City Council Agenda Item Report

Report 0 Downloads 85 Views
City Council Agenda Item Report Agenda Item No. 2017-74 Submitted by: Jason Hunold Submitting Department Public Utilities Department Meeting Date: September 11, 2017

SUBJECT An appropriation in the amount of $5,000.00 is being requested to perform various concrete/masonry repairs for the Wastewater Division’s Sanitary Collection System. Recommendation: It is recommended that City Council authorize an appropriation in the amount of $5,000.00 from the Sewer Replacement and Improvement Fund to perform various concrete repairs for the Sanitary Collection System. Background/Synopsis: Various concrete/masonry repairs will be made at the Broadview and Gilmore Road Lift Stations. Quotes obtained are attached for review. With the ageing of the wastewater collection systems concrete/masonry infrastructure comes the need to make periodic repairs. The required concrete/masonry repairs will improve the aesthetic and structural value and increase the longevity of the Division’s infrastructure. Financial Impact:

Financial Impact, Cont'd: Funding for this project is included in the 2017-2021 Capital Improvement Program under project number WWD-17-007. The funding source is the Sewer Replacement and Improvement Fund. Rule Suspension Requested: Yes Emergency Provision Needed: No Emergency Provision: N/A ATTACHMENTS  fairfield broadview pump station pipe leak repair.pdf  fairfield Gilmore Road Manhole.pdf

172

T. Luckey Sons, Inc. Support Restoration Technologies 10251 Suspension Bridge Road Harrison, Ohio 45030 An EEO/Drug Free Employer P: 513.353.2544. F: 513.353.2655

Proposal: Scope, Exclusions, and Agreement Letter To: City of Fairfield Ohio Regarding: Pump Station Leakage 990 Broadview Drive: DATE:

August 29, 2017

ATTN:

Mr. Jason Turner

FROM:

Mr. Randall L. Brooks

COPY TO: FILE.

Total number of pages: 2 A. Terms: T. Luckey Sons, Inc. is hereinafter considered the Contractor and is also referred to as T.L.S. B. Scope of Work: Supply all labor, equipment and materials required to seal groundwater leakage into a 36” inflow pipe at the 990 Broadview Drive Pump Station. C. Pricing: Lump S um Price $2,200.00 D. Exclusions to Scope:

1. The proposed bid price does not include premiums for payment of performance bonds or special insurance. If a performance bond is required, then please add 2.0 percent to the bid price. Special Insurance shall be negotiated separately. 2. Any required independent engineering, inspection, or testing services, and / or preconstruction and post-construction surveys are excluded from this proposal. 3. The Project Owner shall provide all government required permits, government required fees, and/or any permission of adjacent property owners that may be required for the performance our work, except for those required for the transportation of our equipment and any state or local contractor’s licensees. 4. T. Luckey Sons, Inc. shall generally clean up any mess (rubbish, dirt, etc.) generated by the normal operations of T. Luckey Sons, Inc., however, T. Luckey Sons, Inc. shall not be responsible for any stains on pavements, floor coverings, and/or walls that are caused as a result of normal TLS operations. 5. T. Luckey Sons, Inc. is excluded from any responsibility for damages caused by grout that enters into those underground and/or under-slab utilities that have openings which

1

173

may allow TLS grout to enter these underground and/or under-slab utilities. TLS strongly urges the project Owner to verify that all underground and/or under-void utilities are “air-tight”. If these utilities are not “air-tight”, then the project Owner must make the utilities “air-tight” prior to beginning grouting operations 6. T. Luckey Sons, Inc. is excluded from any responsibility for grout that enters into those underground (under slab) utilities that T. Luckey Sons, Inc. has no reason to know exist. These underground utilities include but are not limited to: sewer, water, drain tiles, elevator shafts, roof drains, and other unexpected voids. The Project Owner is responsible for clearly marking all project utilities and bringing to the attention of TLS the existence of these utility markings. The project Owner must mark the location of the under-slab utilities so that TLS can avoid drilling into these utilities. 7. Our bid does not include any provisions for the identification of, exposure to, and / or disposal of hazardous or contaminated materials. Should these materials be encountered, or our personnel be exposed, we reserve the right to stop our work and delay time shall begin to accrue. Once the site is remedied by others, we will return to work. 8. This proposal is valid for only 30 days beginning from the date of this proposal. 9. TLS expressly takes no design or engineering responsibility of our performed work.

E. Compensation and Dispute Resolution: 1. The project Owner shall pay T. Luckey Sons, Inc. within 30 days of the date of T.L.S. invoice. 2. Both Parties, the project Owner and T. Luckey Sons, Inc. agree to the following three provisions: a) Both Parties agree to arbitrate all disputes. b) In the event of a successful collection action by T. Luckey Sons Inc. against the project Owner, the project Owner agrees to pay T. Luckey Sons, Inc. interest on the owed principal at the prime rate plus 1.5 percent. c) In the event of a successful collection action by T. Luckey Sons Inc. against the project Owner, the project Owner agrees to provide recovery for T. Luckey Sons’, Inc. attorney fees.

