specially Designated National and Blocked Person,or for or on behalf of any person,group,entity or nation designated in Presidential Executive Order 13224 as a person who commits, threatens to commit,or supports terrorism;and that they are not engaged in this transaction directly or indirectly on behalf of,or facilitating this transaction directly or indirectly on behalf of, any such person, group, entity or nation. Name of Proposer if Proposer is an Individual Name of Partner if Proposer is a Partnership Name of Officer if Proposer is a Corporation Subscribed and sworn to me this day of , 2017. By: The above statements must be subscribed and sworn to before a notary public. 9 of 11 TERMS AND CONDITIONS VILLAGE ORDINANCES .•, The firm will strictly comply with all ordinances of the Village of Niles and laws of the State of Illinois. HOLD HARMLESS The firm agrees to indemnify,save harmless and defend the Village of Niles, its agents, servants and employees, and each of them against and hold it and them harmless from any and all claims,actions, causes of action,demands, rights,damages, costs, loss of service expenses, compensation, court costs and attorneys'fees which the undersigned now has/have or which may hereafter accrue, directly or indirectly, for or on account of any and all known and unknown,foreseen and unforeseen, bodily and personal injuries to any person, or any death at any time resulting from such injury,or any damage to any property and the consequences thereof,which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract. TERMINATION OF CONTRACT The Village reserves the right to terminate the whole or any part of this contract, upon written notice to the firm, in the event that sufficient funds to complete the contract are not appropriated by the Village of Niles. The Village further reserves the right to terminate the whole or any part of this contract, upon written notice to the firm, in the event of default by the firm. Default is defined as failure of the firm to perform any of the provisions of this contract or failure to make sufficient progress so as to endanger performance of this contract in accordance with its terms. In the event of default and termination,the Village may procure, upon such terms and in such manner, as the Purchasing Agent may deem appropriate, services similar to those so terminated. The firm shall be liable for any excess costs for such similar services unless acceptable evidence is submitted to the Purchasing Agent that failure to perform the contract was due to causes beyond the control and the fault or negligence of the firm. PROFESSIONAL LIABILITY COVERAGE FOR SERVICES The delineated services provided by Contractor, under this Agreement will be performed as reasonably required in accordance with the generally accepted standards for civil engineering as reflected in the contract for this project at the time when and the place where the services are performed. The Village requests Contractor's professional liability coverage for the Village and to all construction contractors, or subcontractors on the project and affected third parties arising from Contractor's alleged negligent acts, errors, or omissions, such that the total aggregate liability of Contactor to all those named shall be$3,000,000.00. FREEDOM OF INFORMATION ACT Contractor agrees to maintain all records and documents for projects of the Public Body in compliance with the Freedom of Information Act, 5 ILCS 140/1 et seq. In addition,Contractor shall produce,without cost to the municipality, records which are responsive to a request received by the Public Body under the Freedom of Information Act so that the Public Body may provide records to those requesting them within the time frames required. If additional time is necessary to compile records in response to a request,then Contractor shall so notify the Public Body and if possible,the Public Body shall request an extension so as to comply with the Act. In the event that the Public Body is found to have not complied with the Freedom of Information Act based upon Contractor's failure to produce documents or otherwise appropriately respond to a request under the Act,then Contractor shall indemnify and hold the Public Body harmless, and pay all amounts determined to be due including but not limited to fines, costs,attorneys'fees and penalties. 10 of 11 VILLAGE OF NILES 1) Address and description of the Firm's place of business. If more than one place of business, list all places of business. 2) The number of years engaged under the present firm name and the type of business entity. If a partnership,the date of the partnership's formation; if a corporation,the date of incorporation and the state where incorporated. 3) Similar projects completed within the public sector by the Firm. 4) A list of contracts which resulted in lawsuits. List name and case number of each such lawsuit and current status. 5) A list of contracts defaulted,the reason for such default and, if resolved,the manner of resolution. 6) A statement by the Firm indicating whether or not the Firm has ever filed bankruptcy while performing work of like nature or magnitude. 7) A list of officers in the firm who,while in the employ of the firm or employ of previous firms,were associated with contracts which resulted in lawsuits,contracts defaulted or filed for bankruptcy. 8) Such additional information as will assist OWNER in determining whether the Firm is adequately prepared to fulfill the contract, i.e., awards received, chair of trade organizations, etc.. The object of the request for the qualifications of Firm is not to discourage or make it difficult for qualified Firms. Neither is it intended to discourage beginning firms. It is intended to make it possible for OWNER to have exact information on financial ability and experience in order to reduce the hazards involved in awarding contract to parties who may not be qualified to perform the work as specified. OWNER'S decision as to qualifications of the Firms shall be final. 11 of 11 S k r, gq Y rx !3Ek :3 ,• 4 ;'a -Z - ! �.*ti `S x:� - 5 �• 1: t - C' _ k t h1:jr. � MORTON./GROVE •,. _. . y i k Fox .a N. `'FE r{..,',;, .5 „i..„_y. . : . .^, ' 1by ; a. s Bey, :. r<•J > ter -,.- ,Mf, � ,� �, F F t.t -TE• 1 • 4' j .( P' '.� . b�K • ,• t r Transmission and Facilities l c •.. .. �. ,A.3w l �+i d WF� �y ky;s (' A. IF 4'y "kt F.��. • yam:` :• Rte. "4. 72;h1-.*..,..-J r h qi r,. .. . {..\ '-''. ) f� 3 3 ,‘4--i •t 4 • 3' • 11111111141 P11111112.1.- Stanley Consultants INC Air - t Robinson ' I . _ .IiedTechnol o9y ``Engtieers Arditerls CO. CiORBA GROUP Pe' . ';.. ¢. e - ; ` f : Stanley consultants INC May 12, 2017 Village of Niles Attention: Ms.Susan Bus, Purchasing Agent 1000 Civic Center Drive Niles, Illinois 60714 Subject:Morton Grove—Niles Water Commission: Water Transmission Main and Facilities Improvements Design RFP#17-04 Dear Ms. Bus: As the preliminary planning for the transmission main routes advances toward completion,five major tasks re- main to successfully deliver City of Evanston water to the Villages of Morton Grove and Niles: 1. Design of transmission mains, pump stations, and a reservoir. 2. Procurement of permits and funding. 3. Bidding the Project improvements and potentially procuring materials. 4. Construction of the improvements. 5. Commissioning the water transmission system. This Statement of Qualifications addresses Tasks 1, 2, and 3.These tasks must be completed so that construction contracts can be awarded in January and water can be delivered to Morton Grove by December 2018 and to Niles soon thereafter. To move this project forward,we will foster a spirt of collaboration between the stakeholders and project team members to remove roadblocks and encourage participation instead of opposition. Our goals remain constant: deliver this project on time and within the agreed upon budget. We are pleased to submit this Statement of Qualifications for the Water Transmission Main and Facilities Im- provements Design project.We believe it demonstrates that Stanley Consultants and its team members are uniquely qualified to provide the creativity and extensive experience needed to bring this project to a successful completion. STANLEY CONSULTANTS Stanley Consultants, Inc.was founded in 1913 and operates as a corporation with headquarters in Muscatine, Iowa. Stanley has At3hea a staff of 1000 located in offices around the world. In Chicago, i 'Technologies we have a staff of 60 including water supply, mechanical, elec- trical, instrumentation, roadway,water resources,and structur- al engineers. THE STANLEY TEAM Stanley Consultants has assembled a team consisting of Stanley, Strand irAorba Applied Technologies, Ciorba Grou p, Robinson Engineering, Associates {Stanley Consultants and Strand Associates,to form an integrated,cohesive unit brings the skills, knowledge, and complementary capacity necessary to complete this complex and challenging design in the compact timeframe. Individual team members bring highly °+ relevant experience,and several have direct experience with the Niles and Morton Grove distribution systems. Our Project Manager, Larry Thomas, has successfully planned and designed 8501 West Higgins Road • Suite 730 • Chicago,IL 60631-2801 • phone 773.693.9624 www.stanleyconsultants.com Ms. Susan Bus May 12, 2017 Page 2 water transmission systems for many years and is currently completing the planning work required for the Villages to establish the transmission main route through Skokie and on to the existing reservoirs. METHODOLOGY AND SCOPE OF WORK The desired project completion date cannot be achieved in a "business as usual manner.To accelerate delivery of the project design our project team will complete several designs in parallel in order to submit construction plans to the IEPA no later than September 15, 2017. Separate, but coordinated teams will be assigned to three segments of the transmission main,the reservoir, the two pump stations,and the existing pipe lining work. Permit engineers will simultaneously work with the various communities and agencies to alleviate concerns and accelerate the permit approval process. Larry Thomas will manage the various teams to prevent duplication of work, present uniform products, resolve issues,and keep the proj- ect on schedule. The "Shared Services Group"will provide technical resources to all teams,allowing them to function efficiently with no disruptions or overlaps. We look forward to the opportunity to interview and continue our partnership to provide a new wa- ter supply to the Villages of Niles and Morton Grove. If you have any questions, please call me at 815.355.0923.This proposal is valid for ninety(90)days. Very truly yours, STANLEY CON IIL,TANTS, INC. LawreOte E.Thomas, PE Tony Mardam, PE Water/Wastewater Dept. Manager Vice President ii +y^4� '1. 7 .5‘:elt'J 7...`�^:S ar r,i''. • .....fir .,. .:....„,.,..,...:.,_. F. i....,:;,„,. . . .....r4... .....; IA•".zr.F.Nyx,..4...ta.••.4.:*4..,.i.;:.:::,...:E:'.Ng.•.'...7•••:•:•..,'.:V.;•:.' S^. � ° . . f .•'.i..!,,...„,,i,„,. _ ''' ,..,..:,„ •!:,•,:g...,,:,,i.„:§avi...A!,.:•k;•414•10;:f70.,:tir.:;;Yit.••::.:Z.:•,:.:.:.t.•3•PYR•i4:,-.1•:,..,•••••?' r'. ))y)y.` ,' � fie:'. i sL f.* „.t Y� ..1„ ,LL _ v +Y= • -, � z•• .. T r !." J : � ''i tG.'."' rto:s:d; ,,, ". A^zY` e .NF , yZ�xw F' T Y 1. J. - Y-:�:� :.$-h.ir,'.'° - .p.f tiv . . iiTt 1� a ska.: t cY i_!� .yf'. ..I 1;•.. � -- � $c4µ4�.s 4�:2 S „ •i'�[ ,Ft., },4 *- .,t� •y�•�`'4•. s wf t) { s +-+ •l Y a < !k : dry .. z z . y }d'�' Jb Z.y 'b.�y w'i.'aJ F '9E x 3 y 5 ', ,',��d>dlflf• - Ytw e.. rJ `:.9;.•' '' ='�+.ST.!,d � ;r'k&N , ' aan' ',x.,•°43 FK °� i.fr s s' S a"J.... • fi:.. - " •.'Fi3ffE-.S>`:y„�a.• m,'.Y. 'e-•, .:9� , y { - ,. --:'' ..,..44:-...:.4.! E.,,,,,:::...4,1A,-...ox,,,,,.;;:p.7v.:4„:,... --..; ,. .... .a te, y, - ` -- '';> : r T s• '.} t i•••Tirt? "tkt4 - —` %s f 7,i��. .a,7h - wr Ff ,r :�.. y .: S . a {' r qm •.; .r:; «YtT w�: ce:r ` om - R' :a,ss x�,,s.,fi ;ry.._ : "3 •ix.w � •Y 3f"s::sv!R.: s !t IS r� • /,,, ,,;.„.-;---.1'R zr.,:{ Tk 4) ' ..e. ,yf•,:.. ,,' t D -•±�.J .F. y— .;Gy• i.4.,-,_ V{wq ' T,'Q y 04 F+%.i Ymos ^ P•” ° _. `c.,...,'6:::*--'• "..,•. r ": , `" Y _ 3Y)) q,r.t>..yy+:Z<< L: j: :::1..•r _ 4. '�f YS � e• , 'a�F 3N...f is 2.t �r };+ 0a.5y :� '''a'A„::i:. 'f i . .....;...�''Yy!f yr`. .w'�R ::;;v: . , b =s•4 aY,.s,i 'Y. •Vii• _ '? 'tea::•' - ... a .R �.x :ii.y ^ff!T .1•+'+'`f":'-' ;�- ��.,.Y�Y.�r�:{r�Y.j,.: ".3`�;.'�:i,3y ',•:� 1 �? � t-.�1r} ..• ;£.-f'i• y,Tr. ` rye ,, r...:.r:: k \, -aap •t Y 4.1.,..- .)'d,i•x:i his ...:%/: `.'•::: _ -- n-.f,x+#• i V rytr t...? �it.:x'S .•�Y J. _ .. -y' S:M11.:.. rs s: L xrL_- F p ,' f 3`:wtr ..w T}M1idf s} .Ez ''.F.• I. :1,«ice_:* :.axy >'e ;;:.- i•!•4''' :.i4`°":14, vr • I. .-r"''' 3rf' c �'f. - '-‘2:�aA,4d r J f +•' 11.''.7'- -_ - J4 J '� :ii. T 3 f�t - r x r . N,1 3'1” ° .rA, `• 1,-:,_:, a- f& .Y .b' ' ' aY;^r;_':sa;)•y3. r- _ . S ` .{ 1i y` :' -.. ,c ''; } �yi Ws2` `; i •p a s '1l,') 0.• 9!g, -P A j— • )gf. F+k.4 , T l. 3• ?s 7t,.:- � t:` C . " ter 7' w rmaa�w Al. ,1'_ rt I , M p t. � .s.� s r+ i f 3 } pF ' f .,. tit,tt3/' `' -}, + ` i'S I , 7h p I r7�i 4 S ` a ' ' 4 J f s 4 ' 1 ,L„.„S +r d y�i. . ,,, ,. _ .„ . . . . ,,,,,...:,,,, - • `• f � °yam - -- . s � .. �, ,. j ' x, I 'it ' r h +S� ) 4 '' }• 7 r lister,,,,1 Olt . ,s",.. . ... IR ,•Tl - tC I _ .. i ir • , I,if.... ;..i,,,--,,, 1- ,, ,,..t.:,:. 1:1,,,, 1 y i _ s{ ..il. • I t . ar } t F i j= 1 . 2.a. WE WORK BETTER TOGETHER Stanley Consultants has 100+years of A Strong Program Manager requirements and timeline positions experience managing large,complex Larry Thomas leads the overall team us to continue the momentum to programs with multiple projects.The as Program Manager and will focus on complete this project on schedule and cornerstone of our program manage- applying the right resources every day. within budget.Our approach is built ment philosophy is anticipation, recog- Larry has professional experience in around completion of the design pack- nition,and prompt action to mitigate contract management,overall sched age by mid-September for submission conflicts and streamline execution. to the IEPA as shown below. ule and budget control, and client ser The key to our success is flexibility vice. He has a thorough understanding Furthermore, our team has working in organizational structure and our of this project and appreciation of the relationships with the permitting willingness to include the best part- local financial, political, and regulatory agencies anticipated for this project, ners to assure the job is done right. issues involved in final design. both from the Detailed Water Supply This allows us to rapidly assemble Corridor and Route Study and the the appropriate mix of expertise and An Articulated Approach substantial number of Chicagoland disciplines to quickly respond to varied Our team's institutional knowledge projects we have completed.We will tasks.We believe the success of this and relationships with regulatory work together to expedite the permit- approach is dependent on: stakeholders will allow us to quick- ting process. ly mobilize on the final design.This unique understanding of the client, project limitations,constraints, Design Phase Permitting&Bid Phase Construction Phase Geotechnical initiate flow to Data Collection t3esfgnMGC1Water ntermecl ate ump tatia McNwc �../ fi g aranstrussionii Jams Survey i'ePetfnet36sign �, Advertise Receive Bid Award Fi nal Pu mp Station Q6£T1101rF ., . Bid Bid Pump S'tationDesiS4i tsehtDirl' r� Construction Oversight&Inspection May 2017 June 2017 July 2017 Aug 3017 Sept 2017 Nov 2017 Dec 2017 2018 2019 A Clearly Defined Scope of Work STANLEY CONSULTANTS, INC. (SCI) Our approach breaks the project into manageable Program Management work packages,tasks,and deliverables.The work Shared Services packages will be clearly delineated between our team Pump Stations members to eliminate duplication of effort.The pro- Reservoir Design posed work packages will be divided as follows: ROBINSON ENGINEERING, LTD. (REL) Survey Geotechnical Pipeline Lining Design APPLIED TECHNOLOGIES, INC. (ATI) Segment 1 Transmission Main Design STRAND ASSOCIATES (SA) Segment 2 Transmission Main Design CIORBA GROUP (CG) Segment 3 Transmission Main Design Water Supply Design I Stanley Consultants 1 30992 4 P r o ce es Our proven processes have allowed our team to receive and quickly con ; I4f € solidate and analyze information to make timely decisions on the Detailed Water Supply Corridor and Route Study. We will continue to utilize these - r - �`° methods for this project: - f ; Internally, our team has various communications tools at their dispos- al, including face to face meetings,email,teleconference, video-con- =� Amminio, ference,GoToMeeting®, and ProjectWise®, a document control and sharing system,to successfully manage the team.The video-confer- encing capability is a powerful collaboration tool that brings the team together to enhance coordination and resolve project issues as they arise. Our team has proven its ability to work and share together NILE effectively. • Externally, Larry will use the well-defined approach and schedule to keep information flowing to and from the Villages as necessary to -.j x make project decisions.The creative integrated structure of our team will provide the Villages with clear information to make the right overall project decisions during the design, and take necessary actions quickly. Technology. From an accounting standpoint, project progress will be tracked by hours utilizing Deltek®,our enterprise management software. Larry and the task leads will be responsible for tracking time spent on the project, hours expended, and the successful completion of the assigned work within the available budget. Microsoft Project®,will be used to track the schedule. ' tem,' Our Experience Our proposed team is already assembled and looks forward to the oppor- tunity to complete this project. Our innovative thinking has optimized the personnel,time and budget on the current study.Team members have a •E history of delivering timely and cost-effective projects for Morton Grove, Niles, and other Chicagoland clients. t 1 t The addition of ATI gives our team the capacity necessary to meet the project schedule.Their expertise in the design and construction of large ' ' T diameter water transmissions mains will allow us to quickly move from the planning study into the design effort. _, f 4 sj ? cx Water Supply Design I Stanley Consultants 1 30992 FIGURE 1. 2.a.ORGANIZATIONAL CHART The figure below illustrates our proposed Stanley Team. Almost all of our members are located in the Chicagoland area. Stanley Consultants will provide program management and the majority of shared services for the duration of the project. ..;.,.., '411,,,,Z,:-...) MORTON GROVE 'F-''' ' - - -- - .-- • - ' N 1 LES PROGRAM1VIANAGER Larry Thomas, PE .. . ., - -, SHARED .. _., ' PROJECT:REVIEW . . , - , ' . TEAM &(IAIQC Larry Leischner, PE '''''''-i'4-;:i''''il":"C''':(4•4;jiji'l-'-'4"IC1±;V:171-1:1j„--.ri-14,-:;.4,14'...i,.;z4_:ti;.,':.,-.:-::11,,';14:.z.;:. - . Mark Oleinik,PE Tony VVolff,PE ,F DROlECT MANAGEMENT ARCHITECTURE Jim SMith, PE Kevin Lovell, PE Debashis Sarkar,RA ----.'—'.-— r- ' D'' f.,i"..-1.!--tAT';`);‘; ST kuC i —,r\ i_ 1/' ' --'s'-''* 1<-ate Stephens, EIT Scott Eshleman,SE \ STANDPIPE PRO.IF CT SURVEYS I--I 0 A D`liVA.'f TEAM Randell Gann, PLS RECONSTRUCTION FACILITIES -:. Ed Slattery,PE Robb Koss, PE - --,., DESIGN .-.L I-LIMPING TT--i TEAIVI -6. -1.-E I-,M GECITECEII■IICAL Ken Rippy, PG PERMITS ., Tony Smurlo, PE , Michael Colby, EIT FA',,..11 .. : SPECIFICr,TIONE, , t p I CONNECTIONS lEN; A FLIJDING, REGULATION HVAC g. MECHANiCAj Tony Smurlo, PE COMPLIA,i\:CE SYSTEMS Larry Thomas, PE Mark Wagner,PE /' I/,nformation Exchange _ , E-IILE CIIIIIIr I CA I._ 1,40DE-LING TRANSIViISSIOI\I TEAM 1-1. Majid Zargar, PhD, PE Justin Bilskemper,PE • EIANsimis- --: Peter Kolb, PE irT,-i[,,i..n.l:E.:v77`-.1 ION F., c,s SION MAINS TRANSI,AISSI011 TEAM 42 CONTF-sOl_'... Ed Rudd,GISP DESIGN .. Chris Ulm, PE ., Scott Warren, PE TEAM ,,,' TRANSMISSION TEAM Luke Mattson, PE __ _._, Larry Thomas,PE . . ,.-... 1--) iNE t.:N",..]::: I t-A,vi ' . . , Al Stefan,PE . . , . • - - --,. l....., Water Supply Design I Stanley Consultants I 30992 t . _ _ 4 .e � 2.b. PROJECT EXPERIENCE The following projects illustrate our team's successful completion of similar and relevant projects. ''1 � : ' r lc' li nee= -,, r�a t . s! n. ►►a"ker slt -,.: a... ., ,fir iss+a x� es a • .` „, Stanley Consultants is the prime engineering consultant for ' {: ' — ` ;" the corridor study to determine the most favorable route for a new 33,000 foot long 30-inch shared transmission main and C ,�,,- -mot two 20-inch feeder mains.Additional tasks include determin- m R=� f ,° -. - ing the most favorable sites and preliminary design consider- " " ffi i " ations for an intermediate pump station, reservoir,and final "T pump station.The project is being conducted with an acceler- , ated schedule.Client Contact:Mr. William Balling, Managing Detailed Vtiatel Supply Cei ri or arid Director, 847.398.8399, bill@wrblIc.com Route Study, FiGHWC Villages of Morton Grove and Niles, IL (Stanley Consultants)2017 s - x X' ritkil xperier ce Transm�s �ot�desin,1ife t►cletost . „1 1 'p1edtirojes z w� : ATI performed preliminary engineering and design for two x- 2= - •_ •* 4. water transmission main extensions in order to supply four *- = : , communities with Lake Michigan water through the CLCIAWA.•-p , Phase 1 studied of over 60 miles of potential routes, coor- -- - -0 'ffi dinated 20 agencies and utilities, identified easement and '1 i' ` ,,' ` -- - permitting requirements, developed cost estimates, and held " ': : " � �$��, "�,;� �{� ry stakeholder workshops. Phase 2,ATI designed over 30,000 feet -• ' . r ;` "- i of 10-to 20-inch transmission mains. Materials including duc- tile iron, PVC and fusible PVC were installed via open-cut and oL ; €t' up lfl fake likichr ,tt horizontal directional drilling. Projected to be completed under Cc uni..' budget(Planning Level Budget$35M,Actual Cost with 50%of Various Municipalities in Lake County, IL the project bid$30M)with projected completion by the end (Applied Technologies)Ongoing of 2018. Delivery:6/2018.Client Contact: Darrell Blenniss, 847.295.7788, blenniss @cicjawa.com " O �i t s MO MPri . ,-_w F , ofe-vi , ,, _y. �,., L"' Ciorba performed preliminary engineering,final design,and construction services for the replacement of 1,200 feet of _, parallel 12-inch and 20 inch water mains, 2,400 feet total, K'' '�I �� through the Cook County Forest Preserve District and under- ' lr--Y 4 '.,.,.r' .. , neath the North Branch of the Chicago River. Ciorba worked ,,, .A �.. .- = .. r r l s with the Forest Preserve District and prepared plans, specifica- K. �', r Atl, 4-,. _ ,.; tons,cost estimates, schedule, and bid documents.Acquired r'l , -">--- -,, ` - - permits from USACE, IEPA, IDOT,and IDNR.The construction cost of the project was$1.18M.This project was completed Catci ' C1.11 3 2 41 c.l`: 1; ;y.('''nch Waive'. Mai i within budget($67,300)and on schedule.Client Contact:Mr. Rivet et" C:`o`=.f rie Chris Tomich, PE, Village Engineer, 847.470.5235, ctomich@ Village of Morton Grove, IL mortongroveil.org (Ciorba Group)2014 ./.....s, Water Supply Design I Stanley Consultants 1 30992 .. ter' iii FT-ri (-4.-,, �i_ I e`._. . - 5,. .. Cr ticall xper>ence L riing?nf existing mater nama`urban pipeline design;plhased project design -, ., Robinson Engineering,acting as the municipal engineer to the ';' Village of Lombard, provided consultation and oversight to ---- *--4 t village staff, including technical guidance,for the rehabilitation 4 €- ; of approximately 16,300 lineal feet of existing water main by - installing cured-in-place pipe(CIPP)within existing 8-inch to :. 12-inch ductile iron water main.The project, located along IL Route 38 (Roosevelt Road)from Finley Road to Wisconsin Avenue, included: installation of above grade temporary water main bypass during construction, coordination with the fire a department regarding fire flows and hydrant access, work with -' IEPA to amend administrative code to permit CIPP lining within existing main not meeting the 10 foot separation rule for wa- ter and sanitary/storm sewers,and public communication and Roosevelt Water Main Lining outreach for this highly developed and traveled commercial corridor.Village received minimal complaints during construc- Village of Lombard, IL tion of Phase 1. (Robinson Engineering) Phase 12016 Client Contact:Carl S. Goldsmith, Director of Public Works, 630.620.5740, goldsmithc @villageoflombard.org. Critical Experience:Transmission design;phasedproleci; design;jacking,tunneling,boring design.andconstruction-:y kr, - ex.erience. Strand provided route design, permitting services, and final plans for approximately 12,000 feet of 30-inch water transmis- '4 F y t. 'tj°`- sion main through a commercial corridor and state highway. �'' ._ - : 1 F i s The water main design incorporated four different stages of € construction to meet the clients budget and retained corn- r plete operability of the overall distribution system. Installation a ' �. , - ' ,} ' methods included jack and bore,directional drilling, and open cut.The project required extensive permitting and coordina- Water Main Replacement Program tion with Indiana Department of Transportation,gas and elec- 30-inch Water Main Design tric utilities,and local stakeholders.Strand adapted well when Indiana American Water Company, Merrillville,IN the pipeline size was reduced after bidding.This project was (Strand Associates)2012 designed on budget($147,555)and delivered on time.Client Contact: Mike Seals, P.E., Engineering Manager, 317.696.0143, michael.seals @amwater.com. Critical Experience:1Vlunicipal facility design and permit- Ling;water storage and pumping facility desiign,and water'' systems model;ng Stanley Consultants is providing services for coordination, -- 4,-..,,f4,7,.1 hydraulic modeling, surge mitigation, preliminary design,final i ,' n :; :' design and bid services for the improvements to a 320 MGD ---� : i 1.1 4 . water booster pump station. Project scope includes rehabili- „ x ( _ _- tation, replacement,and/or installation of eight 40-45 MGD * , - t $µ J .V variable-speed pumps. Detailed design includes a temporary xY� _ 1 . pumping station, staged modifications to motor controls, ; ; -- -e: - interfaces with existing plant control and monitoring systems, Water Pumping Improvements new buildings to house electrical equipment, and other pump station components. Construction cost will be $49,000,000. New Orleans, LA Client Contact:Ron Spooner, Chief of Engineering, (Stanley Consultants)Ongoing 504.865.0410, rspooner @swbno.org. Water Supply Design I Stanley Consultants 1 30992 6 y t'� tstExperio!c vvater , ,i . eluag 4;4. ,_ Qty . Y `t Applied Technologies performed hydraulic modeling, route `� �? studies, design, permitting,and construction engineering and _ . ' x inspection for this project to supply three villages(Boling- _ "; '� brook, Homer Glen,and Woodridge)with Lake Michigan water. It included 41,000 feet of 12-, 16-, 20-,and 36-inch water transmission main to meet a maximum daily design capacity of 25 MGD.Client Contact: Harold Smith, Project Engineer, Lake M i higa tl Watei Supply to Chicago 630.739.8830, harold.smith @amwater.com Southwest Suburbs Illinois American Water Company (Applied Technologies)Ongoing Ciorba Group provided the Village of Glenview with engineer- �_ _ ing and design services for the replacement of multiple parallel water mains and pavement rehabilitation on Harlem Avenue. Work included a desk study of the existing system,demand estimation of users impacting Pi e sizin g, hydraulic analysis ma using WaterCAD,a routing analysis of the consolidated main, t fire flow analysis, and a matrix evaluation of alternatives.The 1.;' `>� titii selected alternative was to consolidate the multiple parallel water mains into a single 8,000 foot long large diameter trans- mission main, with a construction cost of$3.0M. This project s 1t r t `.venue V attic {`:exit`;. was completed within budget($176,900)and on schedule(18 months).Client Contact:Shane Schneider PE, Village Engineer, Village of Glenview, IL 847.904.4410, shanes @glenview.il.us (Ciorba Group)2016 Robinson designed approximately three miles of water main replacements with associated appurtenances.This high priority aged infrastructure was replaced with new water system elements to deliver a renewed system. Robinson t_ prepared preliminary designs and cost estimates of proposed improvements,then worked with the client to prioritize and narrow scope to match available funding. Robinson solicit- ' ;� b T ed public works staff input throughout the design process, incorporating their preferences into project design.They also coordinated with IDOT and multiple utilities companies to resolve utility conflicts.Alternative water main materials were incorporated to offer potential savings to the client.Accurate design, successful communication,and cost savings initiatives resulted in a project 22%under budget. Under budget(bud- Village of Midlothian, IL get-$3,017,805; actual-$2,473,610)and behind schedule (Robinson Engineering)2012 (original contract duration-150 days;actual contract time through change order extensions-409 days) Client Contact: '-'1 Joe Sparrey, 708-389-9658,jsparrey @villageofmidlothian.org. Water Supply Design I Stanley Consultants 1 30992 ---J.--L- ' ' ''' zs , _ t Critical Experience:Transmissiondesign,c.onstructionand 4 __.= f' 4j+ - # costaestimating; hasedprpject design - ---r-_ 7_7----- ,- ' _--� Strand performed preliminary design,final design,and con- -_ri l - struction-related services for 10,000 feet of 24-inch transmis- sion main. Preliminary design consisted of topographic survey, '"'" ---- "; pipe routing through existing utilities,and initial transmission - !` _ ._L,-� j ' _,, ; '. main layout.The pipeline route includes both State and local " .6.--.--y;� ,--6.....- --i. '' _ right-of-way, petroleum pipeline crossings,and electrical —I-- — 1" "` ' utility right-of-way. Prepared designs using AutoCAD Civil 3D. Central Lake County Joint Action Water Adhered to the standards needed to maintain continuity with Agency West Group Transmission Main other CLCJAWA projects.The project is 60%complete and on Lake Bluff IL schedule for construction June 2017.The design is on budget (Strand Associates)Ongoing and expected to stay on budget.Client Contact:Darrell Blen- niss,847.295.7788, blenniss @cicjawa.corn :, Critical Experience:Jacking,tunneling,boringdlesignand `<`` construction experience;municipal facility design;permit ting;urban pipeline design;and booster pump station. 4' x._,„ -j tom,",Y ." r- �+ - i, °" ,i7, 7,---: Stanley Consultants was selected to design a water intercon- E. nection between the Village of Kenilworth and the Village X. :�� x- _* of Wilmette.The design included approximately 2,160 feet . ` s - of 12-inch water main with open cut installation, directional . drilling,and jack and bore installation,and the installation of a "...-,4-:,.= prefabricated 200-1,900 gpm,5-pump potable water booster ' --. a'. -=: =--:4'''''' 46-4:4 ' pump station. Project challenges included routing water main through downtown Kenilworth,traffic control, and licensing a �, Kenilworth Water Interconnection railroad crossing. Permits were obtained from IDNR, IEPA,and Design IDOT. Project cost was$1.2 million, and was completed within The Villages of Kenilworth and Wilmette, IL budget.Client Contact:Mr. Patrick Brennan, 847.251.1666, (Stanley Consultants)2015 pbreenan @village of kenilworth.org ; 4 dle Critical Experience:IVIuni cipal, acility tesignand permit- ' ' 11 4 E=, ting,-waterstoragean i umpingfacintoesagn, nstraac= 4 1 4 t� ' Lion and cost€stimatin ! Applied Technologies performed planning,design, IEPA project 0.;, x: 3 funding, and construction administration and inspection ., s i . [ -- services for water facilities and water main improvements for ,.. 4. ., w the Village of Lake Villa. Project facilities included 1.5 million Y ,- _ ,,--.2,- l- gallons of ground storage,water facility building improve- ' = r . ments,valve automation,and connection to two separate Lake Villa Water Main and Water water distribution points. ATI managed a water main replace- Storage Improvements ment program for 14-inch water mains,including 6,200 feet Village of Lake Villa, IL through the Lake County Sun Lake Forest Preserve, an Illinois (Applied Technologies)2016 Nature Preserve property,and 3,000 feet along an IDOT right- of-way.This project was completed under budget($5.2 million bid/$5.0 million actual construction cost)and on schedule in preparation for the CLCJAWA Lake Michigan Supply extension. Client Contact:Karl Warwick, Village Administrator, Lake Villa, 847.356.6100, kwarwick @lake-villa.org Water Supply Design I Stanley Consultants 1 30992 NI, 1F-it L ., I " fn.\ Ciorba Group provided construction engineering services for *.. the replacement of 2,700 feet of 12-inch water main along s t{ ,,; ' Touhy Avenue.The water main was installed in a very tight, t ` .` urban environment using both open cut and directional drill s .y f. ' installation methods. Provided construction observation, de- 4 `'" {1 sign revisions,coordination with the public, monitoring traffic '" -- w control, preparation of change orders and pay estimates, ;4 ' , X; ' - and project closeout.The construction cost of the project was$1.2M.This project will be completed under budget and `i'ouhy Avenue Water Main Replacement schedule controlled by the Contractor.Client Contact:Mr. Tom Niles, IL Powers, PE, CFM, LEED AP; Village Engineer, 847.588.7900, (Ciorba Group)Ongoing tjp @vniles.com `.,r7s!-:-Z , : iA=. vjtieai perjence Ater stilninio"delm„g a)ipoie-no; �. ," tajc +0,tunneling, orins esiknvandtonstwction, ratis is tin esigri fir F j Robinson Engineering, Ltd. (REL) in partnership with the Village "" :r f -- of Olympia Fields and the Olympia Fields Country Club(OFCC) ' , s designed the replacement and extension of 6,000 feet(1.14 f , ; V4,.,,, miles) of 12-inch water supply main,at a construction cost of ,T°x . ; - '. -4"?,'r.� a $1.1M.This connected OFCC with the Olympia Fields system, ,r l ` '"t ` + supplying OFCC with Lake Michigan water and providing Olym- F =ors', - ._t 1 C i 4_ • - L. 4 f - e . pia Fields with an additional customer.A water distribution e system analysis and hydraulic model were completed, showing "'\ . ', , -- - the Village's system could adequately supply water and fire ice '; ti * $ ` flow to the OFCC. Robinson also performed design engineering t :'�,G. I- 4 and construction observation for the proposed water main. This project utilized directional drilling for water main casing Olympia Fields Country Club Water to cross two sets of railroad tracks.They also coordinated with Main Replacement ent multiple permitting agencies, including IEPA, IDOT, IHPA, Cook Village of Olympia Fields, IL County, METRA,and CH Railroad. (Robinson Engineering)2012 Client Contact: James Landini, Director of Public Works, 708- 503-8200,jlandini @olympia fields.corn � ' Strand performed the planning, design,and construction ` = 4 services for the installation of 2 miles of 24-inch ductile iron :e V-lt. water main connecting the Schaumburg distribution system '' to a DuPage Water Commission standpipe.The pipeline was .. , ' '~ '' installed via open cut, including 4,200 feet parallel to Metra -,- - Railroad tracks, and jack and bore.The project required ex- tensive permit management, with permits required from IEPA, Est)i' 4z( 'f4 ` ("cl Ill tt il-'1'1°11 i=' rx+r=E:t r'' IDOT, US : Army Corps of En ineers, Cook Count Department Foe 1 c ,rr,( {' 1111'.. 1.et t4-i. in of Highway, Metra Metropolitan Railroad, DuPage County, Schaumburg, IL Schaumburg Park District, Schaumburg Regional Airport, and (Strand Associates)2001 the Villages of Schaumburg and Roselle.This project was de- livered on time and within budget. It also won the APWA-Chi- cago Metro and Suburban Branch Project of the Year Award. Client Contact: Tim Molitor, Water Department Foreman, 847.923.6612, tmolitor @ci.schaumburg.il.us Water Supply Design I Stanley Consultants 1 30992 -*TON OR,I1'L - 9 _ . t 1, -- • tfitica1 xperience Transmissiondesign,1arge >?0 inch) 4 vitaIer. anain,lite cycle;tost analysis a The City required the relocation and replacement of 3,000 feet of their primary 36-inch water transmission main which was located on private property adjacent to the Cedar River. To address numerous siting challenges,Stanley identified and ¢- � evaluated alternative routes and then designed a new, protect- ed transmission main on the river side of the flood wall.This novel solution minimized construction impacts, reduced capi- Ftaod Wall Water Transmission Main tal costs, and simplified long-term maintenance.This project is City of Cedar Rapids, IA awaiting construction. (Stanley Consultants)2015 Client Contact: Kenneth Russell, P.E., L.S., City Design Manager, Phone:319.286.5926, k.russell @cedar-rapids.org • Current Projects The following table shows the current projects underway at the local office of each firm within the team.The projects are listed with a percent complete progress marker. p 1)1 MGNWC Detailed Water Supply Corridor and Route Study Stanley Consultants 80% New Orleans Water Pumping Improvements Stanley Consultants 85% BASF Water Treatment Plant Review Stanley Consultants 50% Baxter Wastewater/Water Improvements Stanley Consultants 40% North Park Public Water District Booster Pump Replacement Stanley Consultants 50% Rock Falls Screw Pump Repairs Stanley Consultants 50% CLCJAWA Water Extension Applied Technologies, Inc. 50% Lake Villa Sanitary Sewer Study Applied Technologies, Inc. 25% Lake Villa Altitude Valve Applied Technologies, Inc. 90% . LCPWD Des Plaines WRF Improvements Applied Technologies, Inc. 75% LCPWD Well Abandonment Applied Technologies, Inc. 75% Roselle Water Main Robinson Engineering 90% Tower Lakes Water Main Replacement and Iron Removal Robinson Engineering 85% South Suburban Water Study Robinson Engineering 10% St.Colette&Berdnick Water Main—Rolling Meadows Ciorba Group 50% Louis& Huntington Lift Stations—Mount Prospect Ciorba Group 20% Ravine Drive Water Main-Highland Park Ciorba Group 95% Bode/Toys Lift Stations—Schaumburg Ciorba Group 75% Golfview Lift Station-Buffalo Grove Ciorba Group 50% Forest Avenue Bridge Water Main—Highland Park Ciorba Group 5% Touhy Avenue Water Main Replacement-Niles Ciorba Group 95% MGNWC Detailed Water Supply Corridor and Route Study Strand 80% Romeoville Water System Master Plan Strand 90% Gurnee Rollins Road Water Tower and Booster Station Strand 35% Illinois American Water Arbury Water Treatment Plant Strand 95% Village of Niles Reservoir Rehabilitation Project Strand 40% Water Supply Design I Stanley Consultants 1 30992 . 10 fir; i r N101;1,',',...11_. _. v experience on the Touhy Avenue water main replace- 2 c.i. LOCAL KNOWLEDGE & EXPERIENCE ment project, which included construction management in IDOT right-of-way on Touhy Avenue. Our team will "'\ Project. Expet ienC& v`°tfth Lo "l io e-E, consider the following lessons learned: Geogiaphy, i-,.ild eefi a'ief • Lane Closure Restrictions—Daily lane closures were Stanley Team members have extensive experience in the Chi- only allowed by IDOT between 9 a.m.and 3 p.m. cago area,specifically within the Villages of Morton Grove and Due to the fully developed right-of-way, lane clo- Niles.Stanley Consultants has assisted the Villages since 2015 sures were required to stage material and excavate in the development a successful path to replacing the Chicago the trench even when the final 20-inch water main water supply with a supply from the City of Evanston. The alignment was behind the back of curb. majority of the Stanley Team has been involved for the past • Existing Utilities—The majority of existing utilities 6 months with the predecessor of this project,the Detailed in Niles are found behind the back of curb when in Water Supply Corridor and Route Study.Additional specific IDOT right-of-way,creating several challenges: space experience within Morton Grove and Niles includes: and trench conditions,adequate protection for new trenches adjacent to existing Niles infrastructure; MORTON GROVE and additional coordination with Wide Open West Stanley Team members from Ciorba Group provided design regarding new fiber optic cable that was recently and construction management services to Morton Grove for installed behind the back of curb. complex river and utility crossings with large diameter water • Optimizing Final Design Alignment for Faster mains(>12-inches). Following are highlights of the experience Construction—Our team has the experience to gain and lessons we have gained while working in Morton Grove: IDOT approval of new utilities constructed under • Village Coordination—Stanley Team members coordinate pavement.This results in faster installation of the with the Village annually on Capital Projects including pipe as it separates the new construction from the distribution water main, storm sewer, sanitary sewer,and very congested right-of-way behind the back of curb. roadway rehabilitation. This experience has provided our It also requires the setup of longer term lane clo- team with a strong understanding of the requirements sures that provide the contractor more room to work for removal and replacement of Village utilities in conflict and eliminates the 6-hour window restriction for with the water mains, as well as restoration requirements. daily lane closure work. The project team has been • River Crossing—Stanley Team members were involved in involved in the design and construction management ,- the design and construction management of the Village's of this type of construction in IDOT right-of-way in 12-and 20-inch south pressure zone transmission mains. both Niles and Morton Grove. This project required an Army Corps of Engineers permit Stanley Team members from Strand Associates also have through the Chicago District, under Regional Permit 8. specific recent experience in Niles: Our previously approved details of a trenchless installa- • Water System Master Plan-Our team has modeled tion will allow us efficient acquisition of this permit. the Niles water system. We are aware of the system • MWRDGC Coordination—Stanley Team members were issues and have determined approaches to address recently involved in the design and MWRDGC permitting those issues. For instance,the southeast portion of for a project that connects to the 90-inch interceptor sew- the Village is highly industrial and has several critical er located under Austin Avenue. Our history of coordina- customers. Our understanding of the issues will tion with MWRDGC Engineering, Permitting, and Opera- help use this project to assist in the increasing of fire tions personnel near the water main crossings will provide fighting flows to this area and keep those important District approval efficiencies. customers served, even after the removal of the • Metra Coordination—Our team has been involved with existing 20-inch main at the North Branch of the the design and construction management of utility proj- Chicago River crossing for its repurposing as part of ects both crossing and being constructed within the Me- the Main Station feed line. tra right-of-way in the Village. One project included the • . Main Station Reservoir Rehabilitation Project-Our bore and jacking of a Village 12-inch transmission main team is currently finalizing inspection reports and under the right-of-way and coordination for installation starting preparation of plans for the rehabilitation of of a storm sewer on Metra property. Our Project Team is the 10,200,000 gallon reservoir. Our understanding familiar with the Village's Metra contacts and the Metra of the Village's operation of the Main Station and our requirements for crossing agreement approvals. involvement with the MGNWC Study has provided Niles with the benefit of making recommendations 10 k. i°.:: :.