Loading...
HomeMy WebLinkAbout443954 ADVANCED DATA MINING INTERNATIONAL - CONTRACT - AGREEMENT MISC - 8854313PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and Advanced Data Mining International, LLC, hereinafter referred to as 'Professional'. WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Professional agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of seven (7) pages, and incorporated herein by this reference. 2. Contract Period. This Agreement shall commence within five (5) days of signing and shall continue in full force and effect until September 30, 2008, unless sooner terminated as herein provided. 3. Early Termination by City. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Professional. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Professional: Advanced Data Mining International, LLC Attn: Ruby Daamen 3620 Pelham Rd PMB 351 City of Fort Collins Attn: Rita Decorcey 700 Wood St Fort Collins, CO 80521 With Copy to: City of Fort Collins, Purchasing PO Box 580 Fort Collins, CO 80522 In the event of any such early termination by the City, the Professional shall be paid for services Standard Professional Services Agreement- rev06/07 Fort Collins is interested in producing outstanding water quality and is a member of the Partnership for Safe Water which has a requirement to operate the Facility to consistently obtain finished water turbidity of less than 0.1 NTU for the 95th percentile of combined turbidity samples. Of special interest is how to optimally treat raw water blends and variable raw water quality during the spring run-off. This period is typically mid -April through June of each year. To optimize treatment under variable conditions, operators need to know how much alum and optimal pH in rapid mix. Both the coagulant and filter aid polymers are at constant dose. In addition, filter run times are highly variable and it is Fort Collin's objective to achieve more consistent and longer filter run times without compromising water quality, thereby saving considerable costs in power and water resources. Data Mining The new field of data mining addresses the issue of extracting information from large databases. Data mining can solve complex problems that are unsolvable by any other means. It is comprised of several technologies that include signal processing, advanced statistics, multi -dimensional visualization, machine learning1, and Chaos Theory. Data mining projects that ADMi has performed that were focused on treatment processes include: • Hanahan Water Treatment Plant (Charleston, SC Water System) - study to minimize THM formation. This model was developed by ADMi to be used to control the formation of THMs by determining, in real-time, the estimated THM concentrations based upon multivariate analysis and enabled operators to adjust the treatment process accordingly. • Water Treatment Plant (Beaufort JasperWaterand SewerAuthority) - study to determine means to optimize alum addition while meeting enhanced TOC removal. Study also evaluated how to minimize the formation of THM and HAAS levels. The study concluded that alum concentrations could be reduced while improving finished water quality, thereby saving costs and enhancing treatment. • AwwaRF Project- applied research in using data mining techniques to detect outliers on water distribution systems. This report was published byAwwaRF in 2008, and represents advanced monitoring techniques to determine intentional and inadvertent contamination as well as degradation of distribution system water quality. This research was conducted in coordination with Colorado State University and other utilities. • WERF Project - applied research in using data mining techniques to detect the presence of contaminants in wastewater collection system influent which could adversely impact biological treatment processes. This research was prepared in conjunction with Virginia Tech and Black & Veatch. In addition, Appendix A is a scientific paper that describes three hydrologic applications of data mining that ADMi has developed. The resulting predictive models were easy to use, yet demonstrably much more accurate and representative of actual basin behaviors, and much more efficient to develop than traditional physics -based models. Appendix B lists scientific papers for I Machine learning is afield of Artificial Intelligence (AI) that develops computer programs to automatically learn cause - effect relationships from example cases and data. For numerical data, commonly used methods include artificial neural networks (ANN), genetic algorithms (GA), and multivariate adaptive regression splines (MARS). Standard Professional Services Agreement- rev06/07 which ADMi personnel have been authors or co-authors; many of which can be found on-line. Key ADMi is recommending a preliminary "Phase 1" study having the goal of identifying and evaluating the variability in the three sources of supply during spring run-off and finding the optimal process for coagulation with alum and ph. Goals for optimization of the treatment process include consistently low turbidity levels in the finished water, low sedimentation turbidities, optimal removal of TOC and consistent filter run times. TECHNICAL APPROACH This project will be a Phase 1 study that will provide