F. Signatures Indicating Agreement to this Proposal: Project Owner

Contractor

:

T. Luckey Sons, Inc.

By:

By: Mr. Randall L. Brooks

Title:

_____________________________

Title: Division Manager;

Signature: _____________________________

Signature: _____________________________

Date:

Date:

_____________________________

2

_____________________________

174

175 3

T. Luckey Sons, Inc. Support Restoration Technologies 10251 Suspension Bridge Road Harrison, Ohio 45030 An EEO/Drug Free Employer P: 513.353.2544. F: 513.353.2655

Proposal: Scope, Exclusions, and Agreement Letter To: City of Fairfield Ohio Regarding: Pump Station Leakage 990 Broadview Drive: DATE:

August 29, 2017

ATTN:

Mr. Jason Turner

FROM:

Mr. Randall L. Brooks

COPY TO: FILE.

Total number of pages: 2 A. Terms: T. Luckey Sons, Inc. is hereinafter considered the Contractor and is also referred to as T.L.S. B. Scope of Work: Supply all labor, equipment and materials required to seal groundwater leakage into a manhole on Gilmore Road. C. Pricing: Lump S um Price $2,319.00 D. Exclusions to Scope:

1. The proposed bid price does not include premiums for payment of performance bonds or special insurance. If a performance bond is required, then please add 2.0 percent to the bid price. Special Insurance shall be negotiated separately. 2. Any required independent engineering, inspection, or testing services, and / or preconstruction and post-construction surveys are excluded from this proposal. 3. The Project Owner shall provide all government required permits, government required fees, and/or any permission of adjacent property owners that may be required for the performance our work, except for those required for the transportation of our equipment and any state or local contractor’s licensees. 4. T. Luckey Sons, Inc. shall generally clean up any mess (rubbish, dirt, etc.) generated by the normal operations of T. Luckey Sons, Inc., however, T. Luckey Sons, Inc. shall not be responsible for any stains on pavements, floor coverings, and/or walls that are caused as a result of normal TLS operations. 5. T. Luckey Sons, Inc. is excluded from any responsibility for damages caused by grout that enters into those underground and/or under-slab utilities that have openings which

1

176

may allow TLS grout to enter these underground and/or under-slab utilities. TLS strongly urges the project Owner to verify that all underground and/or under-void utilities are “air-tight”. If these utilities are not “air-tight”, then the project Owner must make the utilities “air-tight” prior to beginning grouting operations 6. T. Luckey Sons, Inc. is excluded from any responsibility for grout that enters into those underground (under slab) utilities that T. Luckey Sons, Inc. has no reason to know exist. These underground utilities include but are not limited to: sewer, water, drain tiles, elevator shafts, roof drains, and other unexpected voids. The Project Owner is responsible for clearly marking all project utilities and bringing to the attention of TLS the existence of these utility markings. The project Owner must mark the location of the under-slab utilities so that TLS can avoid drilling into these utilities. 7. Our bid does not include any provisions for the identification of, exposure to, and / or disposal of hazardous or contaminated materials. Should these materials be encountered, or our personnel be exposed, we reserve the right to stop our work and delay time shall begin to accrue. Once the site is remedied by others, we will return to work. 8. This proposal is valid for only 30 days beginning from the date of this proposal. 9. TLS expressly takes no design or engineering responsibility of our performed work.

E. Compensation and Dispute Resolution: 1. The project Owner shall pay T. Luckey Sons, Inc. within 30 days of the date of T.L.S. invoice. 2. Both Parties, the project Owner and T. Luckey Sons, Inc. agree to the following three provisions: a) Both Parties agree to arbitrate all disputes. b) In the event of a successful collection action by T. Luckey Sons Inc. against the project Owner, the project Owner agrees to pay T. Luckey Sons, Inc. interest on the owed principal at the prime rate plus 1.5 percent. c) In the event of a successful collection action by T. Luckey Sons Inc. against the project Owner, the project Owner agrees to provide recovery for T. Luckey Sons’, Inc. attorney fees. F. Signatures Indicating Agreement to this Proposal: Project Owner

Contractor

:

T. Luckey Sons, Inc.

By:

By: Mr. Randall L. Brooks

Title:

_____________________________

Title: Division Manager;

Signature: _____________________________

Signature: _____________________________

Date:

Date:

_____________________________

2

_____________________________

177

178 3

City Council Agenda Item Report Agenda Item No. 2017-80 Submitted by: Joseph Waldmann Submitting Department City Manager's Office Meeting Date: September 11, 2017

SUBJECT City Council is requested to approve an appropriation in the amount of $10,000.00 from the Capital Improvement Fund for 2017. Recommendation: An appropriation in the amount of $10,000.00 from the 2017 Capital Improvement Fund; in accordance with project DEV-17-002.