-- and improvement designs that prepare for the alter- native configuration and feed locations associated Stanley Team members from Ciorba group also have recent with the supplier change. Water Supply Design I Stanley Consultants 1 30992 • Nit R C 2.c.€. Local Area Experience (continued) Collectively, the Stanley Team has extensive experience serving the counties and municipalities in the Chicagoland area. Our knowledge and experience has been gained over decades of repeat business and in varying roles and varied levels of responsibility. Our team appreciates the opportunity to assist the local communities with their water and wastewater projects.Several members of our team have long-term,direct experience working as municipal engineers.This provides our clients with value and gives us an appreciation for the practices necessary for project approval and acceptance.Over the last 5 years, our team has served the following agencies in the Greater Chicago area: • Alsip • Elgin • Posen • Village of Lindenhurst • Aroma Park • Elwood • River Valley Metro • Village of Lisle • Ashkum • Ford Heights • Robbins • Village of Long Grove • Batavia • Gilman • City of Rolling Meadows • Village of Mettawa • Berkeley • Glenwood • Sauk Village • Village of Mokena • Blue Island • Hainesville • South Holland • Village of Morton Grove • Bonfield • Harvey • South Lyons SD • Village of Mount Prosp. • Bourbonnais • Hazel Crest • South Palos Township SD• Village of Mundelein • Bridgeview • Hickory Hills • Spring Grove • Village of New Lenox • Burnham • Homer Glen • St.Anne • Village of Niles • Calumet City • Homer Township • Sun River Terrace • Village of Northbrook • Calumet Park` • IDOT • Thornton • Village of Oak Park • Calumet Township • Island Lake • Tinley Park • Village of Orland Park • Channahon • Joliet • Tower Lakes • Village of Palatine • Chicago DOT • Kankakee • Union Hill • Village of Rolling Mead. • Chicago Heights • Kankakee County • University Park • Village of Romeoville • City of Aurora • Kimberly Heights SD • Village of Addison • Village of Roselle • City of Chicago • Lake County • Village of Algonquin • Village of Schaumburg • City of Cook County Hwy • Lakemoor • Village of Antioch • Village of Streamwood Dept. • Lansing • Village of Arlington Hght • Village of Villa Park • City of Crest Hill • Lombard • Village of Bartlett • Village of Volo • City of Crystal Lake • Lynwood • Village of Bensenville • Village of Wauconda • City of Elmhurst • Manhattan • Village of Brookfield • Village of Westchester • City of Highland Park • Manteno • Village of Buffalo Grove • Village of Wheeling • City of Lake Forest • Markham • Village of Carol Stream • Village of Wilmette • City of Lockport • Matteson • Village of Cary • Village of Winnetka • City of North Chicago • McHenry County • Village of Clarendon Hills• Watseka • City of Rock Falls • Merrionette Park • Village of Deerfield • Will County Forest PD • City of Waukegan • Midlothian • Village of Downers Gr. • Will County Hwy Dept. • City of Wheaton • Minooka • Village of Fox Lake • Wilmington • City of Wood Dale • Momence • Village of Frankfort • Wonder Lake • City of Woodstock • Monee • Village of Glen Ellyn • CLC JAWA • MWRD • Village of Glencoe • Clifton • North Barrington • Village of Glenview • Coal City • North Park PWD • Village of Gurnee • Country Club Hills • Olympia Fields • Village of Hebron • Crescent City • Orland Township Hwy • Village of Hoffman Est. • Danforth Dept. • Village of Itasca • Dixmoor • Oswego • Village of Kenilworth • Dolton • Palos Park • Village of Lake Bluff • Dolton Park District • Peotone • Village of Lake Villa • Donovan • Phoenix • Village of Lake Zurich • East Hazel Crest • Plano • Village of Libertyville Water Supply Design I Stanley Consultants 1 30992 _, 12 `''', 2.c.tL. Lord I.ciC€icv b`)'pe4k °i c Successful infrastructure projects are often those that involve regulatory agencies right from the start.The Stanley Team's local experience has allowed us to develop excellent working relationships with the permitting agencies anticipated for this project.The Stanley Team knows the individuals within these organizations and can work with them to expedite the review and approval process. Our knowledge of these agencies, along with the forward thinking and organizational skills,will be key to the success of the Morton Grove/Niles water transmission project.The table below illustrates the agencies with whom we have worked. T p bD U C U N O N p l7 o_ -a 2 X V w 0 _ O Q Q Q ` O L 2 ° C Firm Project/Facilities Location U D - w ? Y O Water Storage and Pumping ATI Lake Michigan Supply Woodridge X X X X ATI Lake Michigan Supply Homer Glen X X X X ATI Lake Michigan Supply Bolingbrook X X X X ATI Water Facilities Building Lake Villa X X X X ATI Lake Michigan Supply Bolingbrook X X X X ATI Sun Lake—Lake Michigan Lake Villa X X X X ATI CLCJAWA Extension Lake County X X X X X X X X ATI HWY 83 &132 Design Lake Villa X X X ATI Davey Road Design Woodridge X X X Strand Pressure Zone S Improv. Gurnee X X X X Strand Supply Conversion Lindenhurst X X X X Pump Stations Stanley Kenilworth Interconnect Kenilworth X X X X X Stanley Westchester Pump Station Imp. Westchester X Strand Bluff Street Booster Station Joliet X , X Robinson PS Improvements Bridgeview X Water Main Projects Stanley MGNWC Corridor Study MG - N X X X X X X X X X X X Stanley Arbury Hills Water Main Replac. Mokena X X X X Ciorba Caldwell Ave. Water Main Morton Grove X X X X X X X Ciorba Metra Crossing Water Main Morton Grove X X Ciorba N.Station Feeder Relocation Morton Grove X X X X Ciorba Touhy Ave Water Main Niles X X X Ciorba Harlem WM Consolidation Glenview X X X X X Strand Supply Conversion Lindenhurst X X X X X X X Strand Emergency Interconnect Schaumburg X X X X X X Strand West Group Transmission Lake County X X X X X Robinson Water Main Replacements Midlothian X X Robinson Country Club Water Main Olympia Fields X X X X X Robinson Indiana Ave South Holland X X X X Robinson Master Water Plan Tinley Park X X X Robinson Roosevelt Rd Water Main Lombard X I X Strand Schaumburg Road Sliplining Schaumburg X Strand Virginal Lang WMLining ILAWC-Elmhurst X Strand Arbury/LaGrange WMLining ILAWC-Morena X X .....s Strand Arbury WMlining ILAWC-Morona X Water Supply Design I Stanley Consultants 1 30992 2.d. LEAD ENGINEER AND OWNER LIAISON Project Experience; s Water Supply Transmission Main Cost Estimate ( f- LAWRENCE E. THOMAS, PE and Alternative Route Plan(the Villages of Mor- • Lead Engineer, Owner ton Grove and Niles, IL 2016)-Project manager Liaison and Program responsible for preparation of the current corridor 4 manager study fora transmission system needed to convey Principal Environmental Engineer water from the City of Evanston across the Village with Stanley Consultants of Skokie to the Villages of Morton Grove and Niles. Previously he prepared reports, made site investiga- �- (Chicago,IL) lions,developed unit costs for improvements,and Larry will serve as the Stanley Team prepared revised cost estimates for several water Program Manager based on his breadth of knowledge transmission main alternatives for this same project. regarding the transmission,storage and pumping of water, Prepared a report summarizing the findings. Assist- his relationships with the Villages, and proven ability to ed community with water supply negotiations. manage a multi-consultant team effectively to produce quality results. Larry will be the primary point of contact for • Flood Wall Water Transmission Main(Cedar the Commission and will be rtesponsibie for maintaining the Rapids,IA 2015)-Project Engineer responsible for project momentum and progress towards completion. planning and designing a replacement 36-inch water License:Larry is a licensed professional engineer:# transmission main. 062-038393-Illinois, since 1982. He is also a Board Certi- • Water Treatment Planning and Design(Iowa Fer- fled Environmental Engineer#85-10018,since 1986. tilizer Company,Weyer IA 2014)-Project Engineer His Career: Larry has professional experience in studies, responsible for preparing the conceptual design, design,and construction inspection and management of cost estimates,and specifications for a five mile, water supply,treatment, storage,and distribution 30-inch transmission main,storage tank,and water facilities;wastewater collection and treatment facilities; supply facilities including wells,well houses,and a program/project management, and client service. Larry lime softening/filtration water treatment plant. is experienced in QA/4C standards and compliance and • Lake Michigan Water Conversion Projects(The management of the complete design effort. He has Village of Gurnee,IL—1992)-Project engineer and served as a Village Engineer and is well aware of the manager for comprehensive planning,design and communication requirements and concerns of boards construction of Lake Michigan water supply im- and residents. He has led or participated in municipal, provements including distribution system improve- county,and regional water resource studies in the NE ments,transmission mains, reservoir,and pumping Illinois region, leading to strong working knowledge of stations. municipal funding, budgeting,and grants. Larry is also a member,and the former Chair, of the American Water • Arbury Hills East Water Main (Illinois American Works Standards Council. Water Company,IL-2016)-Project Principal responsible for coordinating and assisting with the Employment History: 39 years of experience:4 with design of water distribution system improvements Stanley Consultants,and 35 with Baxter& Woodman I in an older residential subdivision in Will County, Illinois. Education:MS in Environmental Engineering from the University of Illinois at Urbana-Champaign,1976;and I • Lake Michigan Water Supply(Village of Liber- BS in Environmental Engineering from the University of tyville,IL-1992)-Project Manager for the plan- Illinois at Urbana-Champaign,1975. ning,design,and construction of Winchester Road water pumping station and reservoir. Anticipated Level of Effort: 80%of his available hours during design;25%of his available hours during permit review and bidding. Water Supply Design 1 Stanley Consultants 1 30992 2.e, TEAM PERSONNEL P R.O LC1 TF.AV ST uo UR!. The challenge to deliver water to Morton Grove by December 2018 and to Niles soon thereafter is extraordinary.To meet this challenge, Stanley has assembled a team of water supply professionals including Stanley Consultants,Applied Tech- nologies, Ciorba Group, Robinson Engineering, and Strand Associates to form an integrated matrix project structure. Most of this team was also on the preliminary engineering phase team for this project. In order to meet the accelerated project timeline,the team is broken into four"transmission mains design", and three "facilities design"teams to work in parallel. The "shared services"team enables these teams to function efficiently by providing technical and implementation-focused resources on an as-needed basis. Larry Thomas leads the overall team as Program Manager and will focus on applying the right resources every day and keep information flowing to and from the Villages as necessary to make project decisions.The power of our team working in the creative integrated structure will provide the Villages with clear information to make the right overall project deci- sions during the study, and take necessary actions quickly. We have identified four additional Key Personnel including the Project Manager(Kevin Lovell), Hydraulics Engineer—Lead Modeler(Justin Bilskemper),Transmission Mains Design Lead (Chris Ulm), and Facilities Design Lead (Tony Smurlo)who will maximize the effectiveness of the parallel team structure.The key personnel will be supported by the other named person- nel and all companies on the team.We intend that all of the people named will actively participate in their intended roles. The following are short professional bios for the named team members.The project team structure is presented in Figure 1, on page 3. PROJECT MANAGEMENT k U;:, x,>Er,_ , Water Supply Infrastructure,Village of Morton Grove/ KEVIN LOVELL, PMP Village of Niles, IL. Project Manager responsible for Sr.Project Manager with Stanley coordinating a five-company project team and tracking Consultants budget and scope delivery within schedule.Compiles -'1 ** tA and analyses data and makes recommendations to the (Chicago,IL) project staff and sponsors. Kev=in works with project delivery teams » Geotechnical Investigations and Topographical Sur- using advanced project management veys,Jaber Nasser Ramp,Ahmed Al Jaber AB, Kuwait. techniques to synchronize team mere- Program Manager responsible to coordinate subcon- bets, and subconsuttunis, while coordinating with stakehold- sultants, US Air Force and US Army Corps of Engineers ers for the successful completion of infrastructure projects for transportation and water infrastructure survey and He will manage the schedule and budget!o that work is planning. completed on time and within budget. » Military Construction Program, Fort Drum, NY.Assisted license: Project Management Professional,473828. the Program Manager to lead a 100+person team to His Career:Kevin has 33 years of professional experience deliver a 55-facility,$2.0B design and construction and is certified as a Project Management Professional program of utilities and facilities. through the Professional Managmeent Institute (PMI). » Wilderness Road Brigade/Battalion Campus and Avia- Kevin gained his extensive project management ex- tion Campus Construction Program, Fort Carson, CO. perience through his work with the US Army Corps of Assisted the Program Manager to lead a 100+person Engineers performing project management, programing, team to deliver a 75-facility,$2.1B Design-Build con- and delivery of federal acquisition projects in four USACE struction program. Districts. Kevin maintains and cultivates relations across - - - ---- --- --._ - _ ._.l all disciplines and has done so on many of the most , Enrp'oyment H, to y: 33 Years of Experience I 1 year with complex and challenging projects during his 21 years in ' Stanley the military. Kevin served the United States Army as a £ducat;: Bachelor of Science, Marquette University, chief operating officer and was responsible for over 200 Mechanical Engineering, 1995. personnel and resources,as well as the funding resources of over$30M.A sample project experience includes the following: := r: i_= -:'t: 40%of his available hours during design. ''1 Water Supply Design I Stanley Consultants 1 30992 { , 95 N; i .1;i:`�*- = HYDRAULIC Project Experience: 1{ , MODELING » Oak Creek Connection Option,Waukesha Water Utility, " 1 ` JUSTIN BILSKEMPER, PE WI(2012) -Served as the water modeler for evaluation Project Engineer and Hydraulic of capacity,pumping,and transmission main improve- . ? Modeling Specialist with Strand ments necessary within the Oak Creek water system to . Associates(Madison, WI) serve Waukesha with Lake Michigan water.The study identified over$100,000,000 of improvements neces- , . Jtin will serve as the lead mod- . —,, sary, including extensions of large diameter water mains. eling engineer.Over the past 10 years,Justin has worked on most » Waukesha Demand Modeling,Oak Creek Water Utility, of Strand's water distribution modeling and system WI(2016)-Served as the water modeler for the re-eval- evaluation projects, including more than 30 full-scale uation of water system improvements necessary within studies and evaluations and dozens of smaller mod- Oak Creek to serve Waukesha as a water wholesale cus- eling projects.A representative sampling of Justin's tomer at three potential connection points. Modeled the recent computer modeling experience includes Skokie, effects of various transmission main sizes(36-through Niles, Lindenhurst, Highland Park,Glencoe,and Ro- 48-inch diameter) on velocities,friction losses,and water meoville, Illinois; Fond du Lac,Oak Creek,Waunakee, treatment plant booster pump sizing. Monona,Stoughton,and Lake Mills,Wisconsin; Iowa » Ground Water to Surface Water Conversion,Village City, Iowa; and Athens, Piqua,and the Earnhart Hill of Lindenhurst,IL(2015)-Served as the water modeler Regional Water and Sewer District,Ohio,to name a to evaluate the extent of infrastructure improvements few.Justin has created numerous water system models needed within Lindenhurst to receive and distribute lake from scratch using AutoCAD and GIS files and has water at the potential connection points.Investigated updated existing models created for clients by other a matrix of hydraulic scenarios associated with three consultants. His experience includes steady state, different water supply points with various design years extended period simulation, available fire flow,and and demand conditions. Generated system head curves water age modeling to evaluate distribution system to quantify the magnitude of pressure fluctuation. hydraulics and improvements.Justin will be a valuable » Skokie Water System Repurposing,MGNWC,IL (2017) L resource for the transmission main routing modeling. -Served as the water modeler to evaluate the feasibility _—_) of repurposing the Village of Skokie's water system to Employment History: 11 Years of Experience,all with supply the Villages of Morton Grove and Niles. Used Strand Associates. Skokie's existing water model to incorporate proposed Education: BS in Civil Engineering from the University infrastructure improvements and ran steady-state and of Wisconsin-Platteville, 2006. extended period simulation scenarios to determine the hydraulic impact on Skokie's system. Anticipated Level of Effort:20%of his time during design. t lc 4 'vim x ice, t -n= Water Supply Design I Stanley Consultants 1 30992 , l i 6 Indiana. KEY PERSONNEL » Joliet Water System Improvements,City of Joliet, Design Team Coordinator; Trans- IL(2008)- Project manager of$54 million water sys- mission Mains Design lead; and tern improvement project which included multiple Trasmission Team #2 transmission mains,wells,water treatment plants, pumping stations,and storage tanks, as well as _ = f ` CHRIS J. ULM, PE extensive modeling and studies. Senior Associate with Strand Associates Anticipated Level of 0'or1: 70%of his available hours (Joliet,IL) during design. Role/Bio:Chris has 20 years of experience and a comprehen- sive understanding and knowledge of the route which the ar Facilities Design Lead and main will use. His knowledge of the factors and stakeholders t Pumping Stations/ Facitlities involved along the route and his experience in both man Connections aging and designing major water transmission mains, water = supply systems,storage facilities, and pumping facilities will '` TONY SMURLO, PE add great benefit and value to this project. Chris has been Senior Environmental Engineer with Strand since 1996 and serves as a leader in the Joliet with Stanley Consultants(Chicago,IL) office. Chris has recently provided water system engineering services to the Village of Niles and assisted the Village of Pole/Bio:Tony's career has primarily focused on munici- Morton Grove with the study of small system issues. Chris pal and industrial water and wastewater pumping and brings extensive experience with hydraulic analysis and treatment facilities including planning, evaluation, major transmission main projects. He has served as project design, and construction. His background includes pump manager on major supply transmission mains ranging in and process equipment sizing,selection and layout;cost size from 16-to 36-inches for the Villages of Schaumburg, estimating; permitting and plan and specification Romeoville,Channahon, City of Joliet, Illinois, and Illinois preparation. Mr. Smurlo has a strong foundation of and Indiana American Water. He has been a part of water pump, chemical system, hydraulic analysis and construc- distribution system modeling studies for Joliet, Schaumburg, lion administration experience. His keys to successful --1 Highland Park, Glencoe,Streamwood, Downers Grove, project execution include understanding the client's Channahon, Lockport, Crest Hill, Monee, Braidwood,Wilm- needs, communication, organization and responsive- ington, and Romeoville, Illinois, as well as for private water ness. He has experience coordinating multi-disciplined companies such as American Water, Utilities, Inc.,and Aqua teams on projects with condensed schedules. America. FErn, , r ,, r;isfor}': 17 Years of Experience 12 years with Stanley f rnpiovrrrent iictcr,. 20 years of experience,all with Bachelor of Science, University of Cincin Strand nati,Civil Engineering, 1999. BS in Civil Eng.from Bradley University, Illinois, 1996. ' P(oifi ! Project rEq.eiierc Regional Water System Improvements,Village of » Niles Water System Master Plan,Village of Niles,IL Oak Lawn, IL As the Project Engineer, Mr. Smurlo (2016) Led the team as project manager, and was led the development of the hydraulic analysis for the preliminary and detailed design of the finished responsible for preliminary and final deliverable docu- water pumping station improvements that included ments and interaction with the Village. the expansion of a 43-mgd station, a new 62-mgd • Water System Modeling and System-wide Study,Vil- station, and the associated reservoirs. lage of Streamwood,IL(2015)- Led the team as project » Springwells Water Treatment Plant Replacement manager, and was responsible for preliminary and final of High Lift and Low Lift Pumping Units Project, deliverable documents and interaction with the Village. Detroit Water and Sewerage Department(DWSD), » 2012 Obsolete Water Main Replacement Project,Indi- Detroit, MI -Tony served as technical reviewer of ana American Water Company(2012)- Project manag this$156M project during the design phase for qual- er for major water main design project in Northwestern ity control on the replacement of the high and low lift pumping and motor units at the WTP.The eight Indiana which added 30, 24, 12, and 8-inch water mains low lift pumps have a capacity of 820-mgd and the along major corridors in Portage, Merrillville,and Gary sixteen high lift pumps have a capacity of 840-mgd. Water Supply Design I Stanley Consultants 1 30992 !_ ,. , I-4 l L E --. "".,_ . » Project Engineer,Nottingham WWP Chemical/ tank demolition. Major field activities have included Rapid Mix Project,CWD,Cleveland OH-As the resident construction management assignment;water Project Engineer, Mr.Smurlo assisted in construc- distribution system inventories;sewer,wastewater,and lion administration during the rehabilitation of the water system investigations;water resource investiga- chemical facilities and the construction of a new lions;and extended data collection for phytoplankton rapid mix facility at the CWD's 125-mgd Notting- distribution investigations. ham WWP.The project included chemical system improvements,which consisted of new hydrofluo- Employment History: 38 Years of Experience 1 38 silicic acid(for fluoride), phosphoric acid (as a cor- years with Stanley rosion inhibitor),alum/polymer(for coagulation), sodium hydroxide(for pH adjustment), powdered Education: Master of Science, University of Iowa, activated carbon and potassium permanganate Environmental Engineering, 1978;and Bachelor of (for taste and odor),alum/polymer(for backwash -Science,University of Iowa, Engineering, 1976. aid),and polymer(for filter aid). Final construction Relevant Project Experience: cost was$20.5 million. » Avon Lake Water Treatment Plant Improvements, » 3 Million Gallon Avery Ranch Elevated Reservoir; ALMU,Avon Lake,OH -As the Project Engineer, City of Austin;Austin,TX—Project Manager led Mr.Smurlo assisted in the design services to the development of the design and technical input implement plant improvements to increase the during construction of a 3 MG composite elevated plant capacity from a 40 mgd rating to a 50 mgd tank, inclusive of plans and specifications,and rating and optimize plant performance.The rec- construction administration phase. ommended improvements included replacing two » 88th Street Water Tower Evaluation;West Des raw water pumps and four high service pumps. Mr. Moines Water Works;Des Moines,IA—Project Smurlo sized and selected pumps and coordinated Manager responsible for the investigation and the electrical design to identify incoming power assessment for the planning,design and construc- limitations for each option. Engineer's estimate lion of an elevated tank. was$5.2 million. » Federal Elevated Water Storage Tank Design;City of Mason City;Mason City,IA—Project Manager Anticipated des Level of Effort- 70%of his available hours responsible for leading the design and construc- during design. lion of a 1.0 MG composite elevated water storage tank. 41,' i`' FACILITIES TECHNICAL STAFF Anticipated Level of Effort: 20%of his available hours during design. Standpipe Team = ED SLATTERY, PE Transmission Mains Technical Staff Principal Environmental Engineer ,_ _ Transmission Design Team #1 with Stanley Consultants PETER E. KOLB, PE !-_' (Des Moines,IA) y _ Vice President and Sr. Water Re- ?, , (.' Role/Bio: Ed has led project engineer- ' sources Engineer with Applied ing and management in all phases of civil and water fi Technologies,Inc. (Chicago,IL) resources projects (240+). His professional experience Role/t3io: Peter has over 35 years of encompasses permitting,civil engineering, planning engineering experience. His combined of and feasibility studies;conceptual and technical progressive in public sector management and supervision ex- development gin mana final design through construction in engineering,water supply,wastewater processes, engineering management. and infrastructure refurbishment allows him to effec- Ed's specific design, bidding and construction admin- lively manage multi-disciplined resources to complete istration services on similar projects have included a large and complex water infrastructure projects. Peter project management or approver role on seven elevat- served as Director of the Lake County Public Works ed water storage tanks,with project features up to 3.0 Department(LCPWD) in Illinois for 12 years,where he MG capacity, a concrete clear-well and over 100,000 supervised 96 full-time employees. He also managed L feet of water main in urban settings up to 30 inches all department facilities necessary to provide water in diameter, booster pump stations, and elevated and wastewater services to over 300,000 retail and Water Supply Design I Stanley Consultants 1 30992 ,: wholesale customers, including management of a $110 t .` 1 million Capital Improvement Program. '- Transmission Team #3 LUKE MATTSON, PE l' frmi;lo};sent History 40 Years of Experience I 1 year ; :'` Municipal Project Engineer(IL J1062- with Applied Technologies, Inc. s,x 0(Chicago,with Ciorba Group � (Chicago,IL) Edurct on. B.S.,Civil Engineering, University of Illinois, a if'A-k, Role/Bio:Luke served as the Project 1977.-.__ Engineer on the successful completion of the Engineering Study for a new water supply source Feieilcni Project Experience: for Morton Grove and Niles(MGN). He is currently » Improvements to the Des Plaines River Water leading the corridor analyses and final routing of a Reclamation Facility(WRF),LCPWD($32.0 Million, 30 inch supply main and 20 inch delivery mains for areas 2017)-Project manager for the planning, design, west of 194 in Niles and Morton Grove. Luke brings and construction coordination of new processes to extensive experience with utility design in the Chicago- incorporate enhanced biological nutrient removal land area, having served as design engineer, project facilities and bio-solids drying facilities to process manager, or Village Engineer on projects for over 30 area bio-solids generated from the County's three treat- municipalities including new water source supply proj ment plants. ects in Melrose Park, Forest Park, New Lenox, and Mokena. » Water System Improvements Pekara Drive Reser- ___ _ voir,LCPWD($1.1 million, 1994)- Project manager I r, ioyr stor :15 years experience,4 with for the planning, design, and construction coordi- Ciorba. nation of a new 1.0 MG reinforced concrete ground storage reservoir and pumping station to provide i Ftucoton: Bachelor of Science, Mechanical Engineer- water storage for the County's Pekara Water System ing, University of Illinois;and Bachelor of Science, in Buffalo Grove, IL. , Physics,August College. » Mill Creek WRF Construction, LCPWD($11.5 Fe'NVer17 e.., E;;perience: ''1 million, 1996)- Project manager for the planning, » Water Supply Corridor and Route Study,Villages of design,and construction coordination of the new Niles and Morton Grove, IL—West Corridor Team regional 2.1 MGD wastewater treatment facility in Leader for the study and selection of routing options Old Mill Creek, IL. for a new water supply pipeline from the City of » Northeast Lake Interceptor Sewer Construction, Evanston to the Villages of Niles and Morton Grove. LCPWD($13.5 million, 1996)- Project manager for Ciorba's role as West Corridor Manager included the the planning,design, and construction coordination identification and recommendation of water trans of 50,000 feet of new 24-to 48 inch regional sewer mission route options west of the Edens Expressway interceptor in Old Mill Creek, IL. in the Villages,as well as evaluate, identify and recommend options for the design,finance and » Lake Michigan Water System Expansion,CLCJA- construction of water transmission lines,and other WA($46.0 million,2018)-Project Manager for related water delivery and receiving infrastructure. planning,design, and construction coordination Caldwell Avenue 12-inch and 20-inch Water Main to extend the CLCJAWA water distribution system consisting of 70,000 feet of 10-to 20-inch water River Crossing Project,Village of Morton Grove, transmission main. IL—Project Engineer supervising the design to replace approximately 1,200 feet of parallel 12-inch Anticipated Level of Waif. 60%of his time during design. and 20-inch water mains crossing through Cook County Forest Preserve District property and under - the North Branch of the Chicago River. i 6 � �-- » Harlem Avenue Water Main Consolidation,Village � 4 �, ° ' i, of Glenview,IL—Project Engineer supervising the I-", ;, - � Phase I and Phase II design for 6,400 feet of new - water main along Harlem Avenue.The new water „-; , , �..�„ main was designed to consolidate multiple smaller g $•� diameter water mains along Harlem Avenue and was ,--ti . - -- -5 1* 1 '� constructed as part of a federally funded roadway ” rehabilitation project. e ___ �� Water Supply Design I Stanley Consultants I 30992 an-ti 19 €LE �^ � Anticipated Level of Effort: 60%of his available hours �iuringdesign. T PROJECT REVIEW TEAM _ '_ Pipeline Lining Team Lead Project Review and Quality sy� Assurance/Quality Control ALBERT K. STEFAN, PE LARRY J. LEISCHNER, PE t , ! ' Water Resources Engineer/Sr.Project , �: Manager with Robinson Engineer � = Senior Water Resource Engineer with 4 .:.;„ (Chicago,IL) ,. Stanley Consultants(Phoenix AZ) Role/Bio:Al Stefan is an experienced Role/Bio: Larry adds value to the Project " project manager with over 31 years of Review Team through his 32 years of experience with experience in civil engineering. He has served in many transmission main design,water storage and pumping capacities throughout his career including Regional Man- station design, and life cycle cost analysis.Larry has man- ager, Municipal Engineer, Design Engineer,Village/City aged over 30 alignment studies and pipe design projects Engineer,and Field Engineer.As a project engineer, he ranging in size from 30-to 132-inches in diameter; and has worked closely coordinating with government agen- 60 pumping facilities ranging in size from 265 GPM to cies, specifically IDOT, IEPA,Army Corps of Engineers, 118,048 GPM (170 MGD). Larry has similar experience IDNR as well as county agencies in Cook, Lake, McHenry, with alignments studies where decisions are based on DuPage, Kane and Will Counties. real estate priorities,agency and jurisdictional group impact, public impact, utility conflicts,operational/main- tenance requirements, residential/business impacts, Employment History 33 Years of Experience 12 with geotechnical conditions,constructability,and cost. He Robinson Engineering,26 with Baxter&Woodman,2 has also designed water storage reservoirs and associ- with Tornrose,Campbell&Assoc., 1 with Nakawate, ated appurtenances up to 5 mg,with both welded steel Rutkowski,Wyns&Yi. and reinforced concrete construction, buried and above Education: Bachelor of Science,Civil Engineering, i ground. He has also designed over 100 miles of pipelines [Valparaiso University,Valparaiso, Indiana. 1 including potable water transmission mains,force mains, storm drains,irrigation mains and sanitary sewers. `' Relevant Project Experience:: Al Has served as Village' Engineer with duties that include municipal project Employment History: 32 Years of Experience I 15 years management,from capital improvement planning and with Stanley. {{ implementation through construction.Typical projects Education: Bachelor of Science,Arizona State Univer- include g include streets,storm sewers,stormwater management, sity,Civil Engineering, 1984. private development oversight,sanitary sewer,water Relevant Project Experience: and wastewater treatment facility, ordinance revision, grant procurement and overall engineering assistance.A » City of Phoenix Water Services Department 78- representation of his project experience,including water inch Lake Pleasant Pipeline,Phoenix,AZ-Project main-lining,water treatment plants,water pump sta- Manager for the route analysis,final design,detailed tions, Supervisory Control and Data Acquisition(SCADA) design,and construction management services systems, watermain designs, elevated tank and reservoir for 8-miles of steel water pipelines.This included design,water master plans and models is as follows: 5-miles of 78-inch pipeline,as well as 1,800 foot » Various Water Main Projects,Various Client Com- tunnel where the line used the jack and bore tech- munities—Al Stefan, PE, has designed and managed nology. water distribution projects, including water mains, » Iowa Fertilizer Initial Grading Package 1A and water main lining, water pump stations,elevated 1B;Orascom Construction Industries-OCI(UK) tank and reservoirs, and master planning and model- Ltd.;Weaver,IA—Design Engineer responsible for ing. Water lines varied in size and cost from 6-inch to hydraulic analysis and construction drawings for the 24-inches and upward fo$10 million.He has per- effluent pump station. Pump station flows varied formed this type of work for 30+years. from 1000 gpm to 3750 gpm depending on multiple Anticipated Level of Effort:50%of his available hours operating scenarios. during design. » Water Hammer Hazard Mitigation Project;Sewer- age&Water Board of New Orleans,LA—Technical manager responsible for coordination, hydraulic modeling, surge mitigation, preliminary design,final - -, - .` Water Supply Design I Stanley Consultants 1 30992 -w. M, It,jt (f j 20 design and bid services for a 320 MGD potable water water main, water treatment facilities, and controls ,,, booster pump station improvements at the Carroll- improvements incorporated using 6 construction ton WTP. contracts. Anticipated level of Effort:5%of his available hours during » Joliet Water System Improvements(City of Joliet, design. IL-2008)-Quality control review of$54 million water system improvement project which included Project Review and Quality multiple transmission mains, wells, water treatment Assurance/ Quality Control i plants, pumping stations, and storage tanks,as well as extensive modeling and studies. MARK G. OLEINIK, PE, PH ° Anticipated Level of Effort. 5%of his available hours during k''---'-'' 4.--` Senior Associate with Strand Associ- design. aces(Madison, WI) - g4 Project Review and Quality Rale/Bio:Mark will be an important *° Assurance/ Quality Control resource for quality assurance and quality control during -- TONY WOLFF, PE, CFM the design phase of this project. Mark has managed major water system redevelopment projects incorporat- -.---- Water Resources Group Manager with ing alternative evaluations for sources of supply, water , _ Ciorba Group(Chicago,IL) treatment, pumping and distribution system modifica- -_ Role/Bio: :Tony adds value to the tions including three systems ranging in size from 12 mgd k ,, ,- Project Review Team through his 24 to 35 mgd.A total of 45 separate construction contracts years of experience with Municipal, County,State, and were let to implement these three projects. Mark's 39 Federal water resources projects. Tony served 10 years years of experience add tremendous value to the Project with the Lake County Stormwater Management Corn- Review Team. mission, including three years as Chief Engineer. With Mark adds tremendous value through his experience on Ciorba Group,Tony oversees the Water Resources staff hundreds of water system transmission main, hydraulic and manages projects related to the study and design of analyses, booster station, water storage, and water water supply systems, sanitary collection systems, and treatment projects in Illinois, Wisconsin, Ohio, Kentucky, stormwater management facilities, including projects '"1 Tennessee, Louisiana, Iowa, Indiana,and West Virginia. in the Village of Morton Grove on 12-inch and 20-inch mains. Having worked in the public and private sector, Er,> >yrr;ent l;ivtory. 39 years of experience, all with Tony has substantial experience in regulatory permitting Strand Associates. and provides QA/QC through the lens of his peers at IDOT, USACE, IDNR, IEPA, and MWRD. Lc,1 t tc,,'1: M.S. Civil/Environmental Engineering, _ University of Wisconsin-Madison, 1978; and B.S. Civil/ ! ,np t,,,p,c ra Histo, 24 Years of Experience/7 with j [Environmental Engineering, University of Wiscon- Ciorba Group, 10 with Lake County Stormwater Man- , sin-Madison, 1976. _ ��, _ N— __ —_ _ agement,and 7 with another firm. F'rcjFr E,:r�erierrcr: Eciu,w o..