operational staff at Fort Collins with guidance on treatment as Spring raw water variability is changing. The general approach proposed is to mine all of the available raw water data from the raw water sources in addition to chemical dosages of alum and pH. Raw water quality data to be mined includes temperature, TOC, turbidity, alkalinity and pH. Further Phase 1 includes mining settled water turbidity and filter run times. Depending on the success of Phase 1 findings, Fort Collins could consider a Phase 2 project to develop a model -based Decision Support System (DSS) for guiding the operators in decision - making like those described in Appendix A. Task 1. Data Compilation and Merging All Water Treatment Plant data related to raw water quality and to the coagulation process, settled water quality and filter water run times will be compiled and evaluated with the goal of looking for states of optimal coagulation. Task 2. Data Preparation Signal processing transforms the 'Yaw" data into "pre-processed" data for analysis and modeling. Variables having different sampling frequencies must be "time -merged" by either interpolating between less frequent measurements, or by averaging frequent samples to obtain fewer values. Methods will be used to maximize the information content in the raw data, while diminishing the influence of poor or missing measurements. Missing data of key variables may be synthesized by ANN-based multivariate, non -linear correlations to other variables having more complete time series. Another signal processing task is "signal decomposition". The complex behaviors of the variables of a natural system result from interactions between multiple physical forces. Signal decomposition involves different types of digital filtering to split a signal into sub -signals, called "components", that are independently attributable to different physical forces. Some components are periodic and some are chaotic, with the balance of variability being random (noise). Digital filtering also can diminish the effect of noise in a signal to improve the amount of useful information it contains. Working from filtered signals makes the modeling process more efficient, precise, and accurate. Task 3. Correlation Analysis and Sensitivity Estimation Correlation analysis quantifies the relationships between many variables and provides deeper understanding of the data. The computer systematically correlates factors that influence parameters Standard Professional Services Agreement- rev06/07 of interest, such as TOC, to combinations of controlled and uncontrolled variables, such as blend ratios. Correlation methods based on statistics and machine learning are applied in combination. Comparing them to known patterns of behavior validates promising results found by the computer. Correlation analysis identifies: a. Relative impact — For example, "Which variables impact raw water properties the most in each source, and to what degree? b. Relationships between controlled (chemical dosing) and uncontrolled variables (raw water quality). C. Quantifiable answers to complex questions — For example, "How does the removal of TOC depend upon pH?" Task 4. Predictive Modeling Predictive models are "virtual processes" which will be developed from the data prepared In Task 1 and the correlations drawn in Task 2. Separate multivariate, non -linear models will be developed for each output of interest. Key findings and accuracy statistics will be computed and reported. Such modeling is not meant to be construed as a decision support system, but a DSS could be developed with further work from the results of the modeling. Most likely, multiple models will be developed and "stacked" together. For example, models will be developed representing coagulation; other models will be developed emphasizing sedimentation and filtration performance, etc. It should be emphasized that these models are for ADMi's internal analyses and do not have graphical user interface, which would represent another level of development effort. Task 6. Reporting Fort Collins Utility and ADMi will work together to make the appropriate contacts to obtain information and data from the various sources in the region. ADMi will issue interim progress reports as necessary, present project findings, and provide a written report summarizing key findings with supporting data and information. In addition, ADMi is recommending an initial Facility visit to develop a solid understanding of the treatment complexities in what is a complex water treatment plant, and a final visit, at which time, a PowerPoint presentation would be given and results discussed before the final report is completed. Standard Professional Services Agreement- rev06/07 Schedule and Cost 1. Visit to Fort Collins--ADMi is recommending one (1) visit by two engineers to Fort Collins. This visit would be to present preliminary findings and implications in detail and to discuss operational issues. It will be preceded by a PowerPoint interim report. The visit will be at actual travel expense which, for budget purposes, is estimated to be $1580 total. [As of the writing of this proposal, this task has been completed.] 