Background/Synopsis: This project is in conjunction with the software upgrade project for Development Services. The programmer of the City’s current software for permitting will oversee the installation, configuration and data conversion to the new platform. This is to ensure a working product is availed to the City staff as well as the customers on the date the software is to be initiated. Financial Impact:

Financial Impact, Cont'd: It recommended City Council authorize and direct the preparation of legislation for the appropriation of $10,000.00 from the 2017 Capital Improvement Fund, and suspend the rules requiring the second and third reading. Rule Suspension Requested: Yes Emergency Provision Needed: Yes Emergency Provision: In order that this software project to be completed in 2017 an emergency status is required. ATTACHMENTS 

179

City Council Agenda Item Report Agenda Item No. 2017-73 Submitted by: Andy Eddy Submitting Department Public Utilities Department Meeting Date: September 11, 2017

SUBJECT Water Meter Automatic Meter Reading (AMR) Equipment Recommendation: It is recommended that City Council appropriate $14,000 from the Water Surplus Fund for the purchase of water meter radio read units (Sensus M2s) through the EJ Prescott Company Inc. to be installed under the City’s 2017-2021 Capital Improvement Program for the Water Division. Background/Synopsis: The appropriation will provide a source of revenue to purchase radio read units through the City’s normal purchasing procedures. A proposal for the equipment that is compatible with the City’s current system was received along with a sole source document. The project is designed to begin the migration of water meter reading technology from individual touch pad visits to a radio communication system. For 2017, the project will focus on the Route 4 corridor. Financial Impact:

Financial Impact, Cont'd: The project is included in the approved 2017-2021 Capital Improvement Program, under project WAT-16-017 Automatic Meter Reading (AMR) in the amount of $14,000 was earmarked from the Water Surplus Fund. Rule Suspension Requested: Yes Emergency Provision Needed: No Emergency Provision: N/A ATTACHMENTS  Sensus M2 Quote 8-9-17.pdf  Sensus Sole Source Letter 2017.pdf

180

181

182

City Council Agenda Item Report Agenda Item No. 2017-78 Submitted by: Joseph Waldmann Submitting Department City Manager's Office Meeting Date: September 11, 2017

SUBJECT City Council is requested to approve an appropriation in the amount of $49,000.00 from the Capital Improvement Fund for 2017. Recommendation: An appropriation in the amount of $49,000.00 from the 2017 Capital Improvement Fund; in accordance with project CMO-17-001. Background/Synopsis: This project will cover the installation, configuration, testing and ongoing support of the City’s phone system. The complexities involved with the configuration of a corporate phone system and the magnitude of the project is a specialty function and will be performed by Fortified Technology Solutions. Fortified is the current vendor used for support and maintenance of the City’s existing phone system. Financial Impact:

Financial Impact, Cont'd: It recommended City Council authorize and direct the preparation of legislation for the appropriation of $49,000.00 from the 2017 Capital Improvement Fund, and suspend the rules requiring the second and third reading. Rule Suspension Requested: Yes Emergency Provision Needed: Yes Emergency Provision: In order that this project to be completed in 2017 an emergency status is required. ATTACHMENTS  FTS_Quote.pdf

183

184

185

186

City Council Agenda Item Report Agenda Item No. 2017-76 Submitted by: Andy Eddy Submitting Department Public Utilities Department Meeting Date: September 11, 2017

SUBJECT Appropriation of $15,000 for purchase of water main valves to be installed or replaced under the City’s 2017-2021 Capital Improvement Program for the Water Division. Recommendation: It is recommended that City Council appropriate $15,000 from the Water Surplus Fund for the purchase of four 12", three 10" and three 8" resilient wedge gate valves and associated hardware kits as replacement or additional water main line valves through HD Supply of Fairfield under the City’s 2017-2021 Capital Improvement Program for the Water Division . Background/Synopsis: The project is designed to replace water main line valves that are not serviceable as well as install additional valves in strategic locations to improve flexibility in isolating areas of the water distribution system. As valves are identified as non-functioning during emergency events, routine valve exercising or when a lack of valving present challenges, the situation is noted for replacement or installation of new valves. Financial Impact:

Financial Impact, Cont'd: The project is included in the approved 2017-2021 Capital Improvement Program, under project WAT-17-010 Small Water Line Improvements. Funding in the amount of $150,000 was earmarked from the Water Surplus Fund. Rule Suspension Requested: Yes Emergency Provision Needed: No Emergency Provision: N/A ATTACHMENTS  Ferguson Valve Quote 8-29-17.pdf  HD Valve Quote 8-29-17.pdf

210

211

212

City Council Agenda Item Report Agenda Item No. 2017-70 Submitted by: Adam Sackenheim Submitting Department Public Utilities Department Meeting Date: September 11, 2017

SUBJECT An appropriation in the amount of $6,000.00 is being requested for engineering services related to the planned rehabilitation of the City's Winton Road water storage tank. Recommendation: It is recommended that City Council authorize an appropriation in the amount of $6,000.00 for engineering services related to the planned rehabilitation of the City's Winton Road water storage tank. Technical services will include preparation of detailed project specifications and drawings to ensure that the tank is properly prepped and coated (painted) in accordance with best engineering practices. Rules suspension is requested to expedite this work. Background/Synopsis: Engineering services are necessary in preparation for and in advance of the planned rehabilitation of the City's Winton Road water storage tank. Technical services will include preparation of detailed project specifications and drawings to ensure that the tank is properly prepped and coated (painted) in accordance with best engineering practices. The City intends to rehabilitate its 1.5 million gallon Winton Road water storage tank in 2018 – as it has been roughly twenty (20) years since it was last painted. A full condition assessment inspection was recently performed to document tank conditions. Technical specifications for tank rehabilitation and painting will now be prepared. Technical and engineering services will be performed by Dixon Engineering, Inc.; proposal is attached.