-1: M.S. Environmental Engineering, North- I western University, 1999. B.S. Civil Engineering, i a Water Infrastructure Improvement Program(City i University of Illinois, 1992. of Rockford,IL-2014)-Served as Program Manager for$27 million in water system redevelopment and "Project Experience: water treatment projects. Was responsible for water • Caldwell Avenue 12-inch and 20-inch Water Main system planning efforts, piloting, and implementa- River Crossing Project,Village of Morton Grove, lion. IL—Project Manager supervising the design to » Ground Water to Surface Water Conversion(Vil- replace approximately 1,200 feet of parallel 12-inch lage of Lindenhurst, IL-2015)-Conducted quality and 20-inch water mains crossing through Cook control reviews throughout this$17 million project County Forest Preserve District property and under which included water main improvements,water the North Branch of the Chicago River. storage and pumping station. • Harlem Avenue Water Main Consolidation,Vil- » Water System Improvements(City of Fond du lage of Glenview, IL—Project Director supervising Lac,WI-2009) Served as overall Project Manager the Phase I and Phase II design for 6,400 feet of and Quality Control engineer for$26 million of new water main along Harlem Avenue.The new "� water was designed to consolidate multiple smaller ��' __-"`�-� 1y Water Supply Design j Stanley Consultants 1 30992 . -a ,4t t;Ti'�', (.,l;.a�'E # 21 diameter water mains along Harlem Avenue and was preparation of a water distribution study and design constructed as part of a federally funded roadway of a 400,000 gallon water tower. rehabilitation project. » Water Transmission Main Replacement,Village of • Morton Grove Municipal Engineering Services,Vil- Lake Villa,IL— Project manager for the design of lage of Morton Grove,IL—Since 1993, Ciorba Group 3,800 feet of 12-inch main under Highway 132. has been providing assistance to the in-house Village ,> Pump Stations,Village of Lake Villa,IL-Project Engineer. Services include development plan review, manager for the design of four pump stations,in- grant program research,engineering study, design, eluding 21,000 feet of gravity sewer and 14,000 feet permit review, preparation of cost estimates,and of force main. construction management for municipal improve- ments. Tony Wolff serves as the Municipal Group Anticipated Level of Effort: 5%of his available hours Manger and acts as the first point of contact with during design. water resource projects completed for the Village. SHARED SERVICES TEAM AND Anticipated Level of Effort: 5%of his available hours TECHNICAL STAFF during design. The Shared Services Team members were hand-selected to provide Morton Grove and Niles with a highly skilled Project Review and Quality multi-disciplined team to successfully deliver this import- -s I'. '; Assurance/ Quality Control ant infrastructure project. Our team members bring the `c - technical support and engineering expertise needed for JIM SMITH, PE seamless completion of this project. t ' Sr Municipal En g ineer and President -4,.' s . w Shared Services Coordination ' with Ciorba Group(Chicago,IL) ' n LAWRENCE E. THOMAS, PE -- : ' ' Role/Bio:Jim has 40 years of engineering Principal Environmental Engineer with experience designing roads,sewer and I` p g g i ,� Stanley Consultants(Chicago,IL) water transmission systems, and water and wastewater x Larry adds value as an experienced treatment plants for municipal clients.Jim has exhibited ' project team manager and water supply L the technical expertise and managerial skills necessary to specialist by managing the Shared review plans for quality,while delivering cost-effective, Services Team and Technical Staff. Larry coordinates the forward thinking infrastructure solutions.Jim is an active resources and activities required by the Water Infra- leader in the environmental industry, having served as President of the 1,500 member Central States Water structure Design Teams. He coordinates the QA/QC team Environment Federation and contributed to several reviews and manages the production of all deliverables Wisconsin DNR Technical Advisory Committees. He was and construction bidding documents. a recipient of the Water Environment Federation's 2005 He will also be serving the shared services team in the Arthur Sidney Bedell Award. two roles of(1)specification,funding,and regulatory co, mpliance,and(2) project bidding. Employment History:41 Years of Experience I 30 years with Applied Technologies ; Project Administration Education: M.S.,Civil and Environmental Eng., Univ. of i € :` KATE STEPHENS, EIT Wisconsin-Madison, 1978;and B.S., Civil and Environ- mental ' :4‘,4*-........ Engineer-In-Training/Environmental Eng.,Univ. of Wisconsin-Madison, 1976. i Engineer with Stanley Consultants (Chicago,IL) Project Experience: t CLCJAWA,Route Study,IL— Quality control engi- r ~ Role/Blo: Kate has three years of pro- neer for a route study for two expansion pipelines to fessional experience. Her professional extend service to four new municipal customers.The experience includes design and construction manage- pipeline routes consisted of 70,000 feet of 10-to 20- ment for pump stations,water main design,capacity inch water transmission main.The follow-up design operations and maintenance (CMOM)study, sanitary included 35,000 feet of transmission main installed sewer evaluation study(SSES),and water supply and using open cut, horizontal direction drilling,and jack wastewater treatment study. and bore methods. » Water Distribution System Improvements,Vil- lage of Lake Villa,IL— Project manager for the " .-.„s.. Water Supply Design I Stanley Consultants 1 30992 determination of land boundaries for large scale projects EmpioymE Yic;o,y: 3 Years of Experience 12 years related to the installation of utility infrastructure consist- with Stanley i ing of several hundred parcels adjacent to both state and Educarim: Master of Science, University of Illinois-Ur- i rural routes where right-of-ways were both existent and I bana-Champaign, Environmental Engineering, 2015; ? non-existent. Bachelor of Science, University of Illinois-Urba na-Champaign, Civil and Environmental Eng., 2013. i Emrfo}-mcr,i History: 26 Years of Experience,all with Robinson Engineering. Project Experience: , Education: BS in Land Surveying, Purdue Univ., 1991. » Detailed Water Supply Corridor and Route Study, Project Experience: Villages of Morton Grove and Niles,IL–Serving as » Knottingham Subdivision Roadway Reconstruction project administrator for current project,as well as &Watermain Replacement,Village of Downers project engineer for pump station and water storage Grove,IL—Survey manager provided oversight predesign. and was responsible for all land surveying services » Andes Candies Wastewater Discharge Study,City of related to the determination of existing land bound- Delavan,WI—Environmental Engineer responsible aries, plats of subdivision, determination of existing for comparative billing calculations and initial report ROW and the creation of new ROWs or easements draft. necessary for engineering and site improvements. » Main Wastewater Pumping Station/Water Recla- The project also required coordination with ComEd, mation Facility,City of Rock Falls,Rock Falls,IL— AT&T, NiCOR, and the local cable company. Environmental Engineer responsible for construction Anticipated 1 ever of Effort:25%of his available time. management tasks(shop drawings management, payment request responses, RFI response organiz- Geotechnical Lead ing)and occasionally engineer-on-site during major construction events.- KENNETH K. ROPPY, PE » Arbury Hills East Water Main, Illinois American Principal Geotechnical Engineer with Water Company, IL—Environmental Engineer re- g Robinson Engineering(Chicago, IL) sponsible for managing drawing draft comments and specification draft writing. Fiore/F�io: Ken adds value to the Shared Services Team as a geotechnical engi- Anticipated Level of Effort: 70%of her available time neering expert, particularly in the Chicagoland area. Ken during design, and 20%of her available time during prepares technical engineering reports related to project bidding. geotechnical, environmental,and construction phase projects. He is also the principal reviewer of geotechnical engineering and assessment reports. Survey Lead RANDELL GANN, PLS v Ernp-��rrn r t rii-rcr,_: 34 Years of Experience 117 years j with Robinson n - Land Survey Department Manager i with Robinson Engineering Edt wtiur: BS in Geotechnical Engineering from the (Chicago,IL) University of Illinois at Urbana-Champaign, 1983. hole/Bia: Randell adds value to the Shared Services Team as a professional c:Lied Eel c, r;cc: land surveyor(PLS) in Illinois and Indiana. He has worked » Water Main Replacement,Village of Romeoville,IL with teams in all phases of land surveying for public and — Project Manager performed a subsurface inves- private clients, including IDOT. His similar and relevant tigation for the proposed water main replacement experience is in utility survey and easements includes project planned for Montrose Drive, Nelson Avenue, water, sewer, drainage, irrigation lines,electrical junction and Arlington Drive, in Romeoville, Illinois.The field boxes, light poles, and fiber. He manages control verifi- investigation for this work encompassed 6 soil bor- cation, design survey, quality control/assurance reviews, ings extending to a depth of 15 feet below grade. and construction survey staking on city,state, and federal aid surveys. / nricipert"d level el Efjo:t: 15%of his available time. Randell is responsible for land surveying related to the Water Supply Design I Stanley Consultants 1 30992 1 a 23 M,'fi-'KTC': t a.)\,L y Project Experience: Electrical Design �� » Main Wastewater Pumping Station/Water Recla- MAJ I D ZARGAR, PH D, PE mation Facility,City of Rock Falls,Rock Falls,IL- - io- Principal Electrical Engineer with Stan- Lead Electrical Engineer responsible for providing ley Consultants(Chicago,IL) load study,sizing equipment,design drawings, and Role/Bio: Majid has 30 years of experi- technical specifications. ence in electrical design,engineering » Bartlett Pump Station Backup Generator Instal- . fl- and technical support for various public lation,Metropolitan Water Reclamation District infrastructure projects requiring high, medium, and low of Greater Chicago,Bartlett,IL—Project Manager voltage distribution systems;DC distribution systems; responsible for uniform, reliable,and timely equip- protective relaying; degraded voltage analysis;system ment performance. Attended client meetings to dynamic study; diesel generator dynamic study; short measure project progress,budget control,and circuit; load flow analysis; cable ampacity; and cable electrical system design. pulling. He is adept at originating and checking design ,> Pump Station No.26 Rehabilitation,Illinois De- documents including key diagrams, single lines, and partment of Transportation,District 1,IL—Project schematic drawings. His engineering expertise includes Manager responsible for designing, budgeting, and preparation,validation,value engineering,and review of scheduling. The design updated all station facilities design modification packages for safety/non-safety and equipment to client standards and criteria with related systems; providing comments and recommenda- replacement of the existing vertical shaft mix flow lions; providing proposals,schedules, cost estimates,and pumping units with submersible flow tube pumping delivery; interfacing with other A/E firms; and supporting units. These improvements included explosive-proof construction management services. equipment, separation of wet well atmosphere from control room atmosphere,automatic trash rack, Employment History: 30 Years of Experience 116 years mechanical and electrical power and lighting im- with Stanley provements. `„s Education: Doctor of Philosophy, University of Mis- Anticipated Level of Effort: 20%of his available time souri-Columbia, Electrical Engineering, 1987; Master during design. of Science, University of Missouri-Columbia, Electrical Engineering, 1983;and Bachelor of Science, Universi- ty of Missouri-Columbia, Electrical Engineering,1982. , r z 1 fi �J� �A 'fi-F, ,k y'"'tt .r ..q Ah L a 2 f C a . ,- $1--.-:,3---..-,xc . y . ` rr a ."„ .. � r .(, s ,3/4,. .,.-.7.--;-.. V Water Supply Design i Stanley Consultants 30992 - ' CFI ,'f ,.i� 24 n Instrumentation & Architecture Design "1 Controls DEBASH S SARKAR, AIA, r ltt. SCOTT WARREN, PE f�CARB, LEED-AP BR D, Sr. Control Systems Engineer with Stanley - Chief Architect with Stanley Consultants [it ` Consultants(Muscatine,IA) ` w : ' (Muscatine,IA) '3nle;E�io:Scott has 10 years of experience kole/Bio: Debashis has professional archi- and has professional experience preparing tectural experience since 1981. He is an detailed designs for instrumentation and control systems. expert in the architectural practice and design of buildings His expertise consists of programmable logic software affiliated with public infrastructure projects. Debashis will design and implementation, programming guide design, be responsible for preparing construction drawings and instrument selection, equipment data sheets, input/ adhering to municipal standards and specifications for the output listings, control system descriptions, specification design. His experience includes acting as the owner's engi- development, P&ID design, cable schedules,termination neer and architect, preparing and reviewing architectural drawings,and control panel design.Scott's experience construction documents, preparing safety plans,analyzing includes design of instrumentation and control systems for sites and environments,coordinating with clients, research- pump stations, reservoirs,and other water and wastewater ing building codes,writing specifications, construction facilities. administration, and quality control and assurance. Employment H'5,tcry: 10 Years of Experience 19 years with Stanley E. ioyment Histar;: 15 years with Stanley Consultants 20 with other firms. Education: Bachelor of Science, Northern Illinois Education:Master of Science, Morgan State University, University, Electrical Engineering, 2007;Associate Architecture, 1987; Bachelor of Science, Bangladesh of Applied Science, Indian Hills Community College, i University of Engineering and Tech,Architecture, 1981; Robotics/Automation Systems, 1999. I i NCARB Certified#43216. Project Ex H Frierar: r !, ed.Architect 001-019961, IL. » Water Hammer Hazard Mitigation Project,Sewerage Pioieci Experience: &Water Board of New Orleans,New Orleans,LA— • 10th Street Pump Station Study;City of Fort Madison; Lead Control Systems Engineer provided pump controls Ft. Madison,IA-Architectural reviewer responsible for design for water hammer mitigating modifications to reviewing the drawings and specifications for archi- 170 MGD of existing pumping capacity in three stations tectural section. Project consisted of conducting an at the plant site. Designed PLC control and local HMI assessment of the rehabilitation and upgrade needs monitoring, instrumentation for pump stations and el- of the 10th Street wastewater pump station which evated storage tanks, control system descriptions, and pumps sewage from one-third of the city. Confirmed operating sequence description. Deliverables included pump sizes and hydraulics,assessed improvements, P&IDs, specifications, instrument cost estimates,as and provided cost estimates. Prepared the engineering well as detailed control schematics for the hard-wired report and summary,with costs,for use in the CDBG control system and variable frequency drives. In program application process and for approval by the terfaced with existing plant control and monitoring Iowa Department of Natural Resources. systems. Existing pump stations must remain in-service during construction. • Pressure Zone D Pump Station;Jordan Valley Water » West Campus Energy Plant,University of Iowa,Iowa Conservancy District;West Jordan,UT-Architect responsible for preparing drawings and specifications City,IA—Lead Control Systems Engineer responsible for architectural section.As part of this pressure zone, for providing instrumentation and controls engineering Debashis designed the building facility to house the design through schematic design, detailed design,and new Zone D pump station.The design included elec- construction documentation phases for a new natural trical, mechanical, and SCADA improvements,site civil gas-fired energy plant. The plant included gas-fired layout and design, a backup generator,and security package boiler, backpressure steam turbine,gas-fired features. Stanley Consultants provided construction reciprocating engine equipment, condensate pumping management services. and storage, and makeup water treatment equipment. • Yazoo Pump Station;U.S.Army COE,Vicksburg Le%el of Efrc.r: 50%of his available time me during District;Vicksburg,MS-Architectural design reviewer -"' design. Water Supply Design I Stanley Consultants I 30992 „ responsible for reviewing drawings and specifications ;,.: Roadway Design for architectural section.The pump station consists ROBB KOSS, PE of 2 service bays, 12 pump bays, and a control room , m Sr. Transportation Engineer with ; bay,along with esplanades and ancillary items.Stanley Stanley Consultants Consultants designed and detailed all architectural fin- ` . y ishes sub structures, super structures, and esplanade, (Chicago,IL) hydronic heating system for the service bays and pump L_ Role/Bio: Rob is an expert transportation bays,with enough excess capacity to heat the Control engineer, specifically in the design, en- Room Bay. gineering, and technical management of roadway recon- Anticipated Level of Effort: 40%of his available time during struction for utility improvement projects in Chicago. His design. professional experience includes transportation planning, project studies, detailed plan preparation, and construction Structures Design on local highways, interchanges,and city streets. He has , ; : : SCOTT ESH LEMAN, PE, SE worked with infrastructure design teams to provide road- way Structural Engineer with Stanley way geometrics and layouts, utility coordination, better- k= Consultants(Chicago, IL) ments and relocations, maintenance of traffic plans for construction, and detailed plan preparation. , Role/Bio:Scott has professional experience in structural engineering since 1988. He is �j' responsible for advance planning studies; Employment History: 38 Years of Experience 27 i! project assessment studies; inspection and rehabilitation years with Stanley of existing structures;seismic analysis and retrofit design; Education: Bachelor of Science, University of llii- and the design of steel, reinforced masonry, reinforced nois-Urbana-Champaign, Civil Engineering, 1978. concrete, prestressed concrete, and post-tensioned con project Experience: crete structures. His expertise includes concrete reservoirs, vaults, culverts,tunnels, pump stations,antenna towers, » King's Crossing,Madonna Development,Plainfield, cantilever and tieback retaining walls, and highway sign IL—Project Manager responsible for managing all tech- structures and camera poles. He is involved in the Precast/ nical aspects of the project and the daily operation of Prestressed concrete Instituteand has prepared plans, the project team and subconsultants.Also responsible specifications,technical analysis for the design and rehabili- for establishing scope, planning,scheduling, staffing, tation of more than 96 public infrastructure projects. and client communications. License:Civil Engineering 062-048555; Structural Engineer, a Sheridan Road Bridge Water Main Design,Village of 081-05155;Certified Value Specialist 201006514. Wilmette,Wilmette, IL—Project Manager responsible for managing all technical aspects of the project and Employment History: 28 Years of Experience 115 the daily operation of the project team and subconsul- years with Stanley tants.Also responsible for establishing scope, planning, Education: Master of Science, Purdue University-West scheduling,staffing,and client communications. Lafayette,Civil Eng., 1988;Bachelor of Arts,Goshen I » South Villa Avenue Improvements,Village of Villa College, Mathematics, 1985; Bachelor of Science, Park,Villa Park,IL—Project Manager responsible for Purdue University-West Lafayette, Civil Eng., 1986. I managing all technical aspects of the project and the daily operation of the project team and subconsultants. Project Experience: Also responsible for establishing scope, planning, scheduling, staffing, and client communications. a Lockport Bulkhead and Gate Inspection, Howard W. Pence,IL- Project manager responsible for analyzing Anticipated Level of Effort: 10%of his available time. the water spillway gate structures for stability during dewatering repair operations. » Junction Chamber Stability, A Lamp Concrete Con- tractors-Project manager for the analysis of under- ground chambers for stability during nearby excavation operations. Anticipated level of Effori: 10%of his available time. .: r -'` - Water Supply Design I Stanley Consultants 1 30992 1s °t' -- 26 rot Permitting MICHAEL COLBY, EIT p I y Empl ,r=ent i5tcr,�: 26 Years of Experience 12 ears t with Stanley Consultants. Environmental Design Engineer with Stanley Consultants(Chicago,IL) rdr.'catic;': Bachelor of Science, University of Cincinnati, Mechanical Engineering, 1990; Professional Engineer, Rule/rsio: Michael works with design teams Project Management Professional; Qualified Commis- using GIS and various 0, 1 and 2-D hydraulic I sioning Process Provider. " ' and hydrologic models. He will be responsi- _—.- ble for coordinating applicable permits and project funding applications with IEPA and WIFIA. He will work the design to Project Experience:Pump Station No. 26 Rehabilitation; prepare the preliminary water systems design that includes Illinois Department of Transportation, District 1,IL- Lead the collection of existing data, and utility coordination. His Mechanical Engineer responsible for reviewing drawings work has included technical designs,drawings,specifica and specifications for the replacement of seven wet well Lions,cost estimating,and permitting. pumps with a capacity of 10,000 GPM each and one sump pump with a capacity of 3,200 GPM. The project included the replacement of the existing 8-foot x 13 foot trash rack. Err;�?at n le Consultants. 2 Years of Experience 12 years Anticipated Level of Effort: 15%of his available time. with Stanley Consultants. Eduraticn: Bachelor of Science, Iowa State University, GIS Lead Civil Engineering, 2016. ( 't EDWARD K. RUDD GISP j GIS Department Manager with Robinson Project Experience: >.. (. Engineering(Chicago,IL) » Detailed Water supply Corridor and Route Study, Role/Bio:Ed adds value to the Shared Villages of Morton Grove and Niles,IL—Environmental Services Team as the Team expert in Geo- Engineer responsible for coordinating project funding graphical Information Systems(GIS). Ed has applications with IEPA and WIFIA, assisting with analyz- managed over 100 GIS mapping projects and is responsible ing various transmission main corridors,and compiling for all phases of GIS or mapping projects at Robinson Engi- ,,,� various reports. neering. His experience in GIS infrastructure management » Water Pumping Improvements Project,Sewerage& includes municipal infrastructure including water, sewer, and Water Boardm,New Orleans,LA—Environmental Engi stormwater features, pavement features, and signing, strip Weer responsible for assisting in specifications review. ing, and signals. He is also experienced with parcel, permits, and compliance management applications. Anticipated Level of Effort: 70%of his available time during design. _ __ �_____ __�____. _ __._ _.._—__ HVAC & Mechanical Systems with Robinson.En r{oyi„er;i r i ic;f. 29 Years of Experience 129 years , Design # re:i:r rion: BS in Mechanical Engineering from Purdue 4 MARK WAGNER, PE ! i University, 1997. Senior Mechanical Engineer with Stanley Project Experrr>nce Consultants(Chicago,IL) i i;o;ejE'ro. Mark's responsibilities include » GIS-Based Water Network Management System, study and design of building systems;energy conservation; Village of Romeoville,IL—GIS Manager, managed and process systems for public water infrastructure systems resources in providing the Village with a GIS-based solu- and facilities. His experience includes planning,energy tion for its water distribution system. Over 200 miles of assessments, building systems and commissioning, distribu- water pipes and structures make up the network, which tion systems,emissions control equipment,electric power serves the residents of the Village. The objective was generation, cogeneration, and process piping. He will work to accurately map the water system, increase respon- with the design team to prepare bid specifications, draw- siveness to service requests and minimize maintenance ings, and cost estimates. Mark has specialized training as costs.A GIS-based asset management system enabled Qualified Commissioning Process Provider, Energy Efficient Village staff to manage water utility assets as well as Technologies for Building;and Cogeneration Technology. track and respond to water main breaks in an efficient manner. Project components included mapping, asset management data, responding to water main breaks, ,..,s, and historical main break tracking. ho:ripaicC Lev,t o`Ef ori: 20%of his available time. ''__s Water Supply Design I Stanley Consultants 1 30992 3 27 P,._ 2.£ MAJOR SUB-CONSULTANTS -040- Robinson Engineering, Ltd. 4 Robinson •specializes•in land survey and 1tanley Consultants has teamed with four consulting firms "fi 6 r N 1 t k 1 k ," GIS,geotechnical services, that have the expertise needed to complete this project. permitting,and municipal services including water and Each firm has similar project experience listed in Section sewer.Their office for providing service for this project is 2.b., beginning on page 4 of this submittal.Additionally, located at 300 Park Boulevard,Suite 309, Itasca, IL 60143. they have provided a certificate of insurance, as well as Robinson will provide survey services and produce base financial statements for the last three years,as required. maps as well as geotechnical drilling services to support the 417 Applied design work and pipe lining design. /}ppllriedTechnologles Technologies, Inc. Ergnee"-Ardis (ATI) specializes in Established in 1937, Robinson has partnered with Illinois and water supply,treatment,transmission storage, and distribu Indiana municipalities for over 80 year,enabling Robinson lion;and wastewater collection and treatment.Their office to gain the expertise,experience and dedication required to providing service for this project is located at 468 Park provide complete municipal engineering services to commu- Avenue, Lake Villa, IL 60046. nities. Robinson is the appointed municipal engineer for over 70 municipalities.Their services include GIS/mapping, land Applied Technologies(ATI)wil will assist in gaining local and survey, planning, design and construction management for IEPA project approvals.They will apply the lessons learned transportation, wastewater,water supply,and stormwater in the recently completed Central Lake County JAWA trans- management. Robinson also provides geotechnical engineer- mission main project. ing. ATI was founded in 1986 by three engineers leaving a large Strand Associates, Inc. specializ- engineering firm.The three desired to create an envi- t f" J H es in civil engineering;water ronment that fostered relationships and allowed them to it,... ikSOCIATES supply,treatment,transmission expand their expertise in water and waste management, storage, and distribution;and wastewater collection and renewable energy, and structural engineering. Their size treatment.Their office for providing service for this project is and the skills of their people enable them to be responsive located at 1170 So. Houbolt Rd,Joliet, IL 60431. to the changing needs of clients. Strand Associates will provide expertise in transmission main Ciorba Group Inc. specializes design and will assist in gaining project approvals at the local W±� :C1ORBA GROUP in municipal engineering level and through IEPA.They will apply their local knowledge including water supply of the Niles water system to make sure the proposed im- improvements.Their office provements integrate well with existing facilities. providing service for this project is located at 5507 North Strand Associates, Inc. has been providing exceptional civil Cumberland Avenue, Chicago, IL 60656. and environmental engineering services to their clients since Ciorba Group will provide expertise in transmission main 1946.They attribute their organizational strength to their design and will assist in gaining project approvals at the talented engineers, effective management, and, most of all, local level and through IEPA.They will apply their local commitment to nurturing long-term client relationships. knowledge of the Morton Grove water system to make sure Strand's areas of specialization include civil and municipal the proposed improvements integrate well with existing engineering;stormwater management;water supply engi- facilities. neering; wastewater treatment and conveyance engineering; Established in 1927, Ciorba Group, Inc. began as a firm transportation engineering;electrical and HVAC engineering; specializing in municipal engineering for communities building/facility engineering,architecture,and sustainable along Chicago's North Shore.They provide comprehensive design;GIS and mapping; land development;construction engineering services for municipalities in water resources, observation;and financial assistance services. water distribution,transportation,structural, and construc- tion engineering throughout the six county Chicago Metro area. They have developed an exceptional understanding of government procedures and requirements. Water Supply Design I Stanley Consultants 1 30992 t,1,11 28 !EPA Drinking Water Revolving Loan and USEPA Mi- . � � ) Fq E: kt -; nority Business Enterprises and Women's Business �' Modeling X X X X X Enterprises Fair Share Percentage Compliance. Topographical Survey X X X X Stanley Consultants and its sub-consultants conform Geotechnical X X to the requirements of the IEPA Safe Drinking Water Revolving Loan Fund program and the USEPA Fair Share Construction Documents X X X X X Percentage Compliance Guidance as those regulations Problem Resolution X X X X X apply to professional design services(Title 35;Section Client Communication X X ! X X X 662.630 and IL 532-2677). Transmission System Design X X X X X Professions( Services State and Federal Funding X X X X X The Stanley Team is suited with the wide range of ser- Permits (County, State, Federal) X X X X X vices necessary for successful completion of this project. Permit Water Connect& Design X X X X X The Stanley Team is qualified in the professional services Utlity Permits X X X X X illustrated in the following table. For specific project Utility Conflict Coordination X X X X X design and permitting experience,see Sections 2.b and 2.c.ii respectively. Public Facility Design &Archit. X X X Architectural Exhibits X X X Zoning/Special Use Permits X X X X X Municipal Permits X X X X X Supply Logistics Coordination X X X X Water Supply Design I Stanley Consultants 1 30992 ' T s C <�• .' ���' rS ir 'e� � Jsi w ':;:Y:,:�' la S• 7r^�, T tS rnF 14+ x . Sj:r J.t}L. . a� y ......E.:;:.... �7 r- :, :�V.N:.:{r.s1,;14�'' . ' 's.••• •''�1. ,,,;� ss . �'ii. • �S:; r ; - • y..e :ov„..4 ~•.s,.'?t?...`:r iF u'' ._/: 'R+yS y,. F p ? 'y}: i * ,1 it•T` :.i: g s� YpK5. y '. ` ' � '-. :.1. ;. nL _S. , v s$. Y r � °C ': �Y,f•.,.,• • • • `(ks.•�'Y LYgP�'. _ 4,�• ':fit•, cn°T,,'`K,'y ,v.S� a'i.:e` +i'3.:. :. t: ,,•._ ,ri6a" � �� . • „ ' i ;.: S,u _ • ••• ` ��r r;: s im � d =3 :' n4 s s 1, 11. � „ 4 r�'`�c^.- ,=a ',."6r ':r�y�5 •.[ q F `5. �'Y';^Fi.R,`1.".14Y5`S''x� .*� - ;:r, r� r:',-;y'''..W.•":>`�: .x a;� - ,>::..s_., i',":1•:1'.:::.,' '},� -'.A,"''.,•••,.;'.,,‘.•:,;. 4 444' . L• -r., _ k•2.14$-.4.7, 11%,nii::'tea14::, c� y,'x..y-r"s,•, -''mss,,`..•- Y i':,,,..�rc+ .,': era . I_s„.. .„., ry• %G/,.r, Vx x mow- ' gSS`�`r '� `a4'1C•,sti t .:d: +, fa.sw+ I` r i x 41., "•: 14:-.• ,,g t, x.ir CsA-.''6JFP .'%:3,' -,• Uv,�l'e; - .v*. h- 1, r A ' • ,`,v°R - iY 4ry'�g.°"'r,�, ,:7.,+-:)v''�'yw;.:., e .}Y ':`t r: '' yY 1. +�,. '. s . r ` i�e v r z. r Y , ;y r , 'r .�, 1.�r j 4;. tS; i" : {' T� v , .,4 '.y . � y, •.„.,,, ,;a� v�, 4 "'� `:.r., , T 4a+r : V. • `�"��r•b:5, u �� ,q s €:,.� � i.. 53. r• '<n g ?B,..-"E'4f:?..,,•' ":.', sy• .. .W7.4.;',":,- ' -‘ LY. „_ •1 A - if YA .,y11,2:5g"C,4k X^. '. :_r'e'.i.f..k2;.i:!$,:;•.,. ,`.•.'::' 5:, ((( -• rf..„ITS ,�•". .„,•,. ........„... '- : ,,,,:: : .si Y": • 7:.4.::i' A: i-4'; ' ja 1 w 1.., ..... ,.., - ,, r ..ti . - , s .v iF' :: p t 0y, , F L v, y i.r� A "t, Vie:"�ti:a'i:.aiA, r . J� Vt . . . :c?.y ? U J�d � `y • .V < b r .h M K, .r.S.,r ,t a ,` •' ss K r Y �^ V L I. i s JF L f T, y "r t: s. it 4 &1 '} ,_ii 3's._ �'t3' � 'R i y t Lai a '-41= ..p - ^N• �'3'`` '#' tai `° t 1, H�` fir..+ v x -� } y ,t �' X 1 4' 14� 4 ` n- �r i .-..-,. :. :, ._,,, r. J^ �'4l1 , .S rt f� k Iy'. _ ..- , r y Dj'. ......, .. ........„. ...: :.n' fir, ! C t.a ''....j:.:. v.A:.,., .:-::.:,.,,,,I.L.,,...: :. :,...,_:.::,.-:..,-,. . : . ., .;, -, .,-, „ir.tr- rs, I 4 , . . ‘:;. .„.,,,,,7 ,. ,,f. .,' 1 FFFF ,..4s r--- � , r.i .G E t. , 1 r. r, iR .: '.y-..: . Es.. . ,..,.::;_...,.......,_.:,::, ! - ,__,,-,, . k 14 IL ... .....____..:„....:,,.,:,.7,1,',"4:::',.....s.;,..-7 Est " _ ..1.-,..„_:m a gi, - f{ I t �,�, r , e rr L.- {p ■ Syr t !- • $ M' yic , ` '"t' � 29 3. DOCUMENTAT[ON OF NO CONFLICT OF INTERESTS WITH THE VILLAGE OF NILES INTERESTS Neither Stanley Consultants nor I, Larry Thomas, have: any financial or other interest in the outcome of any project/pro- gram I will be managing;any agreement, enforceable promise, or guarantee to provide any future work on any project I will be managing;associations or professional or business relationships with anyone who has a financial interest in the outcome of any of the projects/programs I will be managing; no one with a financial interest in the outcome of projects/ programs I will be managing exercises any control over my employment, pay, bonuses,or any other area subject to exter- nal influence. In the performance of my duties on this project, I will represent the Client,Village of Niles, in an equitable,ethical and unbiased manner; disclose potential conflicts of interest; document and work with the Client in cases of potential conflicts of interest; work out a course of action to alleviate such;work under the direction of the Client; maintain the confiden- tiality of related information to which I gain access as a result of this job or assignment, including documents,electronic documents, discussions,comments, or meetings that are sensitive or confidential in nature,even to my employer; refer others requesting information to the Client;disclose and discuss with the Client for this contract in the event there are any activities which could interfere with the ethical performance of my duties; not select consultants on behalf of the Client, but may assist in the contract negotiations with other consultants. I will not access information unless required to do so for the performance of my assignment; inappropriately disclose any information gained; use my assignment to influence selection of other consultants;allow others access to Client systems granted to me as a consultant project manager/program manager. 9 4/ • if Larry Thorax Project Manager May 12, 2017 Water Supply Design I Stanley Consultants I 30992 ry .V'.Li: f Aw•'. ; si: F ,�-3•A,�Sx: .a'.41- t;-IT!.: it r: '•:htr!^ p;,,fil a s 5,.as ,s• x..:',.,ie_,;e. '„':::n'a,,:.:�r5t'�:._ :z•+�✓° •... K.?.Ei`• -, a i T: �'^ ,x•:. µ(f} ' { 1`..1,``x ,h.�' t.'d°-.4i.3•`:e J 1 .=iFv�i'' =''F, .. ..„. „.„..,...,,.....,..„,„ {4T ::�.,. _ ,.a .„.,tst:, y u-S '.,:. h� '.i :�.f,:,rv,.,C�,..„ a �.., �' •_,..,:,.,.....„..:;.:.,:,.• '.,...,,,,„•:",„..,.... ....;. ....: . �`:C� :t�: �r•``%�..+z:.�:..x :,v'Xr..yr 'j1;i� 4 '�,i�'.n ! i: 'Fr`�t i �.. �:. .i. .� 3hG 'i;".�`'°a i ::''.• a�-niy?t'•�K•.' �%%-'''h�t E; ,. - r' �. tr rye �,�!.�'S;,r.N,3:,i• Sr;..•y �.e :�e�'�� k- L.;;` H - S c r 'Y� : xzro ', Q • .J:' ,:!.V b'F •-N s:�:. • p h•; 6r'Z G•b4.4+.t'• 'Ct I:. E try z p''4i ',,.. .s,r ,gF :r<. Lk: ,31,;.4.....,..-.!;,g r agsx^+- ii.cif.,`'.: ; `;'! grz.,,r.;".::, ": =_,;,+gX.^;'•,',,*";v `'[-,:wWi'r.t -"� .r.•. s.'f"�4n°, ,�?•.n'z• `±a..v:YAK.`:-..iiY „ ..:.,. .. t: f ,}( N 4i' T c' 1 C kr.`ik ..I,rr,f., ...+'a b r .a. q(K}r t pL $til' ''ait` i L+-q„?.�S=j5ti nii'r 1.._rt,.Y ,�'' 2'• «� +f t-b"5' } '{.,-- R .' "- +L r ':-.6 ;::•X 'J S s ; 6 r Y a . ›..:...1„.... x P 1! l�r.. , d � .r `.: J� 2� S` '.:- J,WJ ,v *', dam} :-..!*..' -,t'NT4,. w ,:iN - X S - ` ,tyf,Y,.-.r 4ary.:e4'e• !.%y.. kid riA... .. 'S. -:,..:.,...„..„,.. •_. ..,.,!,..-.:.v„. " ..?3,,,,i.if,it.ey.:,•;;,,,,,„4-0.0:„.0.).,4,-,f;,!,..R.,,,,•:-.:•..g.:•‘,„.::::::,1,:,.,....4t.•• :.:-. ,:,.:•1,4•5V....%:;--,-. .:It!I.t• : :.• .. . _,,,,... . _ _ 2 . ., ,. __ .,...:. t SS A.,,,,v . '', „ ..,,F..,:: :^' :' 7 X ?f .-..,,,,,- 4 '-7:' '"77'4-'7-2--'''-'. ''' i ' r P.' �• v V a'f. -Sa'.:5,;, I�>k' . N4'`:: < :'" rr _ i?'•E tr,,X k'x^T- :f17r . .L~ .: f ' Y K t. ,`r { eaLl"1 `St t;'Si.. i'K`:y.:`.;+,.t r u • .NIA •- v cr ...p Ayy,sti:r ;a., ;S d• o-,4'"`.,,._;dL,..p h.: :Y.`y J,�x,.. w>: `; ' - Y ,�y + , 1 • ';', '''' - -',,--'--,',v4-.....,':- • .':-,--.-..=-:."i',V.i - -- 1 7, L .-., -, f ---..-:,. -:',:_ '..'- ,' _ 7'-,'-,?:, . f,.—p-i, rz7.4.-, [ p Ufa f ;F i x i S4t 5 �!k - -'i 1 c to _ t � 7, t { 3 1 T r - r i. r. F ,r d` �`t x r ° y. `;,� . x :;.-.4e:,1:- '-.` . •.•-,:s.,:. - -. ,,---. ...: - . :.,':-... -,. , • . -. : . --1' pr ,,,...-,, ty7 I 5 3 x '�„ ._i f.. f t (r. r S 4 . . _ _. 1 \ ,-a{. - ,.._,...._-_,...-t,,, ,.,,,I.,-„,,. • .-. itt-.:,.;',_.,,...:.-,,:,4,,,,.,, .-:,.... ..„, ..:.:,„..:,.,4.,,,._,.:,.,.„,.,,.,--...-,._....,-.-,-,..::,_-.-,.,,,:.,-,_:,:-../_.,_.-,-,.:.,,„,....,..;,,,.f.,.,.,,2-.,.::.,-,,-.c..,,,,_.:....:„,,,.,„-....„-..„...„-:.:..,,-'' 2 . ,4 t,,. _ - 2--... . i,. 7v.„,,,,.,,,,i,,.---,-7_,..„._ . -- t s -.-- 7•'-'_ •''.' ' '- ' ''''',' ,' : ' {Y E•i - A >f t Sz +P } Pw i.a ii- 6 ;. il i k, • _ *r It `s is • t 5 : f .. * X x 1 _-A - t 4” I f - t i : 1 moRT 6-1t; C, ovc rt{erg �� so ' tF L ts' `urn 4.4i vNy. dFiv:�, 't,.s 4. RESPONSES TO VILLAGE OF NILES STANDARD QUESTIONNAIRE 1)Address and description of the Firm's place of business.If more than one place of business,list all places of busi- ness. Response:Stanley Consultant's place of business in the Chicago, IL area,along with other places of business, are presented in Attachment A immediately following this section. Our local office was established in 1953 and houses a staff of 60, made up of survey,civil engineering(water,wastewater, and transportation),environmental, mechanical, electrical, and chemical engineering,construction engineering man- agement, and structural engineering professionals. Over the past five years we have averaged 55 employees.Our firm is financially stable, shown in our the Independent Auditors Report for FY2016 ending April 2, 2016 will be provided for your review upon request.You may contact our team at the following location: Stanley Consultants,Inc. Local Office Location:8501 W Higgins Road, Suite 730, Chicago, IL 60631 Primary Contact: Larry Thomas, PE Email:thomaslarry@stanleygroup.com Direct:773.714.2015 Main:773.693.9624 Fax:773.693.7690 Website:www.stanleyconsultants.com Most services will be provided from this our Chicago office. Our Other Office Locations: Anchorage,AK• Phoenix,AZ• Denver, CO • Bonita Springs, FL• Doral, FL• Sarasota, FL• Tampa, FL• West Palm Beach, FL• Naples, FL• Chicago, IL• Des Moines, IA• Iowa City, IA • Muscatine, IA• Baton Rouge, LA • New Orleans, LA• Minneapolis, MN • St. Louis, MO • Bismarck, ND• Las Vegas, NV • Austin,TX• Houston,TX • Salt Lake City, UT• Washington DC• Puerto Rico International:Guam • India •Jamaica • Kuwait• Libya • Micronesia • Qatar • Saudi Arabia • United Arab Emirates• Vietnam 2)The number of years engaged under the present firm name and the type of business entity.If a partnership,the date of the partnership's formation;if a corporation,the date of incorporation and the state where incorporated. Response:The company has been incorporated under its present name since 1986.The company was founded in 1913 and has proudly served clients for 104 years from 21 offices nation-wide,as a C Corporation. 3)Similar projects completed within the public sector by the Firm. Response:The following is a partial list of similar projects completed within the public sector. 