2. ADMi's fee for completion of Tasks 1 through 5 will be $34,050, payable in three installments as follows: a. $10,200--Completion of Tasks 1 and 2 b. $20,250--Completion of Tasks 3 and 4 and Interim Report (PowerPoint presentation only) c. $3,600--Submission of Final Written Report, Task 5. Due to the nature of data mining projects such as the discovery of unknowns which need further study or the use of additional data mining techniques for solution, experience has taught that schedules are best estimated. However, ADMi will notify Fort Collins and request a reasonable extension of schedule in the event an extension is needed and will make every effort to complete the project in a timely manner. Therefore, the estimated time for completion of this work will be approximately ten (10) weeks following the receipt of all applicable data from Fort Collins. Standard Professional Services Agreement- rev06/07 Exhibit C INSURANCE REQUIREMENTS 1. The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by�/ Colorado law. �,C,6 2. Employer's Liability insuranc th limits of $100,000 per accident, $500,000 disease aggregat, a $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. Standard Professional Services Agreement- rev06/07 EXHIBT "D" CONFIDENTIALITY IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the "City") pursuant to this Agreement (the "Agreement"), the Contractor hereby acknowledges that it has been informed that the City has established policies and procedures with regard to the handling of confidential information and other sensitive materials. In consideration of access to certain information, data and material (hereinafter individually and collectively, regardless of nature, referred to as "information") that are the property of and/or relate to the City or its employees, customers or suppliers, which access is related to the performance of services that the Contractor has agreed to perform, the Contractor hereby acknowledges and agrees as follows: That information that has or will come into its possession or knowledge in connection with the performance of services forthe City may be confidential and/or proprietary. The Contractor agrees to treat as confidential (a) all information that is owned by the City, or that relates to the business of the City, orthat is used by the City in carrying on business, and (b) all information that is proprietary to a third party (including but not limited to customers and suppliers of the City) . The Contractor shall not disclose any such information to any person not having a legitimate need -to -know for purposes authorized by the City. Further, the Contractor shall not use such information to obtain any economic or other benefit for itself, or any third party, except as specifically authorized by the City. The foregoing to the contrary notwithstanding, the Contractor understands that it shall have no obligation under this Agreement with respect to information and material that (a) becomes generally known to the public by publication or some means other than a breach of duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed, provided that the request for such disclosure is proper and the disclosure does not exceed that which is required. In the event of any disclosure under (b) above, the Contractor shall furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and shall promptly advise the City in writing of each such disclosure. In the event that the Contractor ceases to perform services for the City, or the City so requests for any reason, the Contractor shall promptly return to the City any and all information described hereinabove, including all copies, notes and/or summaries (handwritten or mechanically produced) thereof, in its possession or control or as to which it otherwise has access. The Contractor understands and agrees that the City's remedies at law for a breach of the Contractor's obligations under this Confidentiality Agreement may be inadequate and that the City shall, in the event of any such breach, be entitled to seek equitable relief (including without limitation preliminary and permanent injunctive relief and specific performance) in addition to all other remedies provided hereunder or available at law. Standard Professional Services Agreement- rev06/07 rendered prior to the date of termination, subject only to the satisfactory performance of the Professional's obligations under this Agreement. Such payment shall be the Professional's sole right and remedy for such termination. 4. Design Project Indemnity and Insurance Responsibility. The Professional shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all services rendered by the Professional, including but not limited to designs, plans, reports, specifications, and drawings and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. The Professional shall indemnify, save and hold harmless the City, its officers and employees in accordance with Colorado law, from all damages whatsoever claimed by third parties against the City; and for the City's costs and reasonable attorneys fees, arising directly or indirectly out of the Professional's negligent performance of any of the services furnished under this Agreement. The Professional shall maintain commercial general liability insurance in the amount of $500,000 combined single limits and errors and omissions insurance in the amount of $N/A. 