Financial Impact:

Financial Impact, Cont'd: Funding for this project is included in the 2017-2021 Capital Improvement Program under project number WAT-17-012 – Water Storage Tank / Tower Maintenance. The funding source is the Water Replacement & Improvement Fund.

Rule Suspension Requested: Yes Emergency Provision Needed: No Emergency Provision:

213

ATTACHMENTS  Specs Proposal for Winton tank by DIXON.pdf

214

DIXON

ENGINEERING & INSPECTION SERVICES FOR THE COATING INDUSTRY

624 Truman Lane Suite 406 Telephone: (859) 380-7533 Fax: (330) 725-0512

August 15, 2017

Mr. Adam M. Sackenheim, Public Utilities Director City of Fairfield 5021 Groh Lane Fairfield, OH 45014 Subject: Engineering Services Dear Mr. Sackenheim: Enclosed is the engineering proposal for the 1,500,000 gallon fluted column (Winton) water storage tank. Our proposal is divided into a Cover Page, Schedule A, Schedule B, Schedule C, and General Provisions. The Cover Page proposes a not-to-exceed fee. Schedule A details our scope of services. Schedule B contains the fees for the services outlined in Schedule A. Schedule C provides fees for additional services, if requested. We appreciate the opportunity to submit this proposal. If you have any questions, please feel free to contact me at (859) 380-7533. FOR DIXON ENGINEERING, INC.,

Earl S. Strater Project Manager

Enclosure

215 Members: Society of Protective Coatings • American Water Works Association Consulting Engineers Council

DIXON

624 Truman Lane Suite 406 Telephone: (859) 380-7533

ENGINEERING & INSPECTION SERVICES FOR THE COATING INDUSTRY

Fax: (330) 725-0512

Proposal/Contract Agreement for Water Storage Tank 1,500,000 Gallon Fluted Column (Winton), #35-09-03-03 The Agreement is between Dixon Engineering, Inc. (DIXON) and the City of Fairfield, Ohio (Owner) to contract with DIXON for technical services for the 1,500,000 Gallon Fluted Column Elevated Tank (Project). This Agreement inclusive together with any expressly incorporated appendix or Schedule constitutes the entire Agreement between Owner and Engineer and supersedes all prior written or oral understandings. This Agreement may only be amended, supplemented, modified, or canceled by a duly executed written instrument. 1.01

BASIC AGREEMENT DIXON shall provide, or cause to be provided, services detailed in Scope of Services and Owner agrees to pay DIXON as compensation for their services the fee/lump sum of Five Thousand, Four Hundred dollars ($5,400.00). Terms of charges and payments per details in Schedule B. (Prices quoted are subject to change ninety (90) days after proposal date, if not contracted.)

2.01 SCOPE OF SERVICES Preparation of Technical Specifications, Project Administration, and Pre-Construction Meeting per Schedule A 3.01

SIGNATURES

Earl Strater, Project Manager (aep)

August 15, 2017

PROPOSED by DIXON (Not a contract until approved by an officer)

PROPOSAL DATE

CONTRACT APPROVED by OWNER

POSITION

DATE

CO SIGNATURE (if required)

POSITION

DATE

CONTRACT APPROVED by DIXON OFFICER

POSITION

EFFECTIVE CONTRACT DATE

216 Members: Society of Protective Coatings • American Water Works Association Consulting Engineers Council Page 1 of 7

SCHEDULE A Technical Specification Services 1,500,000 Gallon Fluted Column (Winton), #35-09-03-03 Fairfield, Ohio I.

Technical Specifications A. Owner agrees: 1. Use the technical specifications provided by Dixon when entering into an agreement with the Contractor. Dixon will not unreasonably withhold a request to alter the document. 2. Publish and pay for all advertising costs. The method of advertising is to be determined by the Owner. 3. Provide a place for the bid opening. 4. Open the bids received. 5. Review Payment and Performance Bonds, and insurance certificates of selected Contractor. These should be reviewed by the Owner’s insurance consultant and attorney. 6. Sign and forward to the Contractor the notice to proceed. 7. Prepare Contract Documents for project. B. DIXON agrees: 1. Preparation of Technical Specifications: a. Prepare Technical Specifications for project to include, but not limited to, the following: 1) Detailed Specifications and Drawings 2) Project Summary 3) Bid Form (optional) b. Address all questions, written or verbal response, concerning the project that are submitted to DIXON.

II.

Project Administration: 1. Project administration for the purpose of coordinating the inspection program, local inspector assistance, secretarial services, shop drawing review, and project finalization. 2. Review Contractor’s Schedule of Values and work schedule. 3. Review shop drawings for compliance with technical specifications. 4. Review all requests for change orders and make recommendations to the Owner. 5. Perform services expected of Engineer and detailed in the EJCDC General Conditions.

Page 2 of 7

217

III.