1. Ames(IA),Water Distribution Study Update 2. Arizona-American Water Company(AZ), South Agua Fria Water Supply 3. Atlantic Municipal Utilities(IA),Water Distribution 4. Bondurant(IA),Water Distribution Study 5. Bondurant(IA),Water Distribution System Improvements 6. Crystal Lake(IL)Water Plant Engine Generator Replacement 7. Elk Grove Village(IL),Water Supply Connection 8. Galesburg(IL),Water Distribution Model Update 9. Galesburg(IL),Water Distribution System Analysis Study 10.Grinnell (IA), Comprehensive Water Distribution System Analysis 11.Jewell(IA),Water Distribution System Study 12.Jewell (IA),Water Treatment Plant Ammonia Removal Improvements 13.Lake County Public Works Department(IL), Pekara Subdivision Water Supply 14.Mason City(IA), Radium Removal from Water Supply and Distribution System Study Update 15. Mason City(IA),Water Distribution System Analysis 16.Mason City(IA),Water Distribution System Improvements 17. Metropolitan Water District of Salt Lake (UT), Point of the Mountain Raw Water Supply Facilities Project 18.Metropolitan Water Reclamation District of Greater Chicago(IL), Electrical Power Feed Equipment Upgrades 19.New Orleans(LA), Main Pumping Station Rehabilitation and Distribution System Water Hammer Mitigation Im- provements 20.North&West Lake County(IL), Lake Michigan Water Planning Group Lake Michigan Water Supply Education Ser- vices 21.Ottumwa Water&Hydro(IA), Evaluation of Entire Water Distribution System Water Supply Design I Stanley Consultants 1 30992 hf{1 ,, t r i. 31 22.Ottumwa Water& Hydro(IA),Water Treatment Plant Lime Feed Facilities Replacement 23.Ottumwa Water& Hydro(IA), Water Supply Contract Assistance '1 24.Ottumwa Water& Hydro(IA),Water Distribution System Modeling 25.Palm Beach County Water Utilities(FL),Assessment Project-Water Distribution 26. Palm Beach County Water Utilities(FL), Hammock Lane Base Maps for Water Distribution System 27.Phoenix(AZ), Design Program Management Services for 78"Water Transmission Main 28. Phoenix(AZ), 1-17 and Sweetwater Transmission Main Replacement 29. Phoenix(AZ), Lake Pleasant Water Transmission Main 30. Phoenix(AZ),Water Supply Treatment and Piping 31.Villa Park(IL), Water Distribution SCADA 32.Villa Park(IL), Water System Performance Audit 33.West Des Moines Water Works(IA),Water Distribution System Design 34.West Des Moines Water Works (IA),Water Distribution System Improvements 35.Wilmette (IL), 24-inch Diameter PCCP Water Transmission Main Repair Assistance 36.Wilmette (IL), Kenilworth Water System Interconnection 4)A list of contracts which resulted in lawsuits. List name and case number of each such lawsuit and status. Response:As a major international engineering and architectural firm,Stanley Consultants, Inc., (Stanley)becomes involved from time-to-time with litigation involving its projects. None of these are significant to the company's ongoing business operations. In order to protect the privacy of claimants and other parties, it is our corporate policy not to release the names of litigants or details and case numbers of specific claims.This policy can be revisited if needed to result in con- tract award. You have requested information regarding claims. Claims which we are defining as lawsuits or demands for arbitration received from clients since January 1, 2010, are as follows: (International—Jamaica) In 2010,Stanley was named a defendant in a case involving a hotel whose fresh water supply was contaminated when construction allegedly broke a water main.Stanley was involved in construction adminis- tration on an adjacent road project;the damage was likely done by a contractor working on a separate water line project.The matter is still pending. (Utah) In 2011, Stanley entered into a subcontract with an architecture firm for work at a small airport to design por- tions of a hanger. The contractor ran over budget, suing the owner for extras. Stanley's portion of the work was ..� minimal and it denied any liability. The matter has been resolved. (Illinois) In 2011, a Stanley employee was injured when struck by a car in a highway construction zone. He sued the contractor and owner, who brought Stanley into the case to try to dispose of our medical and workers compensa- tion liens. The case has been settled. (Arizona) In 2011,Stanley(along with the County and various contractors)was sued by drivers injured during road construction. The cases were settled by the contractors. (Utah) In 2012,Stanley was in a dispute over unpaid invoices with a design builder on a power plant project.The dis- pute has been resolved. (Louisiana) In 2013,Stanley was named a third-party defendant in a case involving the construction of FEMA emer- gency housing.The case involves defining the flood level. Stanley has denied liability. The plaintiffs have dismissed the case. (Louisiana) In 2013,Stanley was named a third-party defendant in a case involving the construction of a school park- ing lot and related geotechnical work. Stanley has denied liability, and has been dismissed from the matter. (Alaska) In 2013, Stanley and the project owner of a gas power plant were sued by a contractor for construction cost overruns.The matter has been resolved. (Minnesota) In 2013,Stanley was sued by a design-builder for cost overruns on a highway project. A judgment was ertitered in Stanley's favor. This judgment has since been appealed which determined a partial remand back to the trial court. (Illinois) In 2014,Stanley was served with a claim for damage to trees allegedly caused by our work. The matter is set- tled as between Stanley and the plaintiff,though the case is on-going as between plaintiff and another defendant. (Hawaii) In 2014, Stanley was served with a claim related to cost over-runs. Stanley has counterclaimed for unpaid fees. This matter was settled during mediation. (Minnesota) In 2015,Stanley was named as a defendant by the estate of a worker who was injured on a construction site. This matter is still pending. (North Dakota) In 2016,Stanley was named as a defendant by a power cooperative wherein Stanley provided design work on a transmission line project that has experienced mechanical failures. Stanley has not yet answered but intends to deny liability on the grounds that faulty components were provided to a co-defendant builder by a A.\ co-defendant supplier. Water Supply Design I Stanley Consultants 1 30992 'Tat (, ,r'I 32 5)A list of contracts defaulted,the reason for such default and,if resolved,the manner of resolution. Response: None. \`"'6)A statement by the Firm indicating whether the Firm has ever filed bankruptcy while performing work of like nature or magnitude. Response:Stanley Consultants, in its 103 years in business, has never filed for bankruptcy. 7) A list of officers in the firm who,while in the employ of the firm or employ of previous firms,were associated with contracts which resulted in lawsuits,contracts defaulted or filed for bankruptcy. Response: None to our knowledge. 8) Such additional information as will assist OWNER in determining whether the Proposer is adequately prepared to fulfill the contract,i.e.,awards received,chair of trade organizations,etc.. Response: Stanley Consultants, Inc., an ENR top-100 company founded in 1913, has a long history of conservative financial planning and forecasting. Also, In 2017, relevant awards include: Disaster or Emergency Construction Repair-Less than$5 Million Award » 2017 APWA Public Works Project of the Year,Arizona Chapter Team Members: Larry J. Leischner ISTHA Fox River Bridge Design Concept Report,Illinois State Toll Highway Authority, Downers Grove » 2017 National Recognition Award,American Council of Engineering Companies » Eminent Conceptor Award,American Council of Engineering Companies of Illinois » 2017 Honor Award,American Council of Engineering Companies of Illinois Team Members: Rob Koss,Scott Eshleman, Majid Zargar, Mark Werner, Also,our relationships with banking institutions span multiple decades, and we are well-positioned to perform future proj- ects because of a healthy financial state and substantial untapped lines of credit.These factors,along with the rest of our proposal should help the Village of Niles determine that Stanley Consultants is adequately prepared to fulfill the contract. COMMENTS ON PROPOSAL INSTRUCTIONS,TERMS AND CONDITIONS The following are comments regarding the terms and conditions included in the Request for Qualifications#17-04, page 10 (included on the next page). 1. Hold Harmless-We interpret this clause as indicative of a clause that may appear in a contract for the study. In order for an engineer's professional liability insurance coverage to be valid,the language needs to be tied to a "standard of care." To address this need in a contract we propose use of the language from our current agreement. 2. Professional Liability Coverage for Services-We interpret this clause as indicative of a clause that may appear in a contract for the study. Please note that our professional liability insurance coverage is not able to include additional insureds. To address this need in a contract we propose use of the language from our current agreement. Water Supply Design I Stanley Consultants 1 30992 TERMS AND CONDITIONS VILLAGE ORDINANCES .•1 The firm will strictly comply with all ordinances of the Village of Niles and laws of the State of Illinois. HOLD HARMLESS The firm agrees to indemnify, save harmless and defend the Village of Niles, its agents, servants and employees, and each of them against and hold it and them harmless from any and all claims, actions, causes of action, demands, rights, damages, costs, loss of service expenses, compensation, court costs and attorneys'fees which the undersigned now has/have or which may hereafter accrue, directly or indirectly, for or on account of any and all known and unknown,foreseen and unforeseen, bodily and personal injuries to any person, or any death at any time resulting from such injury, or any damage to any property and the consequences thereof,which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract. TERMINATION OF CONTRACT The Village reserves the right to terminate the whole or any part of this contract, upon written notice to the firm, in the event that sufficient funds to complete the contract are not appropriated by the Village of Niles. The Village further reserves the right to terminate the whole or any part of this contract, upon written notice to the firm, in the event of default by the firm. Default is defined as failure of the firm to perform any of the provisions of this contract or failure to make sufficient progress so as to endanger performance of this contract in accordance with its terms. In the event of default and termination,the Village may procure, upon such terms and in such manner, as the Purchasing Agent may deem appropriate, services similar to those so terminated. The firm shall be liable for any excess costs for such similar services unless acceptable evidence is submitted to the Purchasing Agent that failure to perform the contract was due to causes beyond the control and the fault or negligence of the firm. PROFESSIONAL LIABILITY COVERAGE FOR SERVICES The delineated services provided by Contractor, under this Agreement will be performed as reasonably required in accordance with the generally accepted standards for civil engineering as reflected in the contract for this project at the time when and the place where the services are performed. The Village requests Contractor's professional liability coverage for the Village and to all construction contractors, or subcontractors on the project and affected third parties arising from Contractor's alleged negligent acts, errors, or omissions, such that the total aggregate liability of Contactor to all those named shall be$3,000,000.00. FREEDOM OF INFORMATION ACT Contractor agrees to maintain all records and documents for projects of the Public Body in compliance with the Freedom of Information Act, 5 ILCS 140/1 et seq. In addition,Contractor shall produce,without cost to the municipality, records which are responsive to a request received by the Public Body under the Freedom of Information Act so that the Public Body may provide records to those requesting them within the time frames required. If additional time is necessary to compile records in response to a request,then Contractor shall so notify the Public Body and if possible,the Public Body shall request an extension so as to comply with the Act. In the event that the Public Body is found to have not complied with the Freedom of Information Act based upon Contractor's failure to produce documents or otherwise appropriately respond to a request under the Act,then Contractor shall indemnify and hold the Public Body harmless, and pay all amounts determined to be due including but not limited to fines, costs, attorneys'fees and penalties. 10 of 11 VILLAGE OF NILES,ILLINOIS ANTICOLLUSION AFFIDAVIT OF COMPLIANCE The party making the foregoing proposal,that such proposal is genuine and not collusive,or sham;that said proposer has not colluded,conspired,connived or agreed,directly or indirectly,with any proposer or person,to put in a sham bid or to refrain from bidding,and has not in any manner,directly or indirectly, sought by agreement or collusion,or communication or conference with any person;to fix the proposed price element of said proposal,or of that of any other proposer,or to secure any advantage against any other bidder or any person interested in the proposed contract. SENATE BILL 2002 PURCHASING PROCEDURES-CERTIFICATE OF COMPLIANCE Further,that he is not barred from bidding as a result of a violation of the bid rigging or bid rotating sections of Public Act 85-1295(which emerged from Senate Bill 2002-effective 1/1/89). NON-DISCRIMINATION Further,the undersigned,by signing and submitting this Request For Proposal,certifies that his firm does not and will not discriminate in its employment practices against persons because of their race, religion, sex,or place of national origin,and that the subcontractors will so certify in their own contracts. Contractor and subcontractors will pay prevailing wage rates and be licensed to operate in their respective trades within the Village of Niles. SEXUAL HARASSMENT The undersigned further acknowledges the illegality of sexual harassment and acknowledges,understands and is in compliance with Illinois Public Act 87-1257. PATRIOT ACT: Contract Representation and Warranty: The Parties represent and warrant that they are not acting, directly or indirectly,for or on behalf of any person,group,entity or nation named by the United States Treasury Department as a Specially Designated National and Blocked Person,or for or on behalf of any person,group,entity or nation designated in Presidential Executive Order 13224 as a person who commits, threatens to commit,or supports terrorism;and that they are not engaged in this transaction directly or indirectly on behalf of,or facilitating this transaction directly or indirectly on behalf of,any such person, group,entior nation. Vii�f Tony Nlardam,P.E.,`Vice President Stanley Consultants,Inc. Subscribed and sworn to me this rr0, TERRY A.CUFFORD ,T K Notary Public-Arizona day of 1� �t 2017. Merioopa County '14;,0o E.xpiro >s 0E414020 • By: _ .!tit ! I" ' - 'C1) C'1 The above statements must be subscribed and sworn to before a notary public. 9 of 11 Stanley Consultants DOMESTIC Of FHC[S ARIZONA IDAHO MINNESOTA 1661 E.Camelback Road 408 South Eagle Road 5775 Wayzata Boulevard Suite 400 Suite 209 Suite 300 Phoenix,Arizona 85016 Eagle,Idaho 83616 Minneapolis,Minnesota 55416 P 602.333.2200 P 208.999.3700 P 952.546.3669 F 602.333.2333 F 208.999.3701 F 952.546.4279 COLORADO ILLINOIS MISSOURI 8000 South Chester Street 8501 W.Higgins Road 100 Chesterfield Business Parkway Suite 500 Suite 730 Suite 200 Centennial,Colorado 80112 Chicago,Illinois 60631 Chesterfield,Missouri 63005 P 303.799.6806 P 773.693.9624 P 314.740.9955 F 303.799.8107 F 773.693.7690 NEVADA FLORIDA IOWA 5820 S.Eastern Avenue 20801 Biscayne Blvd. 118 Third Avenue SE Suite 200 Suite 403,Room 424 Suite 630 Las Vegas,Nevada 89119 Aventura,Florida 33180 Cedar Rapids,Iowa 52401 P 702.369.9396 P 561.689.7444 P 319.432.6910 F 702.369.9793 4910 Lakewood Ranch Boulevard Oakdale Research Park TEXAS Suite 130 2658 Crosspark Road 6836 Austin Center Boulevard Sarasota,Florida 34240 Suite 100 Suite 350 P 941.907.2071 Coralville,Iowa 52241 Austin,Texas 78731 F 941.907.2604 P 319.626.3990 P 512.427.3600 F 319.626.3993 F 512.427.3699 1641 Worthington Road Suite 400 100 Court Avenue UTAH West Palm Beach,Florida 33409 Suite 300 383 West Vine Street P 561.689.7444 Des Moines,Iowa 50309 Suite 400 F 561.689.3003 P 515.246.8585 Murray,Utah 84123 F 515.246.8617 P 801.293.8880 GEORGIA F 801.293.8886 125 Townpark Drive Stanley Building Suite 300 225 Iowa Avenue PUERTO RICO Kennesaw,Georgia 30144 Muscatine,Iowa 52761 Stanley Consultants(Engineers),P.S.C. P 770.261.8427 P 563.264.6600 Street#1,Lot 6,Suite 301 F 770.261.8428 F 563.264.6658 Metro Office Park Guaynabo,Puerto Rico 00968 HAWAII LOUISIANA P 787.774.0290 500 Ala Moana Blvd 721 Government Street F 787.774.0296 Tower 7,Suite 400 Suite 302 Honolulu,Hawaii 96813 Baton Rouge,Louisiana 70802 P 808.600.2808 P 225.387.2422 F 808.600.2809 F 225.387.2423 1515 Poydras Street Suite 2370 New Orleans,Louisiana 70112 P 504.586.8066 F 225.387.2423 www.stanleyconsultants.com 0417 _ ® Stanley Consultants INTERNATIONAL OFFICES DOMINICAN REPUBLIC SAUDI ARABIA Avenida Independencia,Esq. Stanley Consultants,Inc. Centro De Los Heroes,4th Piso do SNC Lavalin Edificio CDEEE KAFD Project Site Office Santo Domingo,Dominican Republic Area 6,Gate#44 P 849.633.7723 P.O.Box 3998 Riyadh,Kingdom of Saudi Arabia GUAM P 966.1.812.2510,Ext. 139 Stanley Consultants,Inc. F 966.1.214.2623 Sunny Plaza,Suites#203 and#204 125 Tun Jesus Crisostomo Street UNITED ARAB EMIRATES Tamuning,Guam 96913 Stanley Consultants,Inc. P 671.646.3466 P.O.Box 36255 Unit 104 INDIA Building C51 (Silver Wave Tower)Mina Road Stanley Consultants India Private Ltd. Abu Dhabi,United Arab Emirates 206&206A 2nd Floor P 971.2.643.9400 Rectangle 1,D-4 Saket District Centre F 971.2.643.9411 Saket,New Delhi 110017 P 91.112.956.5322 JAMAICA Stanley Consultants,Inc. Unit#27 Seymour Park 2 Seymour Avenue,Kingston 6 Jamaica West Indies P 876.622.7398 F 876.622.7411 KUWAIT Stanley Consultants,Inc. Kuwait International Airport P.O.Box 3789 Safat 13038 Kuwait City,Kuwait P 965.9.434.4506 QATAR Stanley Consultants,Inc. Office No.6C 6th Floor,Al Kuwari Building Building No.21 Zone No.39,Street No.343 Al Sadd,Doha,Qatar P 974.4.493.5625 F 974.4.421.3629 www.stanleyconsultants.com 0417 `` ' ., :41,7a,? _;4Y ! 1'.1¢11=r<'T'..... •• •...4,•.!• .„,...• .• . „` a xb + X:,.4::' .+1:sixSy' r� • •sr -i: ,�''. .J - P, -"Z'°.F:'.:Y'+�:�_:`i''':.x.::I: -K:�.3.-f^'. or'f;.,. Ei .!<',` .. ,. < r• F: 7 x w - �`f 1'7, 71 .•.M. ..•• 3` Lfk �"rr Tehe• 3r' yy �$ a r : is J. -'.11. r 4 _ s s el : , Atan: '.`J.1'%,Y•:,. , ti ,fir-,i v . S... i 'y.�hil` ,,, � A: _ -M•d _ ~ s•'a ' y 'J'k i:J P!�r f,y.'s ` 'r'i:t'4Y�,-':al�'''.:k'y4"::•:!'�t'• ".'.i•^`'.:a",i.,! !n e : i _ •`#'^S}'•s'':f a;•••._g+a.:_ 5:•a 1:.d •` `.: ;::;41lf:' f. i" f, - +j.:'';}„'P'.i•;Jyq�f�S.•. St 4 ' r " �i 11;`'•-•" ` i v �FS�i YJ#..N't1'Y6.. .4: ; ,xA "::•,-„,„g `:;d '; `y re'.r• i r•• .X_ • ;f• i«'.7§•; ' e A m 1 s.x"•"..zi+ y i ro - 1 Kv f �' ' •A -_. �`S",' 3t .ik: .a,a 1S:" J;V;. tk 'x • ' ` 4-t Y P,Y d •r "s i t.. i• .+ - " _ ' , - , eer d ft .:-e-nr,; j X1 y i g ... .i:::::,,,... ,, • t v Y:' ;... y v:s:. r l U D: tyyJ .ti 31,Y,s.•• l _ _ r,.��i •.w "A!i a['t£t Y;+?` •"a 4 .,'C..s: 'ter. . ; ' , s `. • - 1:4F�.vJYf':..•)f`:.r.:..r.YJ : ..'�`1,+'��..,-„I,`.•:,,Cylc t.1_:...: -~•• t -ice ' , iidi r: .:R - 'y �,.".4 i. - ;V. { wt 'F:t w'.T,' '',',.,'"r• b p,j::•";r:...t' b., •:i ,.+"I ,.iii_ .1':74.•4 :fit• Y.: `N. f .S rS''4:"'•.. n • �]n•xr},J ,; ;:/i,i'-,.••xg„..',,. , Thy r '`••;` ... :sK:�'.+f'YJ%4 Y4 ` 'i,' :.r r -.,,it'_ r Gy';'g; I 1. N L: "m.t.:.f. t-• :.�•.F` `Y+3. F =.-`ht�`fF S \ ..f - 4 .,.. .- t'::„.,-..,:-.1 le,,, fkk C '119.i ,- ;;O:i,..:itr: ' -� � F - s 4 i § ,f~ 8ti Ett : .A_ 3 „t--,'''-,,';-,'.-,4:S S , . ,,. rr t t. ,... .7 I I f ir z' [,:. . a i .. -t = ' ',,,,":..c,-', , , - . _-..I. ,... , , ..i.• . p,,...., , ..„.. .,...,.,. i .2 ' sue` 0 rl. .��adaa w - $, \Y," , . I, F.:5,,-;,, -_- - ,_ . „ . .. . EiR [1,4- s. 1 r j Y t �.41 APPLI-1 OP ID: MMB A1�.� ® CERTIFICATE OF LIABILITY INSURANCE DATE 01/23/2017Y) 01/23/2017 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 SELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED ,,......,2EPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,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 J.P.&Associates,Inc. P 5629 W North Avenue PHHONONE FAX ` INC,No,Est): (A/C,No): Milwaukee,WI 53208 E-MAIL Mark Behrman ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Crum and Forster Specialty Ins 44520 INSURED Applied Technologies, Inc INSURER B: 16815 W Wisconsin Ave Brookfield,WI 53005 INSURER C: INSURER D: 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 MAY 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR JNSRWVD POLICY NUMBER (MM/DD/YYYY) JMM/DD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 5,000,000 COMMERCIAL GENERAL LIABILITY PKC-101593 DAMAGE TO RENTED PREMISES(Ea occurrence) $ X CLAIMS-MADE OCCUR MED EXP(Any one person) _ $ — X X Professional Liab PKC-101593 01/25/2017 01/25/2018 PERSONAL&ADV INJURY $ CLAIMS MADE RETRO 11/1/87 GENERAL AGGREGATE $ 5,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 7 POLICY JE CT LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ''''..../ (Ea accident) $ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY Per accident) $ AUTOS AUTOS ( ) NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS _ AUTOS .PER ACCIDENT) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Pollution Liab PKC-103773 01/25/2017 01/25/2018 Each Occ 1,000,000 Gen Agg 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) CERTIFICATE HOLDER CANCELLATION DAIRYCU SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1-- Mark Behrman I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD acoR CERTIFICATE OF LIABILITY INSURANCE 02/23/2017 M NYYY) 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 'ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED \...._/EPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,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 NACONTACT Marsh Sponsored Programs PHONE FAX a division of Marsh USA Inc. MAIL -338-1391 MUC,No):888-621-3173 PO Box 14404 q :acecclientrequest@marsh.com Des Moines IA 50306 INSURER(S)AFFORDINGCOVERAGE NAICit INSURERA:Sentinel Insurance Company Ltd 11000 INSURED INSURERS:Hartf ord Insurance Company of Illinois 38287 Ciorba Group, Inc. INSURER C: 5507 N Cumberland Avenue Chicago, IL 60656-1471 INSURER D: 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 MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE IN SR sWVDR POLICY NUMBER JMM/DD/YYYY) (MMJDDIYYYYI_ LIMITS A GENERAL LIABILITY Y Y 84SBWPD2677 12/31/2016 12/31/2017 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY Prof. Liab. Excl. PPR9MISESO(Ea RENTED $1,000,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $10,0 0 0 PERSONAL 8,ADVINJURY $1,000,000 GENERALAGGREGATE $2,000,000 GEN L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,0 0 0,0 0 0 —1 POLICY X I 1,28-r- _ LOC LOC $ AUTOMOBILE LIABILITY Y Y 84UEGJG2404 12/31/2016 12/31/2017 �aBINEDSINGLE LIMIT $1,000,000 `� X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ _ AUTOS —NON-OWNED -R2OPERTY DAMAGE $ — HIRED AUTOS _AUTOS (Per accident) A X UMBRELLAUAB IX OCCUR 84SBWPD2677 12/31/2016 12/31/2017 EACH OCCURRENCE S8,000,000 EXCESS LIAB j ,CLAIMS-MADE AGGREGATE $8,000,000 DED X RETENTION$10,000 $ B WOFULERS COMPENSATION Y 84WEGBJ9365 12/31/2016 12/31/2017 x TORYLMU- OER- AND EMPLOYERS LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN NIA E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (MandatorylnNH) E.LDISEASE-EAEMPLOYEE$1,000,000 'DESCRIPTION describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,0 0 0,0 0 0 DESCRIPTION OF OPERATIONS I LOCATIONS!VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) Re: Villages of Morton Grove and Niles, Illinois Water Supply Corridor and Water Route Study Stanley Consultants, Inc., its affiliates, officers, directors, and employees are named as additional insured on the above referenced policies on a primary and noncontributory basis when required by written contract. Waiver of subrogation is included in favor of the additional insured when required by written contract. 30 days notice of cancellation will be given to cert holder per policy endorsement. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. `anley Consultants, Inc. AUTHORIZED REPRESENTATIVE \ - 18501 W Higgins Road Suite 730 Q a Chicago {L 60631 J ®1888-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD ACCARe CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD,YYYY) 4.- -' 12/28/2016 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 iEPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,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 NAME: Share Service Team The Horton Group PHONE FAX (A/C.No.ExtI:708-845-3918 (A/C,No): 10320 Orland P E-MAIL Park I L 60467 ADESS:constructioncertS thehorton rou •com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Continental Casualty Company 20443 INSURED ROBIENG-01 INSURER B:Evanston Insurance Company 35378 Robinson Engineering Ltd INSURER c The Travelers Indemnity Company of 25666 17000 South Park Avenue INSURER D: South Holland IL 60473 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:2054032511 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 MAY 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 TYPE OF INSURANCE LTR INSR WVD POLICY NUMBER SMM/DD/YYYY)JMM/DD/YYYYL LIMITS A GENERAL LIABILITY 6023587947 1/1/2017 1/1/2018 EACH OCCURRENCE $1,000,000 X DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $300,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $15,000 PERSONAL&ADVINJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY PRO LOC $ JECT ^ AUTOMOBILE LIABILITY 6023587933 1/1/2017 1/1/2018 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 Xi ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS (Per accident) _ $ $ A X UMBRELLA LIAB X OCCUR 6023587916 1/1/2017 1/1/2018 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$10,000 $ A WORKERS COMPENSATION 6023587897 1/1/2017 1/1/2018 X WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 B Professional MAX7PL0002405 9/9/2016 9/9/2017 Occ/Agg 2,000,000 C CyberLiability 106626323 11/7/2016 11/7/2017 Limit 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE FOR INFORMATIONAL PURPOSES ONLY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN USA ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE \T I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD ACCORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 1/4/2017 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 ZELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED •■.�.EPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,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). CONT PRODUCER NAMEACT Cheryl Harless Arthur J.Gallagher Risk Management Services, Inc. PHONE 563-263-6044 FAX 563-263-6667 100 West 2nd St (A/C,No Fxt)• .(A/C.No): Muscatine IA 52761 ADDRESS:cheryl_harless©ajg.com INSURER(S)AFFORDING COVERAGE NAIC II INSURER A:Travelers Property Casualty Co of A 25674 INSURED INSURER B:Travelers Indemnity Company 25658 Stanley Consultants, Inc. INSURER C: 8501 West Higgins Road#730 Chicago IL 60631 INSURER D INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:95191296 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 MAY 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 OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER SMMIDD/YYYYUMMIDD/YYYYL B x COMMERCIAL GENERAL LIABILITY P-630-4885B479-TIL-17 1/1/2017 1/1/2018 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $300,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ 9 AUTOMOBILE LIABILITY P-810-4885B479-IND-17 1/1/2017 1/1/2018 COMBINED SINGLE LIMIT $ (Ea accident) 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ X OWNED OS ONLY NU X SCHEDTOS ULED BODILY INJURY(Per accident) $ AUT X— HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) _ _ $ A X UMBRELLA LIAB 1 X OCCUR ZUP-15T69985-17-NF 1/1/2017 1/1/2018 EACH OCCURRENCE $20,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE _ $20,000,000 DED X RETENTION$10,000 $ A WORKERS COMPENSATION PVYCJ-UB-4885B47-9-17 1/1/2017 1/1/2018 X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE SPECIMEN THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATI E ''''T I Zrzi C- 1 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AC CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 12/29/2016 ITHIS 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 ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED ��,1PRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,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 NAME: Susan Simoneau Ansay&Associates, LLC. MSN PHONE (A/C.No.Ext1:800-643-6133 FAX No):60$$31 4777 702 Suite N High Point Road a DDREss:sue.simoneau(a�ansay.com Suite 201 Madison WI 53717 INSURER(S)AFFORDING COVERAGE NAIC A INSURER A:CNA Insurance Companies 5289 INSURED STRAASS-01 INSURER B: Strand Associates, Inc INSURER C: 910 W.Wingra Drive INSURER D: Madison WI 53715 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:784816256 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 MAY 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 SUER POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER IMM/DDIYYY'O (M /DDI MYYYY) A - GENERAL LIABILITY 5099170076 1/1/2017 1/1/2018 EACH OCCURRENCE I$1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $900,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $5,000 X XCU cov.incl. PERSONAL 8 ADV INJURY $1,000,000 X BIkt.Contractual GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 1 PRr7 O- POLICY X ,IF LOC COMBINED SINGLE LIMO AUTOMOBILE LIABILITY 5099170062 1/1/2017 1/1/2018 (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ PROPERTY DAMAGE H REOD AUTOS AUTOS NED (Per accident) $ X $ A X UMBRELLA LIAB X OCCUR 5099170059 1/1/2017 1/1/2018 EACH OCCURRENCE $2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $2,000,000 DED X RETENTION$10,000 $ A WORKERS COMPENSATION WC595126844 1/1/2017 1/1/2018 X WC STATU- OTH- AND EMPLOYERS'LIABILITY TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N NIA E.L.DISEASE-EA EMPLOYEE$1,000,000 (Mandatory In NH) It yes,describe under E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS below A Professional Liability& AEH113974097 7/11/2016 7/11/2017 Each Claim 2,000,000 Pollution Liability Agll egat Acts 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Certificate Holder THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ''...-T AUTHORIZED REPRESENTATIVE _......-?;,. "44/00' -2—,. I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 4 . a e p tarj :C,• , '.�tat� 0.07'?:x~..74. FSw tS�.�yVC $,f••'' - F. 2 \, 'rY IStJe >r<a •.:s[': . i �r fi;T •j a:�'' �,! t��r�y�.r�',r p;�v'::7'�t+y,.-;,sa:'3'�T j';_"�<' ,�,..,'* •ter i. ,i: 1-1s ray:-'''r:: w<''»a•:t,f 'qti.• f„d « *'G 'a -` i ::•4 taa 'r k <. . 4 L Y k i $ f e, r�s 3 : . .. ,„,„..., , , . ._ . ..i.k:::„.4,,,..!..,..,:::„.,..:,....,.:.t..,.,..„,..,...,,......,.... . li.:,....,.,..„1.........„..„....;7.••:' , • ' y 4 l 4 �.4:'tR,` � y la ',a s ' SS'+'- sR:.!+A � -S2-,�, ." t FYY.. . � . .i s , ., . ' :.. ; B ,,,:1 a¢ � > ' f } v :ma.a ;4? ' r.' ,. " ' '.ii ^* .' a,.7:" 3,4 - ;F'" (. ti '• c, • ' ,s's.-' + < - . .,.x-� 't :s .v - =-,' '.' -.1.- ., -:... . ^ a�h ya � ,j{p5y`< f .a6 .:4 .4 !,. 5 tL t .Y, ,•20;:-; -`-.:''''=;-,".t!i ` l V . K. _ - b:?,^: f.s•'K aA 4r. ::4;jl;'i.,.: 'i - .,/ ^J ,-" i' '"' f., _ra S■r``~ ` '..r x .:�..4 ^T`;- 'Mni� - - 3roesY:.as7 sd::tia ,r .3 m t k r _ , • . 5 I., a 1 V6-- . N 3 .t . �+b,xY� �n': •r 114 $ � e �.'Y•'"� :. .,1� �Y r � ! a4it a3.3 r y °,.n' �:kf; s x ? :'t, i •i ' • o ,e. y�, '�'�' r e ter,x� h& -. ..r,'::= --9 A ;x # 7 s.Ar, � XY �, A*' F1"2 13`4` • +6 - - 4;xa dx ,fix Sv'"4 °.. .a4,i' - rr ��i 4 4 is ,}:.ti•wia d`.y l''.- '':'.'..'S-.4:.',.!f-2:1'' 5 - .•!.-"J.'[:;r:• :..�yr,:}�' ? �. f ,,"' ' -;C'r y '1_,'. •' "... 'n,...r .!!-'K 1iyr t7:: A-:4,-„,.. .r >< _ • 4.r• rP t's +:. :` r r•. Tf 4h rc', �tlh.-V.FI' '::f"' ..:<i«'sY:••.:i'' ..,!;;,-.N,:.'.••:..s',• ,. �.f`.'4, ..�%�a:%a�,.° :3^:„vry�.. r yy,,�*,. . E `S y•,', .. .•,,} !fit- . t.. ..r.S..'A:°"wr:yrts.i •'yr 'tr1. I 'i7.$'. •A=1:,w!+"s'Twa ..•its': `•S-. Y...,'?' arir::` e.4.s^t• :l�-y" �' '•;l:' ':}6'� - -•?f�:i-1':'�] r� •� 'r' s• - ° • t7.- -.,'k ;-- t r ''..i r�iww'�. "y:- i ':. y 0, ._S t t.l ...,y�,a�i $Y�.�pr:�.' :•••AV M„y:. ✓.'' "s •ya .Aa•;.. ,.",4jgrf;?3:fieq::..: rr $ . 3 r a , it r.:# , • . ;d _i ? K yx x 44S�1 '` s ywY fir x y =-p E 44 Li.f4 1 , . . ' ' - , _. - '-• _ , _, -,,,,',;' r L. .•.,.., -.' '• •, ' r-"_-•- -"';'_' •'••••'-'-•,-•. '',, ;. - ..- • " ' ' '''-•-"•t ,r-,k.l. -• , —4- . . .,. - L: - ., ,'.-•-•-•• - ...--...,'. , ,-,,•..,".-,.:C"'?.' ' •-, -",`.-:. ,'••'4,f2••-'"-. ,.-., : ,tr---..-',••-;.•" ,"-•‘-..`- '". ••-'' ;'''r• ' r ■ ,_ -, • -, . - - •`,•°''. ., ,.,..--;'...;;;",:,,,:..,....",gf:if .-',.. • I ", .;, 1-4-. ' .,". •:, •.•.`".,,: .. -:, -.,:-._•".C...,-,"i ' ;",•,-' , ,,t''A.Ji.1, L... r -.,z.:-. -.:-',' - -,-;'-,' ''"'","Ie..'',:','Z''''',.;:•,.."!'":".."4;.',-..9';;;•••;:,....',''. I' .0 '' '''- ',.'■'','-. '..''' ' :'. '''' „.--$---L ..4..:-.'.....-'2z4-,.,:-,-.-. :,----:.,-.-. .,4.40sogr.;;.:-. .tgt,e,..,......-,i,...,i,i,.,,lky,..." , ,....-,,-,,„- __... -,..-.-,-_;, . -.,. '!:-,..::4',',,,-- 2,..-1_ ',-,.f. ,-r-• ' ''.-,...,: rt t I"•:ii' ,::•'•:•'[.."-.:-'rt...'-'* ' ''-.' ' . ,,z-,..tr-•ti..-,.,•:' - ''' ,i•:."•,`.;,,- -'-'•-..".' ',..;.-.,,-,:". •-•."..- --:•-••' -,,,-'',.•'•.'". - •••• ; .-. v!.44, rr.,,,, [ . , ..,-._ :..,; t.-,,,.,_;.-J, . - -.- r - • - ;• -;;J:,-,y''•-;%-k:":" ' - •-••".1-..-..-,::!",")'-•".,{s-" ',,-.. „,' ,-. ,••••.=., ;-,,.-:"•:. ....1•!'..:.-.•-,'"--- :, . '•--.'4,--• • . .. 1?...:'-.*'.-•f"Ift- -, .-.": ,"•••••',". r.'"-.., , •••. , ...: ••.• -, .... ..-,--.... • . 4 '' i'L'T....'. . ,.';::•,••.s„..!'-',,' . , . , .. i ,-.....':,...!:....‘ .:r. . .1,.„,.• .4..., ,,... ,g,.' . r. %-..,-2-, r'.:,:,-,:';•,.--.'•" i::_,. .,,;"''',4"."..- '',.- -.....,:i''....''.-.:. '.'_ . . . ;i‘... '',',. I.II '''....:::i.'Y'S5 '..orittil '.'''''''Y.E, fill' 3'''4 f-''''''S.i ‘ :ir,:''''',' .f.'-,,'.:::: '''. S•:.':' "' ..'-.: : ..;'' 1.: '6;'?--:::-,' - i ' - . .• ;,.',...,. ,::7' ''. =,'',.. ..".'-''''.-::':-.,-..'''', ''''''',:.:..::„i'l,.':' ,',. :11.,',. ,1•'.f.'.::':',:(: :.'.',,. .,' i ;:•i.j...,:::.,;',„ '••'.,17,,..".":<,.- ' ... . :-•'- '.rl'Sf''..-2,-.'"f v4',- ' 74,14t. -:' '1,',7:- ', . .. . ' ,. 1.;,- : ...',.. . ' i-,•':-;,,,, ':. - • .-.• r .' ;;.•••4•''' "..-3;;,..,'Yi•-•".,,,,,,- ' ,,: ,","iii.".:...".,.•5.,,,t..;?'-....." 4..--.-7 . • . • . 1 -• - . ..; -. k--si, . - . ... _4 .[ - -.$:,. I.,...k,-'1.': - At.. .--. . .Y.4' - • • - • - ' •;...- - -,,,-,-.,,:•- •, tf. -,,,'''' ..-.-i.,.',-..,,,- -.1,....,..-,-. ,:..z: ,. ,- . -. . , . •: . ...,:,t,_?. 1,- -,-,sz.s-_,•...T.',. n.,. '...,.-:-.-- .s...? -• : . ,. - - • . —• • ,...--- -...., 1 i',..:,., ...-- -,...• .ii. ,!:iiii::, ;-;;,:=1::„.: :i... :.,,iil...,-;;;;.4. s'-.:' ...-....,...-- ._......., ...•....':-...2-...,:;.-..... -:,:....,:-..:....,..;..r.-.2_,:,.....:-....„.•...-:;.:-.;-:.:::: . , - ' 1. .- • ' ',-• - till •;•-•L".....1‘---L4`..--;---'•'. i tig.:-..`. ''..:-: -7,4:•::-'"-.•;'-'; .-• .'- • " .•'•'..• -':- "..• '.':••••.:: • • ,'''• • '., . • '. ' ' ':".:::-. I..:- . .. :!.‘ ..,'5•.•!I.:7' ':q.-'."-.\"".'‘-•''. -" .- :..:' . • .. - .- - -- - -.2.. - ? -- I.:••, -:.,•'=.;. . . 1 •" ' •' ' ''''' , J.- " ' :=N4k,.•° .4,'.• -,,,,- .-..."....",:'.'...... : ....-. ...` ....-: .-..-.....,:...i.:' '..:, •, -.'"-.,-, , - l'.-7. .......,,-, , t i- - i• , . ••••• ,,t. -,„,„ . , • . , rri--.,-;-• I E.1,r,,..4-,-:. .,,...7.,;,,,.:...f.,,,,..-.....,:-..•,,. -,,,,,,...,:..-_,:.,,,.-..--..--:,-,,-T--.:c.-,.-,-;- , • :'• • .• 1.•_•.,..---:, ..---,._,:.-..-..,1% ,.....,.:„------ _,--- V:7"i.:i;,-,..; •-•=:',...':-.'i,'',7$,' -,*1 '.-.'..._:.-.;:,--.-,',,:.'.. `..--: :-E--',-','. ':: . .,...:.„..,..•-•.- „,,,......... ,... eta i . t • 4 ..:r.i.: `.Z ''-,-._.-- ...,F-: L.:-.L: '. ..-... ..' - •...,',.:1-'.?.,:"..'. - ,--i''''.-:,,- . , ..*INL....1 1- ' • '-'` ., -', , ._-,z-,, ,*.•;.t.„. -,:„...4' . .- -,•.,-: '.-',-•..f,...'.... , .'• ',.:,,-i.- '.., '`,",•,4 ... i . . ' " ;"'ij- --- . •• ,: • .• : r''...".' '.'2',, i,:', ' ' ••••-••. .,- '..,.."'.....''''''.::::4:: ....'-"''''..•:;;;.‘•''..:21,.; • [41.1 -',4,,,, ,t • • ' ' -‘';' t:', • t ---'' L.,,,,_;,,,..i -. . „ . . , . ......... , . ; , - .. • •,..titris„,,,E, ..‘, ,.- . ...:. •,:::...,,,,:..,.. ....:.,,,,_.. .,. :••••.:... .... :-.:.......,...:.•:....-:-..... ......,, . .....-..., - ,-,_..1:. i-- _ - , .. r.- , -. %..,,.. . - . • :.-.7.,.. - .. 4-.2 , •-• e . ."., • I... . . . . I • • . A•t1:4;,=-,,':'; •,.r.. , .......• _ . • .,.._ , ._ ,, , - -- . : : • .,,., , , — ' . . ,.,.. , •-..•.,:. • .1\, _ _ - , • - -'-' ' -,'• ..,.. , ,,, ,, , , ._ ., • . . ■ , -: ,'7,".:."•., • t ' r " 1 ! , . ..- . , . i '...' •._.I ' / .‘..,-.. ,. ..'. , _ ; 4i-+' ;''. .....1..t. . - '41 '',:' ''''''''"';':'''.:-.. ..'::.•::-.:1,, " ' E F. 7 -' • , ' . - ',- - 'i, _ . ..; . 4,..•.j . . .. . ,., . . „ •••■ I .. '...' ' '; ,i,-.•L„...,-:-z4‘. :.. ',- ...'";:1.. ::! " " ---, 4111•••: :,,, ; ".S.. . . . , , . . b O r i �£ r F+ i„ Q 5 m S K U W W V r om�. v Y it � Z2, la ^ �' _ Z U r° K O N LL W I } it x ` \ -‘'''''-'.1-- - 7 T. 0 Q�F: s r r d - F i\..... �k` ' 0 i .. "�, ,,..°"� ff �_� 2 F o f v- g1�, of -7 i iti xy u B 6 ....r..-..s vwf o rr�...w�..1 rw+Vw r... wr...+s s.w.n arwn.n rrrernnw+n. �sn .watt - C # - . cz ¢: �' $ _ 4_ �H .. 7_ .. : � - - �_� ■ - - �� su _ - - >:- I, __ . _ _ ,. ._,. L. T j - -to, ' ,,. ,. # . t. _ . , . ,„..- „_.,..„ ..:__-_,-, _.;:_.-,.:.-.. _:,,_;_rv:„_,,..,,,t,i,4:1.;,.._ _ii.z,:,..=_Ii.,,,,,,t..,....x.„...r.,: i.,.,, _ ._, ,._, :, . _. c. ., ._ _ ,_i_ : „,_ ._. ,_. — „.., „ ..-.„,,,..., . 1.:.;..::..,,,:...,._:t,:„_,::,,..,_.„.„..„,..7::::::;:_it4 ..tri_;?._„:44,. .. .4 .1,,,,:„, sY , c.;,.. _ ,. ..... ,__ .....: ,,_ ,_-_-. 7. r k.,.. -' .. F • x s . -��� „ y,�{ m 4 --, ?� , ii fi +#vte'r%: - hir ° z�. ,4„Jv'�+ � ' t �x•"”" 0.4. F -t ' , : rs� • 4 r • s c f 'rte ry- ;. i ' -4f7- ' .sr� z ce€- .-�- _ i,` � 3 aasR = -te h . 4�4 's `"' n ° li' a$�r �rt' '* -' # tt' c e�w ; 7 k . • - g; 7 '; ,c ."g"- a<e�ln. a�a. �,-;-; . -!,-. . °fir �� r,,, „, 3„ ` �t � >, aa•z s `iQ ' J ` -%,.7-. t u- 1 ' * # N' y tG r &„. teaY9/� s^0 `K ua � y - ,.. -1,,,,--1.-Pi',',.., ' 's� xi ; > y ''rte 1 ., --- ,er! , ,- - ' _ ,' > � �. '.z, ° z g 4 .7 g.;" » s ' a ,fts 4,----,;"t':,--- <f,,, .im. <,-- x :„ �:'s . xr < t �°4 z _ s , ,it r y s t ¢r LC `ter c t. O, =' ,,,,,, $_' •ru... -,,p ..-_,' 1,,,,,4,t,r ..,,,,,,''.1 0,,,,,v ..,„",„ -' =,'-iro,,,k,,,.-tk, -...;-.,:-.04,-,...--01 ,...,..,,,e. __,,,,,„?.,„,,,, .4..r..z. , C- „:„,..,_, , ,,„ __ ,, .--,v1-1,,F„-&,.1., -vi'•••".a.17t7A-44'.C1T-4.4.447*c *.. 1 < .' ir ..;_t,..---::,..`-'-'1'-'°-‘,..,-.'%-":;-`4* " ..:;-,... .,--,-' .' .,-,-,.-c.5,.;.-i t.,.- . ---- ' ---s,. *,,,,.. , — ,,,_4 ,.-,..,--4„--, li.'"--v----i-4.' - FCC Ei:: I s � a. :-4-:=;:--,1.y - �'✓+s�fi4 - -.°E•7'3' �-.. . ' I rr ,� ,-- c ,- ` dam :-'::-tif_Ar-4.=--:::.- 1 '..;4---,,'.., ;;_i !..,;-_:-,..- „.- /1 '"- K tt'� rr " ice" .4' 2� s i { - sv�' 9 f -:'mac ':ci'a:ti ,4. k, � -., , ^k, r 't F. It e 1 4,., P a ` 'r i 't I a a , > Y' yai ✓ ':k f gr5 { =4_ N^a -r,r 3e a ' ' x'' _.,asse-S t,.,_3 a oi' 'r w " w x h ' € i i :a ?,F` .r ' f r . ..' ,.„._ .,<4r;_ _ r4ti IA limet C' UN ' t . s l 4 ' , *-• ii: t ;e - N�` -,7-. 't S ii- is f' } �' - r•. k%i,.ax'd�4[''F- tes'^c .k R 9zt a"z k i ''4+ N."!' ' , ' ` C LAI J tip ' �r .P ,� '1'- �,x*._ .t 3 1 `@4 � tea: "�^€ r# a asl s ,� .f t3 f L.' ' ; i'T."t,-2.t .‘.'',,,,-:-‘,.-`.","\nn,'`,\"...-" - .'''''..1`.;.::",' 4 4,,tv.- .fil* *.lni .-;,:"°.i-:-,'t I, . n -- --..--=`1; -, ***41,N iii.Ic.:::,ii--„,'-'-' 4 r„:',.„,,,,7.: tr,-,if--;2.,„,:t,:,:i.„,-)..-',,";: ,,,:f-A.,,, ',,,,,--- - - -44) cs,„44,-- - ,-;-ir,• -- , , ii,- , ,,„,,--„.,,,,,,-.4,, .,- - - .r. p / / .'-k-',-.g2,1-'',Vi,..',1,:.,,:',..',:- ;',..n?-;,‘...t'i'\:-it, .--, V ----..ttt k:ii. ,"'`.;-;',_'`4.,.,4;,-_,; v--„'-‘,..7z-:-,,I ,%,,,i 8iitt., , ;,.ti .s 7.Asa "' ,. ��� a -. ' `. g S ',I'd .1 'v" 34 d ', ir,-°::—.: `x '1'''--- d , '"-"-` �-- : 4 '� i *v � +�.� �.. 4 t ter# '� ze y, ;'''*el.,,: � _ x , `mss . , v. i4 illt --aC"ski^Y Z''-'1.",:'7":7.1.'4.4 f A . " r_` `- - x *i- 1-,..---1AT, *1.;,t,ii.J.. Jtt,-, .-.: ,-,, ,-„, -4. --- t yi:4,..- -it, , t ,1/4,--- ,,,, ''-'"- - .-rif'' - - - 4 S A 'Yk I -- f T :....,,..7.:-...-_, y 3 1°4 -ht E w.. h { t y Y q., i vF£rf3' S` rf - �P w fr ` �� \ b t f,5" ^gay _ j,„----4,.8,,,,,,,,-: x z r � `�a4 4 kl - 95.E i.� j � � i S is � �yy 'T. . -''',:'"-.... -'*t. . -' 7-N-PIAA4"-.1 \_.117, -, 2, :v.„4„, „,.,..- -1,..-,,,,t;;,-,...-f ,:---;!.---,, - \-i - - N, '-:- - 14._-4.4*.;--1-io.-..t.....-.. ...- t j i r� a fib -$ C W s ,t L �t ` x ar t v _. ' -`t r } r .'"5 d r , a F � is„� k , s I .`i $ 's,A, Z f0[V O ,E.' ' _7 s IQ p C 5..'",-l --'a..[ ¢; tx �.`'4�•'"? y Q E le ::.,:.,,..,,,,:7,4:. ...-:„....„..,,,,, ,, ,_� } � T '' 41'-=‘.1=',i'•:- ��� � �� � I�7` Q Q �� �y ' t ¢F 4, s f 4 �'=„ii._,i ��k' €�`�4 ..e. .rte 3 3 3. � U'o if?di f.;.,:. � _ _ r o € [~n h^ l id Y a - k- ? r .. i i':; � iiea NO ect y, 2P 0 1` U I I y t 2 °- may! ( c�i o ,I m 30 J 2 3 3 J U LL�a t J y x S N U # f i :k.[^ J �I l -. : '-'0'7i--- • .e`� e � U •42,12.:1;:,-1=.'v. :-.7_,,t=. � l .�i rl' O O a ) } R�,. [.:,,rr N `2t 7�Si�- !Ty i"aeN :. ''F qq. a ° a t '4d' '� 4>& s of-� � ,.\-- ns !9 s=x ”, w,,....z..-'' x_h .�' 1. L- e E. *� a g w� - f� C S a Y 5. TS:rl ". 'e ��Ug,N 3�',- ,,, —�-..: v J �•.� _ _I 'F - :s _ __rF. 1_ J ,1 oof � € , 'Z \ WW J[ E. - z >w wa '.:::::1,4,,:: :7:!.:H=7,: Gw O? an d 3 .- w Yw �v� az o plc - i� " fn-' Z � Q J F 'rc f O w ,. p 19 c , \tlf ez-T jlw f- RJ cc �. - i 7I �9® � � r`[.��JU �� � NRQ sill: w 1.1..-. JmW � a1,,,,7-:;;:::lit O � � ¢-L�% / , I I av [w 1 ' JUG 3@ ¢, WOCp P-=-a 14°': `L __�t t� J•ili li ' aE a F 4=-'----' , fir A Pd 0E1,epeU f -7 j $k?`� �l g Pile�lel,eWU ..&�, '«.�`�_' L��' i .��t'� t-'� � d �II .o ^ xn � S d � - ,.-54.---l_- � � �d 14 e,',-\=1 r-- ..."164. aY" W f" y' J ; A €t- �., it Z IZr tsx I se .- r# F'r;,-{,L: v ' ., a as .E p �-- i� i I ,�.z �,v' w;9 rp 0.. a - „ wY 1CL Pa.. a i N U 5g wow I1TI; ±; °,F; Jr:: J .� Z tiLf z J U � [:Faea - ': K i z G J i N ik X16,6 �w 111F1:-7i 7 _ Cyr i * crJ Z ,. 2 �"Z x -wiK [ t7 1 u x z tN O o rc e. crak KtoK '� t�s[1 12I s ? a H '',-.1 $11A F at�rrs?€ i,;?' i Ff�`�` �aiFi:•G xS.1�`i.GE i,,::.'G o 'FRR @ .Ci L� A. Ot 1 . r ` (/ iti F�1 �� <r Vv 1 E\ [F � • � w J ��2 a`� a'7As. 7- ..I�¢� 1T a 2 �i a �� ��s,�)i r a F; r,a�1 1�Ai I(i lip�e 44 `` � 1 Aa` ,.I rt d s e ri i m` W w a ar �` - r� --it y �' � a ( n � N o [: r d p �0` , of.� I I r )� I � � 1 I t. O Z r«fr• --y�. a—°c s Py ��fr° Lli sic.. t r �` i - a a C e x �'. ga -E:[ - = '. �. �' ha {.�#. 'r lE -.s 1 l flf��lk E Y r n; ,.�:' '�^' � .€ ))) f#=a�a:E R rF� `r .�iee�a c:€svalei; r ..- g =�' ^I ` ; GB ;?;1 pa uosI M N ' .�8696CI -tom-,r F w J 4i I` 4; 1�'p Cli.�!!E#,c.