5. Compensation. In consideration of the services to be performed pursuant to this Agreement, the City agrees to pay Professional a fixed fee in the amount of Thirty Four Thousand Fifty Dollars ($34,050). All such fees and costs shall not exceed Thirty Four Thousand Fifty Dollars ($34,050). Monthly partial payments based upon the Professional's billings and itemized statements are permissible. The amounts of all such partial payments shall be based upon the Professional's City -verified progress in completing the services to be performed pursuant hereto and upon the City's approval of the Professional's actual reimbursable expenses. Final payment shall be made following acceptance of the work by the City. Upon final payment, all designs, plans, reports, specifications, drawings, and other services rendered by the Professional shall become the sole property of the City. 6. City Representative. The City will designate, prior to commencement of work, its Standard Professional Services Agreement- rev06/07 project representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to the City Representative. 7. Project Drawings. Upon conclusion of the project and before final payment, the Professional shall provide the City with reproducible drawings of the project containing accurate information on the project as constructed. Drawings shall be of archival, prepared on stable mylar base material using a non -fading process to provide for long storage and high quality reproduction. "CD" disc of the as -built drawings shall also be submitted to the owner in and AutoCAD version no older then the established city standard. 8. Monthly Report. Commencing thirty (30) days after the date of execution of this Agreement and every thirty (30) days thereafter, Professional is required to provide the City Representative with a written report of the status of the work with respect to the Scope of Services, Work Schedule, and other material information. Failure to provide any required monthly report may, at the option of the City, suspend the processing of any partial payment request. 9. Independent Contractor. The services to be performed by Professional are those of an independent contractor and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Professional's compensation hereunder forthe payment of FICA, Workers' Compensation, other taxes or benefits or for any other purpose. 10. Personal Services. It is understood that the City enters into this Agreement based on the special abilities of the Professional and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Professional shall neither assign any responsibilities nor delegate any duties arising under this Agreement without the prior written consent of the City. 11. Acceptance Not Waiver. The City's approval of drawings, designs, plans, specifications, reports, and incidental work or materials furnished hereunder shall not in any way Standard Professional Services Agreement- rev06/07 relieve the Professional of responsibility for the quality or technical accuracy of the work. The City's approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement. 12. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either parry should fail or refuse to perform according to the terms of this agreement, such party may be declared in default. 13. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period often (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. 14. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 15. Law/Severability. The laws of the State of Colorado shall govern the construction, interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 17. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: 1. Service Provider does not knowingly employ or contract with an illegal Standard Professional Services Agreement- rev06/07 alien who will perform work under this Agreement; and 2. Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the "e-Verify Program") or the Department Program (the `Department Program"), an employment verification program established pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Service Provider shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. C. Service Provider is prohibited from using the e-Verify Program or Department Program procedures to undertake pre -employment screening of job applicants while this Agreement is being performed. d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall: 1. Notify such subcontractor and the City within three days that Service Provider has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Service Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (the "Department") made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Service Provider violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Service Provider shall be liable for actual and Standard Professional Services Agreement- rev06/07 consequential damages to the City arising out of Service Provider's violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. 18. Special Provisions Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit D, consisting of one (1) page attached hereto and incorporated herein by this reference. THE CITY OF FORT COLLINS, COLORADO By: ?