Pre-Construction Meeting: 1. Attend a pre-construction meeting, and distribute minutes to major participants. Topics of discussion will include Contractor’s: a. emergency response plan, b. responsibilities to the Owner, c. responsibilities to her/his workers, d. responsibilities to the public e. inspection start time f. inspection schedule g. liquidated damages 2. Contractor will have submittals which are to be submitted ten (10) days prior to the preconstruction meeting. Some of these include: Contractor’s schedule, ventilation, fall prevention, confined space, waste hauler certifications, welder certifications, etc. These will be reviewed prior to meeting and only deficiencies discussed.

218

Page 3 of 7

SCHEDULE B Technical Specification Services 1,500,000 Gallon Fluted Column (Winton), #35-09-03-03 Fairfield, Ohio 1. Payment for Scope of Services, Schedule A – Technical Specifications, is the lump sum fee of $3,800.00. 2. Compensation for Schedule A – Project Administration, shall be the time and material fee of $1,000.00. Payment due as project progresses. 3. Compensation for participation at the pre-construction meeting shall be the lump sum fee of $600.00, and will include preparation and travel time. 4. DIXON reserves the right to adjust individual inspection line items as necessary based on the Contractor’s performance and pace of work. The total fees for Schedule B will not be exceeded without prior approval from the Owner. 5. Invoices will be compiled after the 20th of the month and shall include from the 20th of the preceding month to the 20th of the invoiced month. Bimonthly invoicing will be completed on larger projects, or at the Owner’s request. 6. All DIXON service invoices which are paid within ten (10) days of date of issue shall be discounted (Owner’s favor) one percent (1%). 7. Failure by the Contractor to notify DIXON of the necessity to change inspection dates more than twenty-four (24) hours in advance and which results in unnecessary travel and/or expense to DIXON shall cause this travel and expense to be considered an additional service, and DIXON shall be compensated for travel and/or expense under the provisions of Schedule C of the Agreement. 8. Requests for attending council meetings shall be forthcoming from the Owner in writing unless other arrangements are made between the Owner and DIXON. Attendance of council meetings shall be considered an additional service and DIXON shall be compensated under the provisions of Schedule C of the Agreement.

219

Page 4 of 7

SCHEDULE C Kentucky, Ohio, Pennsylvania, and West Virginia Employee Billable Rates and Terms Labor Class

Per Hour

Overtime Rate*

Principal……………………………….……………………….…

..............................$310.00

Expert Witness (Office, Travel & Court)………..….

..............................$225.00

Associate………………………………………....................

..............................$175.00 ..............................$262.50

Project Manager………………………………………………

..............................$150.00 ..............................$225.00

Assistant Project Manager……………………………….

..............................$100.00 ..............................$150.00

Registered Professional Engineer…………………….. ..............................$150.00 ..............................$225.00 Structural Engineer……………………………...............

..............................$150.00 ..............................$225.00

Staff Engineer…………………………………..................

..............................$125.00 ..............................$187.50

CAWI or CWI Welding Inspector………………………. ..............................$125.00 ..............................$187.50 Certified NACE Inspector………………………………….

..............................$100.00 ..............................$150.00

Inspector – Level III………………………………………….. ................................$95.00 ..............................$142.50 Inspector – Level II……………………………................

................................$85.00 ..............................$127.50

Inspector – Level I…………………………………………….

................................$75.00 ..............................$112.50

Contract Support Staff……………………………………..

................................$90.00 ..............................$135.00

Project or Board Meetings……………………………….

…………Time & Expenses – Including Preparation Time**

*All Saturday, Sunday, and holiday inspections, plus any time over 40 hours per week are at overtime rate. Overtime rate is 1 ½ times the hourly rate. Overtime rate does not apply to Principal. **All meetings held on Saturday, Sunday, or holidays are considered overtime for invoicing purposes. Expenses

Metropolitan

Out-State

Mileage……………………………………………………………. ……..……..$0.70/mile + tolls

………….….……….$0.60/mile

Meals & Lodging………………………………….…………..

…….……..$155.00 per diem

…………...$135.00 per diem

Without Lodging……………………………….................

………………$35.00 per diem ………………$30.00 per diem

Air Travel………………………………………………………….

………...……Business fare from Akron, Canton, Cleveland, Greater Cincinnati, or Charlotte, NC + full size car rental

Material (gaskets, cathodic caps, light bulbs, vent screens, etc.)

……………………...Labor & Material + 20%

FEES EFFECTIVE THROUGH: December 31, 2017 Revised: 03/20/2017

220

Page 5 of 7

4.01

ADDITIONAL SERVICES A. If additional services are Requested and Authorized by the Owner which are not within the proposed Scope of Services (Schedule A) or because of changes in the Project, these additional services will be on a time and material basis per fee schedule of attached Schedule C. B. Delay by the Owner in completing the work, which is their responsibility per Schedule A (Owner) and which extends the amount of time required for DIXON to complete their work, will be charged as an Additional Service. C. Failure by the Owner to notify DIXON of the necessity to change inspection dates more than twenty-four (24) hours in advance and which results in unnecessary travel and/or expense to DIXON shall cause this travel and expense to be charged as Additional Service.