- t?"0.ae w_40 t g ( , 3 `�,p E fiu Q �!�S IE�1 t F II'k� ' ,vs+ � NE4afi S F{ � � i.R - Via *3 �� s:^ '6 I= 1 i '� i � c[ � k� � i [ tom. °,_11' '.C cu fi." rfC '}?"-ix "5"t it 4 . ��s .; C e 4'`.,.c:,....'*. = a` ' .,'.- 3, 1 12-3;. l�6'. _ rrit s .. 4D 0-4 . La u, § „, 8 ImimmEM .i' 0 ,-- trizi...."e..1.51E1111MIE -,.--.4 mommo_ -, Itt:'- .,' 1111.11111=====11111 :,::.;: q--Ltr,=4f.;.-": 1"`-:, EIN=MimmEmoMmmal .i.L'h,2”,---': ',,,i-ilit - i I " E:-.',.. .7A.% ' 1,1 i 11111111111116111711111111111111Eii%, .a„ ,.n X gq. ' :1 mill■Elo NEE= : g`LE,°-i'• , pix,,,,al:=;:g- ,.'' =mill.mill MIIIMMENIE ,'4f1f,Efl'i.-.,1-"Flli '-.......wmalt! mismilimmEN 4, 544,i,..!!",::';;:,'-;,,.. 11 -.......1-11...wirolll; . mm-1.1Moil omm:31. :‘,3 .1., .,:ii=11.,-el, :-P- ..m.1--mr&-mmil ME mill".1*1 , .;.,- 9,23:4;;;,..°,r- ,"../. ti- tql , ...m.111 1,t,„...2: / :l '''''Z'' MiniMmem.--1■1.1m::. .. mmomm.mmMMIM.11.= ir! 1 ,...- .1111"i–MIIMM=MMINI 1; ° / -,'11/ MEN Eumlmrmill,..;t; .! gli-j,_-,--frrmi. ,–E airmmEm ,,_...;,;-: -,1;.: •••••■ ";-]..:,t4 .III-7 EMI= ,.,..,/,,iii.,::::, - _, , -,:,_ -iii= Ell i -,•MmENE ;- .':.',7"::. --,::;:;:.,.,.:::: ma. i Ill : i:-‘,.': :. . M1 . - --,-,',',.t.;:-.. IMmiljw11 FI: . NE= ,: _-::giii.,,,:-ft: :,,_,. , byl„.62mi, ,i,-,,: : :. =,..1.-1.1 ,-,;,0:,,,,,L*7* -•„ -:,,,\,..;,-,.-_, i ')k,...:,,„: wolmiwititol-Emmo ---,%:)--1--- --.....‘,, "› IIMMIIIIIIIIIMIIMME Sit 2 1,;:l .:ij..:i' ::titirA,::::„,A,.,,,:,„;::,„„\,,•\ :'1,,.;!,::,f,-Iie:1 ii...9milimmw.alm im... ■ tt, IIMINNIMIINENEM.11 N i r 1.111MipmE11--:. ';„.HEammiNE111 r' **Xt,?,-.,. .;,--, ,,::, 11-,---- _,. A ., -,_';-:-,..--i4.,!tlf. ,111.■ .g, 1, ::S.2: mem= ,,,-.14,2T-z-; i ;,,- . all ',.'-2 ill ', 1.1 .z w..MEN1111 tOr-" ,:-.f:.. .-tli .-- MIMIM :i I EEIIMEIIIIo ''--,i-- ' °''' it 1\... I ' i A - .--4,-,-,\N !":„T,--:‘-..,_;.11-;,i Em. si• mi 5; "T`,. ., „-,:i.,,,,:,-!-_-- .,:-.t : .:.;., - ..,,,,i;-:, ,.._. -..:: .-::::=;. ai :- il... MIMI : .' , .i.j.y.pr,— Fti:l,,,,, 5E ': fZmil_ _—L. . .'mmmsimill. ummll ;=Pe, ..,T'' ,:. 21 ° 3..if Mil Z 1.i'5- —9_:411Nik, 8-" l ''- '.'.' -—1,- 4.1111111116....., !I,VILL: ',-:4,:•: .;,:i,1 1;'::4=i EILImmll'-- E .a',7:,&-- ;;;';',1,g';'.;!... immiN7w_lum11.111: t7i ;.::. =.III. 's 119147=-E5..:' ' Mil -- -ill'.1 i-'!'t;: IiH:'.. "`"t '_:',- III ME.= ,V,.-4.„--.,,o;,,,,:-..tr,,,,‘;:,14,'•• ..„., - itrffl'i 1 7. , :1'-- E ,: ,. ra.,„, :, ,!4.,, stg:ii , tit' ..E2 ,--`°.. 17,,L ;:,n:i F.,,i tji:, LIM P:ti,:.F„ I Et--"!°If ME ".L, :2 .: mmimmEl k . l' ' . ' ' S'71.1':'- IIM ' -'-'-<:,': __ L f':,i..-!, im NI= . 4E0E1 .,to., <:-:'-': 1.:_;:,- j' . MriMiiiim :''A : t_:,..%d4:1 ..2:-:-Ii: 7-11...,...mmlimimemE7mmi7:14:7771-7.7„,:.:."10'; tr.s .,.. I ,7 6 ' ill IIilig149,' V et-t ME .90,1 e Ut,1:4 , a In 1 mm7MBEs 117:4,v,,,,,,, ' i I I , J . - ' k IIMEILINT Ei• - ; . .! i'. 0 ,-- :- ... ---,--_-_:-.---------..- --„,_,_-_--..., --;--,- -• - 0- - ' - 1 't,.4, , ....„........7-7--"--..--7 1 .. •" I : - I , - !--, 1,,, 0;le,,,. ' 1....42--.7, ■.......- ..__, . .., LI. . 7 .,!. t- ..,.....;–,.... 5, n , 0 ' cm-4 S' . ,r, 8 , 0 ' 0 i `2. .....",N. . I I f•\-.? PT. ,Thi:'( Li i: : .. _ - - ':°V.:,..- . -i li . '. ..:•• -..::::'-il ii; '1 „ ' . . 1-14 . . : : 777-tl:WH . 1 i 2 ... ___"----- 14 i% I LHH'- '' '' :: :..-:::: 1HI.I .i' H • ,--L 'om' 9' '' 7 , , : „____ .‘ i ..r.f' t E;HH:: H „•„ 1H E,.`t'H': HH'H ' ' -z' - -`. -_- -73A----1 ° M°CiV31'1., 11 !'', ';,' ".1:1:Lh: ' • . -:,: l''.H Ei.: :: <, 1 ,-,..z...?, , .. H:r_,_.17_,]. 77 . . . .. . ., .. .,. ,, 7,,,, .... . ..._ .,,,:„_ . • ..,,,,,:.::: ,,,: ::.. ::. ,", ,.;, ,.,,H. :.. , it 7-----7, -... : • .,,ej.7-,! !iH: :•:- ":. :":',• i:,T,g1 ::: 1.:. : .' ::': . f,s !1, 71 ---.: 4 ''.1 ,* ::',.!, i ''',, HLH '-'",, IH 1k !HH! ''''' 1 .,, '-'-'• ..,-..-.----;":0S 1' ,i'''.' ' .' '',3' L',2 rtS- ..-; t I s ''' I 'I,. H, - fxr- r,--±,t 4 ; I 4.- -::1 t7';': -g.H1 '' :- H .. til • '1•.:-,:•:',-.-:„:1 .,„::;lik._:" li !';`";',1.',:-;s:';'-:• .:.-",i1 =!,-'::: - ::- I ;:•-- :k1H ' :''' •:::.i.::':•H ', :1iH: : „ . - - H 2::`g 'i' T---- ,,,, ; „,::,,, , .. ..: ! , ,„ t,,,,...„ .. , .H,;, 29.°1' ':''17' L- 'i.:-•:-„,:tt'7J-2,.' :1„,-T:14.0;•14: ::::':: i.-(;,:i-,',J!.: .'1-:: i '-' -::-:1 E-' HH: :--''H ii : :1 -J.:!' :::,:i., .) .;,::!Li 'i!lt:' "' ',. : ..,5 t. ' FY,g• F7',,L:119'', •,1•-4*.--s.:-'-'.: -':'.•t,: :: - 1:.•:.s. 1 ;:::' ..::.. : . : ::::• .! •,:.'..:, !.':, : !: : •' '' :-.. : • ::• :t... . 1.: 1.1 - • "H '''': . H .. -H: H :Wi :' ,” „'''' ' - . ' ' , .',.,- :4! . 7- :. _,-.:-.,"::-• -•::c c•,.• i :".". :..1..'i ! , 7';I . ..., , , ,.„ a , h : , . .. .:.:i?1,4 , 1 ! .i.::-,- , :-.1HH HI'l: ! '' LL: :: i '::.,1' , c'"u 'ilL!`2 !,1, :i .1"-,,7;- ''', ',. ,.1.1 1 1 ...-I ..: 'H.': ' ' . iy, .: :'ILH11!... 1 L'4. , ::'„!: 'LH' .---': I.;.!1=--- ,1.5:'-'-;7 ..' .'-.1 : . ,,., :,------::::::11 .: 1 ,4='-'--- .,l'ilt':' '''. *.. . H..-----1'...-- '... ..-...:. 1.,.:.,LH■:: :1 :.. , -2:7; I .; 1 ' 7' . .:::":, 1 'H ! H',H .H.'..:. : T' — --E -' ..:":i i ' ,-..':1 •H'H ,HH'LH:" K;, . aiHI:Hi '6.7°' ti_ Y:.7.r.;°" ,C.,7 '.. 1;1 ,:.H, ,i1,1 ''i, . . - H i •- ''' ' . . il J1 _,.= ,--,::: 1 I - H:::,,H, .,::::1:1! !i'!L•L. F7 --•,: r ::::- -5 1 ., ' I--- ---- . , .„ , .1,_-'-'-- : ,:::i.':',--1 rt-iVILd- L=.-, i - Ilit .......,\ il H `-.Hs"!!:i 11`3.iS: "II; --: : 1•HrT.:H : H'''': H..!-!- •:HLIr: :11 ''':': hH H4-''' . : - ,•:: t ff':.1. ' H.. ' : . : ' . .. a i1 ' -II nii 't•--1-J----'1HHL : i*IH • ,-':• -'Hi : il: ;j ::' LILH: ';...1. _ ?.,.- i-i ( ... . ,. .,, 1,,. .. , .:,. ,:, w"L ;:c ,1\.-.:_,,,,,,,,--:.-1'...7.:11;3;:". I 1, H, P.47.`13.1...'''' t.1' 1 I : IHH:H!':' •—• " ''' 'L:W 1',''':: ! :! Hr' ;':H''''' -7.-:'2: igl:' -,,l '="'"--;-,,S::,:-• , ..-• E.:,:•,) . 1 .:: :,•:H:: HH,E „ „ ,„ . ' - t..,,2 :,,-;',::-E: ":-• '.. !` •:-., . . ..: • , 1,. ' „ ' ... ' : I : e-'' . . ....,:, 9'."' :-.1.. 1. , 1.., I, - .:1':',, : . '''.. . . .• ...H .: !: H .H1 .1h ' '.: i„..:. . :f , ---, ,,-. - • , , .*:.,:-. :. 1 -.- „ l';' fr:HH ' '':: :': ..;- ;-' .E. I : , 1.!!!:.:: , :' • ->t 1 -,s: - "."` " ' . .,i_.:,: !. . 1- ; -7.1; T : HL H, H-.. .. . : ,. .,.", Illxi .:1 , :,: 1 .:-,,r H.,.`"0';:; i ' „' ,'.."2 H:Hi : .. ' ',7;,i.g.a- ',Y■, 'H HH '''l .''''-■-:-"!',,,,.1 ; 1 '''. Elit-LH l'i :": H:L HH : ' .ThIHI'2:4:HEH'i : : H 02.200 : T 1 ., '''' EllEHO -,LriH h .1A ' ' n1H.H !! ; -'--'-',1-]:::•-;','-i-,... .] :::',i'-',. -;'-';'''' ..-';-!' ;,:','`-',•''''.1: ': „--., .7'' >1••••,L4- L:,: ,•: .•: : H* :li 'L , ,,, ,. •. .' . ,,. : .,: :.• •.. iv. :.,.: . -7;‹ I T'L-, 4 H,,, ,"., ,,,Hh: :,11.T.,„ 1, ..,,..1! •-•,':, :..HH: !.,H .1.0 ., .! ,....-•,•::::4:_;:-„:„.,,:,:i::,..::::::::::::7:::_i:.-,•:::::::.:::::i;j.,,_.. 7 - _:: -: 'i 1 : .:,:• : •: : :::., ,: H,: :.H::: H-4 1J ::: ;t: 1 , : '6 --*: , : .• :'., 1:i... 11 1 , H''' .: " ::: lh '..:r •L:. :::•. : ",..: :: ,H iti.ii ,,. , i. :' ::::-:i.:: :::::::';::::'IL::.'",':. :::'':::--:':' '`::' :-.::;::i i 1 1 .:::2,--::::.:•": :'''''' : i I ''''''''' _ K].-- "-0t C, ' '• '- . I - - . pn. ■ , - _ ,.r., i t f.:., . .. ■ ..f..," '.- I d .. . 1 (D . ,. .,,=, Hs 33S ZI 133 13 iHolVil - 0+S viS 3NT _ "-“:7, ....c":„.--.A-A-+�� ' --_r ' r, it 4e r . ''''''-'4:-:::-,,--,-,,:-,_,.,,,,,i,..,,,,,_ti-:7--,..4::::,.._,,,,,„ }..6' a'�eUf fl _ yr ° �' zt`p " tl- (pt ��,a�pia`� -. „iii,,,----,:,-----, y 'r” . 'f 3=,,' $'2'' �„ W „,,e.,,,,,,,,,,,5,-„,,,,- ^�-' s .: .+S � £1 >+ J- -;;- .**fir 2 1 x ,_„. :L., ''',---2:-;',4.-"•,-4;--*!4,%-*ye,=••'' -Pi-- • ; -;:=- - '' ' "- -'-•:'' -* -,,,,,,,_ ---- ,.-•---7,:------ . R pis y Z �. �-:• j el ,�S _ -Su L y a rr -'" . ---= �ti � r #K � < _p g _.�' _t ��, '''s'„i � �� a t p, k�" t d i ' �v fC p�� r ams � -`i , -i,: i if 11.! i ti ' teg ° ; :^.,X 3 ' ssr '' t --' .� „ t-F " r , .�• It Ian '- D ' *-� tr``� rte,; ii.,_,.„ { mss }} r _- � #_ a wy't @ e ?`' � - f .1�9 x" . r $yrtea„_x , ' .s �'!!-- 7, ::-g,- -y '.---,-__"--1;-:- h R : ak"` c 's t ., ,, ;,- - ' � ems " amp *.i.,,,,:* .4..i,v---,-,,,,Ti,;:,rim t'1`� �- ,� ( kl � a � + �� �.- ^:,, pf* --.=ate"' �A atanle Consultants INC m e ; • I . I w I ° I ° .1 m . F a 3 n F Z p m� �tt W `3 `3 z O Q ' -6Z &17- _ W3j 1 a8b h:° LL 2 ii ii iii K i awe O W ° arc <ui z S WOK 5l. L60 • _ (-)a-0 6 > ..ii r. to of sgea r . : . ••• . ._:' _, . • • , _._ : . . , . . • • . ._„, . : _ . . ,. , . . . _ •.„, : . , , . • : . . . , . . f . n . ' • . . . . R R N,S11., o ' . p_ __ • 1 • . HnHn - Winl '\.. cal s• N pp ', 1 ••• • 8 II d IIYY r 4i, -iii i • 1. _ _ II I 1 • II X j 117-111.2 . : - { I 1 • ,; • ,„ $ I I • — 11I 11 " �r r s w e i1 EE _ "i > i5 ° 1 u w I ° I , I . I - , I ., I ,, I c. I ' O 1 V . i ''' W b V V Z Z 0 g Iti 6 0- :: LI 1•' 0 P C ,?. ■-,,' E x ........,, li 1 i n 1 1 cc 0 _ 2 1— / a i, ,,E3 I _ w , o. . .,, 1 0,0 i z . ,..... ir_ 1 o H f. x.-,.• E i c.) Z 2 VI g'flPd2 i0 2 •L'fJAL` r I 1 1 -- ,. 11 . .., 1 1 . , er..._.--,- I I I : I iii 4, Qr, W. hol ■ 9 -I CiDs, 41(■).• 1 II 0 1 i ' (..... 1 0 '4 * %„.......... 01....,10 - - le 1 Mil 0 le + — 4 •L 0,„ • . to id-V. . t • re L. ' a Num•,■po a. NEws,l■Ivy■••[4. . '--- .' ._.ill. 18,1•N■q% [ , 0, 65 # - _ _ - il I[L , .. 0 I , I 0 0 0 I , 0 rz. ' (11 vi II= cl e‘ LLJ I— ma < r- w 2 0 d i— CD tr. LJJ ( ) 1(I-) 0 Si 6 Z 00 uicl_ >. Lcilc tni— lc) cC Z , U I-1-1 >- Z N 0 w 0 ul CL I-1-1 < r-{ C _1•` L.9 z (9 -- < 11 _ * ' tak74 #i tn -i Em ,....1 (N) CY) -. ., ' - D _ - r .. , .. . _ 0 , 4 - 1 : . Nam= 0.1"M44114 2 . • 00 W i ' : - -- 0 mini 0 0 4,„:, 1 4 \ ,.... _ , .. ... i ..._ , -t", runic r .? 0) M>I IA 0 1 i 411 CIN°911143114 . iftiZ < 41■1100 . ..... . q .. , ... . 0 . \ ... V V i . t w ,_ 07 E co 1., .-41z11, " r ulimimiams o cf > 0 •-•• ...... *4, ,4,,C• 1141.1 bffa - l'i 0 F -J 0 i ',,,:e.,.4::••° 1 • -.tom -. II, _ ¢ y 4 vt ��/ wa 4 C✓ # c„ g y t ,?- T ,..,..„4-74-1=T;:x, i !-- ,::"-. ' ":':',.--', '' ' ::: 1:4;[-11.1'.::: rt ,. -.--ii,ititt„:::-II_ ''''';',.':!:,..•:-*4.,i.!rri,i.„;i7r,j.':i....;_4:��; ,,,,•c4=,,Fr=4---41":'.' -' ,-- — '''''—,,t,,.-1,..,-, 'Vri"il:ii,-.4- .1- ''� ' r€ .TfT �a. a L' .1 a'r f r k ,r,, --.' .. ' . '. r '-'...4....' 7- ---: I: '--. -7z.- - - '-. . q4 _ .'' t. ¢ ' ,,,,4.4 t } i °9n ! 1 AT 17' , T'.' +tY`�,^? ". wt .x[ r td^ t-+". e"',- {. - T,,,, i ,2 'v'i Esriy'@ �, 'X [g O P [[tt�� A l: 3e Y�anr. Cwwe p .µ t., .�' . a. ' y� Ed:LI:- _ .. 1 ? . ._,., i.., t.,.r, t. ! r rt-,,rr,„,,r, . r ,.„_ . . , „ , ,.,,,,. , , -_. : L t,-r.jr r %,.,-. r-.,,,..: r,'',',.:"7-,,,..::,.,*„-,.,1'",, ' -�ff� r i to.yy • '§t L k� iK d 1.y - s . _ ) yt 4 '-.".`7,:-.'''''. .' • rte w -1 - /�1�• f< Y ;, I .i p-' :' C1'.. '• ,Ay{ r a { :s; :4.1:1. 1! t '` dr. !t, C Y . ( .., . frubAt` lr'3K 7 y° Y c� F •f '-`-3' ' .'� �a.. Cx`+ r� Y'17.:44t4,.a r' v' 4.1',.. S a y . t.t, , r ! .:. Y '''-'.'..1.''''-' '''"'--t.4"--,e , f'.-:, 1.K hS 1 t` '". 3 ' 2 .,F , {pt■E' -; • (' ? k(`: c- 'gt,i i- ;!: t Ty r 5 A f.c t ¢ pp rr [ r',„'',7 � ▪ w r4:=7.,.:. ae y �"! � Y A 9' � � E S ; D*F � �Y'r n `EK: sjT(_«t rff t;.'-',.'!: e L.:L..-..:,... .i.,.. . , .i.,'-k'.... ,..j....4,.: _...kii,l‘e..,,,..,...,,,.5 ,.-. ,,,...,,,t.. ,,,,,,,,,1-4.:1)ii.,...,- ?••-• v....,,,,:t- --rf- '•---ri,g5'''' 4.,i...F.: r.,-,i2r r.r1::' Ft, 1,,,,,-,, 1,..,,,,,,,, ..' ..it:',.- v' wE;. �'. k¢ �{ `s H i F:Y �w.1'3 k I +w �i '''''..,',-1.'"'-iYC @4i14a '1',, Dii.:.h ..c-fE ... Wa ,�'C' :Ytr .IV fir. lkYt1ti Update to Proposal Page 14 1SF Camp at Duhail,Arab Engineering Bureau,Doha, Cost and Schedule Manager Qatar. Project Manager for the design of infrastructure for a 400 hectare mixed-use development that SHAWN GUSTAFSON, PE was planned for a population of 17,600. Design included infrastructure and utility systems for 22 Sr.Project Manager with Stanley kilometers of right-of-way corridors;including site Consultants g radin g,roads,p arkin g,road si na e&marking, (Phoenix,AZ) foul sewer,stormwater drainage,potable water,fire Shawn works with project delivery water, irrigation,chilled water, power distribution, teams and subconsultants while communications&security system containment, and coordinating with stakeholders for street&parking lot lighting.The construction cost for the successful completion of infrastructure projects. He will this project was$2.9B. manage the schedule and budget so that work is completed » J-755 Urban Combat Training Facility,Guam. on time and within budget. Program Manager from 2015 to 2017. Responsible License:Professional Engineer(Civil), Iowa#21426, for preliminary design of civil site,civil utilities,and Arizona#32421, and Guam#1892 telecommunications for multiple combat training ranges, main entry control point,and perimeter security His Career:Shawn has 30 years of professional experience for the site.The complex included a combat vehicle gained through his work on municipal, land development, operators course, hand grenade range, shoot house, master planned community, industrial, international,and breaching facility,and urban training complex with federal projects. He has been the project manager on sev- numerous existing and new buildings. eral complex multi-disciplined projects.A sample project experience includes the following: » Verrado,Buckeye,Arizona.Project Manager for the early stages of master planning through to grand SHAWN'S EXPERIENCE: opening for an 8,800-acre master planned community in the foothills of the White Tank Mountains.Among » Iowa Fertilizer Plant,Orascom Construction many other, responsibilities included preparation of the Industries,Weyer,IA.Project Manager responsible Master Wastewater, Potable Water,and Non-Potable for leading a multi-discipline team in the Water Plan preparation of infrastructure design for the 369- acre fertilizer plant site;including final grading, paving, drainage, utilities,water supply wells,water Employment History: 30 Years of Experience 113 Years storage tank,fire water pump,water treatment, with Stanley wastewater treatment,and pre-engineered Education:Master of Science, University of Minnesota, buildings.Stanley Consultants prepared over 60 Civil Engineering, 1994;and Bachelor of Science, Univer- packages for the project, involving numerous sity of Minnesota, Civil Engineering, 1987. disciplines and design teams.The fertilizer plant had a construction cost of$2.0 billion. Design and Anticipated Level of Effort: 40%of his available hours during package preparation was expedited to meet critical design. completion dates. , CV " 1 ^ U v) ..., ' ..` 17: '5, Update to Proposal Page 3 ,Irr‘ I , ,ii..- . 4 r'LL2 'r,--, Sc ."3L' Su z-6,--- .,, , cr, ,-.., co t E., LT.. I- -1= •'t u 'C'".,i_9) L., ' : .... 0- Ln te,th ;' ; ' I 1- u e`,--)Zr, a- Lu. -a- Lut3W- 16 -0->"- - z 2 •- LL! !_g--6' LIJ , 1 t .=' =' g'cf 1' -. .. ,. — r. 6—...-1.1 : I 0. ;z,-; n e u ,T, F ""3 e u- 3-0 -',9 8'T t..-,:4',. . ;:t 'E,s' 'A -fe- 4:' ,`;',Iii ' 8- `,q, : .. 0 E -.- iv: EZE "-=: ;:t a, 41 ° -' '',BE ° z't^ • . g ._, , , .u) ■"cl, t it a ■•••• 'I F C tO — .,..' 1;. 13 _ r o L______- --------------, -— - ' , s'H, E l' i ct 1:-.. .. _ ---Z;!.1t1teflrY-i .01.,:- I: 0 .1 _--- ,w >.r- , - to "-'2, ' .D. Ill t ,'' ''':; '-- -'731;•-- iS 'N-cf,' ;, , cp H Isi,-F, .-i- ■. 12 -.1 , '.1* ::,' ; , 1 •.f.`,.: 'lc, z-:;01:71 ,-;:l 1 c ;r-1 - - . ,--- -7---;-_- - ,,,,., !...-...1,-, ,. 0 I; , bp 1 2 z 01 -"-!, ,-:[ ..L'..,. '-'..-7„ i-7, 0- 4 dt„....,..4 „, , >. > >[[1:- 1, 13 . 2-[ !f - i- i0 - 01 .,- Lo"---- - L-: NZ.5..;:tr -, ,;-; -, to c) 0., '....T., ,-7-■ I"- E -;.. E '-, 1,11 i 9 co .-. 0-. 2 ... v;.It;In u , , 0 ,,,...2, -I '< 0CIZ `-[ - .'. . 1- Ov[173[Ailip"5 . w . 'Cc 'a,- E' .'•-°- ii v_ ' -I- I: E o w ,- 2 `c , = 0 " r, .t5,„;.;:: g,,E wor,, _ucu-8-_„, 1 c,... ,,. H 1 ....E 1 ,„ d- _ . ,,, ,. d d , , .., 1 d. c w •ii,.- t at.5 . r. ,, , _ *.!;.;,,s•-•-',,,,AX.:t — – :1'10''''.1i,'111t1k ;.,,i,1„-,-5-71,,,•;, i ' E - 'E '- : ,{ '''' '' `5-, a, 2 :: = " T-:0 v-i >,--- --_ VI !, . 4,, ,Zt V r s 1 5—— 5, '5: W ■ ! `. > >. >, cr co rn 0 . ,,,, .2 _, ,, .,.., >.!!-' in >-...-I ,..., E T.,..-• '5- il E_ m..",..c.4.:,i,,L j. . - ;„ irj- I 1.,, .") I ,, 1 c '1:-- P:T.;tT.:-1. -`-`- fl-Ir2. 1 "- zSE-c-`-EL■-- . 1! fp lz ZSa- Lual-t 2 ,:i< IIK% tptft;:zt ,T, [ 0 0 w ,,,,-0_ .. u, _, - , [ [,a v, .2 ....... c... [ [li441[[,,i, .- D. o , ;; ; i- II iii E °-..z alV- e.. tb ,7 a , '.1',,- ,!I.- e--g 1r,-0 z a . er --,,T, i, o. ° 11..., ; I I a ..r!.., 2., !, 1' I .2 x z ,s, . .9- - -i21 ,c,_ I ,!1.1- 2 2 I I' ! 11=1- tiSF- a, ■- zo:E Ha: Vucgal ' ''''' '''' c t-, § '■7- '1' < ''''' 0- , Jo 2 tir, E V, . 1 !, 1 1r .9 H a, I ' -' ' : I 1 ,_ , ! -•-!s- ---- 4-',_!,:--!:*; .e:,,,..,4. ..... : --,--t:', ;,,,t . . .' 1:-:',Y,11-.'- '1.41.r.,37-:-.',1 1'14.,"r:1-.---%-...--',V,..tz'=,;.44.00-t-'r!E„..r1,7,. .--.,,,,. '.: ..1',--L.4,-.7:4.q.zdx-,,-,i,,,,v.N. ;*-,',-,-,4,-, -2-i., .:1-5,, ifja',r.A.,,,. ...1.. ■&.lit•■.4-1.*,d.,A,..0* '-.-4--- ii,,..-It.--41F.;-,=: 1;t`..--::-'7"-:,.;....:7,-!'-'240..*14*7-''-'4"...it--,e1,:t: -.7'-r-tp,i4-7.„4..,,,,„..,,,,,,r,-,.;, ...4.„,..-„,,-'.7,,,„ - ttt-A- '; ;,,;,-t-t-t,',-1-tt,,f-it4'," 4, 1..„.111, .,.- ..: , V1.710.1- 11-,...-:=;r-,K,ii11::ii'.'''11; 'ett4*;ff.V.ji:-:,1if. -.,;„_&'1:;;'". -WAiii!' ---,!-.... 5,:•-.„k..„ ,...N1- ,•111'.",--,,,,._. u ' .. ,,,,,,, ;;,.--,,,,,,,,A-„,,,,, „,„,, ,„„,„, -,f,,, „. .,!.,:;,?r8,-it.,r.„.:-: , ->;-'-t:'1.71- ' '4,:,--tt''--7'rz'fr4-t-. 1,111''1.;1-'-111="',.f1:;,';,1";3"'-i',k 11117. -'-'1':"J`17=1 .-,:t' ..1.,dt ' :^ ' 1 ::-:.1"1'!-471 : 1‘11 -:.: ..,••••■,, -' .,- . I :: '1-, • 1,,,:k - 1 I , 1 ; v) i 1 _ E * ''4' . e":". 1 .r.,--.-,..,. ' ' F_ , -,,,,:,:g--_,-- I a' ,',...1 "'->::, 1 ' .5.,; 1 .... - ',.11"- l'a....11, .2 1 , , ...... -,........ C .k.:_,.,‘,: F- -- "! ! " -; >-'-z-- '5'71:■ ->-,- 1 7!!!°' -_',r 3-!'''74.:i.* !!"-i,':!,"...;.!! ' .,,4*;!;,„, ,t, 8 ___.c.9-:>-;c411 ,, ,5.,„ ;;', 7,„,t >- -5..,._ >.. . ,43 -- ' .i'■:1' 1 I %3, >-"Ze I, ,[1:- 1.'4.trr-w. y[i,•,,,.... 71;#![[..,[,1-.. :,'", ' ,[44-r---4.4 1:7, 1"---SUr' dll - [?:?- '-[ L-6. "rn' ''' >-...?t 1.1--# d&-[ anU r. uldi ; _TF,'-y--) 1 ':!ii.,,,--",;;;;,'•*.i':'!:3-'i,i:-1,--,:7,14 '''-'-'''' - ,,,..--,,,,.. ,_ ,.s Lu _ .-0 i r..- 1.= ...i.c. 2 -co cr < - ' 1= Lo -°- i :...-. ,.:-c,_ : ;1.01 -w a, ! 1_ LL, ,,,, 't t',.,- 't-->.:-::_'-.' i ' .- .5,, o- °- 1 4,r4-,...-i-.-:. ,,,4, 17; = •c . 2 e L. : ;2 -0 - Et E 'a', :,^, - g 1 ,.-- a' ` . 110E .E.,11 s23 ! .,,ki.'t_ 1 t; 8.;', 5- E ,',' -,', °--i i et -60'tc,' ...,..-,,-'i.,-0 z -c ) •I.7,-; 44.E- t , 1 z 3 i ', i "6_,, c ' -'''''''4„k,i,,:;-,..,.,:.,,,l,„1",,,"'",.,,, :„r',,,,,.;;I: ;,,,, tz, '',,•,' -,t,' ,i, a, k, i !J'i'' - •••...!-- i7, Cc' °:' ..e - ,, ie a. ,', I ...2. c ; ' 13 c na ! .„,.„,., , ?, . omc ,.,, . 1 . ...„ 19 Q) '■-- 0 ,0 I 9.) .,t 19 C° 1 1 E ,._ i ! -o ' I : •r.1,41',1 UJ . '. L L i ‘71 , --- >-i ■ >"--,- 1 --, [ I '0: t[..:, .c. 1 : -;:- '5-•0 [ i T:- - ' F.; ' ,; ' 1 ,..,'4.1- c 1 - a' - -7,- i .f.:: ,.-,-, >. H )-cn --,- • 1,;:.' ,; ;.- '5, 1, ,0), !, . fg, : r.:-.. .M. •H-_.---:-....';',' ; -',--„!.".,.1,- 0 ! 12 '5- z 1.: '5- ,-, ---- " ; .s.. <--- .7- i , ,.`g 0-•,`.-n) L-...- -, ,,, ,-, 1 0 (7, :';--- . ..c 1 ,.:, ,o --_- ,.,0, ,-,, I- --. _, i ;,,nt r,-,,,, Cji !,--, Ii .., LT 1 I F., '' ii, iii „.,''' 7, ■[ii- tr., ,.,, [j,C, H E, ..•.:- -..4,..-,1,1{-• >. 1:,... ce d 8 ,,-,,, g _i-t,,, , 1- .,.. z1 ; ,::: ts 0- ,..,1 ;r.,' F: z-,-, 11- ,i ,..,o_ 1 r .■-••■-'._ .-7-'--1,,-., 3 I CI. 'I a. d- ›- E `a3o_ :Cg. ''' ILL', ,LE- 2 ! , ,:- ■• a, tgE .:-.., % , . .•;7" E : j: -,T1 1 ,'' - >= 1-= -2i_ o c E ! '7,- 0 E !'-',!. ED - A' 1 !f-", r-; 1-- t o "5, !F.'. E,c•c% !!-1! o ! — (-:- ,-E ,,;.-.•-_i 8 ii, l',' E = 7,- g ,-s t ! !:fr., ..."'; , ! ! -. E- ,,' Ilt- z -E, 1'2 i f., t„ ,:', z- • .e..::,D eS .5 ,..9 0 1' E : ' .. ,2 , Te!= --E I 1 7,, 8 A cN 1 1..... ...1.''' , - ., ...,i to = .-, , :',..-r ',-,, to , 2 1- c ; .• I } . , ; . :::-... .;_„:.:. ,-;-. ; 1 u ;c: : '! i ! -,..-- z ----.....,_, - ,,-.: 0- ,--_-: : 1, , ; .s. 2 ,5_,-. --- -:_- ---- -,--;-.. ,;--- :- ID Pi 1.- ,--, >-• >" --- >- 0 0 >!' '7:00 'S.. 0.....•'‘E", _, !: M.. >-1 ) ,!),,,,-, -,-)- .— 0 , 1 i-!:, 0'1 !1.,-, 1.9 - = 91- CO M ›-0 Z r." f■!' .15'.1 >'M 09 x `Q--' 1 . -°, 0 '° [ .,,,,,,f7,,,,:., ,,:,.. m , 1 6.- ...... : , .-., 0 .,-.., .--.■ oo ,-.., 7., , _o ;, 1.- „ j ■= I ,-, u ,-* , '''' a' -' •_Z''''' ,_'-' ,, • -,-" 0 , ..0 C. t..) :„..„ ,;,s-,-,, ,Is,,,, ., Lttu ,:,.35 ,,,—t „ .„9, ,,... . ., , , .- ,- : , _ „ „, _, ,,,, _„_—.. _ . W , ...ON ':. C ' 1-"f trj !i—": t c" ■ ‘6).r O r_ '6 ac g Er a,;: 5 -C- r., r ,s 06 t-..• ,,,,,-2 , ,ai---7, - 0 . — . ,..., - - . t,,, a• -o -0,c 0 a, I- Z . no I•- -Y no 1 -, -c-; , , : . e. E L>,-., -F, f! t . --5 = ;.:-. 1- v,' , 1,- = - ,i-,-..-, z = -. > F-' '2 . ■.% ' 'ci Lu 0 t.'" 2 °-LS '61 u " .L" ;'..-.... .,-, '3 I „ - - e0w - '5 v' '- T E 1 . 1 1 ...: t, 1.:,.- T, >- 2:2 t5t -E -' z -15 -2 .)-2 ,35- e ,, ,,..„, ,,, , .., w ,, se - - u4 , r, , I g. a, 1 -5, i 6-' . , a g r.7-- 0 VILLAGE OF MORTON GROVE, ILLINOIS VILLAGE OF NILES, ILLINOIS MORTON GROVE—NILES WATER COMMISSION WATER SUPPLY TRANSMISSION MAINS & FACILITIES DESIGN GROUP EXHIBIT B—SCOPE OF SERVICES Dated June 30, 2017 PART 1 —BASIC SERVICES Upon written authorization from MGNWC to proceed, the Consultant shall perform Basic Services consisting of those described below. A. Project Management, Administration, and Assistance Package The intent of this work is to provide overall management, administration, and assistance to the project. This work will be completed by Stanley Consultants.Work by subconsultants to assist Stanley in this work is provided for in other sections. A.1 Project Management: A.1.1 Organize and manage the Project team including, but not limited to, the following subconsultants: A.1.1.1 Applied Technologies, Inc. A.1.1.2 Ciorba Group, Inc. A.1.1.3 Robinson Engineering, LTD. A.1.1.4 Strand Associates, Inc. A.1.1.5 Knight E/A, Inc. A.1.1.6 Santacruz Land Acquisitions A.1.1.7 Corrpro Companies, Inc. A.2 Project Cost and Schedule Control: A.2.1 Prepare Project schedule, review with MGNWC, and maintain schedule throughout course of the Project. A.2.2 Prepare and maintain management schedule listing MGNWC responsibilities and milestones. A.2.3 Monitor and maintain Project team schedule. Manage Project shared services groups including but not limited to: geographical information systems; utility coordination; mechanical, electrical, instrumentation, and architectural services; hydraulic modeling; surveying; permits management; land acquisition; cost estimating; constructability reviews; and quality assurance. A.2.4 Monitor Project budget and assist efficient completion of the work. A.2.5 Maintain Project accounting including the issuance of invoices and cost records. A.3 Proiect Administration: A.3.1 Maintain Project records and files within ProjectWise. A.3.2 Maintain and encourage communication between all parties. Page 1 of 35 Revised 06-30-17 A.4 Stanley Team Project Meetings & Coordination: A.4.1 Schedule and attend internal Project Progress meetings on a once a week basis to coordinate work. Meetings will be conducted electronically in most cases. A.4.1.1 Review status and progress of individual portions of the Project. A.4.1.2 Review Project budget, draft reports and memorandums. A.4.1.3 Discuss information required from MGNWC and other sources. A.4.1.4 Discuss upcoming decisions required of MGNWC and timeframe to finalize. A.4.1.5 Discuss implementation of MGNWC instructions. A.4.2 Prepare meeting minutes. A.5 MGNWC Operating Staff Workshops: A.5.1 Schedule one project initiation meeting concurrently with MGNWC formation meeting on July 7, 2017. A.5.1.1 Consult with MGNWC to define and clarify MGNWC's requirements for the Project and review available data. Discuss invoicing procedures, overall project schedule, and critical Project needs. A.5.1.2 Determine schedule and agendas for future meetings. A.5.1.3 Assist preparation of MGNWC authorization matrix. A.5.1.4 Prepare meeting minutes. A.5.2 Schedule and attend Operating Staff Workshops on twice-a-month schedule acceptable to MGNWC. A.5.2.1 Discuss operational issues associated with the transfer of the MGNWC's water supply from Chicago to Evanston. A.5.2.2 Discuss proposed capital improvements. A.5.2.3 Discuss preferences and concerns. A.5.3 Prepare meeting minutes. A.6 Monthly Progress Report: A.6.1 Prepare written monthly progress reports for distribution as directed. A.7 Board/Committee Meetings: A.7.1 Attend meetings with the MGNWC's boards and board committees (Villages and Commission) as requested by MGNWC and without limit. A.7.1.1 Prepare educational displays/presentations to communicate meeting topics. A.8 Stakeholder Meetings (Skokie, Public, Hearings, etc.): A.8.1 Attend stakeholder meetings as requested including municipalities, utilities, and state agencies. A.8.2 Prepare educational displays/presentations to communicate meeting topics. A.8.3 Prepare meeting minutes. • Page 2 of 35 Revised 06-30-17 A.9 Proiect Funding and Land Acquisition Assistance: A.9.1 Assist MGNWC to secure Project funding by providing information and attending meetings as requested. A.9.2 Assist MGNWC to acquire properties and easements with services listed below. A.9.2.1 Preparation of plats and legal descriptions, asbestos abatement inspections, and professional acquisition services as included in Section M. A.10 IDOT, CCHD, JOINT IDNR/USACE, MWRDGC, and CCBD Permit Management & Coordination: A.10.1 Assist MGNWC with preparation of permit application materials and meet with Agencies to assist the procurement of required permits. A.11 IEPA Permit& SRF Management& Coordination: A.11.1 Prepare the required documentation for signature by MGNWC and meet with the Agency to assist the procurement of Project permits and funding (as available). A.12 Skokie Permit Management& Coordination: A.12.1 Prepare the required documentation and meet with the Village of Skokie to assist MGNWC with the procurement of needed permits and agreements. A.13 Project Contract Sequencing, Improvements Scheduling. & Construction Operational Plan: A.13.1 As the design progresses, develop and refine the strategy and plan for construction contract sequencing, improvements scheduling and operations during construction to improve project delivery and reliability and improve funding opportunities. A.14 Project Development Report Updates: A.14.1 Prepare Project Development Report updates for inclusion in the PDR as the design evolves. A.15 Quality Assurance and Quality Control (QA/QC) (General): A.15.1 Supervise, conduct and document quality assurance and control activities during the development of the designs for Project improvements. A.16 Engineer's Opinion of Probable Cost(General): A.16.1 Review, standardize, and update opinions of probable cost prepared by design team. A.17 Vulnerability Analysis: A.17.1 Prepare Vulnerability Analysis in conformance with AWWA Standards and Manual of Practice. A.17.2 Include transmission mains and major crossings (Under the Edens Expressway, Under Metra, and two crossings of the North Branch of the Chicago River), connection facilities, pump stations, and standpipe. A.17.3 Review findings with MGNWC and modify report as appropriate. A.17.4 Incorporate findings in facilities design as directed by MGNWC. A.17.5 Produce as supplement to the Project Development Report. Page 3 of 35 Revised 06-30-17 A.18 Specifications Standardization: A.18.1 Prepare standardized bidding documents, general and special conditions, and specification front end requirements for use by design teams. A.18.2 Bidding documents will use EJCDC General Conditions. Specifications will use CSI format. A.19 Allocation of Benefits Calculations Assistance: A.19.1 Assist MGNWC with defining allocation of transmission system capital and maintenance costs between Morton Grove and Niles based on the respective MGNWC system benefits. B. East Transmission Main Package (Primary Subconsultant: Applied Technologies) The intent of this work is to prepare plan and profile drawings and specifications for the 30-inch transmission main from the Evanston Connection Point to Suffield Court approximately 200 feet west of Gross Point Road (approximately 18,200 linear feet of pipe). This segment includes coordinating connection to the Intermediate Pump Station and the Evanston Connection Point. The Intermediate Pump Station is anticipated to be located somewhere within the area bounded by Golf Road to the north, Church Street on the south, McCormick Boulevard on the east, and Lowell Avenue on the west. B.1 Project Meetings: This item includes any costs related to attending Project meetings below, including expenses. B.1.1 Attend Bimonthly Project Progress Meetings with MGNWC for duration of the Project. This includes Project Kickoff Meeting. B.1.2 Attend Design Coordination Meetings with the Project Team for the duration of the Project. • B.1.3 Attend weekly transmission main design team meeting for the duration of plan and profile development. B.1.4 Attend stakeholder meetings as requested including municipalities, utilities, and state agencies. B.1.5 Attend Pre-Bid Meeting. B.1.6 Attend Public Hearings as requested. B.2 Permitting and Land Acquisition Assistance: B.2.1 Assist Stanley in aiding MGNWC's procurement of permits as required to complete this work. B.2.2 Assist Stanley in aiding MGNWC's acquisition of easement and properties needed for this transmission main package from an engineering perspective. This item does not include the services required for preparing plats and professional acquisition services; those are listed in Section M. B.3 Project Contract Sequencing, Improvements Scheduling, and Construction Operations Plan: B.3.1 Assist Stanley in defining sequencing of project construction contracts. B.3.2 Assist Stanley in defining improvements schedule. B.3.3 Assist Stanley in defining construction operations plan. Page 4 of 35 Revised 06-30-17 B.4 30% Preliminary Plan and Profile Drawings: B.4.1 Address comments from Project Development Report as provided by MGNWC as those comments relate to this Package. B.4.2 Prepare preliminary drawing set, which will convey information about the transmission main's fundamental elements.This work includes the following: B.4.2.1 Assist Stanley in preparation of preliminary cover, index, standards lists, and notes sheets. B.4.2.2 Prepare preliminary detail drawings. B.4.2.3 Prepare preliminary transmission main plan drawings showing the alignment of the transmission mains and distribution feeder main, including known existing underground utilities. B.4.2.4 Prepare preliminary roadway resurfacing plan. B.4.3 Provide preliminary specifications index. B.4.4 Submit above as 30% design submittal to: B.4.4.1 Project Review Team for QA/QC. B.4.4.2 MGNWC for review. B.5 Alignment Field Verification: B.5.1 Review survey results and compare results to 30% plan drawings. B.5.2 Identify utility conflicts with preliminary pipeline alignment. B.5.3 Consider potential utility conflict resolutions and develop alternatives: B.5.3.1 Relocate/replace utilities. B.5.3.2 Realign transmission main. B.5.3.3 Submit above for utility review. B.6 Tree and Sign Inventories: B.6.1 Compile an inventory of the trees that will be removed or pruned due to construction, as well as roadway signs that could be impacted by construction. B.6.2 Maintain tree inventory as provided by survey. B.7 75% Critical Crossings Plan and Profile Drawings: B.7.1 Prepare draft of plan and profile drawings for critical crossings. Draft plan and profile drawings will show the work in sufficient detail that a contractor can recognize general transmission main elements and requirements for construction. Include any revisions required by the alignment field verification. Draft plan and profile drawings for critical crossings will be completed first to expedite the permitting process. 8.7.1.1 Prepare draft plan and profile drawing for the intersection of McCormick Boulevard and Golf Road. B.7.1.2 Prepare draft plan and profile drawing for crossing Gross Point Road B.7.1.3 Prepare draft plan and profile drawing for crossing Niles Center Road Page 5 of 35 Revised 06-30-17 B.8 75% Permit Plan and Profile Drawings and Specifications: '1 B.8.1 Address comments from the 30% submittal as provided by Project Review Team and MGNWC. B.8.2 Discuss design elements with Village of Skokie staff. B.8.3 Prepare draft drawing set, which will show the work in sufficient detail that a contractor can recognize general transmission main elements and requirements for construction. Include any revisions required by the alignment field verification. B.8.3.1 Review and incorporate draft cover, index, standards lists, and notes sheets. B.8.3.2 Review and incorporate draft erosion control plan prepared by Stanley into plan set. B.8.3.3 Prepare draft demolition plan. B.8.3.4 Prepare draft landscaping replacement plan prepared by Stanley into plan set. B.8.3.5 Review and incorporate draft traffic detour plan prepared by Stanley into plan set. B.8.3.6 Prepare draft detail drawings. B.8.3.7 Prepare draft transmission main plan and profile drawings showing the alignment of the transmission mains and distribution feeder main including existing underground utilities. B.8.3.8 Prepare draft roadway resurfacing plan. B.8.4 Assist Stanley with draft transmission main specifications, including general requirements and technical specifications. B.8.5 Submit the 75% draft drawings and specifications to: B.8.5.1 Project Review Team for QA/QC. B.8.5.2 MGNWC for review. 8.8.5:3 Skokie for comment. B.9 90% Construction Plan and Profile Drawings and Specifications: B.9.1 Address comments from the 75% submittal as provided by Project Review Team, MGNWC, and Village of Skokie. B.9.2 Prepare prefinal drawing set, which will be near completion and ready for agency review. B.9.2.1 Review and incorporate prefinal cover, index, standards lists, and notes sheets. B.9.2.2 Review and incorporate prefinal erosion control plan. B.9.2.3 Prepare prefinal demolition plan. B.9.2.4 Review and incorporate prefinal landscaping replacement plan. B.9.2.5 Review and incorporate prefinal traffic detour plan. B.9.2.6 Prepare prefinal detail drawings. B.9.2.7 Prepare prefinal transmission main plan and profile drawings showing the alignment of the transmission mains and distribution feeder main, including existing underground utilities. B.9.2.8 Prepare prefinal roadway resurfacing plan. B.9.3 Assist Stanley with prefinal transmission main specifications, including general requirements and technical specifications. B.9.4 Submit above as 90% design submittal to: B.9.4.1 Project Review Team for QA/QC. B.9.4.2 MGNWC for review. B.9.4.3 Permitting agencies as required. B.9.4.4 Utilities for review. Page 6 of 35 Revised 06-30-17 B.10 100% Bidding Documents: B.10.1 Prepare, sign, and seal final drawing set. B.10.2 Prepare, sign, and seal final specifications. B.10.3 Incorporate front end bidding documents provided by Stanley in specifications. Prepare final drawing set. Bidding documents will use EJCDC format General Conditions. Specifications will use CSI format. B.10.4 Submit the 100% complete drawings and specifications to: B.10.4.1 MGNWC for review. B.11 Engineer's Opinion of Probable Cost(75% and 90%): B.11.1 75% Opinion of Probable Cost B.11.1.1 Calculate quantities and prepare draft opinion based on 75% design. B.11.1.2 Submit 75% opinion with 75% design submittal to: B.11.1.2.1 Project Review Team for QA/QC. B.11.1.2.2 MGNWC for review. B.11.2 90% Opinion of Probable Cost B.11.2.1 Address comments from 75% submittal as provided by the Project Review Team and MGNWC. B.11.2.2 Update quantity calculations and prepare prefinal opinion of probable cost based on 90% design. B.11.2.3 Submit 90% opinion with 90% design submittal to: B.11.2.3.1 Project Review Team for QA/QC. B.11.2.3.2 MGNWC for review. B.12 Quality Assurance and Quality Control (QA/QC): B.12.1 Perform informal QA/QC of draft documents throughout project. B.12.2 Perform formal QA/QC of design submittals completed by other transmission main package teams. B.13 Skokie Road Improvements (Foster Ave—between Monticello and Ridgeway): B.13.1 Prepare plan&profile,cross sections,storm sewer design, pavement design, driveway details: B.13.1.1 30% submittal B.13.1.2 75% submittal B.13.1.3 90% submittal & opinion of probable cost B.13.1.4 Final B.14 Addenda Preparation Assistance: 8.14.1 Assist Stanley with responses to bidders' questions during the bid period. Assist Stanley in preparation of necessary addenda. B.15 Bid Review Assistance: B.15.1 Assist Stanley in evaluation of bids and make recommendation of award of contract. B.16 Conformed Contract Documents: B.16.1 Address comments to 100% bidding documents as provided in bidding phase. B.16.2 Prepare post-100% design submittal, including drawings and specifications. B.16.3 Submit post-100% submittal to MGNWC. Page 7 of 35 Revised 06-30-17 C. Central Transmission Main Package (Primary Subconsultant: Ciorba Group, Inc.) The intent of this work is to prepare plan and profile drawings and specifications for the 30-inch transmission main from Suffield Court approximately 200 feet west of Gross Point Road to the MGNWC Standpipe and Pump Station (approximately 15,400 linear feet of pipe). This segment includes redundant piping at the crossing of the Eden's expressway, redundant piping under Metra railroad tracks, and coordinating connection to the MGNWC Standpipe and Pump Station. C.1 Project Meetings: This item includes costs related to attending Project meetings below, including expenses. C.1.1 Attend Bimonthly Project Progress Meetings with MGNWC for duration of the Project. This includes Project Kickoff Meeting. C.1.2 Attend Design Coordination Meetings with the Project Team for the duration of the Project. C.1.3 Attend weekly transmission main design team meeting for the duration of plan and profile development. C.1.4 Attend stakeholder meetings as requested including municipalities, utilities, and state agencies. C.1.5 Attend Pre-Bid Meeting. C.1.6 Attend Public Hearings. C.2 Permitting and Land Acquisition Assistance: C.2.1 Assist Stanley in aiding MGNWC's procurement of permits as required to complete this work. C.2.2 Assist Stanley in aiding MGNWC's acquisition of easements and properties needed for this transmission main package from an engineering perspective. This item does not include the services required for preparing plats and professional acquisition services; those are listed in Section M. C.3 Project Contract Sequencing, Improvements Scheduling, and Construction Operations Plan: C.3.1 Assist Stanley in defining sequencing of project construction contracts. C.3.2 Assist Stanley in defining improvements schedule. C.3.3 Assist Stanley in defining construction operations plan. C.4 30% Preliminary Plan and Profile Drawings: C.4.1 Address comments from Project Development Report as provided by MGNWC as they relate to this Package. C.4.2 Prepare preliminary drawing set, which will convey information about the transmission main's fundamental elements.This work includes the following: C.4.2.1 Assist Stanley in preparation of preliminary cover, index, standards lists, and notes sheets. C.4.2.2 Prepare preliminary detail drawings. C.4.2.3 Prepare preliminary transmission main plan drawings showing the alignment of the transmission mains and distribution feeder main, including known existing underground utilities. C.4.2.4 Prepare preliminary roadway resurfacing plan. C.4.3 Provide preliminary specifications index. Page 8 of 35 Revised 06-30-17 C.4.4 Submit above as 30% design submittal to: C.4.4.1 Project Review Team for QA/QC. C.4.4.2 MGNWC for review. C.5 Alignment Field Verification: C.5.1 Review survey results and compare results to 30% plan drawings. C.5.2 Identify utility conflicts with preliminary pipeline alignment. C.5.3 Consider potential utility conflict resolutions and develop alternatives: C.5.3.1 Relocate/replace utilities. C.5.3.2 Realign transmission main. C.5.3.3 Submit above for utility review. C.6 Tree and Sign Inventories: C.6.1 Compile an inventory of the trees that will be removed or pruned due to construction, as well as roadway signs that could be impacted by construction. C.6.2 Maintain tree inventory as provided by survey. C.7 75% Critical Crossings Plan and Profile Drawings: C.7.1 Prepare draft of plan and profile drawings for critical crossings. Draft plan and profile drawings will show the work in sufficient detail that a contractor can recognize general transmission main elements and requirements for construction. Include any revisions required by the alignment field verification. Draft plan and profile drawings for critical crossings will be completed first to expedite the permitting process. C.7.1.1 Prepare draft plan and profile drawing for two 30-inch water mains with casing pipes crossing underneath Interstate 94 (Edens Expressway). C.7.1.2 Prepare draft plan and profile drawing for two 30-inch water mains with casing pipes crossing underneath the Metra railroad tracks. C.8 75% Permit Plan and Profile Drawings and Specifications: C.8.1 Address comments from the 30% submittal as provided by Project Review Team and MGNWC. C.8.2 Discuss design elements with Village of Skokie/Morton Grove staff. C.8.3 Prepare draft drawing set, which will show the work in sufficient detail that a contractor can recognize general transmission main elements and requirements for construction. Include any revisions required by the alignment field verification. C.8.3.1 Review and incorporate draft cover, index, standards lists, and notes sheets. C.8.3.2 Review and incorporate draft erosion control plan prepared by Stanley into plan set. C.8.3.3 Prepare draft demolition plan. C.8.3.4 Prepare draft landscaping replacement plan prepared by Stanley into plan set. C.8.3.5 Review and incorporate