� Jome B. O'Neill II, CPPO, FNIGP Director of�rchasing & Risk Management DATE: Advanced International, LLC 71 By: Title: C CORPORATE PRESI /rIDENTO Date: ATTEST: Corporate Secretary (Corporate Seal) Standard Professional Services Agreement. rev06/07 EXHIBIT A SCOPE OF WORK Data Mining to Determine Optimal Coagulation under Highly Variable Raw Water Conditions REVISED JUNE 11, 2008 INTRODUCTION As shown in Figure 1, Fort Collins (Colorado) Utility operates a Water Treatment Facility that is a conventional surface water treatment plant with a number of complex characteristics which make water treatment more challenging. The conventional treatment process consists of the capability of blending three (3) separate raw water supplies and then four (4) separate treatment trains which merge back together before filtration. The pre -filtration trains consist of rapid mix (in -line mixing), multi -state flocculation (4 basins) and sedimentation (4 basins) aided by Lamella and tube settlers to achieve lower overflow rates. Following sedimentation, there are twenty-two (22) dual media filters, a clearwell for chemical mixing, followed by two (2) 15 MG storage reservoirs before distribution. In addition, both filter backwash water and solids decant are returned to the head of the WTR By optimizing the coagulation process, not only will this improve the entire treatment process but will result in considerable savings by avoiding the tendency to under- or over -feed alum. Standard Professional Services Agreement- rev06/07 �RSETpOT#I _ uv system — — — — — — — — — — —' Filter Backwash Water Ponds — — � RSERVOIR WATER To Discharge t" — — — — — — — 1 1 (if required) _Chlorine Coagulant Aid Filter I * 1 ---► Dioxide I Polyme Aid I _ _ _ _ �"—i — ——— _ J Rapid 4-Stage 1 Tube RecYcle�_— puq�g station recycle Flows Mix Flocculatior) Settler 1 _ _ _ _ _ _ _ _ _ _ _ _ _ .Solids Decant Basin Sedimentation ♦ Chlorine 401AGD Alum t 2 1 5 6 Lime East TRAINS Fluoride Storage $ 8 4 Rapid 3-Stage Lamella 4 3 8 7 CO, Reservoir Mix Flocculatiod Plate 1 (15 MG) Basin Sedimematio Alum I Clear Coagulant Aid Filter Aid Dual Media -t'yell ,Flow'. Polymer Polymer 1 Filtration) West 'Blend' Storage Coagulant aid Reservoir Polymer Filler Aid (16 MG) Polymer Rapid 4-Stage ; Lamella Alien Mix Flocculatiolj Plate 21 Basin Sedimemation TRAINS `-J tJJ 1--yJ to Distribution b & 6 Rapid 4-Stage melia System Mix Flocculatiolj Plate Basin ! SedimelnatI4 Aid Polymer FilterAid Polymer Figure 1. Fort Collins Water Treatment Facility Flow Train The three (3) sources of supply consist of the Horsetooth Reservoir which is pre-treated with chlorine dioxide only periodically to enhance treatment and which can also receive re -cycle flow from the filters and residuals decant. Water from Horsetooth Reservoir originates in the Western Basin from the Colorado Big Thompson water project. Over the course of the season, the water quality from the Reservoir is consistent as compared with the second and third sources of supply. The second source is the Cache de Poudre River whose flow consists primarily of snowmelt and increases in the Spring and early Summer. The third source of supply is Pleasant View in which water is withdrawn approximately one mile from the first Poudre River intake. The primary water sources are relatively easy to treat with the exception of the Spring run-off from the Poudre River. A primary concern in treating the flow from the Poudre River is its seasonal variability in quality, especially in total organic carbon (TOC) (peak concentrations of 10 mg/L), turbidity and lower alkalinity. The low alkalinity is compensated for by adding lime and carbon dioxide to boost alkalinity. The parameters in the raw water for which Fort Collins monitors are indicated in Table 1. An obvious challenge in data mining the various streams of data is the large number of independent treatment trains and combinations, which likely yield similar results but exact results cannot be assumed prior to applying data mining techniques. Standard Professional Services Agreement- reV06/07 LOCATION PARAMETER UNITS SAMPLING Horsetooth Raw Water Chlorine dioxide mg/L Daily --Grab color Cu Daily --Grab pH SU 15-min. continuous SC µSiemens/cm 15-min. continuous alkalinity mg/L 3/day--Grab hardness mg/L 3/day--Grab TOC mg/L Daily --Grab alum dose mg/L Flow paced flow MGD 15-min. continuous Poudre River Raw Water chlorine dioxide mg/L Daily --Grab color CU Daily --Grab pH SU 15-min. continuous SC µSiemens/cm 15-min. continuous alkalinity mg/L 3/day--Grab hardness mg/L 3/day--Grab TOC mg/L Daily --Grab alum dose mg/L Flow paced flow MGD 15-min. continuous Rapid Mix Basin streaming current relative charge 15-min. continuous zeta potential Combined Ph - -- — -- --- Combined alk. my SU —.. -----_.---. mg/L as needed 15-min continuous ...--- 15-min continuous coagulant aid of . mg/L Flow paced Sedimentation effluent turbidity NTU 15-min. continuous Filters turbidity each filter NTU 15-min. continuous combined filters NTU 15-min. continuous filter aid poly. mg/L Flow paced Finished Water Flow pH SU 15-min. continuous CO2 mg/L 15-min. continuous lime mg/L 15-min. continuous chlorine mg/L 15-min. continuous TOC mg/L Daily --Grab mg/L 15-min. continuous Table 1. Monitoring Parameters at Fort Collins Water Treatment Facility Standard Professional Services Agreement- rev06/07