5.01

Termination A. The obligation to provide further services under this Agreement may be terminated: 1. For cause, a. By either party upon thirty (30) days written notice in the event of substantial failure by the other party to perform in accordance with the Agreement’s terms through no fault of the terminating party. Agreement will not terminate as a result of substantial failure under paragraph 5.01.A.1.a if the party receiving such notice begins, within seven (7) days of receipt of such notice, to correct its failure and proceeds diligently to cure such failure within no more than thirty (30) days of receipt of notice; provided, however, that if and to the extent such substantial failure cannot be reasonably cured within such thirty (30) day period, and if such party has diligently attempted to cure the same and thereafter continues diligently to cure the same, then the cure period provided for herein shall extend up to, but in no case more than, sixty (60) days after the date of receipt of the notice. b. By DIXON upon seven (7) days written notice: 1) If Owner fails to pay invoices within sixty (60) days. 2) Upon seven (7) days written notice if the DIXON’s services for the Project are delayed or suspended for more than ninety (90) days for reasons beyond DIXON’s control. 3) If DIXON believes that Engineer is being requested by Owner to furnish or perform services contrary to Engineer’s responsibilities as a licensed professional. 4) DIXON shall have no liability to Owner on account of such termination. 2. For Convenience, a. By Owner effective upon the receipt of notice by DIXON. B. The terminating party may set the effective date of termination at a time up to thirty (30) days later to allow Engineer to demobilize personnel and equipment from the Project site, to complete tasks whose value would otherwise be lost, to prepare notes as to the status of completed and uncompleted tasks, and to assemble Project materials in orderly files.

6.01

Controlling Law A. This Agreement is to be governed by the law of the state in which the Project is located. 221

Page 6 of 7

7.01

Successors, Assigns, and Beneficiaries A. OWNER and DIXON and their successors are hereby bound to successors and legal representatives of the other to the extent permitted by law in respect of all covenants, agreements, and obligations of this Agreement. B. Neither OWNER nor DIXON may assign, sublet, or transfer any rights under or interest (including, but without limitation, moneys that are due or may become due) in this Agreement.

8.01

General Considerations A. The Standard of Care for all professional engineering and related services performed or furnished by DIXON under this Agreement will be the care and skill ordinarily used by members of the subject profession practicing under similar circumstances at the same time and in the same locality. DIXON makes no warranties, expressed or implied, under this Agreement or otherwise, in connection with Contractor’s services. DIXON and its consultants may use or rely upon the design services of others, including, but not limited to, contractors, manufacturers, and suppliers. B. DIXON shall Not at any time Supervise, direct, or have control over any of the Owner’s work, nor shall DIXON have authority over or responsibility for the means, methods, techniques, sequences, or procedures of construction selected or used by Owner, for safety precautions and programs incident to Owner’s performance of Schedule A (Owner’s). C. All Design Documents prepared or furnished by DIXON are instruments of service, and DIXON retains an ownership and property interest (including the copyright and the right of reuse) in such documents, whether or not the Project is completed. D. DIXON agrees to defend, Indemnify, and hold harmless the Owner, its officers, agents, and employees, from and against legal liability for all claims, losses, damages, or expenses to the extent such claims, losses, damages, or expenses are caused by Engineer’s negligent or intentional acts, errors, or omissions. Limits of liability for negligence are based on the comparative negligence principle. E. The parties acknowledge that DIXON’s Scope of Services does not include any services related to a Hazardous Environmental Condition (the presence of asbestos, PCBs, petroleum, hazardous substances or waste, and radioactive materials). DIXON acknowledges that some hazardous metals may be encountered in coatings.

8.02

Severability A. If any clause or paragraph or sentence is found to be in opposition to any law in the state of the Project, that clause or paragraph or sentence may be severed from the Agreement with no effect on remaining clauses.

8.03

Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. Words in the first sentence are in bold to act as secondary headings and should not be interpreted any different than a numbered heading.

222

Page 7 of 7

City Council Agenda Item Report Agenda Item No. 2017-69 Submitted by: Adam Sackenheim Submitting Department Public Utilities Department Meeting Date: September 11, 2017

SUBJECT An appropriation in the amount of $23,825.00 is being requested for programming and integration services related to the ongoing Electrical Improvements Project at the City’s wastewater treatment plant.

Recommendation: It is recommended that City Council authorize an appropriation in the amount of $23,825.00 for programming and integration services related to the Electrical Improvements Project at the City’s wastewater treatment plant. Rules suspension is requested in order to expedite the project.

Background/Synopsis: Technical services are necessary to develop advanced programming and communications controls to fully integrate the new “intelligent” motor control centers at the City’s wastewater treatment plant with the facility’s existing Supervisory Control and Data Acquisition (SCADA) system and treatment equipment. The City is currently under contact with Lake Erie Electric, Inc. to complete a project that will upgrade major electrical and power distribution infrastructure at the City’s Wastewater Treatment Plant. The project will replace critical motor control centers that are forty to fifty years old, and that are difficult to maintain due limited parts availability and lack of third-party technical service support. The new motor control centers will be “intelligent” units, which will allow for more efficient energy management efforts at the plant in addition to better data tracking and troubleshooting. Technical support services are necessary to integrate the new electrical and power distribution components with the plant’s SCADA system and treatment equipment – enabling real-time control and data management efforts. Technical services will be performed by PCS Technologies LLC per the attached proposal.