draft traffic detour plan prepared by Stanley into plan set. C.8.3.6 Prepare draft detail drawings. Page 9 of 35 Revised 06-30-17 C.8.3.7 Prepare draft transmission main plan and profile drawings showing the alignment of the transmission mains and distribution feeder main including existing underground utilities. C.8.3.8 Prepare draft roadway resurfacing plan. C.8.4 Assist Stanley with draft transmission main specifications, including general requirements and technical specifications. C.8.5 Submit the 75% draft drawings and specifications to: C.8.5.1 Project Review Team for QA/QC. C.8.5.2 MGNWC for review. C.8.5.3 Skokie/ Morton Grove for comment. C.9 90% Construction Plan and Profile Drawings and Specifications: C.9.1 Address comments from the 75% submittal as provided by Project Review Team, MGNWC, and Village of Skokie/ Morton Grove. C.9.2 Prepare prefinal drawing set, which will be near completion and ready for agency review. C.9.2.1 Review and incorporate prefinal cover, index, standards lists, and notes sheets. C.9.2.2 Review and incorporate prefinal erosion control plan. C.9.2.3 Prepare prefinal demolition plan. C.9.2.4 Review and incorporate prefinal landscaping replacement plan. C.9.2.5 Review and incorporate prefinal traffic detour plan. C.9.2.6 Prepare prefinal detail drawings. C.9.2.7 Prepare prefinal transmission main plan and profile drawings showing the alignment of the transmission mains and distribution feeder main, including existing underground utilities. "1 C.9.2.8 Prepare prefinal roadway resurfacing plan. C.9.3 Assist Stanley with prefinal transmission main specifications, including general requirements and technical specifications. C.9.4 Submit above as 90% design submittal to: C.9.4.1 Project Review Team for QA/QC. C.9.4.2 MGNWC for review. C.9.4.3 Permitting agencies as required. C.9.4.4 Utilities for review. C.10 100% Bidding Documents: C.10.1 Prepare, sign, and seal final drawing set. C.10.2 Prepare, sign, and seal final specifications. C.10.3 Incorporate bidding documents provided by Stanley into Specifications. Prepare final drawing set. Bidding documents will use EJCDC General Conditions. Specifications will use CSI format. C.10.4 Submit the 100% complete drawings and specifications to: C.10.4.1 MGNWC for review. C.11 Engineer's Opinion of Probable Cost(75% and 90%): C.11.1 75% Opinion of probable cost C.11.1.1 Calculate quantities and prepare draft cost estimate based on 75% design. C.11.1.2 Submit 75% opinion of probable cost with 75% design submittal to: C.11.1.2.1 Project Review Team for QA/QC. -� C.11.1.2.2 MGNWC for review. Page 10 of 35 Revised 06-30-17 C.11.2 90% Estimate C.11.2.1 Address comments from 75% submittal as provided by the Project Review Team and MGNWC. C.11.2.2 Update quantity calculations and prepare prefinal opinion of probable cost based on 90% design. C.11.2.3 Submit 90% opinion of probable cost with 90% design submittal to: C.11.2.3.1 Project Review Team for QA/QC. C.11.2.3.2 MGNWC for review. C.12 Quality Assurance and Quality Control (QA/QC): C.12.1 Perform informal QA/QC of draft documents throughout project. C.12.2 Perform formal QA/QC of design submittals completed by other transmission main package teams. C.13 Addenda Preparation Assistance: C.13.1 Assist Stanley with responses to bidders' questions during the bid period. Assist Stanley in preparation of necessary addenda. C.14 Bid Review Assistance: C.14.1 Assist Stanley in evaluation of bids and make recommendation of award of contract. C.15 Conformed Contract Documents: C.15.1 Address comments to 100% bidding documents as provided in bidding phase. C.15.2 Prepare post-100% design submittal, including drawings and specifications. C.15.3 Submit post-100% submittal to MGNWC. D. West Transmission Main Package (Primary Subconsultant: Strand Associates) The intent of this work is to prepare plan and profile drawings and specifications for: the 20-inch transmission main from the MGNWC Standpipe and Pump Station to the Morton Grove South Reservoir; the 20-inch transmission main from the MGNWC Standpipe and Pump Station to the Niles Main Plant (approximately 11,300 linear feet of pipe); and the 16-inch transmission main from the MGNWC Standpipe and Pump Station to Howard Street and Caldwell Avenue (approximately 3,000 linear feet of pipe). This segment includes coordinating connection to MGNWC Standpipe and Pump Station, redundant piping to cross the North Branch of the Chicago River to Morton Grove, The Morton Grove South Reservoir, redundant piping to cross the North Branch of the Chicago River to Niles, and the Niles Main Plant. Also included is significant work required to coordinate design between the three transmission main and one pipeline maintenance packages; Strand Associates is service and transmission mains design lead for the Engineering Team. D.1 Project Meetings: This item includes costs related to attending Project meetings below, including expenses. D.1.1 Attend Bimonthly Project Progress Meetings with MGNWC for duration of the Project. This includes Project Kickoff Meeting. D.1.2 Attend Design Coordination Meetings with the Project Team for the duration of the Project. D.1.3 Coordinate and facilitate weekly transmission main design team meeting for the duration of plan and profile development. Page 11 of 35 Revised 06-30-17 D.1.4 Attend stakeholder meetings as requested including municipalities, utilities, and state agencies. D.1.5 Attend Pre-Bid Meeting. D.1.6 Attend Public Hearing(s). D.2 Permittina and Land Acquisition Assistance: D.2.1 Coordinate and facilitate all transmission main and pipeline teams' permitting and land acquisition assistance. D.2.2 Assist Stanley in aiding MGNWC's procurement of permits as required to complete this work. D.2.3 Assist Stanley in aiding MGNWC's acquisition of easements and properties needed for this transmission main package from an engineering perspective. This item does not include the services required for preparing plats and professional acquisition services; those are listed in Section M.4. D.3 Project Contract Sequencing, Improvements Scheduling, and Construction Operations Plan: D.3.1 Assist Stanley in defining sequencing of project construction contracts. D.3.2 Assist Stanley in defining improvements schedule. D.3.3 Assist Stanley in defining construction operations plan. D.3.4 Coordinate and facilitate all transmission main and pipeline teams'response. D.4 Standard Specifications, Details, and Plan Appearance: D.4.1 Prepare standardized technical specification guide document for MGNWC infrastructure items. Communicate with Project Team to maintain standard style of specification writing. Items associated with village-specific infrastructure are not included. D.4.2 Prepare standardized detail drawings guide document for MGNWC infrastructure items. Communicate with Project Team to maintain standard style of detail drawings. Items associated with village-specific infrastructure are not included. D.4.3 Prepare standardized plan and profile drawing guide document. Communicate with the Project Team to maintain standard style of plan and profile drawings. D.5 30% Preliminary Plan and Profile Drawings: D.5.1 Address comments from Project Development Report as provided by MGNWC as relate to this Package. D.5.2 Prepare preliminary drawing set, which will convey information about the transmission main's fundamental elements.This work includes the following: D.5.2.1 Assist Stanley in preparation of preliminary cover, index, standards lists, and notes sheets. D.5.2.2 D.5.2.3 Prepare preliminary detail drawings. D.5.2.4 Prepare preliminary transmission main plan drawings showing the alignment of the transmission mains and distribution feeder main, including known existing underground utilities. D.5.2.5 Prepare preliminary roadway resurfacing plan. D.5.3 Provide preliminary specifications index. Revised 06-30-17 Page 12 of 35 D.5.4 Submit above as 30% design submittal to: D.5.4.1 Project Review Team for QA/QC. D.5.4.2 MGNWC for review. D.6 Alignment Field Verification: D.6.1 Review survey results and compare results to 30% plan drawings. D.6.2 Identify utility conflicts with preliminary pipeline alignment. D.6.3 Determine utility conflict resolutions: D.6.3.1 Relocate/replace utilities. D.6.3.2 Realign transmission main. D.6.3.3 Submit above for utility review. D.7 Wetlands Consultations and Tree and Sign Inventories: D.7.1 Identify wetlands that will be affected by the project, if any. D.7.2 Review wetland restoration options if wetlands are affected by work. D.7.3 Compile an inventory of the trees that will be removed or pruned due to construction, as well as roadway signs that could be impacted by construction. D.7.4 Maintain tree inventory as provided by survey. D.8 75% Critical Crossings Plan and Profile Drawings: D.8.1 Prepare draft of plan and profile drawings for critical crossings. Draft plan and profile drawings will show the work in sufficient detail that a contractor can recognize general transmission main elements and requirements for construction. Include any revisions required by the alignment field verification. Draft plan and profile drawings for critical crossings will be completed first to expedite the permitting process. D.8.1.1 Prepare draft plan and profile drawing for two 20-inch water mains crossings underneath the North Branch of the Chicago River at Caldwell Avenue. D.8.1.2 Prepare draft plan and profile drawings for Vapor Lane from Howard Street to Nagle Avenue. D.8.1.3 Prepare draft plan and profile drawings for Howard Street from Vapor Lane to Caldwell Avenue. D.8.1.4 Prepare draft plan and profile drawings for Caldwell Avenue from Howard Street to Jarvis Avenue. D.8.1.5 Prepare draft plan and profile drawings for Waukegan Road from Milwaukee Avenue to Niles Terrace. D.8.1.6 Prepare draft plan and profile drawings for Milwaukee Avenue crossing at Waukegan Road. D.8.1.7 Prepare draft plan and profile drawings for Oakton Street and Caldwell Avenue crossings. D.8.1.8 Prepare draft plan and profile drawings for one 20-inch river crossing from Jarvis west to Niles Terrance. D.9 75% Permit Plan and Profile Drawings and Specifications: D.9.1 Address comments from the 30% submittal as provided by Project Review Team and MGNWC. D.9.2 Discuss design elements with Villages of Morton Grove and Niles staff. Page 13 of 35 Revised 06-30-17 D.9.3 Prepare draft drawing set, which will show the work in sufficient detail that a contractor can recognize general transmission main elements and requirements for construction. Include any revisions required by the alignment field verification. D.9.3.1 Review and incorporate draft cover, index, standards lists, and notes sheets. D.9.3.2 Review and incorporate draft erosion control plan prepared by Stanley into plan set. D.9.3.3 Prepare draft demolition plan. D.9.3.4 Prepare draft landscaping replacement plan prepared by Stanley into plan set. D.9.3.5 Review and incorporate draft traffic detour plan prepared by Stanley into plan set. D.9.3.6 Prepare draft detail drawings. D.9.3.7 Prepare draft transmission main plan and profile drawings showing the alignment of the transmission mains and distribution feeder main including existing underground utilities. D.9.3.8 Prepare draft roadway resurfacing plan. D.9.4 Prepare draft transmission main specifications, and Village of Niles infrastructure specifications including general requirements and technical specifications. D.9.5 Submit the 75% draft drawings and specifications to: D.9.5.1 Project Review Team for QA/QC. D.9.5.2 MGNWC for review. D.9.5.3 Morton Grove and Niles for comment. D.10 90% Construction Plan and Profile Drawings and Specifications: D.10.1 Address comments from the 75% submittal as provided by Project Review Team, MGNWC, and Villages of Morton Grove and Niles. D.10.2 Prepare prefinal drawing set, which will be near completion and ready for agency review. D.10.2.1 Review and incorporate prefinal cover, index, standards lists, and notes sheets. D.10.2.2 Review and incorporate prefinal erosion control plan. D.10.2.3 Prepare prefinal demolition plan. D.10.2.4 Review and incorporate prefinal landscaping replacement plan. D.10.2.5 Review and incorporate prefinal traffic detour plan. D.10.2.6 Prepare prefinal detail drawings. D.10.2.7 Prepare prefinal transmission main plan and profile drawings showing the alignment of the transmission mains and distribution feeder main, including existing underground utilities. D.10.2.8 Prepare prefinal roadway resurfacing plan. D.10.3 Prepare prefinal transmission main specifications, including general requirements and technical specifications. . D.10.4 Submit above as 90% design submittal to: D.10.4.1 Project Review Team for QA/QC. D.10.4.2 MGNWC for review. D.10.4.3 Permitting agencies as required. D.10.4.4 Utilities for review. ."t Page 14 of 35 Revised 06-30-17 D.11 100% Bidding Documents: D.11.1 Prepare, sign, and seal final drawing set. D.11.2 Prepare, sign, and seal final specifications. D.11.3 Incorporate bidding documents prepared by Stanley in Specifications. Prepare final drawing set. Bidding documents will use EJCDC format General Conditions. Specifications will use CSI format. D.11.4 Submit the 100% complete drawings and specifications to: D.11.4.1 MGNWC for review. D.12 Engineer's Opinion of Probable Cost(75% and 90%): D.12.1 75% Opinion of probable cost D.12.1.1 Calculate quantities and prepare draft cost estimate based on 75% design. D.12.1.2 Submit 75% opinion of probable cost with 75% design submittal to: D.12.1.2.1 Project Review Team for QA/QC. D.12.1.2.2 MGNWC for review. D.12.2 90% Estimate D.12.2.1 Address comments from 75% submittal as provided by the Project Review Team and MGNWC. D.12.2.2 Update quantity calculations and prepare prefinal opinion of probable cost based on 90% design. D.12.2.3 Submit 90% opinion of probable cost with 90% design submittal to: D.12.2.3.1 Project Review Team for QA/QC. D.12.2.3.2 MGNWC for review. D.13 Quality Assurance and Quality Control (QA/QC): D.13.1 Perform informal QA/QC of draft documents throughout project. D.13.2 Perform formal QA/QC of design submittals completed by other transmission main package teams. D.14 Addenda Preparation Assistance: D.14.1 Assist Stanley with responses to bidders' questions during the bid period. Assist Stanley in preparation of necessary addenda. D.14.2 Coordinate and facilitate all transmission main and pipeline teams'response. D.15 Bid Review Assistance: D.15.1 Assist Stanley in evaluation of bids and make recommendation of award of contract. D.16 Conformed Contract Documents: D.16.1 Coordinate all transmission main and pipeline teams'final documents. D.16.2 Address comments to 100% bidding documents as provided in bidding phase. D.16.3 Prepare post-100% design submittal, including drawings and specifications. D.16.4 Submit post-100% submittal to MGNWC. Page 15 of 35 Revised 06-30-17 E. Pipeline Maintenance Package (Primary Subconsultant: Robinson Engineering) The intent of this work is to prepare plan and profile drawings and specifications for pipeline maintenance activities for the existing feeder main from the Morton Grove South Reservoir to Morton Grove North Reservoir (inserting approximately 14,000 linear feet of 20-inch structural pipe liner). This segment includes coordinating connections to the Morton Grove South Reservoir and Morton Grove North Reservoir. E.1 Project Meetings: This item includes costs related to attending Project meetings below, including expenses. E.1.1 Attend Bimonthly Project Progress Meetings with MGNWC for duration of the Project. This includes Project Kickoff Meeting. E.1.2 Attend Design Coordination Meetings with the Project Team for the duration of the Project. E.1.3 Attend weekly transmission main design team meeting for the duration of plan and profile development. E.1.4 Attend stakeholder meetings as requested including municipalities, utilities, and state agencies. E.1.5 Attend Pre-Bid Meeting. E.1.6 Attend Public Hearings. E.2 Permitting Assistance: E.2.1 Assist Stanley in aiding MGNWC's procurement of permits as required to complete this work. E.2.2 The work does not include acquiring permits from the Cook County Forest --1 Preserve District. E.3 30% Preliminary Plan and Profile Drawings:, E.3.1 Address comments from Project Development Report as provided by MGNWC as they relate to this Package. E.3.2 Prepare preliminary drawing set, which will convey information about the maintenance work fundamental elements. This work includes the following: E.3.2.1 Assist Stanley in preparation of preliminary cover, index, standards lists, and notes sheets. E.3.2.2 Prepare preliminary detail drawings. E.3.2.3 Prepare preliminary structural liner plan drawings including known existing underground utilities and proposed excavation locations. E.3.2.4 Prepare preliminary roadway patching plan. E.3.3 Provide preliminary specifications index. E.3.4 Submit above as 30% design submittal to: E.3.4.1 Project Review Team for QA/QC. E.3.4.2 MGNWC for review. E.4 75% Permit Plan and Profile Drawings and Specifications: E.4.1 Address comments from the 30% submittal as provided by Project Review Team and MGNWC. E.4.2 Discuss design elements with Villages of Morton Grove and Niles staff. Page 16 of 35 Revised 06-30-17 E.4.3 Prepare draft drawing set, which will show the work in sufficient detail that a contractor can recognize general maintenance elements and requirements. E.4.3.1 Review and incorporate draft cover, index, standards lists, and notes sheets. E.4.3.2 Review and incorporate draft erosion control plan prepared by Stanley into plan set. E.4.3.3 Review and incorporate draft traffic detour plan prepared by Stanley into plan set. E.4.3.4 Prepare draft detail drawings. E.4.3.5 Prepare draft maintenance plan and profile drawings showing the alignment of the existing water mains including existing underground utilities. E.4.3.6 Prepare draft roadway patching plan. E.4.3.7 Prepare draft structural liner specifications, including general requirements and technical specifications. E.4.4 Submit the 75% draft drawings and specifications to: E.4.4.1 Project Review Team for QA/QC. E.4.4.2 MGNWC for review. E.4.4.3 Morton Grove and Niles for comment. E.5 90% Construction Plan and Profile Drawings and Specifications: E.5.1 Address comments from the 75% submittal as provided by Project Review Team, MGNWC, and Village of Morton Grove and Niles. E.5.2 Prepare prefinal drawing set, which will be near completion and ready for agency review. E.5.2.1 Review and incorporate prefinal cover, index, standards lists, and notes sheets. E.5.2.2 Review and incorporate prefinal erosion control plan. E.5.2.3 Review and incorporate prefinal traffic detour plan. E.5.2.4 Prepare prefinal detail drawings. E.5.2.5 Prepare prefinal maintenance plan and profile drawings showing the alignment of the existing transmission main, including existing underground utilities. E.5.2.6 Prepare prefinal roadway patching plan. E.5.3 Prepare prefinal structural liner specifications, including general requirements and technical specifications. E.5.4 Submit above as 90% design submittal to: E.5.4.1 Project Review Team for QA/QC. E.5.4.2 MGNWC for review. E.5.4.3 Permitting agencies as required. E.5.4.4 Utilities for review. E.6 100% Bidding Documents: E.6.1 Prepare, sign, and seal final drawing set. E.6.2 Prepare, sign, and seal final specifications. E.6.3 Incorporate bidding documents prepared by Stanley in project specifications. Prepare final drawing set. Bidding documents will use EJCDC format General Conditions. Specifications will use CSI format. E.6.4 Submit the 100% complete drawings and specifications to: E.6.4.1 MGNWC for review. Page 17 of 35 Revised 06-30-17 E.7 Engineer's Opinion of Probable Cost(75% and 90%): E.7.1 75% Opinion of probable cost E.7.1.1 Calculate quantities and prepare draft cost estimate based on 75% design. E.7.1.2 Submit 75% opinion of probable cost with 75% design submittal to: E.7.1.2.1 Project Review Team for QA/QC. E.7.1.2.2 MGNWC for review. E.7.2 90% Opinion of probable cost E.7.2.1 Address comments from 75% submittal as provided by the Project Review Team and MGNWC. E.7.2.2 Update quantity calculations and prepare prefinal opinion of probable cost based on 90% design. E.7.2.3 Submit 90% opinion of probable cost with 90% design submittal to: E.7.2.3.1 Project Review Team for QA/QC. E.7.2.3.2 MGNWC for review. E.8 Quality Assurance and Quality Control (QA/QC):. E.8.1 Perform informal QA/QC of draft documents throughout project. E.8.2 Perform formal QA/QC of design submittals completed by other transmission main package teams. E.9 Addenda Preparation Assistance:, E.9.1 Assist Stanley with responses to bidders' questions during the bid period. Assist Stanley in preparation of necessary addenda. ^� E.10 Bid Review Assistance: E.10.1 Assist Stanley in evaluation of bids and make recommendation of award of contract. E.11 Conformed Contract Documents: E.11.1 Address comments to 100% bidding documents as provided in bidding phase. E.11.2 Prepare post-100% design submittal, including drawings and specifications. E.11.3 Submit post-100% submittal to MGNWC. F. Intermediate Pump Station Package The intent of this work is to prepare the final design for the Intermediate Pump Station Facility to be located in the Village of Skokie north of Church Street and east of Lowell Avenue. Major components of the facility will include at a minimum one set of three pumps, electrical power supply, backup power generator, and system controls. Architectural and structural drawings will be prepared by Knight E/A. All other work will be completed by Stanley Consultants, Inc. Page 18 of 35 Revised 06-30-17 F.1 Project Meetings (Knight only): This item includes costs of Knight E/A related to attending Project meetings below, including expenses. F.1.1 Attend Bimonthly Project Progress Meetings with MGNWC for duration of the Project. This includes Project Kickoff Meeting. F.1.2 Attend Design Coordination Meetings with the Project Team for the duration of the Project. F.1.3 Attend weekly transmission main design team meeting for the duration of F.1.4 Attend stakeholder meetings as requested including municipalities, utilities, and state agencies. F.1.5 Attend Pre-Bid Meeting. F.1.6 Attend Public Hearings. F.2 Proiect Contract Sequencing, Improvements Scheduling, & Construction Operations Plan (Knight only): F.2.1 Assist Stanley in defining sequencing of project construction contracts. F.2.2 Assist Stanley in defining improvements schedule. F.2.3 Assist Stanley in in defining construction operations plan. F.3 30% Design Preliminary Plan Drawings (Stanley and Knight): F.3.1 Address comments from Project Development Report as provided by MGNWC. F.3.2 Prepare preliminary drawing set, which will convey information about the facilities' overall appearance and fundamental elements. This work includes the following: F.3.2.1 Prepare preliminary general sheets (cover, index, standards lists, and notes). F.3.2.2 Prepare preliminary site civil plan. F.3.2.3 Prepare preliminary floor plan. F.3.2.4 Prepare preliminary structural plan for foundations, walls and roof. F.3.2.5 Prepare preliminary architectural plan with elevations. F.3.2.6 Prepare preliminary mechanical plan inclusive of major water system piping, HVAC, and plumbing. F.3.2.7 Prepare preliminary electrical power plan. F.3.2.8 Prepare preliminary instrumentation plan. F.3.2.9 Prepare preliminary site security plan inclusive of site access control, monitoring, and alarms. F.3.3 Provide preliminary specifications index. F.3.4 Submit above as 30% design submittal to: F.3.4.1 Project Review Team for QA/QC. F.3.4.2 MGNWC for review. F.4 Zoning and Special Permit Documents (Stanley and Knight): F.4.1 Prepare special use permit application for the Village of Skokie, Zoning Division. Coordinate with Skokie and MGNWC to update application as needed. F.4.2 Provide architectural colored renderings for approval process. Page 19 of 35 Revised 06-30-17 F.5 75% Permit Plan and Profile Drawings and Specifications (Stanley and Knight): F.5.1 Address comments from the 30% submittal as provided by the Project Review Team and MGNWC. F.5.2 Prepare draft drawing set. Draft plan and section drawings will show the work in sufficient detail that a contractor can recognize general pump station elements and requirements for construction.This work includes the following: F.5.2.1 Prepare draft general sheets (cover, index, standards lists, and notes). F.5.2.2 Prepare draft site civil plan. F.5.2.3 Prepare draft erosion control and protection plan. F.5.2.4 Prepare draft demolition plan (if required). F.5.2.5 Prepare draft floor plan with major equipment, facilities, and walls. F.5.2.6 Prepare draft structural plan for foundations, walls, and roofs; and section drawings. F.5.2.7 Prepare draft architectural plans, elevations, and section drawings. F.5.2.8 Prepare draft mechanical plan and section drawings including process piping, HVAC, and plumbing. F.5.2.9 Prepare draft electrical plan including power supply and lighting. F.5.2.10 Prepare draft instrumentation plan including controls. F.5.2.11 Prepare draft site security plan inclusive of site access control, monitoring, and alarms. F.5.2.12 Prepare draft detail drawings. F.5.3 Prepare all draft specifications, including general requirements and technical specifications. F.5.4 Submit above as 75% design submittal to: F.5.4.1 Project Review Team for QA/QC. F.5.4.2 MGNWC for review. F.5.4.3 All permitting agencies. F.6 90% Construction Plan and Profile Drawings and Specifications (Stanley and Knight): F.6.1 Address comments from the 75% submittal as provided by the Project Review Team and MGNWC. F.6.2 Prepare prefinal drawing set, which will be near completion and ready for agency review. This work will includes the following: F.6.2.1 Prepare prefinal general sheets (cover, index, standards lists, and notes). F.6.2.2 Prepare prefinal site civil plan. F.6.2.3 Prepare prefinal erosion control and protection plan. F.6.2.4 Prepare prefinal demolition plan (if required). F.6.2.5 Prepare prefinal floor plan with equipment, facilities and walls. F.6.2.6 Prepare prefinal structural plan for foundations walls and roofs and section drawings. F.6.2.7 Prepare prefinal architectural plans, elevations, and section drawings. F.6.2.8 Prepare prefinal mechanical plan and section drawings with process piping, HVAC and plumbing. F.6.2.9 Prepare prefinal electrical power and lighting plans. F.6.2.10 Prepare prefinal instrumentation and control plans. Page 20 of 35 Revised 06-30-17 F.6.2.11 Prepare prefinal site security plan inclusive of site access control, monitoring, and alarms. F.6.2.12 Prepare prefinal detail drawings. F.6.3 Prepare all draft specifications, including general, erosion control, demolition, structural, architectural, mechanical, electrical, and instrumentation. F.6.4 Submit above as 90% design submittal to: F.6.4.1 Project Review Team for QA/QC. F.6.4.2 MGNWC for review. F.6.4.3 Permitting agencies as required. F.6.4.4 F.7 100% Bidding Documents (Stanley and Knight): F.7.1 Address comments from the 90% submittal as provided by the Project Review Team and MGNWC. F.7.2 Prepare, sign, and seal final drawing set. F.7.3 Prepare, sign, and seal final specifications. F.7.4 Prepare bidding documents containing the final drawing set and specifications. F.7.5 Submit the 100% complete drawings and specifications to MGNWC. F.8 Engineer's Opinion of Probable Cost(75% and 90%)1Stanlev and Knight): F.8.1 75% Opinion of probable cost F.8.1.1 Prepare draft opinion of probable cost based on 75% design. F.8.1.2 Submit 75% opinion of probable cost with 75% design submittal to: F.8.1.2.1 Project Review Team for QA/QC. F.8.1.2.2 MGNWC for review. F.8.2 90% Opinion of probable cost F.8.2.1 Address comments from 75% submittal as provided by the Project Review Team and MGNWC. F.8.2.2 Prepare prefinal opinion of probable cost based on 90% design. F.8.2.3 Submit 90% opinion of probable cost with 90% design submittal to: F.8.2.3.1 Project Review Team for QA/QC. F.8.2.3.2 MGNWC for review. F.9 Quality Assurance and Quality Control (QA/QC) (Stanley and Knight): F.9.1 Perform formal QA/QC of design submittals for this package. F.10 Addenda Preparation Assistance (Knight only): F.10.1 Assist Stanley with responses to bidders' questions during the bid period. Assist Stanley in preparation of necessary addenda. F.11 Bid Review Assistance (Knight only): F.11.1 Assist Stanley in evaluation of bids and make recommendation of award of contract. Page 21 of 35 Revised 06-30-17 F.12 Conformed Contract Documents (Stanley and Knight): F.12.1 Address comments to 100% bidding documents as provided in bidding phase. F.12.2 Prepare post-100% design submittal, including drawings and specifications. F.12.3 Submit post-100% submittal to MGNWC. G. MGNWC Pump Station Package The intent of this work is to prepare final designs for the MGNWC Pump Station Facility located north of the Morton Grove Public Works facility. Major components of the facility will include at a minimum 3 sets of multiple pumps(one set for each of the 20-inch service transmission mains and one for the 16-inch distribution feeder main), electrical room, chemical feed facilities, and backup power generator. Architectural and structural drawings will be prepared by Knight E/A. All other work will be completed by Stanley Consultants, Inc. Site demolition and hazardous materials abatement services are included in Section M of this Scope of Services. G.1 Proiect Meetings(Knight only): This item includes costs of Knight E/A related to attending Project meetings below, including expenses. G.1.1 Attend Bimonthly Project Progress Meetings with MGNWC for duration of the Project. This includes Project Kickoff Meeting. G.1.2 Attend Design Coordination Meetings with the Project Team for the duration of the Project. G.1.3 Attend stakeholder meetings as requested including municipalities, utilities, and state agencies. G.1.4 Attend Pre-Bid Meeting. G.1.5 Attend Public Hearings. G.2 Project Contract Sequencing. Improvements Scheduling. & Construction Operations Plan (Knight only): G.2.1 Assist Stanley in defining sequencing of project construction contracts. G.2.2 Assist Stanley in defining improvements schedule. G.2.3 Assist Stanley in defining construction operations plan. G.3 Transmission System Hydraulic Modeling and Surge Analysis (Stanley only): G.3.1 Complete and check preliminary hydraulic and surge calculations for 30% design. G.3.1.1 Confirm size and number of pumps required. G.3.1.2 Provide design calculations. G.3.2 Complete and check draft calculations for 75% design. G.3.2.1 Update hydraulic and surge design calculations. G.3.2.2 Confirm size and number of pumps required. G.3.2.3 Confirm generator size and number required. G.3.2.4 Provide design calculations. G.3.3 Complete and check final calculations for 90% design. G.3.3.1 Finalize hydraulic and surge design calculations. G.3.3.2 Finalize size and number of pumps required. G.3.3.3 Finalize generator size and number required. G.3.3.4 Provide design calculations. Page 22 of 35 Revised 06-30-17 G.4 30% Design Preliminary Plan Drawings (Stanley and Knight): G.4.1 Address comments from Project Development Report as provided by MGNWC. G.4.2 Prepare preliminary drawing set, which will convey information about the facilities' overall appearance and fundamental elements. This work includes the following: G.4.2.1 Prepare preliminary general sheets (cover, index, standards lists, and notes). G.4.2.2 Prepare preliminary site civil plan. G.4.2.3 Prepare preliminary floor plan. G.4.2.4 Prepare preliminary structural plan for foundations, walls, and roof. G.4.2.5 Prepare preliminary architectural plan with elevations. G.4.2.6 Prepare preliminary mechanical plan inclusive of major water system piping, HVAC, and plumbing. G.4.2.7 Prepare preliminary electrical power plan. G.4.2.8 Prepare preliminary instrumentation plan. G.4.2.9 Prepare preliminary site security plan inclusive of site access control, monitoring, and alarms. G.4.3 Provide preliminary specifications index. G.4.4 Submit above as 30% design submittal to: G.4.4.1 Project Review Team for QA/QC. G.4.4.2 MGNWC for review. G.5 75% Permit Plan and Profile Drawings and Specifications (Stanley and Knight): G.5.1 Address comments from the 30% submittal as provided by the Project Review Team and MGNWC. G.5.2 Prepare draft drawing set. Draft plan and section drawings will show the work in sufficient detail that a contractor can recognize general pump station elements and requirements for construction. This work includes the following: G.5.2.1 Prepare draft general sheets (cover, index, standards lists, and notes). G.5.2.2 Prepare draft site civil plan. G.5.2.3 Prepare draft erosion control and protection plan. G.5.2.4 Prepare draft demolition plan. G.5.2.5 Prepare draft floor plan with major equipment, facilities, and walls. G.5.2.6 Prepare draft structural plan for foundations, walls, and roofs, and section drawings. G.5.2.7 Prepare draft architectural plans, elevations and section drawings. G.5.2.8 Prepare draft mechanical plan and section drawings including process piping, HVAC, and plumbing. G.5.2.9 Prepare draft electrical plan including power supply and lighting. G.5.2.10 Prepare draft instrumentation plan including controls. G.5.2.11 Prepare draft site security plan inclusive of site access control, monitoring, and alarms. G.5.2.12 Prepare draft detail drawings. G.5.3 Prepare all draft specifications, including general requirements and technical specifications. Page 23 of 35 Revised 06-30-17 G.5.4 Submit above as 75% design submittal to: G.5.4.1 Project Review Team for QA/QC. G.5.4.2 MGNWC for review. G.5.4.3 All permitting agencies. G.6 90% Construction Plan and Profile Drawings and Specifications (Stanley and Knight):, G.6.1 Address comments from the 75% submittal as provided by the Project Review Team and MGNWC. G.6.2 Prepare prefinal drawing set, which will be near completion and ready for agency review. This work will includes the following: G.6.2.1 Prepare prefinal general sheets (cover, index, standards lists, and notes). G.6.2.2 Prepare prefinal site civil plan. G.6.2.3 Prepare prefinal erosion control and protection plan. G.6.2.4 Prepare prefinal demolition plan, if required. G.6.2.5 Prepare prefinal floor plan with equipment, facilities, and walls. G.6.2.6 Prepare prefinal structural plan and section drawings with foundations, walls, and roofs. G.6.2.7 Prepare prefinal architectural plan, elevations, and section drawings. G.6.2.8 Prepare prefinal mechanical plan and section drawings with process piping, HVAC, and plumbing. G.6.2.9 Prepare prefinal electrical power supply and lighting plans. G.6.2.10 Prepare prefinal instrumentation and control plan. G.6.2.11 Prepare prefinal site security plan inclusive of site access control, .� monitoring, and alarms (includes standpipe). G.6.2.12 Prepare prefinal detail drawings. G.6.3 Prepare all draft specifications, including general, erosion control, demolition, structural, architectural, mechanical, electrical, and instrumentation. G.6.4 Submit above as 90% design submittal to: G.6.4.1 Project Review Team for QA/QC. G.6.4.2 MGNWC for review. G.6.4.3 Permitting agencies as required. G.7 100% Bidding Documents (Stanley and Knight): G.7.1 Address comments from the 90% submittal as provided by the Project Review Team and MGNWC. G.7.2 Prepare, sign, and seal final drawing set. G.7.3 Prepare, sign, and seal final specifications. G.7.4 Prepare bidding documents containing the final drawing set and specifications. G.7.5 Submit the 100% complete drawings and specifications to MGNWC. G.8 Engineer's Opinion of Probable Cost (75% and 90%) (Stanley and Knight): G.8.1 75% Opinion of probable cost G.8.1.1 Prepare draft opinion of probable cost based on 75% design. G.8.1.2 Submit 75% opinion of probable cost with 75% design submittal to: G.8.1.2.1 Project Review Team for QA/QC. G.8.1.2.2 MGNWC for review. Page 24 of 35 Revised 06-30-17 G.8.2 90% Opinion of probable cost G.8.2.1 Address comments from 75% submittal as provided by the Project Review Team and MGNWC. G.8.2.2 Prepare prefinal opinion of probable cost based on 90% design. G.8.2.3 Submit 90% opinion of probable cost with 90% design submittal to: G.8.2.3.1 Project Review Team for QA/QC. G.8.2.3.2 MGNWC for review. G.9 Quality Assurance and Quality Control (QA/QC) (Stanley and Knight): G.9.1 Perform formal QA/QC of design submittals for this package. G.10 Addenda Preparation Assistance (Knight only): G.10.1 Assist Stanley with responses to bidders' questions during the bid period. Assist Stanley in preparation of necessary addenda. G.11 Bid Review Assistance (Knight only): G.11.1 Assist Stanley in evaluation of bids and make recommendation of award of contract. G.12 Conformed Contract Documents (Stanley and Knight): G.12.1 Address comments to 100% bidding documents as provided in bidding phase. G.12.2 Prepare post-100% design submittal, including drawings and specifications. G.12.3 Submit post-100% submittal to MGNWC. H. MGNWC Standpipe Package The intent of this work is to prepare final designs for the MGNWC Standpipe. This work will be completed by Stanley Consultants, Inc. H.1 30% Design Preliminary Plan Drawings: H.1.1 Address comments from Project Development Report as provided by MGNWC. H.1.2 Prepare preliminary drawing set, which will convey information about the facilities' overall appearance and fundamental elements. This work includes the following: H.1.2.1 Prepare preliminary general sheets (cover, index, standards lists, and notes). H.1.2.2 Prepare preliminary site civil plan. H.1.2.3 Prepare preliminary foundation plan. H.1.2.4 Prepare preliminary architectural plan. H.1.2.5 Prepare preliminary mechanical plan with major water piping. H.1.2.6 Prepare preliminary electrical power plan. H.1.2.7 Prepare preliminary instrumentation plan. H.1.3 Provide preliminary specifications index. H.1.4 Submit above as 30%design submittal to: H.1.4.1 Project Review Team for QA/QC. H.1.4.2 MGNWC for review. Page 25 of 35 Revised 06-30-17 H.2 75% Permit Plan and Profile Drawings and Specifications: H.2.1 Address comments from the 30% submittal as provided by the Project Review Team and MGNWC. H.2.2 Prepare draft drawing set. Draft plan and section drawings will show the work in sufficient detail that a contractor can recognize general standpipe elements and requirements for construction. This work includes the following: H.2.2.1 Prepare draft general sheets (cover, index, standards lists, and notes). H.2.2.2 Prepare draft site civil plan. H.2.2.3 Prepare draft erosion control and protection plan. H.2.2.4 Prepare draft demolition plan. H.2.2.5 Prepare draft foundation plan and section drawing. H.2.2.6 Prepare draft architectural plan and section drawing. H.2.2.7 Prepare draft mechanical plan and section drawing. H.2.2.8 Prepare draft electrical plan. H.2.2.9 Prepare draft instrumentation plan. H.2.2.10 Prepare draft detail drawings. H.2.3 Prepare all draft specifications, including general requirements and technical specifications. H.2.4 Submit above as 75% design submittal to: H.2.4.1 Project Review Team for QA/QC. H.2.4.2 MGNWC for review. H.2.4.3 Permitting agencies as required. H.3 90% Construction Plan and Profile Drawings and Specifications: H.3.1 Address comments from the 75% submittal as provided by the Project Review Team and MGNWC. H.3.2 Prepare prefinal drawing set, which will be near completion and ready for agency review. This work will includes the following: H.3.2.1 Prepare prefinal general sheets (cover, index, standards lists, and notes). H.3.2.2 Prepare prefinal site civil plan. H.3.2.3 Prepare prefinal erosion control and protection plan. H.3.2.4 Prepare prefinal demolition plan, if required. H.3.2.5 Prepare prefinal foundation plan and section drawing. H.3.2.6 Prepare prefinal architectural plan and section drawing. H.3.2.7 Prepare prefinal mechanical plan and section drawing. H.3.2.8 Prepare prefinal electrical plan. H.3.2.9 Prepare prefinal instrumentation plan. H.3.2.10 Prepare prefinal detail drawings. H.3.3 Prepare all draft specifications, including general, erosion control, demolition, structural, architectural, mechanical, electrical, and instrumentation. H.3.4 Submit above as 90% design submittal to: H.3.4.1 Project Review Team for QA/QC. H.3.4.2 MGNWC for review. H.3.4.3 Permitting agencies as required. Page 26 of 35 Revised 06-30-17 HA 100% Bidding Documents: H.4.1 Address comments from the 90% submittal as provided by the Project Review Team and MGNWC. H.4.2 Prepare, sign, and seal final drawing set. H.4.3 Prepare, sign, and seal final specifications. H.4.4 Prepare bidding documents containing the final drawing set and specifications. H.4.5 Submit the 100% complete drawings and specifications to MGNWC. H.5 Engineer's Opinion of Probable Cost(75% and 90%): H.5.1 75% Opinion of probable cost H.5.1.1 Prepare draft opinion of probable cost based on 75% design. H.5.1.2 Submit 75% opinion of probable cost with 75% design submittal to: H.5.1.2.1 Project Review Team for QA/QC. H.5.1.2.2 MGNWC for review. H.5.2 90% Estimate H.5.2.1 Address comments from 75% submittal as provided by the Project Review Team and MGNWC. H.5.2.2 Prepare prefinal opinion of probable cost based on 90% design. H.5.2.3 Submit 90% opinion of probable cost with 90% design submittal to: H.5.2.3.1 Project Review Team for QA/QC. H.5.2.3.2 MGNWC for review. H.6 Quality Assurance and Quality Control (QA/QC): H.6.1 Perform formal QA/QC of design submittals for this package. H.7 Addenda Preparation Assistance H.7.1 Assist with responses to bidders' questions on this package during the bid period. Assist in preparation of necessary addenda. H.8 Bid Review Assistance H.8.1 Assist in evaluation of bids to this package and make recommendation of award of contract. H.9 Conformed Contract Documents: H.9.1 Address comments to 100% bidding documents as provided in bidding phase. H.9.2 Prepare post-100% design submittal, including drawings and specifications. H.9.3 Submit post-100% submittal to MGNWC. General Civil Design Package The intent of this work is to prepare roadway, erosion control, traffic control and general civil drawings and specifications for general civil design of the MGNWC transmission mains. This work will be completed by Stanley Consultants, Inc. Page 27 of 35 Revised 06-30-17 1.1 Project Meetings: 1.1.1 This item includes any costs incurred by civil engineers related to attending Project meetings below, including expenses. 