Financial Impact:

Financial Impact, Cont'd: Funding for this project is included in the 2017-2021 Capital Improvement Program under project number WWD-17-004 – Generator Installation and Motor Control Center Replacement. The project is tied to the approved issuance of $1.7M of notes by City in anticipation of the issuance of bonds (Ord. 28-17).

Rule Suspension Requested:

223

Yes Emergency Provision Needed: No Emergency Provision:

ATTACHMENTS  Proposal for Fairfield WWTP_MCC_Integration_071317_R1.pdf

224

PCS Technologies LLC 6515 Winford Avenue – Suite B Hamilton, OH 45011 Tel.: (513) 868-8727 Fax: (513) 844-8727

PROPOSAL To:

By:

Mr. Adam Sackenheim Fairfield Public Utilties 5021 Groh Lane Fairfield, OH 45014

Date: Project: Document Reference:

July 13, 2017 Fairfield WWTP Electrical Improvements – MCC Integration Magna Engineers – Bid Specifications, February 2017 Magna Engineers – Contract Plans, February 2017

Peter Constantinides

Addenda: Quote:

N/A QM-071317-R1

Dear Mr. Sackenheim, We are pleased to provide the following proposal for the programming and integration services listed below. The proposal includes development of communications messaging with SquareD Intelligent Motor Control Center, conversion of existing PLC logic and HMI revisions to fully integrate new MCC controls with the Fairfield WWTP SCADA System. Services Included: The scope of this proposal includes PLC modifications to communicate with SquareD Intelligent Motor Control Center devices (Variable Frequency Drives – VFDs, Motor Starters – FVNRs, Soft Starters – RVSS and Power Monitors. The existing discrete and analog I/O for respective device will be re-mapped using ethernet mapped (EtherNet/IP) data and integrated with existing control logic. The (5) Power Monitors will be integrated using EtherNet/IP messaging as well. The existing HMI graphics will be modified as needed to accurately reflect data available for respective device. New alarms will be added to the alarm summary page as well as to the respective device pop-up. The Power Monitors will include the following parameters for respective device: Voltage – L1-L2, L2-L3, L3-L1 Current – Phase A, B, C, Ground Fault Current Power – KW, KVar, etc. Energy – KWh (if available) Power factor Total Harmonic Distortion (Current and Voltage) The scope of this proposal includes software development to create new a graphical Power Metering screen and MCC Communication Status screen as well related navigation in FactoryTalk View SE, installation of the new screens on both HMI Servers and all client workstations/laptops, testing and validation of data on the new screens, preparation of an Operation Manual including live screenshots, and Operator training. The new screens will be tested prior to installation on the Plant SCADA Servers from a development laptop owned by PCS so that all data points can be validated by comparing data from the existing screens with the new screens. Since all commands and setpoints come from existing control popups but are mapped to new EtherNet/IP I/O, the respective popup will be validated. This proposal includes several meetings/workshops with Fairfield WWTP staff and coordination with SquareD with regard to the communication interface. Prior to implementation, the complete set of overview screens will be submitted for review and approval by Fairfield WWTP.

225

PCS Technologies LLC - Proposal

Fairfield WWTP Electrical Improvements

Four hours of Operator Training and a Training Handout will be provided to help ease the transition to the new graphics and navigation. In addition, a comprehensive Operations Manual will be developed with images of all overview screens and narrative operating instructions and control descriptions for the complete system. The following equipment are included in the scope of work outlined above:

Power Monitors: MSB PSMCCA PSMCCB MCC-PA MCC MCC-PB MCC PSMCCA MCC SCHEDULE

PSMCCB MCC SCHEDULE

 Page 2

Service

MCC Location

Main Switchboard MCC PSMA MCC PSMB MCC PA MCC PB

Main Switchboard MCC PSMA MCC PSMB MCC PA MCC PB

Description HV-1 RAS PUMP NO. 1 EF-4 RAS PUMP NO. 2 RAW SLUDGE PUMP NO. 1 PD-1 (Primary Drive 1) PD-2 (Primary Drive 2) RAW SEWAGE PUMP NO. 1 RAW SEWAGE PUMP NO. 2 BLOWER NO. 1 PRIMARY CLARIFIER

Device Type FVNR VFD FVNR VFD FVNR FVNR FVNR VFD VFD VFD FVNR

Description RAW SLUDGE PUMP NO. 2 PD-3 (Primary Drive 3) GRIT COLLECTOR SCREW DRIVE No.1 EF-1 EF-3 RAS PUMP NO. 3 RAS PUMP NO. 4 RAW SEWAGE PUMP NO. 3 RAW SEWAGE PUMP NO. 4 BLOWER NO. 2

Device Type FVNR FVNR FVNR FVNR FVNR FVNR VFD VFD VFD VFD VFD

July 14, 2017

226

PCS Technologies LLC - Proposal

MCC-PA MCC SCHEDULE

MCC-PB MCC SCHEDULE

Fairfield WWTP Electrical Improvements

Description WASHWATER PUMP NO. 1 SLUDGE FEED PUMP NO. 1 THICKENED SLUDGE PUMP AERATION MIXER NO. 1 RAW SEWAGE PUMP NO. 5 RAW SEWAGE PUMP NO. 6 BLOWER NO. 5

Device Type VFD VFD VFD FVNR VFD VFD RVSS

Description SLUDGE FEED PUMP NO. 2 THICKENED SLUDGE PUMP WASHWATER PUMP NO. 2 AIR COMPRESSOR AERATION MIXER NO. 2 RAW SEWAGE PUMP NO. 7 RAW SEWAGE PUMP NO. 8 BLOWER NO. 6

Device Type VFD VFD VFD FVNR FVNR VFD VFD RVSS

Not Included: Any items not specified by our scope of supply as defined by this quotation are not included; specifically the following are excluded: 1. Purchase of any computer hardware or software. PCS will use internal license for development purposes. 2. Special communication modules, adapters or software for communication with SquareD Intelligent Motor Control Center. 3. Schneider Electric (SquareD) will configure and commission all devices that will communicate via EtherNet/IP to SCADA. PCS will develop an IP address list for use by SquareD. Total Price: ......................................................................................................................................$

21,640

Please see following final page of this document for an itemized breakdown of services and cost estimate. Terms: Net 30 days; no state, federal or user taxes included. Prices are firm for 90 days. We trust this proposal will meet with your approval and look forward to working with you on this project. If there are any questions, please contact our office for clarification.

 Page 3

July 14, 2017

227

PCS Technologies LLC - Proposal

Fairfield WWTP Electrical Improvements

Sincerely,

Peter Constantinides

PCS Technologies LLC (513) 868-8727 [email protected] cc:

Jason Hunold Randy Hassler Michelle Howlett

 Page 4

July 14, 2017

228

City Council Agenda Item Report Agenda Item No. 2017-67 Submitted by: Adam Sackenheim Submitting Department Public Utilities Department Meeting Date: September 11, 2017

SUBJECT An appropriation in the amount of $7,500.00 is being requested from the Sewer Surplus Fund for the purchase of instrumentation equipment for the Wastewater Treatment Plant.

Recommendation: It is recommended that City Council authorize an appropriation in the amount of $7,500.00 from the Sewer Surplus Fund for the purchase of replacement instrumentation equipment. Rules suspension is requested in order to expedite the purchase of the equipment.

Background/Synopsis: The equipment being purchased will replace instrumentation equipment that has exceeded its life expectancy with state-of-the-art equipment using the latest available technology. Quotes obtained are attached for review. The Wastewater Facility utilizes a wide variety of instrumentation in order to physically monitor and control processes ensuring regulatory compliance. It is necessary to integrate new technologies and modern equipment to keep the Wastewater Facility up-to-date and in optimal working order.

Financial Impact:

Financial Impact, Cont'd: Funding for this project is included in the 2017-2021 Capital Improvement Program under project number WWD-17-005. The funding source is the Sewer Surplus Fund.

Rule Suspension Requested: Yes Emergency Provision Needed: No Emergency Provision: 229

ATTACHMENTS  quotes for instrumentation equipment Council item 9 11 17.pdf

230

231

232

City Council Agenda Item Report Agenda Item No. 2017-66 Submitted by: Adam Sackenheim Submitting Department Public Utilities Department Meeting Date: September 11, 2017

SUBJECT An appropriation in the amount of $9,000.00 is being requested from the Sewer Surplus Fund for the purchase of a replacement Hydraulic Unit for the Wastewater Division’s Gravity Belt Thickener (GBT).

Recommendation: It is recommended that City Council authorize an appropriation in the amount of $9,000.00 from the Sewer Surplus Fund for the purchase of a replacement Hydraulic Unit for the Wastewater Division’s GBT. Rules suspension is requested in order to expedite the purchase of the equipment.

Background/Synopsis: The existing hydraulic unit for the Division’s GBT is over thirty (30) years old and is beginning to show signs of failure. Division Operation staff are having a difficult time maintaining consistent operational pressure with the existing unit. Division Maintenance staff will install the unit in house. Staff requested quotations from two vendors (copies attached) and recommends that the replacement unit be purchased from Scott Hydraulics which is the vendor who provided the lowest and best quotation. The Wastewater Division’s GBT is utilized in the solids handling process at the wastewater treatment plant. The thickener dewaters Waste Activated Sludge from a concentration of less than one percent to over four percent solids. The thickened sludge, which is pumped to the Anaerobic Digesters, optimizes the Anaerobic Treatment process by sending more solids and less water to the Digester tanks.

Financial Impact:

Financial Impact, Cont'd: Funding for this project is included in the 2017-2021 Capital Improvement Program under project number WWD-17-017. The funding source is the Sewer Surplus Fund.

Rule Suspension Requested: Yes Emergency Provision Needed:

233

No Emergency Provision:

ATTACHMENTS  quotes for GBT hydraulic equipment Council item 9 11 17.pdf

234

235

236

237

238

239