1.1.1.1 Attend two Project Progress Meetings with MGNWC to discuss items in this package. 1.1.1.2 Attend two meetings with IDOT to discuss proposed detour routings and permitting for temporary signals and maintenance of traffic on IDOT routes. 1.2 Erosion Control Plan Sheets: 1.2.1 Prepare Erosion Control and Landscaping Plans. Includes development of 50 scale double plan sheets to include the temporary erosion control measures and permanent landscaping improvements. A details sheet will be included for erosion control and landscaping measures. 1.3 Traffic Control Plan Sheets: 1.3.1 Prepare Traffic Control Plans, including maintenance of traffic plans, detour routes, and standard details. We anticipate each contract will include two specialized maintenance of traffic plans and two detour routes. 1.4 Temporary Traffic Signal Plans: 1.4.1 Prepare temporary traffic signal plans and interconnect plans for all signalized intersections where traffic will be shifted due to the construction of the water main. The existing signal equipment will ..� remain in place with temporary signals installed for use during construction of the water main. The interconnect plans and schematic will include radio communication between intersections. The 8 signalized intersections included in the scope of work are as follows: 1.4.1.1 Milwaukee Ave and Waukegan Rd 1.4.1.2 Caldwell Ave and Howard St 1.4.1.3 Oakton Ave and Caldwell Ave 1.4.1.4 Harlem Ave and Oakton Ave 1.4.1.5 Harlem Ave and Monroe St/Cleveland St 1.4.1.6 Harlem Ave and Main St 1.4.1.7 Harlem Ave and Dempster Ave 1.4.1.8 Dempster Ave and Shermer Ave 1.5 ADA Ramp Design: 1.5.1 Prepare detailed curb ramp designs where pedestrian access route is affected by construction. Six intersection corners on IDOT routes for ADA Ramp design are provided for in this scope of work, as well up to 44 other intersection corners. ADA ramp plan sheets will include two to four corners. 1.6 Civil Pavement Details: 1.6.1 Prepare summary table including pavement type and depth,with typical details for HMA and PCC pavement sections. Page 28 of 35 Revised 06-30-17 1.7 Roadway Specifications: 1.7.1 Prepare Technical Specifications related to above items. 1.7.2 Documentation of existing ROW conditions will be incorporated into Contractor pre-work requirements. 1.8 Engineer's Opinion of Probable Cost (90%): 1.8.1 Prepare Cost opinion of probable cost based on above items at 90% design. 1.9 NPDES Permitting Assistance: 1.9.1 Prepare NPDES permit applications. Preparation of 4 SWPP's for each of the 4 transmission main and pipe liner contracts is included in the scope of work. 1.9.2 Each SWPP is expected to require two submittals. 1.10 IDOT Permitting Assistance (Detour/MOT): 1.10.1 Prepare permit and coordinate with IDOT to secure approved detour routes and permits for maintenance of traffic and temporary traffic signals. 1.11 Addenda Preparation Assistance 1.11.1 Assist with responses to bidders' questions on this package during the bid period. Assist in preparation of necessary addenda. J. Materials and Equipment Procurement Package The intent of this work is to procure long lead time items before the construction contracts are awarded allowing the manufacturing to occur in parallel with the permitting and bidding, thereby reducing the overall project schedule. This work will be completed by Stanley Consultants, Inc. J.1 Prepare Pipe, Fittings, and Valves Procurement Documents: J.1.1 Develop technical specifications for procuring the pipe,fittings and valves as one Owner-purchased equipment package. J.1.2 Provide technical specification to MGNWC for review and comment. J.1.3 Confirm prequalified vendor list with MGNWC. J.1.4 Prepare equipment procurement package consisting of purchase agreement and conditions, proposal requirements, and technical specifications. Provide the equipment procurement package to MGNWC for review and comment. J.1.5 Transmit procurement packages to prequalified vendors after authorization by MGNWC. J.2 Prepare Pumping Equipment Procurement Documents: J.2.1 Develop technical specifications for procuring the pumping equipment as the second Owner-purchased equipment package. J.2.2 Provide technical specification to MGNWC for review and comment. J.2.3 Confirm prequalified vendor list with MGNWC. J.2.4 Prepare equipment procurement package consisting of purchase agreement and conditions, proposal requirements, and technical specifications. Provide the equipment procurement package to MGNWC for review and comment. J.2.5 Transmit procurement packages to prequalified vendors after authorization by MGNWC. Page 29 of 35 Revised 06-30-17 J.3 Receive Procurement Proposals (3) and Respond to Questions: J.3.1 Receive and respond to vendor questions. J.3.2 Issue addenda needed to respond to vendor questions. J.3.3 Receive vendor proposals. J.4 Review and Prepare Procurement Recommendations: J.4.1 Review and evaluate vendor proposals. Evaluation will include meeting with MGNWC to discuss the vendor selection. J.4.2 Prepare letter with recommendation of award. J.4.3 Assist MGNWC in executing equipment procurement contract. MGNWC will issue notice to proceed to vendor. Contractor to release equipment for delivery and to take delivery on site. K. Project Bidding Package The intent of this work is to provide bidding phase and project financing assistance for all of the bid packages. This work will be primarily completed by Stanley Consultants, Inc. with assistance from Subconsultants as appropriate for the bid package. K.1 Distribution of Bidding Documents: K.1.1 Provide seven sets of contract documents consisting of project manual and half size drawing sets to Client for use in permitting and file. Distribute electronic copies of construction contract documents to plan houses and prospective bidders. Client shall reimburse Consultant printing costs for any additional printed contract documents required by Client. Bidders will be charged for reproduction costs for printed sets. K.2 Pregualification of bidders: K.2.1 Assist MGNWC in developing list of bidders prequalified to submit bids for construction contracts, where it is possible to do so. K.3 Pre-bid Meeting: K.3.1 Attend and administer pre-bid meeting. K.4 Bid Questions and Addenda: K.4.1 Receive and respond to bidder questions during the bid period. K.4.2 Coordinate subconsultant responses. K.4.3 Prepare and issue necessary addenda. K.5 Bid Receiving: K.5.1 Attend bid opening and tabulate bids. K.6 Bid Reviews: K.6.1 Evaluate bids and make recommendation of award of contract. Page 30 of 35 Revised 06-30-17 \.- L. Public Information Program Package The intent of this work is to educate the public and address public concerns regarding the project in Morton Grove, Niles, and Skokie. This work will be completed by Stanley Consultants, Inc. with assistance from Subconsultants where appropriate. L.1 Web Site Development and Management: L.1.1 Develop content, including project description and project benefits, for public knowledge to be posted to the established project website. L.1.2 Manage website content to communicate major project updates to the public. L.2 News Releases and Public Notices: L.2.1 Prepare news releases to announce major project developments as requested by MGNWC. M. Project Expenses and Allowances Package M.1 General Expenses (Stanley): The following allowances are for general project expenses that will be incurred by Stanley Consultants, Inc. M.1.1 Travel Expense (Agency Visits): Includes travel to meet with permitting agencies only. An allowance of $1,200 is included in the Project budget. M.1.2 Mailing & Reproduction: Includes the costs of shipping and making hard copies of documents. An allowance of$800 is included in the Project budget. M.1.3 Miscellaneous: An allowance of$2,500 is included in the Project budget for miscellaneous expenses. Prior approval by MGNWC is required for expenses in this category. M.2 Surveying and Geotechnical Expenses (Robinson): The following allowances are for specific items related to surveying, 3-D modeling, and geotechnical services being performed by Robinson Engineering, LTD. M.2.1 Field Survey-Surface: An allowance of$126,750 for 65,000 linear feet of surface survey(including portions of the pipeline maintenance section) is included in the Project budget. This includes a 110% allowance for additional survey work if required by the final location of the Intermediate Pump Station. M.2.2 Field Survey—Structures Rim and Invert: An allowance of $123,950 for 1850 structures survey is included in the Project budget. This includes a 110% allowance for additional survey if required by the final location of the Intermediate Pump Station. M.2.3 3-D modeling - Surface: An allowance of$38,250 for 51,000 linear feet of surface data 3-D modeling is included in the Project budget. This work includes data processing, drafting, labeling utilities, 3-D modeling, and related project management. This includes a 110% allowance for additional survey if required by Skokie. Page 31 of 35 Revised 06-30-17 M.2.4 3-D modeling —Structures Rim and Invert: An allowance of$42,080 for 1700 structures data 3-D modeling is included in the Project budget. This work includes data processing, drafting, labeling utilities, 3-D modeling, and related project management. This includes a 110% allowance for additional survey if required by Skokie. M.2.5 Geotechnical Borings & Logs—Route: An allowance of $154,375 for 65 geotechnical borings on the route is included in the Project budget. This includes staking and borings 20 feet deep, spaced 500 to 1000 feet apart. M.2.6 Geotechnical Borings & Report- Pump Stations & Standpipe Sites: An allowance of $41,580 for 11 geotechnical borings at the pump station and Standpipe sites is included in the Project budget. This includes staking, 6 borings 50 feet deep, and 5 borings 30 feet deep. M.2.7 Utility Potholing with Grass Restoration: An allowance of$100,000 for 40 Utility potholes located in the parkway(with grass restoration) at major pipe line crossings is included in the Project budget. Major pipelines are defined as 6 inch or greater for gas, and 14 inch or greater for water or sewer). This includes location identification and staking, elevation survey and photo log,and adding this data to plan sheets. M.2.8 Pavement Restoration for Utility Potholing An allowance of$25,600 for pavement restoration of 16 utility potholes located in the Roadway (pavement restoration only) is included in the Project budget. M.2.9 CCDD Sampling, Laboratory Analysis & Report: An allowance of $18,750 for 5 CCDD samples in industrial areas and 8 pH samples in residential areas is included in the Project budget. M.2.10 JULIE location subcontractor: An allowance of $33,000 for location of utilities using a JULIE location subcontractor is included in the Project budget. M.3 Corrosion Control Investigation (Corrpro): The following allowances are for specific items related to corrosion control investigation and testing services being performed by Corrpro Companies, Inc. (see proposal included in this group exhibit). M.3.1 Corrosion Control Investigation: Transmission Main route will be investigated for corrosion potential by an independent contractor, to inform corrosion control requirements. This includes no more than 42 soil samples for laboratory analysis and a report. An allowance of$8600 is included in the project budget. M.4 Property and Easement Surveyor Expenses (Robinson): The following allowances are for specific items related to providing surveys and documentation for properties and easements that may need to be acquired for this project. This work is performed by Robinson Engineering, LTD. M.4.1 Title Commitments- Easements/Parcels: An allowance of$10,000 for 20 title commitments is included in the Project budget assuming some commitments may need to be ordered twice to comply with requirements. M.4.2 Prepare Plats & Legal Documents- 8 Easements: An allowance of $18,800 for 8 easements is included in the Project budget. Page 32 of 35 Revised 06-30-17 �.- M.4.3 Boundary + Topo Surveys- Pump Stations & Standpipe Sites: An allowance of$9,120 for boundary and topo survey at 2 pump station and standpipe sites is included in the project budget. M.4.4 Upgrade survey to ALTA level— Pump Stations & Standpipe Sites: An allowance of $5,880 for ALTA level survey at 2 pump station and standpipe sites is included in the project budget. M.4.5 Phase 1 Property Investigation report: Includes the costs associated with conducting two Phase 1 property investigations for the purpose of determining if there are recorded instances of contamination associated with a parcel of property. An allowance of $5,360 for 2 investigations is included in the project budget. M.4.6 Phase 2 Property Investigation report: Includes the costs associated with conducting two Phase 2 property investigations for the purpose of determining if there is physical evidence of contamination associated with a parcel of property. An allowance of $10,000 for 2 investigations is included in the project budget. M.5 Land Acquisition Expenses (Santacruz): The following allowances are for specific items related to land acquisition assistance services being performed by Santacruz Land Acquisitions, Inc. (see proposal included in this group exhibit). M.5.1 Valuation of Easements: An allowance of $21,600 for valuations of 8 easements is included in the Project budget. M.5.2 Valuation of Full Acquisitions: An allowance of $5,000 for 1 full valuation (for Intermediate Pump Station property) is included in the Project budget. M.5.3 Negotiations for Easements: Includes costs of negotiation and acquisition services for right-if-way including, without limitation, documentation of conveyance of property interest.An allowance of$280,000 for 8 easements is included in the Project budget. M.5.4 Negotiations for Full Acquisitions: Includes costs of negotiation and acquisition services to obtain rights of entry for the 1 pump station properties during design phase. An allowance of$1,500 for 1 property is included in the Project budget. M.5.5 General Consultation Services: Includes costs of hourly work to perform valuation and negotiation services for land acquisition. An allowance of$20,000 for 80 hours of consultation work is included in the Project budget. M.5.6 Project Meetings: Includes the cost to attend and/or participate in up to 10 hours of meetings and conference calls for consultations on the project. This will include, without limitation, kick-off meetings, planning discussions, project strategy development and review of parcels with acquisition of challenges. An allowance of$2500 is included in the Project budget. M.5.7 Direct Billable Expenses Per Parcel: An allowance of $4500 for direct billable expenses for land acquisition services of 9 parcels is included in the Project budget. Page 33 of 35 Revised 06-30-17 M.6 Environmental Services for Pump Stations (Knight): The following allowances are for expenses incurred to perform a hazardous materials (asbestos, lead) environmental assessment of the MGNWC Pump Station (MGNWC PS) property and the Intermediate Pump Station (Intermediate PS) property to be performed by a Knight E/A, Inc. subcontractor. M.6.1 MGNWC PS—Environmental Survey: Includes the cost of environmental survey assuming a 40,000 SF single story building. An allowance of$7,180 is included in the Project budget. M.6.2 MGNWC PS—Design Development/Demolition Documents: Includes the cost of Design Development and preparing demolition documents, assuming a 40,000 SF single story building. An allowance of $4,495 is included in the Project budget. M.6.3 MGNWC PS—Bidding &Award: Includes the cost for assistance with receiving proposals and awarding contract for MGNWC PS property.An allowance of$1,080 is included in the Project budget. M.6.4 MGNWC PS —Abatement Oversight: Includes the cost of abatement oversight (in 16 8-hour shifts) during demolition of the existing building on the MGNWC PS. An allowance of $15,920 is included in the Project budget. M.6.5 MGNWC PS —Project Management: Includes the cost of project management for providing the environmental assessment for the MGNWC PS site. An allowance of$1,450 is included in the project budget. M.6.6 Intermediate PS—Environmental Survey: Includes the cost of an environmental survey assuming a 2,800 SF single family home.An allowance of$2,780 is included in the Project budget. M.6.7 Intermediate PS—Design Development/Demolition Documents: Includes the cost of Design Development and preparing demolition documents, assuming a 2,800 SF single family home. An allowance of $1,665 is included in the Project budget. M.6.8 Intermediate PS— Bidding &Award: Includes the cost of assistance with receiving proposals and awarding contract for the Intermediate PS property. An allowance of$660 is included in the Project budget. M.6.9 Intermediate PS—Abatement Oversight: Includes the cost of abatement oversight (in 4 8-hour shifts) during demolition of the Intermediate PS property. An allowance of $4,680 is included in the Project budget. M.6.10 Intermediate PS—Project Management: Includes the cost of project management for providing an environmental assessment for the Intermediate PS property. An allowance of$500 is included in the project budget. N. Project Schedule The Consultant's provision of services will commence at the Consultant's initial risk and will predate the contract date. The Consultant shall diligently and continuously prosecute the Services until the completion of the Work not later than January 30, 2018. Page 34 of 35 Revised 06-30-17 0. General 0.1 Conditions of Service: Services described in this Exhibit are based on following conditions: 0.1.1 Drawings and specifications will be developed using English units only. 0.1.2 Drawings will be developed using Consultant's standard drawing size, title block, format, CADD standards and symbology. 0.1.3 CADD drawings will be developed using AutoCAD. 0.1.4 GIS documents will be developed using ArcGIS. 0.1.5 MGNWC will complete reviews of documents submitted by CONSULTANT within 5 business days. 0.2 The following information and data will be provided by MGNWC on which Consultant will rely: 0.2.1 Full information as to MGNWC's requirements for Project including design objectives and constraints; space, capacity and performance requirements;flexibility, expandability and any budgetary limitations. 0.2.2 Available information pertinent to Project including reports and data relative to previous designs that may have an impact on the Work. 0.3 All recommendations and/or advice presented in reports and design documents are Consultant's' opinions of probable project conditions. Project conditions are based on the information and data sources that are readily available to us, input by the MGNWC, and other reliable sources, all of which are believed to be accurate. The Consultant's recommendations and/or advice are made on the basis of the Consultant's experience and represent the Consultant's judgment and opinions. The Consultant has no control over new and/or non-public information, changed conditions, cost of land, cost of labor, materials, equipment, and/or other construction costs, or over competitive bidding or market conditions. Therefore, the Consultant does not guarantee that actual conditions or actual costs will not vary from those presented in any report, study, plan, etc. 0.4 All Engineer's Opinion of Probable Cost presented to the MGNWC are Consultant's opinions of probable project, construction, and/or operation and maintenance costs. Engineer's Opinion of Probable Cost are made on the basis of the Consultant's experience and represent the Consultant's best judgment. Consultant has no control over cost of labor, materials, equipment, contractor's methods, or over competitive bidding or market conditions. Therefore, Consultant does not guarantee that proposals, bids, or actual construction costs will not vary from opinion of probable costs of project costs, construction, and/or operation and maintenance costs. Page 35 of 35 Revised 06-30-17 OA x a % -,746- " " . . . . . . . . . . E c '., v a, al . . . w w a N N N .........„, N R V O C N to 0 r -ry r , l0 OCO ae r W C 4 0 n Z G C _ O ° V w° C m h al m ° o g h. tiMl r a t V vt' "Q e . ...,..=-H,.,7 — _ <o$eoo r, °°° ^ : = r .,r __« 4 _ 23 rep• ° - - - c n_ r, " 00 , ° • r E. „x:._r.• »" e »»»»»»»» » »» » »»»»»» » » » » » »» � eX:o" Le 4« �h� il .5 ea.T. ii II E .f r c N L c € §: € a. - L U c _ L r _ _ " i t. 2° a C E li "o F 8 t ` =`. `o i, E c w O o G p cz-z =e< s F L 2 i2. �z: = gg € T !U - L . Q ice` - E . ..a'i ° 4 . k'`c `v4 -2'�' B £': L .. `-a s-g3 8 t .2 t.,• `^w giE. .-ot..'c $g :esa �o -o€ <g "cam e. goz a E - � cl" = �s!.14E Mil w:� > c_ s8 . 4 E V > g"_ `gg- �� €• g�v14 Mil] g4 u-c.L,°e S;a <° E v ii 2 $ c h • - '7,-,g-g4,-5-c:< `� ,.=E° 1 E=k kr-`' € 'Z „- ea R ecr< 8 =`v E E? a r r _ • 3@ - oegl -iT�•i$_.d 3y-"= i =li u�`` eglIt`y 9€ s �& u ` cgsIg-if, ' 3• _ s _.6i£S,fZoIzEi6v t ta,"-c>' - =&kio`O< pr,€_wo'v.<.„, =�• � a K �wo''°s ` ' � <a < ««« = = cc c c=- c c c c a c_ : : ::: : w x ; s , w a 4 0 _ N t O:... 2S ? 3? ? _ t °Swmm R ' u n e e � O ? ?2222 22 2S Cg? $ m8„ 2 " °8S& mo W \ '3 E' LL l0 ?'. R $ n r _ a e m W W C O Z S ry >S err <r.r o , U d C A. ' 0 0000Q. 0 O Qoo ', °s '` 2aPmm " . o;mom , , , • o N d =°- R:r._ ., El t o• f a/ G L ` - - $o;0 42 _Ci;2C. O ? ri NRN- a 222 ,.2. ; .-nNe24a m e F. ° R -24713: S !! ! g_ R R m �^o l£ «« «« « «w«wwwww « « « w«« « « ww el 4ec a o4o 4 4 444048 c€ f - co _ �«wo?exXo f _0,—., _rn_o d ii c= = sg=_-��R F aaass s °a =" ;2;11 $ °s a $ °g ": IA UT _ N E_ E < $ € €: �g - ill g !I :' 1 i 1,711 ' 11 i ILExigk ii ..-,_ k4.1., 'f. 1- 1gg;.z-1 i 1' 5 illif!I W V i `€ i.g c P s .`fi. gE'g 3„,_.,. a € e E F r . E §_un £. -i8 vb 3 €g .< liggf - -< _i 5t .<eu fF - .<e l 1 i —...----, ' a 1 =cc ecacocc c am;ww 2 ..6aac e,,.. c c ccouocc0. 1 w x a E t 1 11111111111 111111111111. 11111! 1111111 111T11 IiiIIIIII111 IIIIII111111 111111111111. 111 11 0 IIIIIIIIII 111111111111. 11111, 1111111! I _. 11 /111111111 111111111111 11111{ 1111111 r1 Ili 111111111 111111111111 11111# 1111111 LL CI X111111111 111111111111 11111 n 11111111 illy 1i o 111111111111111111111111111111111111111 Z 11IIIIIIIIIIg 111""""1- II IIII111 111 10 tD 11 1111111111111111111111 ; 11111; 1111111 111 -11 ilk 111111111/ hIIIIIIIIIIi II"'t{ 1111111 II1 .11 111 11111111111 II1111111111 IIIlI 1111111 111 11 9, 111. 1111111111 II1111111111 11111; 1111111 . 111 11 11 1111111111 111111IIIIII I1111m II11111 011 X111111111111i 111111llllll ::iii:111 1111111 111 11 11 1111111111111 11 : 1111111 111 11 I1 IIIIIi ii 1111111111111 IIIIiII Ili 11 II 1111111111 : 111111111111 1111 1111111 III 11 III IIIIIIIIII y IIIIIIIIIIIIE IIIII :I 1111111 ; III Ii III IãiIIIII I IIIIL 11111 1111111 : 111 ,11 111 liIIIIIIIIt IllIlIllIflht uhF1111111 11 Ii IIL hil1IIlIl II__I_I__I_I_IIIII.1 11111 111111; 111111 111111 lily'li; E II 111111111/ 111111111111 IIII r. _ ix i E II IhIIllIllI IlIIhIhIhIhI 1111111111111 III 'll 111 III lilili 111111111111! p, .11...- 1111 , ' - Mini nu 1,1 I g 1 I I, I P ! , ! ,IIIIII II II IIIII illiolF m IF ,t 'V° - g 4 - L s € n ir - ! _ ` ° -� I E3 = F a 5 c Dr''!.1 1 '7' Fl '''- ' :I -i-i 1 !I 1 -='' 11 iii !I 5! 'lif : 2f5g 11 -ie- : _1 IIIIIhIIHhI'1Ii 1 11 ail: � .a (I �IIII(il m w x v y x I o a w E m tm n o o a m w a . . j w ry N t m tn -I c ° c 0 w ° w LL . tf, El ff W C P. 3 z c 0 u v c � , m gI rt a >1 0 tD ° N j nt n 0 N O yr a ,,E r. t CA ] 6,i ST S .32 ww .wwww ».wwww in w «w.." w www e 8g •a8'"•^888888 8 8$8888 ' 8888888 8 8 8888 8 888 : 4i - -r ::,,,,,,,::i.,„;§, § -- ,,gi$§ g§ § fit -8°�t - E1 www w ww www w wwww » w C it inn w5k a.E.1-, " ,2wA.ELE ,Na ,t5 ���n n2nn h f E -gam ss egc4b.t S!F.€€ isE. 1 1 " _ag 1, €,a �4 {<a . °sec 5 }lI1111 € ,v€'s d_9te 1,19.E<` _. ,6 t tz 411/ z3°l .f;3f, t3' �€LLY- tE" m a 1 F c 1,E' 2 Z Fttl ¢ E R§ s !1i ir: 1 E' .- .., , . , of , ,. oi �e w ',fr 9 Project Schedule Dated June 30,2017 The following key dates were used as basis for Basic Services fee: Submit Design Documents to IEPA September 15,2017 Bid Project November 6,2017 Award Bids January 24,2018 TIONIllI'ALNOOO XOOn i •Of LS Y31VM Oi1IV13O LI IIN ONS IAOMO HOlw.N 3 c SLNiW3AOl1dVI NIVW NOISSIWSNtliLL fix, tv': ft-z t t r - ,- • . €.. m gR - 1 I3 s t o $ 1.'7•;.•z---,-,:-:'-. r `-- -- i v " Fs.b ft .�"3 �_: • Vie, �Y`; v.,'g 3� .y�¢R'i 041..1 - {� .[ i�.� d._ rs % ._-a"f� l� r _. Y hs. - gR if (' '3 '? o f l. i 4 [F t .t4! �ft'ft �<4 V+t fk $ '.!9 ..' ,:., -ES- ,- * ,i*. U 1• l k i�' j��q'.'_ ` �'. d'tp,3i _ 3ni ft 'p 3T('e''.1` t- +r' 1 iiE k '§e '�?t. `E • •'L L . ^a§ -- .-a s u �j ts+ jr .�en °s ",, s .-.1-._ ..� �V rg �'• . a .� l 1 th �i.�s.l M °a` s-y i}'«�.avi. `�'1-, fi e giL. ,!� �""�=,-..:--. � �_ ,pa ,,xr� �'�' ,='7'----,''w�uxe m a tt a � � L? srr yt` 49.�;,"r',a*-, t ce tt su y h E j_ `�+�;**� _ ,� C,ill'A•-i•ortn.--,_, .,,.=...' '""�' � # �} to 41. —r c <: 3 ,. K 1, r - I 1S - 1e ✓L •T• r t-^,�? r `y���yp-�3 m .. 'STN• ,4 .rta,,. - 1§attrr -�.^ °r°•F++ z {�, ..„-. �'C xi mss+.�` -- Ir'*„fl n a tse � -47 ,,-- -'�` �... m:i.»W. ram :. z+�dM�1,...jy{,917'.::.i Eal u.o-.a+,a�}ulgz.,ll. fi-OS'° aY, "�i 8' t n v Xa.p the a iti2;:. Y14� * '4 � is 1. g�-t-. .y}5 `i 6.§- *t+ "i. Hk i ,a H .,,,3 Y9 .!--:' f" 3Ag, r' K'-'r it 5s�ANt "'AF W '.7,.::`,..,..E°;1 M e,ma :.£ •• rix-� isr n-rtk` - r rr xi .rn-^ 3•a,, �v ., .•t`§ .. ` y; Ate. _,- ry^,Hfi - n vy l "�.'_ x e - 1 " ., a Ra r ry a " �s- ���,t��� ,�. �tttab..11yy�3�r+• „�tvtp.' g�vw€�i_'���a::� � � �y�.•�>»xrst u. a $�'; r"'° f B1C•�3 J� k x 'Ebu rF i';'-'7;;:::' 1 1 - FH .,,,,-,x { [. .. - `�`{�EBi+kL N�N�� O-- C �"4RnX' 11t 1 � it �� � F8i^ y t re t�e�3 Yt{ i4d5 ,+1,1�,W ° +J�%e•} t M'a -'Y917•313-t54 IT; y ..$ 7'......%S Et ,1°,`+t3 k F t_ ' 'ms`s n ,+M ,,- , .� .act -- - '--}�i'""• \ • ^-. ''.rte ¢ '-}- �" Mx+a ',011; rcN3.ti'F -: 4 1 1 :.• f c g �,: ham, it',.' '. ,is ;'` °d"""$ z . "- l,t - s%. �4tae..:.7�4;''��,e_ .t • a i T �` .y'"�°� '�'° s a.-, c."' •'.`6 . ,,,..._,.... ` .! 131 .s r aa' _ I ' ��' 1,-,f-'-'•-' a ''fig r '--- � � r•- s -, --- $Q �'a;. r P _ ': � 1 -4` ,t t`sue^ -s' s-`• �a , s n» = .� - •.rte" g }� ...,.-„,„,z, 8 r a r nor s Cca� f -',A.`....,-,14-',A,. * t . .-- a rr •, , ate 95"'.k i r d Y R ,�ir� 4t��}` � � I..1 �'+: -!; <m ,.��,"_ € 1 �' s ae.' 1 ,.-log a �Z,4,c xx' _ -=-4.a to s :,..,--3:.r. -tt E_ .K!r E E t .. 'mar � � �x = •�+ inn . r �`+ i6L -�` - y a g tct> -7a«.* t a,t`sst:_ 1 i •s- �- _ r ` - 4. j11.iYT. 1"""If WA'h la 'A..--{{ •W *hotels+E "s^ *@ 1� 4" ' 1 ,b„�; .:A ,ate+t; ;z,at+9- ``..i' . w-xT [ '8. C ` *. '"'F 5. �,g; Eft .,--t.ariM, T. < s a.a arav .e+.=-; ';•`-'41= * 14'� ',. .:we,XAi141`*f,. - $ &° ly .�. 1 �_ mm>„_ t 4 kr i, ".-» $ r t v Tr • 1 �'.'t s e c t v ,,,,.....4_„ ,-,„7„.. S iL � ”� '-C Q -„y-1 - � ,n. .777- l" 'ti t ,- : 3 .� 1 d J # � a y• 111 � � F �s,S�� A +n•°"�.._ � � a '' � �z tI •c PIT 1 ._ C of - i r . • . 1 ff �y 3i t', :1 rs: ., Fk 4 :;=-;-•' . 7 �e }4i w 'jSc i . i.x4 is+ •'t.{t�t ;�W . r ygy . fi -r, A ' ---t4 r `.: f fi C . 3•1 • • I t -. : f- I. mss..;,, 1 ' H Y eid. 1Sancru� ri .' 04.:t}',' .:YHa#'f.. diX.i�{p,✓! 'k`wT45:7:`S`:1a4.ri�4.!i R- 11.46.:� •i'„4'. 3 �, {R:. ♦ YF;f'1..•M •? `y., Y �.w,•x� 31,0' +r, 06 ' ,,. s k� 7.r:`'' .1/4-,;-....,,, ,T .: �„_ ,..* : .sc5,7 r ,T°+ x%[ `rv! i [ elf•-'IL i 0093 -r,r;a t• 1 ` rf t4a r.�'' . ', iv r4 i } .a-, ..--, r - u T _ , r�5i °� 5 }t' . ,f• : ; Contact: = J.Steve Sentacruz { 847-8689620 ' jsteve 'santecr z-ass�o tes:coin I EXECUTIVE SUMMARY Having extensive experience with right of way projects, we understand the importance of keeping on schedule. On-time lettings gives the Villages of Morton Grove and Niles LPA,the Local Public Agency("LPA")the best use of its resources and strengthens the efficiencies in the implementation of its roadway improvement program. To achieve your goals, it is critical that your land acquisition consultant understands the importance and addresses three critical issues in your acquisition of right of way: D Deliver the right of way on-time to meet the letting D Manage the acquisition risks, including the cost of condemnation litigation D Compliance with the Uniform Relocation Assistance and Real Property Act of 1970, as amended (Uniform Act) and procedures and FWHA policies. CRITICAL ISSUE 1: DELIVER THE RIGHT-OF-WAY ON-TIME TO MEET LETTING Delivery of right of way on time keeps the project on its letting schedule. We understand that nothing is more important to the LPA. We also know that keeping the land acquisition on time and within budget is a measurement of success for the LPA. When a project does not meet its letting schedule, we know it can impact the budget for the LPA,causing scheduling conflicts with potential contractors and also affect other economic factors which govern the delivery of the overall roadway improvement program for the LPA. Our solution is to assemble a team of industry leading right of way professionals that have years of experience working on land acquisition projects with the understanding of what needs to be done to complete an acquisition on time. Santacruz Land Acquisitions will work with the staff for the LPA and/or Stanley Consultants, Inc., Engineer for the LPA, ("Consultant") to develop a land acquisition plan for the Water Supply Corridor through Morton Grove and Niles (the "Project") to assure that the goals are met. With years of right of way acquisition work,we have a large database of real estate representatives for corporate acquisitions to cut down the time spent in the initial steps of locating the real estate representative for each property. PROPOSAL FOR LAND ACQUISITON SERVICES Santacrua Land ) Acquisitions Ali of these efficiencies lead to ways in which we Y °� minimize our time with an acquisition and ; V*--,— „„.-,:' - .-'• -'"- translate to your project staying on schedule. CRITICAL ISSUE 2: MANAGE THE ACQUISITION RISKS Equally important as the scheduled letting is the acquisition budget for the Project. Cost overruns can jeopardize a project from moving forward. Because real estate costs can represent a significant portion of the budget for a { t transportation project,our team will suggest ways to minimize impacts and reduce ousts in .- ; challenging acquisitions. We will also work with F=f' T�a. � 4• the LPA to minimize the condemnation referrals . that impact the budget for this Pro ect. By the , same token,our team will quickly identify parcels in the very beginning of the process that have title �� 3• issues that can only be resolved through " condemnation. � 7` Through experience,we know that a portion of the £ ' ¢ parcels will need to be acquired through - 41- ;� £ condemnation. As such, your Ian acquisition F consultant needs to have knowledge of the legal requirements necessary to position an agency for - E , " condemnation. Our team possesses that knowledge and has years of experience providing "expert witness"testimony in these matters. �° Santacruz Land Acquisitions is made up of skilled ' g a r right of way professionals with a vast background , : 3f, . � � in real estate and civil engineering with respect to , i, Infrastructure projects which gives us the ability -"� ' to recognize issues and resolve them before they ~� create delays. CRITICAL ISSUE 3: COMPLIANCE WITH GOVERNMENT REGULATIONS , q _. All land acquisition services must be performed in Our solution is to apply our team's extensive accordance with the Uniform Relocation collective decades of experience complying with Assistance and Real Property Act of 1970, as federal and state laws and maximizing the team's amended(Uniform Act). knowledge of land acquisition policies. PROPOSAL FOR LAND ACQUISITON SERVICES Sat ttaCrua iLrnd } 2 IF#Cquisitions�� ADDITIONAL COMPONENT OF OUR policies obtained on the parcels to be acquired,(iii) PROPOSAL: BEP UTILIZATION the cost of recording any necessary documents to complete the conveyance and obtain clear title, Santacruz Land Acquisitions is a BEP with Central (iv) lender's fees related to the processing of any Management Services, a DBE with IDOT and an partial releases needed to provide clear title,and MBE with Cook County and the City of Chicago. (v) land trustee processing fees. Santacruz Land Acquisitions shall indude $500.00 per parcel for TEAM ORGANIZATION these charges. Santacruz Land Acquisitions shall pay any such fees and charges in excess of the Santacruz Land Acquisitions has assembled a $500.00 per parcel allowance for which Santacruz versatile team of professional right of way Land Acquisitions shall be entitled to additional consultants with the experience to deliver compensation in the amount of any such payments successful land acquisition services and meet the pursuant to a separate work order issued. letting dates of the project. J. Steve Santacruz, President of Santacruz Associates Ltd. d/b/a Santacruz Land Acquisitions will attend and/or Santacruz Land Acquisitions will lead the team as participate in up to ten(10)hours of meetings and Project Manager. The team brings a wealth of conference calls for consultations on the project. experience in land acquisition for governmental This will indude, without limitation, kick-off agencies and related real estate law and civil meetings, planning discussions, project strategy engineering disciplines to assure the proper development and review of parcels with handling of even the most complicated of acquisition challenges. acquisitions. Additionally,the key members of the Santacruz Land Acquisitions team have Based on the projected total number of parcels of collaborated in the past on projects. right-of-way to be acquired for the Project, the land acquisition negotiation services provided SUMMARY herein are offered a cost not to exceed of With a long history of successful delivery of a $89,100.00 as follows: Wi variety of right of way projects on time, within Land Acquisition Services $81,600.00 budget and to our client's satisfaction, we look Consultation/Meeting Services $2,500.00 forward to the opportunity to assist the LPA with its land acquisition needs Direct Billable Expenses $5,000.00 COMPENSATION Santacruz Land Acquisitions shall be entitled to the compensation as shown on the attached schedule. Our cost proposal, based on a projected eight (8) easements and two (2) full acquisitions, is as follows: VALUATIONS: $31,600.00. NEGOTIATIONS: $50,000.00. As directed, Santacruz Land Acquisitions shall invoice the LPA or Consultant for any fees and charges related to the acquisitions including, without limitation,(i)the cost of the later date title commitments, (ii) the cost of title insurance PROPOSAL FOR LAND ACQUISITON SERVICES Santacruz Land `�1 3 Acquisiti®ris 1> TECHNICAL .. ROACH Santacruz Land Acquisitions shall perform all necessary services in the preparation of appraisals and review appraisals and the negotiation of the acquisition of necessary properties required for the completion of the Project. All services shall be performed at the direction of the IPA and Consultant in accordance with the policies and procedures of IDOT, as applicable, the Federal Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970("Uniform Act"),as amended(49 CFR Part 24), the Illinois Eminent Domain Act(735 ILCS 30)("Eminent Domain Act")and the Illinois Code of Civil Procedure("Code of Civil Procedure"). Santacruz Land Acquisitions will review the highway construction plans with the LPA and/or the Consultant to understand the nature and purpose of the project. Santacruz Land Acquisitions agrees to perform the services as set forth herein as well as furnish and deliver to the LPA the final reports accompanied by all necessary documents needed for recordation and/or necessary for eminent domain proceedings. The process described in this section has been the roadmap to many successful right of way projects for Santacruz Land Acquisitions helping us help you keep your projects on-time and within budget. LAND ACQUISITION CRITICAL PATH STEPS- "OUR ROAD MAP" Task 1: Notice to Proceed Our services start within one week (or sooner, if requested) of an authorization to proceed from the LPA. Task 2: Kick-off Meeting Santacruz Land Acquisitions will meet with the LPA and/or Consultant to discuss the Project, identify issues and develop any necessary strategies to assure the timely completion of the Project. At that time,we will identify the subconsuitants that shall be assigned to the Project to perform the valuation functions. PROPOSAL FOR LAND ACQUISITON SERVICES Santacruz Land \) 4 RcquisiCtOnS� Task 3: Delivery and Review of The Negotiator will not have any authority to Project information determine administrative settlements. The Negotiator will consult with the LPA for approval of The LPA or Consultant will provide Santacruz Land any counter offers and upon acceptance by the Acquisitions with plats, legal descriptions, the LPA of any such counter offer, Santacruz Land most recent title commitments and any other Acquisitions will prepare the necessary pertinent information regarding the property documentation for administrative settlement. owner for each parcel assigned for acquisition. In addition,the LPA or Consultant will also provide us Prior to the start of negotiations,the Negotiator with a set of project plans. will review the plats of highway and appraisals for each parcel before the start of negotiations with a Task 4: Valuation Services property owner to understand the valuation and impact to the property. Santacruz Land All appraisal work shall be completed within the Acquisitions will review the title commitment time frame provided by the LPA at the time the provided for each parcel to determine the liens project is assigned. and encumbrances that will need to be addressed in order to complete the acquisition process for The Appraiser shall make a detailed inspection of the LPA. Santacruz Land Acquisitions will direct the properties and make such investigations and any questions to the IPA or Consultant resulting studies as are consistent with industry standard from its review of the plans, plats,appraisals and and necessary to derive sound conclusions for the title commitments so that Santacruz Land preparation of appraisal reports. Acquisitions is prepared for any issues raised by the property owner during negotiations. At the request of the LPA or Consultant,Santacruz Land Acquisitions will furnish and deliver updated Before contacting the owner of a parcel,Santacruz or revised appraisals resulting from a revision to Land Acquisitions will prepare and send the the right of way or for condemnation purposes. introductory letter to the property owner on the LPA's letterhead. This letter will provide a general We understand that appearances in court and/or statement of the Project,identify the property and pretrial conferences, which may include the legal property owner, and briefly state the depositions,and preparation for litigation or pre- right of requirements necessary from the parcel. trial conferences may be required by the LPA so This letter shall also contain contact information that it may complete the acquisition of the for Santacruz Land Acquisitions and a property through condemnation. In such case,at representative of the LPA. the request of the LPA or its trial counsel, the Appraiser assigned to appraise the parcel shall Santacruz Land Acquisitions will prepare an offer make any such appearances or complete such package for presentation to the owner at the first preparation work in order to assist with this meeting. If, after repeated efforts to contact the process. Such requests will be pursuant to a property owner to schedule a meeting to present separate work order. the offer,Santacruz Land Acquisitions is unable to make contact with the property owner, or if the Task 5: Negotiation and Acquisition property owner is located out of town, or at the request of the property owner to have the offer All negotiations and acquisition services shall be package mailed, Santacruz Land Acquisitions will provided by Santacruz Land Acquisitions after send the offer package by certified mail so that a approval by the LPA of the amount of just receipt of delivery can be established. compensation to be offered to the property owner. PROPOSAL FOR LAND ACQUISITON SERVICES Santecrua Land ,� 5 Hcquisiitions �) Santacruz Land Acquisitions will personally contact submit the completed parcel file with original the property owner a minimum of three times conveyance documents,any documents necessary before making a determination that the for title clearance, the Negotiator's Log acquisition of the parcel cannot be successfully documenting all negotiation activities,copies of all negotiated. In most cases, Santacruz Land correspondence with the property owner, title Acquisitions will exceed the minimum number of commitments, plats,and all other documentation contacts in an attempt to make all reasonable as required by the LPA. efforts to reach a settlement before recommending that the LPA commence In the event that Santacruz Land Acquisitions,after condemnation proceedings. All contacts and having made every reasonable effort to contact efforts to make contact with the property owner and negotiate with the owner of a parcel,is unable shall be documented in the negotiator's report to obtain a settlement on the approved appraisal maintained by Santacruz Land Acquisitions for amount,Santacruz Land Acquisitions shall prepare each parcel. and submit to the LPA a completed parcel file with its recommendation to acquire the parcel by Santacruz Land Acquisitions will also work on means of condemnation. In addition,the file will obtaining rights of entry to assist Consultant with indude the Negotiator's Log, copies of all property inspections and testing for engineering correspondence with the property owner, title purposes. commitments,plats,and all other documentation as required by the LPA. For the full acquisitions, to the extent deemed necessary by Santacruz Land Acquisitions, a We understand that appearances in court and/or licensed real estate agent/broker will be employed pretrial conferences, which may indude by Santacruz Land Acquisitions for the purpose of depositions,and preparation for litigation or pre- representing LPA during the negotiations and trial conferences may be required by the LPA so acquisition of these properties. In such event, that it may complete the acquisition of the --� there shall be no additional costs to LPA as property through condemnation. In such case,at agent/broker shall be entitled to earn a the request of the LPA or its trial counsel, the commission in said transactions. Negotiator assigned to negotiate the parcel shall make any such appearances or complete such If,during its discussions with the property owner, preparation work in order to assist with this errors in the plans are discovered or the property process. Such requests will be pursuant to a owner requests design changes, Santacruz Land separate work order. Acquisitions will immediately notify LPA or Consultant with this information. At any time during negotiations for situations involving design changes,errors in plans or for any other reason,if requested by LPA or Consultant, Santacruz Land Acquisitions will cease negotiations on certain parcels until corrected information or further instruction is provided to Santacruz Land Acquisitions. Upon successful negotiations with the property owner,Santacruz Land Acquisitions will prepare all necessary conveyance documents in the forms provided by and approved by IDOT in order to complete the acquisition and obtain title approval for the property. Santacruz Land Acquisitions will PROPOSAL FOR LAND ACQUISITON SERVICES Santacruz Land �I 6 Acquis�atiesns,�� �.. PERSONNEL PRIOR EXPERIENCE The experience and talent of the right of way Santacruz Land Acquisitions was founded in 1992 professionals that make up the team for Santacruz as Santacruz Associates Ltd. and has grown to be Land Acquisitions will, to a large extent, be the one of the most dependable right of way basis for the success of keeping this Project on- negotiation firms in IDOT's District 1. Since it time and within budget. .1.Steve Santacruz brings opened, Santacruz Land Acquisitions has been over twenty years of right of way acquisition providing comprehensive right of way solutions, experience to lead this team as its project including negotiation activities and the manager. Steve has worked on thousands of coordination of the valuations of parcels for acquisition parcels for ISTHA, IDOT, Cook, Kane, various public agencies. Our proprietary database Lake, and Will Counties. He has also worked for overlay allows us to handle hundreds of parcels at numerous township and municipalities. Steve has one time keeping deadlines organized for each of a reputation in the right of community of being our different clients. able to handle the most complex of land acquisition transactions. Our team brings an array of services and broad disciplines in real estate which give us a distinct The internal support team members for Santacruz advantage in handling even the most complex of Land Acquisitions include Robin Weber, a real your land acquisition projects. In addition, our estate paralegal with over twenty years of team of subconsultants is not new to each other as experience in closing residential and commercial we have collaborated together on various other real estate transactions, and Jonathan Abplanalp, projects. a District 1 fee negotiator. Our team has delivered real estate solutions for Each of our team members, induding our its public agencies balancing risk management subconsultants,have relevant experience working and letting dates on some of the largest and most collaboratively with professionals of other intricate projects in the State. disciplines and other agencies. They understand the importance of effective coordination throughout the land acquisition process. PROPOSAL FOR LAND ACQUISITON SERVICES Santacrua Land 7 acquisitions ' . • 3 EXHIBITS a. Pricing Schedule PROPOSAL FOR LAND ACQUISITON SERVICES S8nt3CClia Land/) 8 �cc ui5 tiores�// Compensation for Services Valuation Services Valuations of easements $2,700.00 Valuation of full acquisitions $5,000.00 Revision to valuation due to change in ROW or plans) $1,500.00 Negotiation Services Negotiation and acquisition services for Right of Way including, without limitation,documentation of conveyance of property interest $3,500.00 Negotiation and acquisition services to obtain rights of entry during design phases $1,500.00 Witness Services Rate for each 34 day in pretrial conference or in court for Negotiator) $1,000.00 Rate for each 34 day in pretrial conference or in court for Appraiser) $1,000.00 Hourly rate for consultation not otherwise specifically provided for herein $250.00 Title Services(if applicable) Later date commitment—In addition to actual recording costs +Administrative fee $25.00 Title insurance policies—In addition to actual recording costs +Administrative fee $25.00 Recording of Documents—In addition to actual recording costs +Administrative fee $25.00 Copies of recorded documents—In addition to actual copying costs&research fees +Administrative fee $25.00 1 Requires additional work order. PROPOSAL FOR LAND ACQUISITON SERVICES Santacruz Land ,l Requisitions � ATLANTA OFFICE • corrprct. 2069A Lake Industrial Court I Conyers,GA 30013 Ph:770.761.5400 I Fax:770.761.5405 en AEGIOKoomwny www.corrpro.com To: Larry Thomas,P.E. May 10'",2017 Water/Wastewater Dept.Manager Stanley Group 8501 W.Higgins Rd,Suite 730 Chicago,IL 60631 Subject: Corrosion Control Needs Assessment Proposed 8 miles of 30"Ductile Iron Pipe Chicago,IL Area Dear Mr.Thomas: In accordance with your request, Conpro is pleased to submit this proposal to provide cathodic protection engineering and testing services for the proposed 8 mile section of 30"ductile iron pipe. As the world's largest and foremost corrosion control engineering and service organization, Conpro is uniquely qualified to assist in this project.Conpro's in-house knowledge base relating to practical corrosion control solutions for ductile iron pipelines and other water and wastewater facilities is unparalleled.Information on who we are and the services we provide can be found at www.corrpro.com. With over 1,000 employees worldwide, Conpro is currently ranked by Engineering News Record as 53 in the top 500 design firms based in the United States. STRUCTURES AND SYSTEM DESCRIPTION The subject structure is the proposed 8 miles of 30"ductile iron piping. INTRODUCTION The Conpro scope of work outlined below is based on a corrosion control design using ductile iron pipe. It includes Conpro's Design Decision Model(DDM'rm)process. The DDMT"t is a risk-based design engineering tool that considers the likelihood of corrosion and the consequences of corrosion failure in determining corrosion protection requirements. A risk-based design approach allows for application of the appropriate corrosion control treatment(s)only where needed,rather than a broad-brush approach applied to the entire pipeline or major portions thereof. Corrosion control measures derived from the DDMTm will provide for a practical pipe service life of at least 100 years. Greater pipe service lives can be realized,however these may require a more stringent application of the corrosion control solutions. Depending on site-specific conditions,the corrosion control measures could range from doing nothing beyond relying on the inherent corrosion resistant properties of the ductile iron pipe to polyethylene encasement and or cathodic protection. Stanley Group l 30"Ductile Iron Pipe Page j 1 ATLANTA OFFICE corrpras 2069A Lake Industrial Court I Conyers,GA 30013 Ph:770.761.5400 I Fax:770.761.5405 anAEGlONcompany www.corrpro.com Corrpro's corrosion control needs assessment includes four basic aspects: • Background information review and analysis • Laboratory analysis of soil samples to determine soil corrosivity • Data compression and analysis • Summary report with recommendations CORRPRO SCOPE OF WORK Corrpro's desktop engineering evaluation will commence with an analysis of the following design documents,if they are available: • Overall route plan or marked-up map showing the pipeline alignment • Plan/profile drawings We will also confer with Stanley Group regarding pipeline operational factors that are considered part of the - corrosion control design evaluation. This includes: • Operational criticality of the pipeline • Consequences of an external corrosion failure • Redundancy • Corrosion control history for nearby ductile iron pipelines,e.g.break incidence • Possible sources of DC and AC stray current in the area • Owner's corrosion control practices and preferences Soil samples will be collected by Stanley Group's geotechnical engineer for subsequent analysis in Corrpro's laboratory. The soil samples should be obtained as close to the pipe alignment as practicable.Typically,only one soil sample collected at pipe invert depth is required for each location. Samples at shallower depths will also be needed if there is a notable change in appearance/consistency/type. The soil samples collected for the corrosion evaluation are to be sent to Corrpro's laboratory for determination of corrosivity indicators. This includes moisture content,hydrogen ion concentration(pH),as-received and saturated resistivity,chloride ion concentration,sulfide ion concentration,and oxygen reduction potential. All data will be analyzed using Corrpro's DDMT"t protocol to determine a suitable corrosion protection design. The results of the analysis will be conveyed in a summary report that includes: Stanley Group 130"Ductile Iron Pipe Page 12 ATLANTA OFFICE ® 2069A Lake Industrial Court I Conyers,GA 30013 Ph:770.761.5400 I Fax:770.761.5405 +� anAEG10N'company www.corrpro.com mom Aminowswim • Corrpro's findings • An outline of the corrosion control recommendations Corrpro's recommendations could include one or more of the external corrosion control measures indicated on the enclosed DDI('"graphic(Figure 1),and or others. Contained in the report will be graphical and or tabular summaries of the various data collected. We will confer with Stanley Gruop should our drawings review and other information gathering indicate possible sources of stray direct earth currents(DC)or stray alternating earth currents(AC)that could influence pipe corrosion rates and our design recommendations. In this case we will recommend authorization of Corrpro field studies to determine the corrosion control significance of the stray current before preparing the summary report. This recommendation will be included in the summary report should Stanley Group opt not to proceed with the stray current field studies before preparation of the report. PRICING SUMMARY PRICING SUMMARY Analysis&Report,including soil samples: $8,600 This fee is based on: • No more than 42 soil samples for laboratory analysis. Shipping of samples to Corrpro's Atlanta laboratory by others. • Development of corrosion control design specifications and details not included. We will provide a separate design proposal as needed upon completion of the corrosion control needs assessment. • Field evaluation of stray current influences or other atypical situations not included. We will notify you for direction should such conditions be encountered during our desktop analysis that will impact our design recommendations. COMMERCIAL TERMS AND CONDITIONS 1. Any applicable local, state and/or federal sales taxes are not included and will be in addition to the proposal price unless a tax exemption and/or direct pay certificate can be provided. 2. Payment terms will be net 30 days. 3. The schedule of the work is to be mutually agreed upon. Stanley Group 130"Ductile iron Pipe Page 13 • ATLANTA OFFICE currproe 2069A Lake Industrial Court I Conyers,GA 30013 Ph:770.761.5400 I Fax:770.761.5405 an AEGION'oompany www.corrpro.com NOTES 1. Standby charges will apply for any work stoppages beyond Corrpro's control including,but not limited to, inclement weather or customer directive,and will be invoiced at a maximum of 5 hours/day.Charges will not be added to the invoice without prior approval from Client representative. 2. Corrpro maintains a complete package of insurance coverage,including professional liability,product liability, general liability,all-risk insurance and a$10 million umbrella. Please contact Dan Crabtree at (205)577-7703,or via email at dcrabtree@aegion.com if you have any questions or wish to proceed. We appreciate the opportunity to be considered for this work and hope we can be of service. Sincerely, u3(,(Ya ) Clif Marshall Dan Crabtree Project Estimator Senior Project Manager CLIENT APPROVAL(Complete below): Authorized Signature Typed or Printed Name Title Date Stanley Group 130"Ductile Iron Pipe Page 14 ATLANTA OFFICE CarrPrO• 2069A Lake Industrial Court 1 Conyers,GA 30013 Ph:770.761.5400 I Fax:770.761.5405 on AEGI ON'compary www.corrpro.com CORRPRO COMPANIES,INC.STANDARD TERMS AND CONDITIONS The following terms and conditions ("T&Cs") apply to the proposed sale of equipment, supplies, products or materials ("Goods")or the proposed furnishing of labor,with or without the supply of Goods("Services"),by Corrpro Companies,Inc. ("Conpro"),all as further described in the Proposal or Invoice attached hereto("Sales Document"),to the buyer named in the Sales Document("Buyer"). 1. Scope of Agreement;Acceptance. Unless expressly provided otherwise in a writing signed by Buyer and Corrpro (including a master or other written agreement between Corrpro and Buyer signed by an authorized representative of Corrpro prior to the date of the Sales Document),these T&Cs and any other documents expressly identified in the Sales Document as a contract document shall be considered contract documents(collectively,the"Agreement").Any terms that add to or contradict the terms of this Agreement are not valid. A definite expression of acceptance of this Sales Document by Buyer that contains terms that are additional to or different from the terms of the Agreement will form a contract solely on the Agreement,and the additional or different terms shall not become a part of the Agreement,whether or not they would materially alter the Agreement.Neither course of prior dealings nor usage of trade shall be relevant to supplement or explain any provision of the Agreement.This Agreement becomes a valid and binding obligation of Corrpro and Buyer on the earlier of:(a)Corrpro's receipt of this Sales Document signed by Buyer;(b)Buyer delivering a purchase order or a purchase order number to Corrpro for the Goods or Services described in the Proposal;(c)Buyer's receipt and acceptance of the Goods or Services,(d)Buyer's payment for the Goods or Services described in the Sales Document,or(e)any other written indication by Buyer of its acceptance of this Sales Document. 2. Delivery;Risk of Loss. All shipping dates of Goods and performance dates of Services stated in the Proposal are approximate and not a guarantee of a particular date of shipment or performance. Unless stated otherwise in the Agreement, delivery of Goods shall be EXW (Incoterms 2010)at Corrpro's facility stated in the Sales Document.At Buyer's option,Corrpro will ship Goods to Buyer at the shipping address stated in the Agreement by any commercially reasonable means,provided that Corrpro has the option of selecting the particular route and carrier for shipment of the Goods to Buyer,unless specified by Buyer.Buyer shall bear all risk of loss or damage in transit.All freight,insurance,tariffs,freight forwarding,customs,cartage and other transportation or incidental charges shall be borne by Buyer.Conpro reserves the right to deliver Goods or perform Services in installments,all such installments to be separately invoiced and paid for when due,without regard to subsequent deliveries.Delay in delivery of any installment shall not relieve Buyer's obligations to accept remaining deliveries. 3. Inspection and Acceptance.Immediately on Buyer's receipt of any Goods shipped or Services performed,Buyer shall inspect the same and shall notify Corrpro in writing of any claims for shortages or non-conformance(including defective and damaged Goods or Services).Buyer shall hold any non-conforming Goods for Corrpro's written instructions concerning disposition.Failure to give written notice of any non-conforming Goods or Services within 10 days after the earlier to occur of receipt of Goods or performance of Services,express oral or written acceptance of the Goods or Services,or payment for the Goods or Services,shall conclusively(a)establish Buyer's acceptance of the Goods or Services,(b)release Corrpro from any and all liability therefor,and(c)waive Buyer's right to seek damages or other remedies for any non-conforming Goods or Services subject to Section 8 below.Buyer shall bear the expenses of inspection under all circumstances. 4. Payment Terms.Terms of sale are net 30 days from date of invoice,unless otherwise stated in the Agreement.Time is of the essence with respect to all payments.Any amount not received by Corrpro when due shall bear interest at the rate of 11/2%per month(12%annually),or the maximum rate of interest Stanley Group 130"Ductile Iron Pipe Page 15 ATLANTA OFFICE • 2069A Lake Industrial Court I Conyers,GA 30013 Ph:770.761.5400 I Fax:770.761.5405 \•••■ anAEGIOWcompany www.corrpro.com 1 that applicable law allows, whichever is less, until fully paid,including any interest due. Buyer agrees to pay all costs of collection resulting from any default by Buyer of this Agreement Amounts due to Corrpro under this Agreement are not subject to offset,deduction or back charges by Buyer.Unless stated otherwise in the Agreement,the prices stated in the Agreement and all payments due to Conpro from Buyer shall be in the lawful currency of the U.S.If,at any time prior to shipment or performance(either complete or partial),Buyer does not meet Corrpro's credit approval or Corrpro,in its sole discretion,deems Buyer's financial condition to be unsatisfactory,Conpro may either(a)delay or postpone delivery of Goods or performance of Services, (b) cancel the Agreement,or(c)request payment in full or other security satisfactory to Corrpro from Buyer prior to shipment of the Goods or performance of the Services. 5. Taxes;Permits and Fees;Laws.Unless expressly stated otherwise in the Agreement the purchase price for the Goods furnished or Services performed by Corrpro excludes all governmental or brokerage taxes,duties,customs,fees,charges or assessments(collectively,'Taxes").If applicable,Buyer must provide Corrpro with documentation acceptable to Corrpro of any exemptions claimed from Taxes prior to invoicing.In the event Conpro is required to pay any Taxes not previously paid to Corrpro,Buyer shall reimburse Corrpro.Except to the extent assumed by Corrpro in writing, Buyer shall secure and pay for all permits and fees necessary for delivery and installation of the Goods or performance of the Services.It is Buyer's duty to ascertain that the Goods or Services proposed by Conpro are and their subsequent installation and use is in accordance with applicable laws,ordinances and building codes.Corrpro shall not be responsible for compliance of the Goods or Services to such laws,ordinances and building codes,but shall,to the extent reasonably possible,promptly notify Buyer of any discrepancies brought to Conpro's attention. 6. Specifications.Buyer warrants that any documents,drawings,designs or specifications furnished to Corrpro by Buyer or any party acting on behalf of,or under direction from,Buyer(collectively,"Specifications")are complete,accurate and may be reasonably relied on by Corrpro.Corrpro shall have no liability for errors,omissions or inconsistencies in any Specifications. In the event the Agreement contains submittal requirements pertaining to the Goods or Services, Corrpro agrees to submit in a timely fashion to Buyer for review and approval any shop drawings, samples,product data, manufacturers' literature or similar submittals as Buyer may reasonably request Buyer shall be responsible for review and approval of submittals with reasonable promptness to avoid causing delay. 7. Change Orders.Changes to the quantity,Specifications,scope of supply or performance,delivery schedule,period of performance,shipping instructions or any other material term of the Agreement, may only be made by Buyer and Corrpro executing a written change order ("Change Order").Any Change Order shall state the parties'agreement on(a)change in the material term of the Agreement, and(b)an adjustment to the purchase price or the date of shipment or period of performance,as applicable.Both parties agree that,unless a Change Order is agreed in writing and signed by authorized representatives of both parties,the Agreement shall not be changed or modified in any manner.In addition,Corrpro has the right to suspend performance during the period while the change is being evaluated and negotiated.In the event Buyer has communicated proposed changes to Corrpro,Corrpro,at its sole discretion,shall either(i)accept the Change Order,(ii)reject the Change Order and continue performance under the existing Agreement,or(iii)cancel the Agreement.In the event that Corrpro elects(ii)above,Buyer shall have the option to cancel the Agreement 8. Warranties."Warranty Period"means(a)for Services and Goods installed as part of the Services,the one(1)year period beginning the date the applicable Services are substantially completed;and(b)for Goods not installed as part of any Services,the 90 day period beginning with the date of shipment from Corrpro.The providing of warranty service does not extend or restart a new Warranty Period.Corrpro warrants that,for the duration of the Warranty Period and subject to the other limitations in this Agreement,each Service has been performed in accordance with applicable specifications and procedures for such Service,and,if applicable,Goods will be free from defect in materials and workmanship.Corrpro's obligation to honor its warranty on defective Goods Stanley Group 130"Ductile Iron Pipe Page 16 • ATLANTA OFFICE currepro• 2069A Lake Industrial Court I Conyers,GA 30013 Ph:770.761.5400 I Fax:770.761.5405 . an AEGION'oompany www.corrpro.com ammosamiipanarrigmetwommusomes is in all cases limited to, at Corrpro's sole option, repair or replacement of the defective Good or component thereof, or providing a cash refund or credit equivalent to the decreased value of the defective Good.Corrpro's obligation to honor its warranty on defective Services is in all cases limited to,at Corrpro's sole option,re-performing such Service(s),performing additional Service(s), or providing a refund or credit equivalent to the decreased value of the Service(s).Notwithstanding anything in this Agreement to the contrary,Corrpro's warranty liability shall in no event exceed the amount paid for the original defective Service or Good.Any claim not received by Conpro within the applicable Warranty Period shall be conclusively deemed waived by claimant.Corrpro has the option to verify,with its own representatives,the nature and extent of the alleged defect.Corrpro shall have no obligation to provide warranty service and shall have no liability with respect to defective Services or Goods if the Goods,materials,systems of which they are a part,or structures they are intended to protect from corrosion have:(a)been modified,altered,relocated(in the case of cathodic protection systems),used for other than intended purposes, or otherwise changed without Corrpro's written consent;(b)been damaged or abused;(c)not been operated or maintained in accordance with design specifications,instructions,operations and maintenance documents,or reasonable business practices; or(d)in the case of Goods or Services,not been paid for in full. 9. Warranty Limitations. The Goods warranty applies only to (a) Goods manufactured solely by Conpro, and (b) components of cathodic protection systems installed as part of the Services.Except as stated in the preceding sentence,Corrpm does not warrant products manufactured or supplied by other parties, and Buyer shall be entitled to rely on the warranties,if any,only to the extent extended to Buyer by such other parties.Conpro shall not be liable for any expense incurred by Buyer in order to remedy any warranted defect.Conpro's obligation to honor its warranty on defective Conpro Services is in all cases limited to,at Corrpro's sole option: 1)re-performing such Corrpm Service,2)performing additional Corrpro Service,or 3)providing a refund or credit equivalent to the decreased value of the Corrpro Service.Corrpro's obligation to honor its warranty on defective Corrpro Products is in all cases limited to,at Conpro's sole option: 1)repair or replacement of the defective Corrpm Product or component thereof, or 2)providing a cash refund or credit equivalent to the decreased value of the Corrpm Products.Replaced Conpro Products '1 shall become the property of Corrpro,if Corrpro so elects.Corrpro shall not be liable for any expense incurred by Buyer in order to remedy any warranted defect.ALL WARRANTIES ARE IN LIEU OF AND CORRPRO DISCLAIMS ANY AND ALL OTHER WARRANTIES, CONDITIONS, AND LIABILITIES, EXPRESS OR IMPLIED, INCLUDING ANY WARRANTIES OF MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE BUYER EXPRESSLY AGREES THAT THIS WARRANTY SHALL SERVE AS BUYER'S SOLE AND EXCLUSIVE REMEDY WITH RESPECT TO THE GOODS AND SERVICES. IN NO EVENT WILL CORRPRO BE LIABLE TO BUYER, ITS AFFILIATES, SUCCESSORS, ASSIGNS OR TRANSFEREES OR TO ANY THIRD PARTY (BY VIRTUE OF CONTRACT, TORT (INCLUDING NEGLIGENCE),WARRANTY,STRICT LIABILITY OR OTHERWISE)FOR ANY LOST USE, REVENUES OR PROFITS, INCIDENTAL,CONSEQUENTIAL, EXEMPLARY, PUNITIVE OR SPECIAL DAMAGES ARISING OUT OF OR IN ANY WAY RELATED TO THE GOODS OR SERVICES, ACTS OR OMISSIONS IN CONNECTION WITH ANY AGREEMENT RELATED TO THESE WARRANTIES, OR GOODS, MATERIALS, OR SERVICES PROVIDED BY CORRPRO UNLESS EXPRESSLY AND EXPLICITLY PROVIDED FOR IN WRITING SIGNED BY AN AUTHORIZED REPRESENTATIVE OF CORRPRO OR AS OTHERWISE REQUIRED BY LAW.THESE WARRANTIES SHALL EXTEND ONLY TO THE FIRST PURCHASER OF GOODS OR SERVICES FROM CORRPRO AND SHALL NOT BE ASSIGNED OR TRANSFERRED. 10. Reliance on Buyer's Representations. Corrpro shall be entitled to rely on representations made by or on behalf of Buyer that all conditions necessary for the proper installation or performance of Corrpro Products, systems, materials, components and Corrpro Services have been satisfied,except to the extent Conpro is specifically contracted to make such determination.Conpro shall have no liability for any and all claims,losses, and causes of action arising out of,resulting from,or in any way attributable to failure of Buyer to satisfy such conditions, Buyer's failure to advise of existing site conditions affecting the work(including,but not limited to,the location of subsurface Stanley Group 130"Ductile Iron Pipe Page 17 ATLANTA OFFICE •currprrst. 2069A Lake Industrial Court ( Conyers,GA 30013 Ph:770.761.5400 1 Fax:770.761.5405 an AEGION.conpany www.corrpro.com i or concealed structures,systems or components thereof),or the use or operations of products,materials,or systems subsequent to any transfer to any third party.Corrpro makes no representations or warranties with respect to,and disclaims liability arising out of, products or services sold by Buyer. 11. Technical Assistance.At Buyer's request,Corrpro may,in its discretion,furnish technical assistance and information with respect to Corrpro's products.CORRPRO MAKES NO WARRANTIES OF ANY KIND OR NATURE,EXPRESS OR IMPLIED,WITH RESPECT TO TECHNICAL ASSISTANCE OR INFORMATION PROVIDED BY CORRPRO OR ITS PERSONNEL ANY SUGGESTIONS BY CORRPRO REGARDING USE, SELECTION, APPLICATION OR SUITABILITY OF PRODUCTS SHALL NOT BE CONSTRUED AS AN EXPRESS WARRANTY UNLESS SPECIFICALLY DESIGNATED AS SUCH IN A WRITING SIGNED BY AN AUTHORIZED REPRESENTATIVE OF CORRPRO. 12. Confidentiality. All information, including quotations, specifications, drawings, prints, schematics, and any other engineering,technical or pricing data or information submitted by Corrpro to Buyer related to any order for Goods or Services are the confidential and proprietary information of Coupon.Buyer and its employees,agents or other parties for whom Buyer is responsible may not disclose Coupon's confidential and proprietary information to any third parties,or use Corrpro's confidential and proprietary information for its own account or that of any third party,except in the performance of this Agreement. Orders,or any Force 13. Force Majeure.If Co is delayed at any time by the acts or omissions of Buyer,Change y Majeure, then the period of performance of Services shall be extended, the delivery of Goods rescheduled and the price equitably adjusted to reflect the effects of delay on Coupon's costs."Force Majeure"means circumstances beyond Corrpro's reasonable control,including acts of God,acts of public enemies,wars,other hostilities,blockades, insurrections,riots,epidemics,quarantine restrictions,floods,unavailability of components or supplies,lightning,fire,storms, earthquakes,arrests,civil disturbances,acts of any governmental or local authority,and any other acts and causes,not within Corrpro's control,which by the exercise of due.diligence and reasonable commercial effort,Corrpro shall not have been able to foresee,avoid or overcome. If Corrpro is unable for any reason to supply the total demands for Goods specified in the Agreement,Corrpro may allocate its viable supply among any or all purchasers on such basis as Coupon may deem fair and practical,without liability for any failure of performance which may result therefrom. 14. Default;Cancellation.If Buyer fails to perform any of its obligations under this Agreement,including failure to make payments as provided in this Agreement or otherwise,or if Buyer fails to give prompt assurances of future performance when requested by Corrpro,then Corrpro may,on 5 days' written notice to Buyer,declare Buyer to be in default and Coupon may suspend or terminate performance of its obligations under this Agreement without liability and retain all rights and remedies Corrpro may possess at law,in equity or as provided in these T&Cs.In addition to the remedies above,to the extent that(a)Corrpro declares a default under this Section 14,or(b)if the order is cancelled for any reason other than default by Corrpro,Buyer agrees to pay Corrpro for any(i)Services performed and Goods installed or delivered to date of termination,(ii)Goods ordered which cannot be cancelled,and(iii)all costs associated with demobilizing equipment and personnel.All costs recovered shall include overhead and/or profit on costs. 15. Hazardous Material.Coupro is not responsible for the discovery of any hazardous material at the site where Services are to be performed.In the event Corrpro discovers hazardous material,Corrpro will promptly notify Buyer.Corrpro is not obligated to commence or continue work until all hazardous material discovered at the place of performance has been removed, remediated,or determined to be harmless.If Coupon incurs additional costs or is delayed due to the presence or remediation of hazardous material, Corrpro is entitled to an equitable adjustment in both the Agreement's price and the time for performance. In no event shall Corrpro be liable to Buyer or any third party for any hazardous material existing at the place of performance, or brought onto said premises by any third party.Hazardous material includes any substance or material identified currently or Stanley Group 130"Ductile Iron Pipe Page 18 • ATLANTA OFFICE carrpro. 2069A Lake Industrial Court I Conyers,GA 30013 Ph:770.761.5400 I Fax:770.761.5405 -•••■, anAEGION company www.corrpro.com in the future as hazardous under applicable laws, or any other substance or material that may be considered hazardous or otherwise subject to statutory or regulatory requirement governing handling,disposal,or cleanup. 16. Release of Liability for Buried Pipelines. If necessary for the performance of Services, Corrpro will contact the appropriate jurisdictional authority to identify and locate any buried public utilities at least 72 hours prior to commencing work on site.Corrpro will also attempt to locate any buried metallic piping prior to commencing work on the site.Buyer will provide Conpro with accurate,dimensioned,reliable site piping and utility plans("as-built site drawings")which depict,at a minimum, the precise location of all underground storage tanks and all below ground fuel,vent,air,water,or natural gas piping and electrical/instrumentation conduits(collectively"below-ground hazards")at least 3 days in advance of the date Corrpro is to commence work at the site.If Buyer fails to provide as-built site drawings,or if any as-built site drawings provided by Buyer are inaccurate or fail to identify the location of all below-ground hazards,Buyer agrees that Corrpro will not be liable to Buyer for any damages,liabilities or claims arising from damage to any below-ground hazard or a release of petroleum products or other hazardous material,in the course of Corrpro's performance of the Services,including any such damages caused by the negligence of Conpro or its employees. In addition, Buyer will indemnify and hold Corrpro harmless from any such damages,liabilities or claims made by third parties,including governmental agencies. 17. Indemnification. TO THE FULLEST EXTENT PERNIITTED BY LAW, BUYER AGREES TO DEFEND, INDEMNIFY,AND HOLD HARMLESS CORRPRO AND ITS DIRECTORS,OFFICERS,EMPLOYEES AND AGENTS FROM AND AGAINST ANY AND ALL LIABILITY,LOSSES,COSTS(INCLUDING COSTS OF LITIGATION OR OTHER DISPUTE RESOLUTION AND ATTORNEYS' FEES), CLAIMS AND CAUSES OF ACTION IN FAVOR OF ANY AND ALL PERSONS ARISING OUT OF, RESULTING FROM, OR IN ANY WAY ATTRIBUTABLE TO THE NEGLIGENT ACT OR ACTION, OMISSION OR FAILURE TO ACT ON THE PART OF BUYER OR ITS DIRECTORS,OFFICERS,EMPLOYEES,SUBCONTRACTORS,AGENTS OR ANY OTHER PARTY FOR WHOSE ACTS OR OMISSIONS ANY OF THEM MAY BE LIABLE.TO THE FULLEST EXTENT PERMITTED BY LAW,BUYER FURTHER AGREES THAT -� WHERE OTHER CONSULTANTS OR CONTRACTORS ARE EMPLOYED IN THE WORK,BUYER WILL NOT HOLD CORRPRO RESPONSIBLE FOR ANY LOSS,DAMAGE OR INJURY CAUSED BY ANY FAULT OR NEGLIGENCE OF SUCH OTHER CONSULTANTS OR CONTRACTORS FOR RECOVERY FROM THEM,OR ANY OF THEM,FOR ANY SUCH DAMAGE OR INJURY. 18. Insurance.Corrpro shall maintain the following insurance policies and limits:commercial general liability insurance with limits of$2,000,000 per occurrence/$4,000,000 per-project aggregate,automobile liability with combined single limits of$2,000,000 per occurrence, workers'compensation/employer's liability with limits of$1,000,000/$1,000,000/$1,000,000,contractor's pollution liability with$5,000,000 per pollution event and professional liability with $5,000,000 limits. Such insurance shall be subject to the coverage provisions, limitations of liability, and other terms and conditions contained in the applicable policies.Customer Group shall be named as additional insured under all policies except for worker's compensation and professional liability. Customer shall be granted waiver of subrogation rights under all policies.Upon written request Corrpro will provide to Customer a certificate evidencing such insurance. 19. Limitation of Liability. NOTWITHSTANDING ANYTHING IN THIS AGREEMENT TO THE CONTRARY, CONTRACTOR AGREES THAT ANY RECOURSE AGAINST SUBCONTRACTOR UNDER THIS AGREEMENT OR RELATED TO SUBCONTRACTOR'S WORK HEREUNDER,INCLUDING BUT NOT LIMITED ANY INDEMNITY OR WARRANTY OBLIGATIONS, SHALL BE STRICTLY LIMITED TO THE AMOUNT PAID TO SUBCONTRACTOR UNDER THIS AGREEMENT. IN NO EVENT SHALL CORRPRO OR ITS AFFILIATES BE LIABLE TO BUYER, ITS AFFILIATES, SUCCESSORS, ASSIGNS, VENDEES OR TRANSFEREES, OR TO ANY THIRD PARTY, FOR ANY ECONOMIC LOSS, LOST PROFITS OR BUSINESS OPPORTUNITIES, PHYSICAL HARM, INCIDENTAL, CONSEQUENTIAL, SPECIAL OR PUNITIVE DAMAGES, EVEN IF CORRPRO HAS BEEN ADVISED OF THE Stanley Group 130"Ductile Iron Pipe Page 19 ATLANTA OFFICE currpria. 2069A Lake Industrial Court Conyers,GA 30013 Ph:770.761.5400 ( Fax:770.761.5405 an AEGION'company www.corrpro.com POSSIBILITY OF SUCH DAMAGES,ARISING OUT OF,RESULTING FROM OR RELATING IN ANY WAY TO THIS AGREEMENT OR ACTS OR OMISSIONS OF CORRPRO IN CONNECTION THEREWITH. 20. Governing Law;Dispute Resolution.The validity,construction and interpretation of this Agreement shall be governed by the laws of the State of Texas (USA),excluding any conflicts of laws principles which would direct application of the substantive law of another jurisdiction.Any and all disputes,claims or controversies arising out of or relating to this Agreement, or the breach thereof,shall be finally settled in the district court for the Southern District of Texas or the Harris County District Court,both located in Houston,Texas.Each party agrees to personal jurisdiction in these courts.In any litigation proceeding pursuant to this Agreement,the prevailing party shall recover from the other party all reasonable attorneys'fees,and other expenses in connection with such proceeding.Neither the UNCITRAL Convention on Agreements for the International Sale of Goods nor UNIDROIT Principals of International Commercial Contracts(last version published as of the date of this Agreement)shall apply to the validity,construction and performance of this Agreement. 21. Export Compliance. Corrpro's products, programs, and services are subject to U.S. export laws, rules, treaties, regulations,and international agreements (collectively,"Export Laws").Buyer assumes the responsibility of abiding by the Export Laws along with applicable foreign laws when transferring, selling, importing, exporting, re-exporting,deemed exporting,diverting, or otherwise disposing of Goods or Services.By purchasing the Goods and/or Services,Buyer represents it is not in a sanctioned country nor is Buyer an individual or an entity whose purchase of the Goods or Services is restricted by the Export Laws. 22. Order of Precedence;Notice.If there is a conflict between the contract documents included in this Agreement,unless specified otherwise,the terms of the documents will control in the following order:(a)master or other written agreement between Conpro and Buyer signed by an authorized representative of Corrpro prior to the date of the Sales Document; (b)terms stated on the face of the Sales Document;(c)these T&Cs;and(e)any other contract documents.All notices and communications required by this Agreement shall be delivered,in writing,to the Corrpro address stated on the Sales Document. 23. Interpretation.Conpro and Buyer acknowledge this Agreement,including the Sales Document,these T&Cs,and the other contract documents, represents the entire agreement and understanding between the parties,incorporating all prior negotiations and understandings relating to the subject matter of this Agreement,whether written or oral.This Agreement shall be construed neither against nor in favor of either party,but shall be construed in a neutral manner.The failure of Conpro to insist on strict performance of this Agreement shall not constitute a waiver of,or estoppel against,asserting the right to require such performance in the future, nor shall a waiver or estoppel in any one instance constitute a waiver or estoppel with respect to a later breach of a similar nature or otherwise.All rights and remedies under this Agreement are cumulative and are in addition to any other rights and remedies Corrpro may have at law or in equity.Unless the context of this Agreement clearly requires otherwise,"including"is not limiting and"or"has the inclusive meaning represented by the phrase"and/or."If any provision of this Agreement shall be held to be invalid, illegal or unenforceable,the validity,legality and enforceability of the remaining provisions shall not be affected or impaired thereby.The section headings are for convenience only;they form no part of the terms and conditions and shall not affect their interpretation.This Agreement shall be binding on and inure to the benefit of the parties and their respective successors and assigns;however,Buyer may not assign this Agreement without the prior written consent of Conpro. Stanley Group l 30"Ductile Iron Pipe Page 110